SlideShare a Scribd company logo
1 of 135
Download to read offline
RFP for Video Conferencing




         Punjab and Sind Bank
          HO – IT Department
         21 Rajendra Place,
         New Delhi – 110 125

Request for Proposal for Video Conferencing (VC)
 RFP Reference No: HOIT/RFP/11/2011-2012


      Release Date: 30th January 2012




                  Page 1 of 135
RFP for Video Conferencing


1.   About the Bank ............................................................................................................................................6

     1.1         Introduction.......................................................................................................................................6

2.   Project Details ..............................................................................................................................................6

     2.1         Project Scope Overview .....................................................................................................................6

     2.2         Detailed Requirements ......................................................................................................................7

     2.3         Delivery, Installation and Commissioning of Items ..............................................................................13

     2.4         Service level Agreement ..................................................................................................................14

     2.5         Payment Terms...............................................................................................................................14

     2.6         Further Orders ................................................................................................................................15

     2.7         Order Cancellation ..........................................................................................................................15

     2.8         Manuals/Guides ..............................................................................................................................15

     2.9         Warranty ........................................................................................................................................15

     2.10        Failure of equipments ......................................................................................................................16

     2.11        Facilities Management .....................................................................................................................16

3.   Responses to RFP (Submission of Bids) ....................................................................................................20

     3.1         Contact Details for Responding to the Proposal ..................................................................................21

     3.2         RFP Coordinator .............................................................................................................................22

     3.3         General Instructions ........................................................................................................................22

     3.4         Eligibility Bid ...................................................................................................................................23

     3.5         Technical Bid ..................................................................................................................................24

     3.6         Commercial Bid...............................................................................................................................25

4.   Evaluation Methodology .............................................................................................................................26

     4.1         Introduction.....................................................................................................................................26

     4.2         Phase 1: Eligibility Evaluation ...........................................................................................................26

     4.3         Phase 2: Technical Evaluation ..........................................................................................................26

     4.4         Short Listing ...................................................................................................................................29

     4.5         Phase 3: Commercial Evaluation ......................................................................................................29

5.   Terms & Conditions ...................................................................................................................................30

     5.1         General ..........................................................................................................................................30

     5.2         Price bids .......................................................................................................................................33

     5.3         Bid Security & Performance Guarantee .............................................................................................35

     5.4         Changes to the RFP ........................................................................................................................36

     5.5         Confidentiality Agreement ................................................................................................................36

     5.6         Terms of Reference („ToR‟) ..............................................................................................................37




                                                                       Page 2 of 135
RFP for Video Conferencing




List of Annexure:
Annexure A – Manufacturer Authorization Form
Annexure B – Helpdesk Details and Escalation Matrix
Annexure C – Cover Letter
Annexure D – Details of Address for VC installation
Annexure E – Details of Technical Specification
Annexure F – Details of Service Centres
Annexure G – Eligibility Criteria Compliance
Annexure H – Commercial Bill of Material
Annexure I – Work Plan Schedule
Annexure J – Query Format
Annexure K – VC Service Levels
Annexure L – Performance Bank Guarantee
Annexure M – Technical Bill of Material
Annexure N – Existing Bill of Material
Annexure P – Details of expert level trained and Certified Personnel of OEM
Annexure Q – List of OEM depots
Annexure R – OEM Technical Support Centre
Annexure S – OEM Office List
Annexure T – Conformity Letter
Annexure U – Undertaking of Authenticity for VC supplies
Annexure V – Undertaking for not blacklisted
Annexure W – Technical Compliance Statement




                                               Page 3 of 135
RFP for Video Conferencing


REQUEST FOR PROPOSAL (RFP) FOR VIDEO CONFERENCING (VC)
1. Punjab & Sind Bank, a body corporate constituted under The Banking Companies (Acquisition and
   Transfer of Undertaking) Act, 1980 and also an existing Company within the meaning and scope of The
   Companies Act, 1956 and having its Head Office at 21, Rajendra Place, New Delhi- 110125 hereinafter
   referred to as the “Bank”, 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 eligible Vendor‟s, to participate in
   the competitive bidding for appointment of Vendor for implementing VC.

2. The Bank, for this purpose, invites Proposals from Vendors who have experience in designing,
   implementation and management of the VC solution for primarily undertaking inter-alia the following
   activities for the Bank:
    i  Design, supply, install, commission and manage the VC solution encompassing associated
       hardware, software & other IT infrastructure.
    ii Provide Facilities Management Services for a period of 5 years for all the components provided to
       the Bank as part of this RFP

3. The Bank will follow a 3-stage evaluation and selection process. These stages are:
    i Eligibility Evaluation
    ii Technical Bid Evaluation
    iii Commercial Bid Evaluation

4. The RFP document can be obtained from the Information Technology department located at Banks‟ HO
   during office hours. Alternatively the RFP document can also be downloaded from the Bank‟s website.
   The purchase price for the RFP is Rs 15,000/- (Rs Fifteen Thousand only) payable by Demand
   Draft or Pay Order in favour of “Punjab & Sind Bank”. In case the RFP is downloaded from the
   Bank‟s website, then the DD/PO should be submitted with the eligibility bid. The purchase price of the
   RFP is non-refundable.
    The bid security should be provided by the Vendor’s for Rs 5, 00, 000/- (Rs Five Lakhs only) in
    form of a Bank Guarantee. Bank Guarantee form should as per Annexure L.
    The schedule for the tendering process is:
                        Particulars                               Deadline (Date & Time)
                                                             th
    Date of Issue of RFP                                   30 January 2012
                                                             th
    Last date of Receipt of Query                          10 February 2012, 4.00 pm
                                                             th
    Date of Pre Bid Meeting                                14 February 2012 , 10.30 am
                                                             th
    Last date of submission of RFP                         28 February 2012, 12.30 pm
                                                             th
    Date of Opening of RFP                                 28 February 2012, 1.00 pm



5. There will be a Pre-Bid meeting with all the Intended Vendors, at the time specified above to address
   any queries in connection with the tender document. A maximum of two personnel per Vendor may
   attend the meeting. It is essential that all clarifications/queries needs to be submitted to Bank as
   specified above, on or before the last date of receiving any clarifications. Bank will not respond to any
   clarification/queries either in writing or telephonic after the Last date and time of receiving the
   clarification as mentioned above.
6. The Bank reserves the right to accept or reject in part or full any or all the offers without assigning any
   reasons whatsoever and entirely at its discretion.
7. Technical Specifications, Terms and Conditions and various formats and proforma for submitting the
   tender offer are described in the tender document and its Annexures.

                                                 Page 4 of 135
RFP for Video Conferencing


Important Clarifications:
Following terms are used in the document interchangeably to mean:
   1. Bank means „Punjab and Sind Bank „
   2. Recipient, Respondent, Vendor, Service Provider means the respondent to the RFP document
   3. Vendor / VC SI – the company submitting the bid who is solely responsible for the delivery of the
      scope of work of this RFP.
   4. RFP means the Request For Proposal document
   5. Service provider, Bank shall be individually referred to as „Party‟ and collectively as „Parties‟
   6. “PO” means Purchase Order
   7. “VC” means Video Conferencing Solution inclusive of relevant software and hardware
   8. “CBS SI” means System Integrator implementing CBS
   9. “CMD” – Chairman & Managing Director
   10. “ED” – Executive Director
   11. “CGM” – Chief General Manager
   12. “GM(IT)” – General Manager (Information Technology)
   13. “HO” – Head Office
   14. “LHO” – Local Head Office
   15. “STC” – Staff Training College
   16. “ZO” – Zonal Office
   17. “MOF” – Ministry of Finance
   18. “IBA” – Indian Banks Association




                                                Page 5 of 135
RFP for Video Conferencing


1. About the Bank

   1.1 Introduction
   Punjab & Sind Bank, a body corporate constituted under the Banking Companies (Acquisition and
   Transfer of Undertaking) Act, 1980 and also an existing Company within the meaning and scope of the
   Companies Act, 1956 and having its Head Office at 21, Rajendra Place, New Delhi- 110125 hereinafter
   referred to as the “Bank”, 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 for VC solution.
   The Bank has at present 1000 plus branches, 23 Zonal Offices, one Local Head Office, Inspection
   Offices, Staff Training College etc. across the country.
                                                                                st
   The Bank is one of the fast growing public sectors bank in India. As on 31 March 2011, the financial
   detail of Punjab & Sind Bank is mentioned below:-


                      Financial Details        Amount (Crores Rs)
                      Total Deposits           59,723
                      Total Advances           42,637
                      Income                   5,369
                      Net Profit               526


   The Bank is currently in the midst of major up-gradation process to enable its business strategy through
   deployment of enhanced technology solutions to serve higher customer needs and to achieve better
   productivity.
   The detailed Project scope is mentioned below in Section 2 of this RFP document.


2. Project Details

   2.1 Project Scope Overview
        2.1.1   The vendor is required to take total responsibility for providing the complete turnkey Video
                Conferencing (VC) solution including Hardware, Network components, Software and its
                maintenance, warranty, management and provide support for tenure of 5 years. The
                commercials for the same will be on a 100% ownership model (Capex).
        2.1.2   The vendor is required to deploy and provide the VC solution and necessary devices at the
                following premises of the Bank:

                Locations                      Premises
                Head Office (HO)               Board Room , CMD Office , ED Office , CGM Office ,
                                               GM (IT) Office (Annexure D)
                Zonal offices (ZO)             23 Zonal Offices (Annexure D)
                Local Head Office (LHO)        Bank Square, Sec-17B, Chandigarh (Annexure D)

                Staff Training College (STC)   Bank Square, Sec-17B, Chandigarh (Annexure D)




                                               Page 6 of 135
RFP for Video Conferencing


       2.1.3   In future Bank may extend the VC facility to branches/offices so the offered solution should
               be of High Quality, Reliable, Scalable, Easily usable and Manageable and Secure. Refer to
               Annexure E for minimum technical specifications of the VC components and Network &
               Security components
   2.2 Detailed Requirements
       2.2.1   The vendor shall be contracted for a period of 5 years and will enter into a Purchase contract
               with the Bank for supply of Video-Conferencing equipments as per models and
               specifications approved by the Bank.
       2.2.2   Design and implementation Plan: Bank expects the vendor to submit a detailed plan
               Annexure I for designing and implementation of the project which should include the full
               scope of the project as mentioned above. On acceptance of such plan by the Bank, the
               vendor is required to carry out the implementation including supply, installation,
               commissioning and testing of equipment etc. The vendors are expected to offer solutions
               covering all the functionality as mentioned in this RFP document. Incomplete response will
               not be considered and no correspondence in this regard will be entertained.
       2.2.3   Infrastructure Requirement:

               2.2.3.1         The following are the VC solution device requirements:
                Locations        Number of VC        Screen       Camera       Microphone       Speakers       Amplifier
                                 Setup
                HO (Board                1             65” x 2        2               2               4        200 W x 1
                Room)                                                                                          unit

                HO (CMD,                 5              46”           5              5          Inbuilt in     NA
                ED, CGM &                                                                       LCD
                GM-IT)

                Zonal Office            23              40”          23              23         Inbuilt in     NA
                                                                                                LCD

                Local Head               1              40”           1              1          Inbuilt in     NA
                Office,                                                                         LCD
                Chandigarh

                Staff                    1             65” x 2        2              2                4        200 W x 1
                Training                                                                                       unit
                College

                Total                   31
                Locations
                Optional                 5              24”           5              5                5             NA
                item 1

                Optional         Note: The Vendor needs to factor additional licenses for setting up 6 VC endpoints.
                item 2



Vendor is required to supply, install and maintain optional items for the period of contract, this will
be an optional item 1 and 2 in Commercial Bill of material (Annexure H), and however same will be
part of Total Cost of Ownership (TCO)
               Note: Common Premises Address (same building different floors)
               Locations                                 Address
               HO - Board Room, CMD , ED, CGM &          Punjab & Sind Bank, H.O.21 Rajendra Place,
               GM(IT)                                    New Delhi – 110 125
               Zonal Office – Chandigarh I ,             SCO 79-81, Bank Square, Sec-17B, Chandigarh
               Zonal Office - Chandigarh II ,
               Zonal Office - Haryana
                                                       Page 7 of 135
RFP for Video Conferencing


LHO
STC


Approximate Dimension for CMD, ED, Board Room , CGM and GM(IT) are as follows

                      Height                Length                 Breadth
 CMD                  8 feet                28 feet                22 feet
 ED                   8.5 feet              26 feet                16 feet
 Board Room           8 feet                40 feet                22 feet
 CGM                  8.5 feet              26 feet                16 feet
 GM(IT)               8.5 feet              26 feet                16 feet

Based on the above room dimension data, VC SI needs to appropriately size and provide
VC components. The Vendors can schedule an appointment with the Bank and site the
locations for conducting their survey. Refer to “Annexure E” for Technical Specifications of
the VC Equipments.


2.2.3.2    The vendor should design and propose the architecture for implementing the VC
           solution.
2.2.3.3    The vendor need to accordingly design the VC solution based on the above
           distribution along with the associated infrastructural requirements. Furthermore,
           the Vendor is expected to assess the existing network infrastructure of the Bank
           for the VC locations and accordingly identify the equipments for
           upgrade/replacement in order for the VC solution to perform as per the
           requirements of this RFP.
2.2.3.4    The core infrastructure for the Video Conferencing solution needs to be setup at
           the Head Office. Therefore, the HO will serve as the DC for the Video
           Conferencing solution.
2.2.3.5    The Vendor is required to provide the Recording, Streaming and Playback device
           at HO. Refer to Annexure E for the technical specifications for the same
2.2.3.6    42U rack of reputed brand to mount VC components, Firewall, Multipoint Control
           Unit (MCU) and other devices for VC solution to be hosted at HO should be
           supplied by the Vendor. Bank will provide the space, power and necessary
           environmental infrastructure to host 42U rack at HO. Vendor is required to supply
           install and maintain structured cabling at HO as required for the proposed VC
           solution. Vendor is required to specify the bank power requirements for locations
           wherein proposed VC solution is to be implemented.
2.2.3.7    The Vendor shall be responsible for Supply, Installation, Commissioning and
           maintenance of the Configuration of the Video-Conferencing equipments
           including End Points, Multi-Conferencing Unit, support for external
           streaming/recording, Firewall NAT Traversal Solution and related software etc. as
           per specifications mentioned in the Annexure E- Technical Specifications of the
           RFP. All the equipment related to the functioning of the VC solution needs to be
           setup at the Bank‟s premises. The detailed address of the proposed Zonal Office
           location and Staff Training College are given in “Annexure D”.


2.2.3.8    The accessories required, if any, during the installation / operationalization /
           testing / commissioning of the supplied equipments at the identified Bank
           locations will be arranged by the vendor.




                                 Page 8 of 135
RFP for Video Conferencing


2.2.4   Functional Requirements:

        2.2.4.1   The solution should have conferencing and collaboration capabilities which
                  include audio, video and desktop PC based conferencing.
        2.2.4.2   The proposed VC solution should be end to end of HD1080p resolution, with
                  capability to handle conferencing of minimum 37 participants simultaneously at
                  any point of time from day one.
        2.2.4.3   The solution should also have functionality for one-to-one video conferencing and
                  multipoint conferencing through the MCU along with H.239 capability. The
                  solution proposed should have a provision for IP based audio calls.
                  The solution should facilitate scheduling conferences for peer to peer and for
                  different groups with timings. The scheduling of the VC should be either through
                  the calendar scheduling from email or through browser. The scheduling should
                  automatically forward the email to the participant/administrator of the conference
                  along with the details of URLs and the meeting ID and password. Also, the
                  system should be capable to dial out the participant in their IP phone to
                  participate in the conference.
        2.2.4.4   The solution should provide one window for each participant in a single screen
                  during the conference. For example if there are 20 participants in a conference,
                  20 windows should be viewed on the screen and the windows should be
                  manageable for convenience.
        2.2.4.5   The solution should have the functionality to connect mobile / wireless users for
                  audio conferences in a multipoint call over ISDN and IP network. The vendor
                  should integrate this functionality as and when Bank will decide to go for this
                  service without any additional cost to Bank.


2.2.5   Network and Security:

        2.2.5.1   Vendor is required to size the bandwidth at each of the VC location including at
                  HO, STC, ZO and other locations. Bandwidth will be provided by Bank on the
                  recommendations of the VC Vendor. The Vendor will be responsible for ensuring
                  compliance to the SLA with regards the sizing. The Vendor needs to do the sizing
                  based on the requirements of this RFP and the relevant applications / modules
                  being deployed. However the bandwidth requirement for each VC type has been
                  estimated as follows:


                   VC Type                 Minimum Estimated Bandwidth (Indicative)
                   Head Office              10 Mbps (over MPLS)
                   Zonal Offices            1 Mbps (per location over MPLS)
                   Staff Training           6 Mbps (over MPLS)
                   College + LHO, +ZO
                   CH1 , CH2 and
                   Haryana
                    rd
                   3 party including       2 Mbps (over internet)
                   IBA, Ministry of
                   Finance




                                       Page 9 of 135
RFP for Video Conferencing


2.2.5.2      The offered solution should allow external users securely over Bank‟s VCS
             through ISDN/Internet/IP based MPLS. Vendor is required to supply install and
             maintain necessary software and hardware at HO..
             Security of the solution: Being a financial institution, Bank expects that the
             solutions proposed facilitate necessary security checks and validation processes
             for ensuring secure access to the systems.
2.2.5.3      Vendor is required to supply install, and maintain Router at HO to connect over
             the Internet. The device support at least one ISDN PRI interface, high speed
             serial interface (minimum 2 Mbps and scalable to support upto 10 Mbps) with
             built in firewall and Intrusion Prevention System (Internal/External). The vendor is
             required to maintain the same for the period of contract. Refer to Annexure E for
             Details of technical specifications.
2.2.5.4      Multiple levels of authority: It is mandatory that the proposed solution provide
             multiple levels of access for users, managers, administrators etc., depending on
             their roles.
2.2.5.5      Network Infrastructure at VC locations

          2.2.5.5.1   Vendor needs to identify the network requirements at proposed VC
                      locations

          2.2.5.5.2   The existing Cisco Router(s) wherever required to be upgraded to
                      support IOS Intrusion Prevention System will be done by the bank.

          2.2.5.5.3   Based on the information provided by the Vendor, bank will get
                      upgraded the network devices where ever required. Refer to Annexure
                      N – Existing Bill of Material for existing router where VC needs to be
                      deployed.
2.2.5.6      It would be the responsibility of the vendor to ensure quality of design and
             performance. Vendor is required to design and propose a comprehensive VC
             solution based on the requirements of this RFP.
2.2.5.7      The vendor is required to supply, install and maintain for the period of contract
             one 24 port Ethernet Switch at HO and one at Chandigarh office.
2.2.5.8      The vendor is required to supply and install router at Chandigarh office and
             maintain the same for the period of contract. Refer to Annexure E for technical
             specifications of the router.
2.2.5.9      The vendor is required to do the cabling (structure cabling) for the VC devices to
             be networked and maintain the same for the period of contract.




                                 Page 10 of 135
RFP for Video Conferencing


2.2.6      Bandwidth:

        2.2.6.1      Bandwidth sizing will be done by the Vendor for locations where VC needs to be
                     deployed
        2.2.6.2      Vendor needs to liaison with Banks network service provider for bandwidth
                     requirement.
        2.2.6.3      HO is the central location for Video conferencing, hence all the video traffic from
                     VC locations should traverse to HO via MPLS cloud directly and other (CBS and
                     other banking applications) traffic from branches, ZO and HO should traverse to
                     DC and DRC via MPLS cloud. There should be two Point to Point links between
                     MPLS cloud and HO; each of equal capacity. In case one of the link fails, the
                     traffic should traverse through the other link
        2.2.6.4      Vendor is required to size the internet bandwidth required at HO for VC between
                     the HO users and any other 3rd Party locations (like IBA- Indian Banking
                     Association, Ministry of Finance etc). Internet link and internet bandwidth will be
                     provided by Bank
2.2.7      Responsibility Matrix

The responsibilities matrix for implementing the VC solution is briefed in the below table.
Activity                    Size      Design      Supply      Install      Maintain     Facilities
                                                                                        Management
Bandwidth                   Vendor    Vendor      Bank        Bank         Bank         Bank
                                                  Network     Network      Network      Network
                                                  Service     Service      Service      Service
                                                  Provider    Provider     Provider     Provider
Internet Bandwidth          Vendor    Vendor      Bank        Bank         Bank         Bank
Network Components          Vendor    Vendor      CBS         CBS          CBS          CBS
at ZO                                             SI/Vendor   SI//Vendor   SI//Vendor   SI/Vendor
Network & Security          Vendor    Vendor      Vendor      Vendor       Vendor       Vendor
components at HO -


2.2.8      End of Sales / End of Support

The Vendor should ensure that any equipment supplied as part of this RFP should not have either
reached end of sales / end of life for at least 3 years post date of acceptance of such equipment by
the Bank. Further any equipment supplied by the Vendor, should not have reached end of support
for at least 2 years from the date of contract expiry. . In the event if any equipment supplied by the
Vendor, reaches either end of sales / life or end of support as stipulated in this clause, within the
period of contract, the Vendor has to immediately replace the equipment at no additional cost to the
Bank.




                                           Page 11 of 135
RFP for Video Conferencing


2.2.9   Maintenance & Training
        ►   Maintenance
        2.2.9.1    The vendor should provide facility management to take care of the system,
                   scheduling conferences, maintaining users, groups, trouble shooting etc. for a
                   period of 5 years from its own premises.
        2.2.9.2    The Vendor should proactively monitor the VC systems. In case of any problem
                   observed or reported by the office, the Bank shall log a ticket with the Vendor and
                   the vendor should resolve the problem immediately. If the problem is related to
                   network configuration, the vendor should coordinate with the Network Vendor of
                   the Bank to resolve the same. Further, the vendor should arrange the engineer at
                   field to trouble shoot at branch / office level if necessary. The Vendor should
                   ensure that the resolution is in compliance with the Service Levels detailed in the
                   RFP.
        2.2.9.3    During the contract period, the vendor should apply patches and upgrades from
                   time to time without any additional cost to the Bank.
        2.2.9.4    The vendor should repair / replace/ provide standby the equipment in case of any
                   problem arising out of it and during the warranty/AMC period as per warranty
                   conditions.
        2.2.9.5    The vendor shall fine tune the video-conferencing equipments at identified Bank
                   locations during warranty and AMC period for smooth operations.
        2.2.9.6    The vendor should own the responsibility of maintaining the System Uptime and
                   Performance as per the defined SLAs for the period of contract.
        2.2.9.7    As per business need Bank may shift the Video-Conferencing equipments from
                   one location to another or within premises. The vendor shall be responsible for
                   shifting/packing/re-installation/commission, cabling etc. the equipments as per
                   the agreed cost/expenses. The Vendor needs to provide the rate card for the
                   same.

        ►   Training
        2.2.9.8    On completion of the installation of the VC solution, the vendor will provide
                   necessary training to the Bank‟s technical staff. The training will cover
                   installation, implementation, administration, usage, troubleshooting and
                   interpretation of reports, logs etc. This training will be conducted at Bank‟s
                   premises (Delhi and Chandigarh). The number of users to be trained is minimum
                   3 users per location within 3 to 4 batches.
        2.2.9.9    The vendor should provide the complete documentation of the project
                   encompassing the Solution design, sizing, the Bank‟s specific user Manuals,
                   FAQs, Training material etc both in hard copy and soft copy.
        2.2.9.10   The vendor shall conduct the Video-Conferencing session from the identified
                   Bank location with Head Office through MPLS VPN Cloud, Delhi location after
                   initial installation as a demonstration session.
2.2.10 Technical Requirements:




                                       Page 12 of 135
RFP for Video Conferencing


            2.2.10.1   Bank wants to connect Head Office Delhi which has CMD, ED , CGM , GM (IT)
                       offices & Board room on different floors in the same Building) with 23 Zonal
                       offices spread across India, Staff Training College (STC) Chandigarh and Local
                       Head Office (LHO) Chandigarh (both are at different floors in same building)
                       through existing IP based MPLS VPN. This solution should be connectable from
                       other 3rd Party locations (IBA, NIBM Pune , Ministry of Finance) through
                       MPLS/ISDN/Internet securely. IBA, NIBM Pune, Ministry of Finance are separate
                       entities and have already deployed VCS. The offered solution shall be compatible
                       with the existing Video-Conferencing equipments solutions available in India. The
                       solution should be deployed in one go or in different phases if suggested by the
                       Bank. The offered solution should be standards-based that is interoperable with
                       video equipment from any manufacturer. The complete solution should also
                       comply with IPv6. The Bank should be able to conduct Video Conference in one
                       to one, one to many and many to many through Bank‟s WAN network (IP) or
                       ISDN or mix of both. Hence all the video conferencing solution should have
                       capability to support ISDN, IP or mix of both.
            2.2.10.2   The Vendor should have minimum 12 support centres located across the metros
                       in order to support HO, 23 Zonal Office locations and offices where VCS will be
                       deployed. Full address of the support centre along with the name and telephone
                       number of contact persons has to be submitted by the Vendor. Refer to
                       Annexure F – Details of Service centres.
            2.2.10.3   The Vendor should have a centralized 24*7 operational help desk for complaint /
                       call logging, assigning/allocation, automated tracking etc. Information regarding
                       help-desk and escalation matrix should be submitted as per the Annexure B
                       provided in RFP for the proposed Video-conferencing centres mentioning therein
                       details like name of contact person, phone no, location, process of complaint
                       booking and resolution etc.
            2.2.10.4   The minimum technical specification is attached as “Annexure E”. The Vendors
                       are required to offer their compliance to the requirements.
2.3 Delivery, Installation and Commissioning of Items


    Project Phase                                    Timelines
    Delivery of all the offered equipments 6 weeks from date of Purchase Order
    including network and security components at
    the intended site
    Verification of all the equipments in the Within 1 week from the date of delivery of
    presence of Bank‟s officials                   equipments
    Installation and commissioning of all 8 weeks from date of Purchase Order
    equipments
    Inspection     and    Acceptance     of   all 10 weeks from date of Purchase Order
    equipments
    Note : In States where Road Permits are compulsory, delivery, installation must be completed
    within 8 weeks from the date of Purchase Order

    Appropriate insurance to cover the ordered item(s) for the transit period and till the time of its
    acceptance by the Bank at the respective site is to be taken by the Vendor. The cost of the
    insurance will be borne by the Vendor. At the discretion of the Bank, there will be an acceptance test
    conducted by the Vendor in presence of the Bank official(s) and/or its nominated consultant(s) after
    installation of complete item(s). In case of serious discrepancy in Video-Conferencing equipments
    supplied, the Bank may cancel the entire purchase order and return the item(s) back to the Vendor
    at Vendor‟s costs and risks. The Vendor shall give acceptance of the order within two week from the
    date of purchase order. Bank has right to cancel the order, if the same is not accepted within the
    stipulated period from the date of order.HO Delhi and Chandigarh electrical points and LAN cabling
    to be done by vendor.
                                           Page 13 of 135
RFP for Video Conferencing


    The Bank will not arrange for any Road Permit/Sales Tax clearance for delivery of Equipments to
    different locations and the Vendor is required to make its own arrangements for delivery of
    Equipments to the locations as per the list of locations/sites provided from time to time by the Bank.
    However, the Bank will provide letters/certificate/authority to the Vendor, if required.


2.4 Service level Agreement
    1.    The selected vendor will sign service level agreement with the Bank to ensure the Service
          Levels are adhered.
    2.    Annexure K contains the SLA which includes essential parameters.
             Working days: Seven days a week (Monday to Sunday)
    3.    Response/Resolution for HO/STC /LHO VC infrastructure: The problem should be resolved
          within 2 hours from the time call is logged. The reporting may be through any mode of
          communication.
    4.    Response/Resolution for ZO VC infrastructure: The problem should be resolved within 4
          hours of from the time call is logged. The reporting may be through any mode of
          communication.


    2.4.1    Facilities Management

    The vendor will provide Facility Management Services from its own location for a period of 5 years.
    The vendor should provide a FM engineer having experience in setting up and management of VC
    systems with multi site audio/video/Web conferencing at the bank location as and when problems
    encountered by the bank need to be resolved. However, one resident engineer has to be provided
    by Vendor at HO – Delhi.




    2.4.2    Video conference solution equipment specifications:

    Vendors should supply all the equipment sourced from single OEM for individual solutions except
    servers, LCD panels, microphone, amplifier, other network equipment (routers, switches).


2.5 Payment Terms
    The Vendor must accept the payment terms proposed by the Bank. Bank will deduct TDS (Tax
    Deduction at Source) and any other statutory taxes from payments made to vendor. The Bank will make
    payment as per following scheduled terms.




    2.5.1    Hardware, Software and Implementation of VC solution – One time charges

         60% on successful delivery , implementation ,completion, acceptance and signoff of the VC
         solution;
         40% on successful error free functioning of VC solution after 2 months acceptance sign off and
         submission performance bank guarantee.

    The vendor will be required to furnish the documentary proof of delivery, installation and acceptance
    duly signed by the Bank officials posted at Zonal Offices while claiming the payment.

    2.5.2    Facilities Management:

                                           Page 14 of 135
RFP for Video Conferencing


    The annual amount to be paid towards facilities management would be divided into 4 equal
    instalments, to be paid quarterly at the end of each quarter. The first quarter would begin from the
    date of completion of successful implementation and subsequent signoff by the Bank for the VC
    solution.

    2.5.3    Training
    100% of the Training cost will be paid at the once training is concluded for that particular batch.

    The Bank shall pay each undisputed invoice raised in accordance with this RFP and subsequent
    agreement, within thirty (30) Days after its receipt.

    Any objection / dispute to the amounts invoiced in the bill shall be raised by the Bank within
    reasonable time from the date of receipt of the invoice. Upon settlement of disputes with respect to
    any disputed invoice(s), the Bank will make payment within thirty (30) days of the settlement of such
    disputes.


2.6 Further Orders
    The Bank may place further orders for supply, installation, commissioning, and maintenance of
    any/all Video-Conferencing equipments/components at the same rate and terms & conditions as per
    the purchase Contact entered into with finally selected Vendor within 18 months period from the date
    of first purchase order. However, if during the said period of contract, any downward price-revision
    for any of Video-Conferencing equipments occurs, and then Vendor must offer the same to the Bank
    without any delay and request from the Bank.

2.7 Order Cancellation
    The Bank reserves the right to cancel the purchase order in the event of one or more of the following
    situations:

         1. Delay in supply, installation, and commissioning of Video-Conferencing equipments, beyond
              agreed delivery timelines.
         2. Deviations of the Video-Conferencing equipments proposed from those mentioned in the
              RFP including non-integration of these equipments with Bank's infrastructure as mentioned
              in Scope of Work above to the satisfaction of the Bank.
    In the event of order cancellation the Vendor shall be responsible to take back the faulty equipments
    at their cost & expenses. In the event of cancellation of order, the Bank shall have the right to invoke
    the Performance Bank Guarantee (PBG) submitted by the vendor Annexure L.

2.8 Manuals/Guides
    The equipments will have to be supplied with all the manuals/guides in electronic form and/or printed
    booklet(s) as provided by the respective Original equipments Manufacturers. All the manuals/guides
    should be in English only.
2.9 Warranty




                                            Page 15 of 135
RFP for Video Conferencing


    All hardware/software /license /firmware supplied should be covered by comprehensive on-site
    warranty for 1 year and Maintenance/ ATS for 4 years by the vendor from the date of installation and
    acceptance of the system by the Bank. This includes updation of latest patches of software,
    configuration, including its components, providing latest version (software subscription), of the
    software/license etc. as and when released by the OEM of equipments will be supplied by the
    vendor. The Vendor shall be fully responsible for the warranty of all equipments, accessories, spare
    parts, software, etc. against any defects arising from design, material, manufacturing, workmanship
    or any act or omission of the manufacturer and/or Vendor and any defect that may develop under
    normal use of supplied equipments during warranty period. During the Warranty period of
    equipments, vendor shall not assign any kind of maintenance like hardware, software, upgradations
    etc. related to these equipments to any third party. Warranty should not become void if the Bank
    buys any other supplemental hardware from third party and installs it with/in these machines.
    However, the warranty will not apply to such hardware items installed. The warranty and
    maintenances costs of the VC infrastructure need to be factored in the AMC – ATS section of the
    bill of material.

    Warranty should cover the following:-

    a) Service support should be available on 24*7*365 basis.

    b) Warranty should cover updates/maintenance patches/bug fixes (available from the original
       software Vendor) for system software & firmware patches/bug fixes, signatures, if any, for
       hardware.

    c) The vendor should provide onsite preventive maintenance on quarterly basis.

    d) The vendor shall obtain written acknowledgement from the Bank after completion of warranty
       period for successful sign off of warranty period.



2.10 Failure of equipments
    If, during the AMC period, any equipments fails to function properly four or more times during a
    quarter due to any reason except force majeure event, the vendor shall arrange replacement of the
    same by new equipments of same or higher configuration, at no cost to the Bank within one week of
    time.

2.11 Facilities Management
    2.11.1 Services to be covered

            This section describes, but does not limit, the services required by the Bank for the next 5
            years. The Bank intends that the contract which is contemplated herein with the Vendor shall
            be for a period of 5 years, and shall cover all deliverables and services required to be
            procured or provided by the Vendor during such period of contract. The Vendor needs to
            consider and envisage all services that would be required in the maintenance of the
            facilities. FM for all purposes means all AMC, warranties, annual technical support and all
            other costs necessary and incidental for the maintenance and support of the infrastructure
            and equipment.
            The services would include:
                    Software Maintenance (ATS)
                    Support,
                    Hardware Management of LCD Panels, USB HD Camera, Video Phone etc and all
                    devices/components provided by the Vendor. (AMC)

                                            Page 16 of 135
RFP for Video Conferencing




2.11.1.1 Software Maintenance:

        2.11.1.1.1   The Software Maintenance and Support Services contemplated herein
                     shall be provided for all Licensed Software implemented by the Vendor
                     for the period of the contract. The solution vendor shall render both on-
                     site and off-site maintenance and support services to the Bank to all the
                     designated locations. The Vendor shall provide remote trouble shooting
                     / customer support mechanism from its premises. The Maintenance
                     and Support Services shall be provided for all the locations where the
                     VC solution has been implemented
                     The Maintenance and Support Services will cover: All product
                     upgrades, modifications, enhancements that have to be provided to the
                     Bank free of charge. The Vendor will also be responsible for all solution
                     and version migrations and performance tuning during the period of the
                     contract and no additional charges would be paid by the Bank for the
                     same. Vendor to provide additional training in view of any changes in
                     the software versions, during the period of contract without any extra
                     cost

        2.11.1.1.2   Upgrades would include product releases made by the Vendor to
                     incorporate technological changes, consolidating all bug fixes,
                     consolidating all enhancement requests made by the Bank.

        2.11.1.1.3   Modifications would include minor changes, bug fixes, error resolutions
                     and minor enhancements that are incidental to proper and complete
                     working of the Application.

        2.11.1.1.4   Enhancements would include changes to the licensed software, which
                     are of software fine tuning in nature. All requests for Enhancements
                     that may be required for any reason by the Bank shall be made in
                     accordance with the procedures to be established by the Bank in this
                     regard. The Vendor shall rectify any corruption in the application
                     software or media at no extra cost to the Bank.
2.11.1.2 Support:
        The Vendor is required to provide sound after-sales service/support by arranging
        timely attending of calls received from the offices where the Video-Conferencing
        equipments have been supplied & installed and problem rectification through
        competent service engineers. The desired support time should be uniformly
        maintained at all the sites. The Vendor has to maintain sufficient inventory of spare
        parts/equipments at all the support centers to avoid unnecessary delay in obtaining
        the spare parts/equipments. The Vendor must supply the details of its
        service/support infrastructure meant for registering the complaints along with the
        contact numbers like mobile nos., phone nos., electronic mail addresses and names
        etc. of its service engineers Annexure F.
2.11.1.3 Hardware Management:

        2.11.1.3.1   As a part of FM the Vendor shall provide services relating to
                     maintenance and support to VC hardware and other peripherals that
                     have been supplied by the Vendor.

        2.11.1.3.2   The Vendor shall provide a single-point-of-contact to End Users for the
                     resolution of Hardware related problems or for requesting an equipment
                     upgrade or consultation.

                               Page 17 of 135
RFP for Video Conferencing


2.11.1.3.3   During the breakdown of the “VC Hardware” the Vendor shall provide
             standby equipment of the same make / model or of higher configuration
             in place of the original equipment taken to their premises / service
             centre, etc. for repair / replacement.

2.11.1.3.4   If the items of “VC Hardware” are to be replaced permanently the
             Vendor shall replace the equipment of same Make/ Model/configuration
             or of higher configuration. However, the Bank may accept different
             make/model/ configuration at its discretion if the original make/model/
             configurations are not available in the market due to obsolescence or
             technological upgradation, stoppage of the production of the same
             make/model/ configuration by the MANUFACTURER or cessation /
             winding up of the Company. The price benefit if any gained in the
             process by the Vendor, is agreed by the Vendor to be passed on to the
             Bank.

2.11.1.3.5   Vendor shall provide Hardware maintenance services including
             preventive maintenance (e.g., running standard VC diagnostics,
             machine cleaning, checking cables and ports), corrective maintenance
             to remedy a problem, and scheduled maintenance required to maintain
             the Hardware in accordance with manufacturers' specifications and
             warranties.

2.11.1.3.6   Vendor shall co-ordinate warranty repair or replacement service for the
             Hardware and process warranty claims, as applicable.

2.11.1.3.7   The Vendor agrees if any of the equipments is required to be taken
             outside the Bank premises - HO/LHO/STC/ZO the cost of transportation
             and other related costs will be borne by the Vendor.

2.11.1.3.8   Vendor shall be responsible for maintenance activities with the End
             User and appropriate support functions of the Bank (e.g. network
             support, facilities support, etc.).

2.11.1.3.9   The Bank will not be liable to pay any additional amounts in respect of
             any sort of maintenance required during the tenure of the contract.

2.11.1.3.10 Spare Parts: The Vendor shall ensure availability of spare parts for the
            supplied Video-Conferencing equipments for a minimum period of five
            years from the time of their acceptance. Thereafter, Vendor shall give
            at least twelve months notice prior to discontinuation of support
            services, so that the Bank may order its requirements of the spares, if
            desired. If any of the peripherals, components like expansion cards,
            memory etc., are not available or difficult to procure or the procurement
            is likely to be delayed for replacement, the replacement must be carried
            out with peripheral/component of equivalent capacity or higher capacity
            at no additional charges to the Bank, within the stipulated time as
            mentioned in the section 2.10 above. However, lower capacity of such
            replacement shall be permitted by the Bank on case-to-case basis
            subject to practical limitations of Video-Conferencing equipments for
            which such replacement is required.




                       Page 18 of 135
RFP for Video Conferencing


2.11.1.3.11 Annual Maintenance Contract (AMC): The vendor must provide annual
            maintenance of Video-Conferencing equipments for a period of 4 years.
            The vendor shall not outsource the maintenance work assigned by the
            Bank, to any third party and shall arrange attending of all complaints
            registered by the Bank officials through its own service/support
            infrastructure only. The Bank reserves the right to terminate the
            comprehensive AMC by issuing one month‟s notice to the vendor, if the
            services rendered by the vendor are found dissatisfactory, in which
            regard; the bank shall have absolute discretion. In that case, the vendor
            will refund the proportionate amount of AMC for the rest of the period of
            the AMC, if any. Not following all that is mentioned above, the Bank
            reserves the right to outsource the hardware maintenance work to a
            third party or the Bank may decide to perform the same through its
            internal resources. Whatever the case may be (either third-party
            maintenance or maintenance through internal resources), the Vendor(s)
            shall provide requisite maintenance training, technical know-how, and
            expert assistance to the persons and/or agencies, duly authorized by
            the Bank for this purpose. The responsibilities of the vendor during the
            AMC period are same as mentioned above in the section 2.10.




                       Page 19 of 135
RFP for Video Conferencing


3. Responses to RFP (Submission of Bids)

The submissions need to be made at the address given below, on or before 12:30 pm (Indian Standard
Time) as per the schedule given in the RFP. All envelopes should be securely sealed and stamped. The
authorized signatories of the Vendor should initial on all pages of the technical and commercial proposals.
The competitive bids shall be submitted in four parts viz.
    1. Eligibility Bid (accompanied by DD/PO for the purchase price of the RFP)
    2. Technical Bid
    3. Commercial Bid
    4. Bid security
    Eligibility, Technical and Commercial Bids shall be submitted in separate sealed sub-envelopes super
    scribing “ELIGIBILITY BID FOR PUNJAB & SIND BANK VC PROJECT TENDER REFERENCE
    NO.HOIT/RFP/11/2011-2012, Dated _________ SUBMITTED BY ….. ON….. AT NEW DELHI, DUE
    DATE _________”, “TECHNICAL BID FOR PUNJAB & SIND BANK VC PROJECT TENDER
    REFERENCE NO. HOIT/RFP/11/2011-2012, Dated ________, SUBMITTED BY ….. ON…..AT NEW
    DELHI, DUE DATE __________ ” and “COMMERCIAL BID FOR PUNJAB & SIND BANK VC PROJECT
    TENDER REFERENCE NO. HOIT/RFP/11/2011-2012, Dated _________ SUBMITTED BY …..
    ON…..AT NEW DELHI, DUE DATE _________”.
    The Bid security should be enclosed in the fourth sub-envelope super scribing “BID SECURITY FOR
    PUNJAB & SIND BANK VC PROJECT TENDER REFERENCE NO. HOIT/RFP/11/2011-2012, Dated
    _________, SUBMITTED BY ….. ON ….. AT NEW DELHI, DUE DATE __________”.
    These four separate sealed sub-envelopes should be put together in another sealed master envelope
    super scribing “BID for PUNJAB & SIND BANK VC PROJECT TENDER REFERENCE NO.
    HOIT/RFP/11/2011-2012, Dated __________, SUBMITTED BY ….. ON…..AT NEW DELHI, DUE DATE
    _________”.
The response should be organized and submitted in the following manner:
Eligibility Bid
   Eligibility Criteria
   The Vendor needs to comply with ALL the eligibility criteria mentioned below to be evaluated. Non-
   compliance to any of these criteria would result in outright rejection of the Vendor‟s proposal without any
   recourse, except with appropriate indulgence by the bank entirely at its discretion. The Vendor is
   expected to provide proof for each of the points for eligibility evaluation. The proof provided has to be in
   line with the details mentioned in “Annexure G - Eligibility criteria”. Any credential detail mentioned in
   Annexure G and not accompanied by relevant proof documents will not be considered for evaluation. All
   credential letters should be appropriately bound, labeled and segregated in the respective areas. There is
   no restriction on the number of credentials a Vendor can provide.
   Vendor – the company submitting the bid who is solely responsible for the delivery of the scope of work
   of this RFP
   OEM of the MCU and end-points whose equipment has been proposed by the Vendor as per scope of
   this RFP
     I              Vendor Financial and other information                  Supporting Required
            Should be a public / private company registered in India   Vendor‟s      certificate      of
     1
            and                                                        Incorporation
            Should have been in existence for a minimum period of      Vendor‟s  certificate    of
     2
            5 years in India and                                       Commencement of Business
            Should have minimum turnover of Rs.100 crores per          Duly Audited copies of last 3
     3
            annum during the last 3 financial years and                years (2008-2009, 2009-2010,

                                                Page 20 of 135
RFP for Video Conferencing


                                                                        2010-2011) Balance Sheets
            Should be a profitable company for the past 3 financial     Profit and Loss Accounts
            years.                                                      statements of the last 3 years
     4
                                                                        (2008-2009, 2009-2010, 2010-
                                                                        2011)
    II               Vendor Credentials and Experience                       Supporting Required
            The Vendor should have had experience in                    Relevant Purchase Order‟s or
            implementing     Video       Conferencing     solution      client     reference      letters
            encompassing at least 10 end points and one MCU in          confirming     the    successful
     5
            at least one organization prior to Calendar year 2008       implementation      of     Video
            and                                                         Conferencing solution prior to
                                                                        calendar year 2008
            The Vendor should have implemented a Full High              Purchase orders or letters from
            Definition Video Conferencing solution encompassed a        organizations where the project
            minimum of 20 HD VC endpoints and at least one 40           was implemented
     6
            port HD MCU. for at least THREE organizations, of
            which ONE implementation should be for a Public
            Sector Bank in India
    III               OEM Credentials and Experience                         Supporting Required
            Should be a profitable company for each of the previous     Profit and Loss Accounts
            3 financial years and                                       statements of the last 3 years
     7
                                                                        (2008-2009, 2009-2010, 2010-
                                                                        2011)
            The OEM should have supplied a 40 port HD MCU with          Purchase orders or letters from
     8      40 end points to at least 2 organizations in India in the   organizations    where       the
            past 2 years.                                               equipment was installed.




Technical Bid
    1. Table of Contents (list of documents enclosed)
    2. 1 copy of the technical proposal with pages properly numbered. The technical proposal should be
       bound in such a way that the sections of the proposal could be removed and separated easily;
    3. 1 compact disk (CD) containing the soft copy of technical proposal should be provided A masked
       copy of the entire price bid after masking the prices should accompany
    4. Copy of the RFP document duly putting the seal and signature on all the pages of the document for
       having noted the contents and testifying conformance to the terms and conditions set out therein
       should also be enclosed in the Master Envelope.
Commercial Bid
    1. Table of contents(list of documents enclosed)
    2. 1 hard copy of the commercial proposal.
    3. 1 compact disk (CD) containing the soft copy of the commercial proposal.


Please note that if any envelope is found to contain eligibility, technical and commercial offer in a single
envelope, then that offer will be rejected outright.
The Vendor should certify that the contents of the CD‟s are the same as that provided by way of hard copy.
In the event of a discrepancy, details provided in the hard copy will be true.


   3.1    Contact Details for Responding to the Proposal
                                                Page 21 of 135
RFP for Video Conferencing


The interested eligible vendor may collect this RFP from the Head Office Information & Technology
Department, located at following address after depositing a non-refundable Demand Draft / Pay Order for
Rs. 5,000/-(Rupees Five Thousand Only) favouring the Punjab & Sind Bank. The RFP can be collected
from 10:00 AM to 02:00 PM on Saturdays and 10:00 AM to 05:00 PM on working days from till last date
for bid-submission. The RFP can also be downloaded from the Bank‟s website, i.e.
http://www.psbindia.com. However; the vendor shall have to submit a Demand Draft / Pay order as above
along with the bid. The Bank shall not consider any request for date-extension for bid-submission on
account of late receiving/downloading of RFP by any prospective vendor. The bids, not accompanied by
the Demand Draft / Pay Order of requisite amount shall be out rightly rejected. Bids duly sealed,
addressed to the Deputy General Manager (IT) should be delivered on or before due date & time. Bids
have to be dropped in the tender box.

Tender Box placed at the following address:
Punjab & Sind Bank
2nd Floor, HO Information Technology Department
21, Rajendra Place
New Delhi – 110125
The bids (arranged as mentioned above) are to be dropped into the Tender Box kept at Department of
Information Technology before the due date & time. The bid submitted anywhere else is liable to be
rejected.


3.2 RFP Coordinator
The Bank shall establish a RFP Coordinator (s) to provide a venue for managing Vendor relationships
and technical requirements through the Bank's decision-making body for contract clarifications. The
Vendor relationship manager will also enlist assistance as needed from members of various departments
within the Bank.
The Bank reserves the right to modify or eliminate the role of RFP coordinator or to establish any other
contract governance committee or organization that it may deem necessary.
     3.2.1   RFP Contact Person (s) in Bank
     1. For Functional-related queries and other tender related queries: Name – Mr Rajesh Dangi ,
        Senior Manager IT, E-Mail Address – dangi.rajesh@psb.org.in & Contact Number – 011 -
        25823354
     3.2.2   Proposal Format

     The Vendor‟s proposal must effectively communicate their solution and be formatted in the specified
     formats in order for the Bank to assess the alternatives. Therefore, proposals must be submitted with
     the following sections:
             i     Executive Summary
             ii    Video Conference Solution Provider Capability
             iii   Technical Bid
             iv    Commercial Offer
3.3 General Instructions
 i   The bank may at its discretion apply whatever criteria it deems appropriate for short-listing the
     Vendor‟s.
 ii The respondent should be capable of undertaking similar contracts with respect to people,
     infrastructure, finance and other resources. It is preferable that the respondent has established
     processes and methodologies for VC implementation.
 iii The bank reserves the right to accept or reject in part or full any of the offers without assigning any
     reason whatsoever.
 iv The Vendor needs to comply with all the eligibility criteria mentioned above. Non-compliance to any
     of these criteria would result in outright rejection of the Vendor‟s proposal.
                                              Page 22 of 135
RFP for Video Conferencing


 v The Vendor is expected to provide proof for each of the points for eligibility evaluation.
 vi All credential letters should be appropriately hard bound, labelled and segregated in the respective
      areas.
 vii There is no restriction on the number of credentials a Vendor can provide.
 viii Vendor‟s who meet the Eligibility Evaluation criteria of the RFP will only be considered for further
      rounds of evaluation.
 ix Any assumptions made by the Vendor‟s or their implementation partners in response of this RFP will
      be at their own risk and cost. The bank will not be liable for any such assumptions / representations
      made by the Vendor‟s or their vendors. The Bank‟s assumptions and decision will be final.
 x In the event the Vendor is submitting any purchase order/contract, the same would have to be
      accompanied with a letter from the bank referring to the purchase order/contract clearly and
      indicating that the work for which the purchase order/contract was issued has been satisfactorily
      completed or under satisfactory implementation for a period of more than 6 months by the
      Vendor/vendor. The purchase order/contract without the bank‟s letter will not be taken as a proof for
      evaluation.
 xi All the pages of the tender and Annexures should be properly page numbered.
 xii The Vendor has to ensure completeness and accuracy of the commercial bids in terms of the
      computation and arithmetical accuracy of the bid and any totalling errors noticed would be added
      back for computing the TCO. However, it will be the discretion of the bank whether or not to pay the
      additional amount to the Vendor.
 xiii The vendor should not have been blacklisted by any central/state government organization/public
      sector undertaking self declaration to that effect should be submitted – Annexure V


3.4 Eligibility Bid
     3.4.1    Response Format for Eligibility
             i   The prime vendor has to submit the response in hard copy and soft copy (in CD). All
                 CD‟s submitted should be neatly labelled and should also include the name of the
                 vendor. All the hard copies should be stamped & signed by the vendor.
             ii A hard copy of the credential letters from banks / financial institutions neatly bound,/
                 labelled and properly page numbered.
             iii Scanned copy of the credential letters from banks / financial institutions, labelled.
             iv The Vendor‟s have to submit the soft copy of all documents for the RFP organized in
                 appropriate directory structures. E.g. the financial information should be under the
                 Financial Information Directory etc. Information should not be submitted in an
                 unorganized manner.
     3.4.2   Executive Summary
             i     Introduction to the project
             ii    Background of the Vendor and information
             iii   Solution Vendor‟s and a brief write up on them
             iv    A brief summary of understanding of the banks requirements, Vendor‟s capabilities,
                   solution / product description.

     3.4.3    Video Conference Solution Provider Capability
             1) Solution Provider details
                a. Provide the necessary documentation in support for the solution provider of the
                     following:
                      Corporate structure, founder, and related history of the company
                      Ownership structure
                      Number of years in this business and relevant business lines
                      Specific certifications (SEI CMM, SAS 70, ISO 27001, ISO 9001:2000, etc.)
                         (Copy of the certificate(s))
                                                Page 23 of 135
RFP for Video Conferencing




            2) Product Information
               a. The product information and your responses to the requirements and criteria listed
                   should be precise and easy to follow, as it will significantly impact your evaluation as
                   a solution provider.
               b. The information on your company‟s product, should include the following:
                    Product Name
                    Description of the software
               c. Please provide the following information for each product offered by you in the
                   above categories:
                    Features of Product:
                        Versions & Release dates
                        Functionality
                        Security aspects
                        Hardware requirements
                        Software requirements
                        Database (where applicable)
                        Licensing information & costing
                    Implementation Details:
                        Time-frame
                        Skills required for usage
                        Training provided (for usage)
                    Maintenance support
                    Number of years since the product has been in operation
                    Vendor‟s plan to introduce future releases and enhancements
                    Any other information considered relevant by you for the purpose of evaluation

            3) Experience

               Key people who will be involved in the project across functions:

                Role in Project      Experience
                Project Director       Minimum of 5 years work experience in similar field
                                       Been on the Vendor‟s payroll since the past 5 years
                                       Should have been a Project Director for a similar
                                        implementation
                Project Manager        Should have at least 8 years of work experience
                                       Should have been on Vendor‟s payroll since the past 3
                                        years
                                       Should    have    experience     in    executing    similar
                                        implementations
                Technical    Team      Should have at least 4 years of work experience
                Leaders                Should have been on Vendor‟s payroll since the past 2
                                        years
                                       Should    have    experience     in    executing    similar
                                        implementations



3.5 Technical Bid
    The technical bid should be structured in the following sequence
    3.5.1   Covering letter as per Annexure C
    3.5.2   Executive Summary



                                           Page 24 of 135
RFP for Video Conferencing


    The Executive Summary should be limited to a maximum of three pages and should summarize the
    content of the response. The Executive Summary should initially provide an overview of Vendor's
    organization and position with regards to software and professional services in Banking Sector. A
    summary of the Vendor's products and services that will be provided as a part of this procurement
    should follow. A brief description of the unique qualifications of the Vendor should then be provided
    followed by a summary on capabilities such as resources and past experience of implementing such
    products. Information provided in the Executive Summary is to be presented in a clear and concise
    manner.


    3.5.3   Technical Requirements

            3.5.3.1 The System Features Section of the Vendor‟s proposal must consist of a response
                     to the technical requirements. The Vendor should clearly communicate how the
                     proposed system will address the technical requirements defined in Annexure E of
                     this RFP.
            3.5.3.2 Detailed Work Plan (Project Plan) and Personnel schedule for all the areas as
                     mentioned in Section 2.1 “Project Scope”, of this document as per Annexure I –
                     Work Plan Schedule. A PERT chart providing the split up of the project work and
                     scheduled date of commencement of delivery and completion of the project should
                     also be provided;
            3.5.3.3 Copy of Price Bid without commercials as per Annexure M –Technical Bill of
                     Materials and mention the technical details;
            3.5.3.4 Established Service Centre location details as per Annexure F;
            3.5.3.5 Manufacturer Authorization Form [MAF] for the Equipments / Hardware items
                     offered for Video Conferencing Solution as per Annexure A;
            3.5.3.6 Technical Compliance Statement – Annexure W
            3.5.3.7 Queries in the format as given in Annexure J.


3.6 Commercial Bid
    The Commercial Bid should give all relevant price information and should not contradict the
    Technical Bid in any manner.
    There should be no hidden costs for items quoted. The offer must be made in Indian Rupees only
    and the offer should include all applicable taxes and other charges, if any. The format for submission
    of Commercial Bid is as follows:
       Annexure H – Commercial Bill of Materials
       Annexure H – Commercial Bill of Material should match with Annexure M – Technical Bill of
       Material.




                                            Page 25 of 135
RFP for Video Conferencing


4. Evaluation Methodology

  4.1 Introduction
         The evaluation methodology will be a three-stage process.
         The Phases are:
         Phase 1 - Eligibility Evaluation
         Phase 2 - Technical Evaluation
         Phase 3 – Commercial Evaluation
         Vendor‟s who meet the eligibility criteria will be eligible for the Technical evaluation.
         Vendor‟s who will qualify technical evaluation criteria will be qualified for the Commercial evaluation.
  4.2 Phase 1: Eligibility Evaluation
         The Eligibility Criteria for the Vendor‟s is mentioned in Annexure G of the RFP document. The
         Vendor needs to comply with all the eligibility criteria mentioned to be evaluated in Phase 2. The
         supportive documents for eligibility proof needs to be provided. There will be no scoring involved in
         the Eligibility Evaluation.
  4.3 Phase 2: Technical Evaluation
         The evaluation will be done on a total score of 700.
          Sr. No          Technical Evaluation Phase                                       Maximum
                                                                                           Marks
                 1        Compliance with Technical           Specifications   (Provide       450
                          compliance in Annexure E)
                 2        Vendor and OEM capabilities                                         200
                 3        Technical Presentation                                               50
                          Total                                                               700
          Refer to Section 4.4 Short listing for details on evaluation scoring.
          The Vendor needs to achieve a cut – off score of 500 out of 700 for the Proposal
          Evaluation independently to be qualified for Phase 3 - commercial bid evaluation.
         4.3.1       Compliance with Technical Specification – Scoring Methodology

     Sr. No          Details of Technical Specification (Refer Annexure E)           Maximum Marks
     1               Compliance to MCU specification                                 200
     2               Compliance to End Points specification                          50
     3               Compliance to Management & Scheduling and Call Control          50
     4               Compliance to Firewall and Recording & Streaming Solution       50
     5               Compliance to LCD panels specification                          20
     6               Compliance to Ethernet Switch and Router specification          30

     7               Compliance to Functional requirement                            50
                     Maximum Marks                                                   450
     Bank at its discretion may reject the bidders proposal if there are non compliance observed in
     Annexure E – Details of Technical specification and Annexure W – Technical Compliance Statement



                                                   Page 26 of 135
RFP for Video Conferencing


            4.3.2     Vendor and OEM Capabilities

            The Bank would evaluate the Vendor based on the Vendor and OEM capabilities for having
            implemented the VC solutions in India.

Sr. No.                                                   Vendor Capabilities

                                                                          Scoring Methodology      Maximu    Annexure
              Detailed Requirements           Support Requirements
                                                                                                   m Marks
          Vendor should possess valid         Vendor‟s Copy of          Marks for each
          ISO certification                   Certification for ISO     certificate:
                                                                                                     15
                                              27001, ISO 9001 and
              ► ISO 9001                                                ISO 9001 – 5 marks
                                              ISO 14001
  1           ► ISO 14001                                               ISO 14001 – 5 marks

              ► ISO 27001                                               ISO 27001 – 5 marks



                                                                        No Certificate – 0 marks

          Vendor Support Centre for           Support Centre            12 x 7 Vendor Support
          providing 24x7 Telephonic                                     Centre – 10 marks
                                              Provide 24x7                                           20
          services
                                              Telephonic Services       24 x 7 Vendor Support
  2                                                                     Centre – 20 marks

                                                                        No / any other Vendor
                                                                        Support Centre – 0
                                                                        marks

          Vendor must have minimum 5          Details of expert level   Less than 5 – 0 marks                Annexure
          expert level trained and            trained and Certified                                             P
                                                                        5 trained and certified
          Certified Personnel of OEM          Personnel of OEM
                                                                        personnel of OEM – 10
          across India and should             across India with                                      30
                                                                        marks
          provide the details of these        supporting documents
  3       personnel with their training &                               > 5 and <= 10 trained
          certification details, identified                             and certified personnel
          for executing the scope of                                    of OEM – 20 marks
          work as detailed in the
                                                                        >= 11 trained and
          bidding document.
                                                                        certified personnel of
                                                                        OEM – 30 marks

          The Vendor must have the            Vendor should provide     Less than 3 Video
          experience of successful            Purchase order and        Conferencing projects –
          implementation of minimum 3         letter from the           0 marks
          full high definition Video          organization in India                                  20
                                                                         3 Video Conferencing
          Conferencing projects with
                                                                        projects in India – 10
          minimum 20 HD VC end
                                                                        marks
  4       points in organization in India
          each comprising supply,                                       >3 and < = 5 Video
          installation, operationalization                              Conferencing projects in
          and maintenance of Video                                      India – 15 marks
          Conferencing facility from the
                                                                        > = 6 Video
          last 3 years.
                                                                        Conferencing projects in
                                                                        India – 20 marks




                                                           Page 27 of 135
RFP for Video Conferencing


          Vendor must have experience    Vendor should provide     30 end points in single
          of successful implementation   Purchase order and        organization – 10 marks
          of Video Conferencing          letter from the
                                                                   40 end points in single
          solution in a single           organization                                            30
  5                                                                organization – 20 marks
          organization with 30 or more
          endpoints                                                50 or more end points in
                                                                   single organization – 30
                                                                   marks

          Vendor should adhere to        Vendor should give        Submission of Project                Annexure
          timelines and coverage of      detailed project plan     Plan with complied                      I
                                                                                                 10
          Task as mentioned in the       which complies with       timelines – 10 marks
  6       RFP.                           the RFP timelines.
                                                                   Non submission of
                                                                   Project plan with non
                                                                   complied timelines – 0
                                                                   marks

                                                                   Compliance to SLA – 10               Annexure
          Vendor should adhere to the    Vendor should comply      marks                         10        K
  7       SLA defined in the RFP.        to the RFP SLA.           Non compliance to SLA
                                                                   – 0 marks

Sr. No.                                              OEM Capabilities

                                                                       Scoring Criteria        Maximu   Annexure
                                               Support
            Detailed Requirements                                                                m
                                             Requirements
                                                                                               Marks
          The OEM custom duties paid     The vendor should         1) One or more centres               Annexure
          spares depot in the country    submit the list of the    in Delhi & NCR – 15                     Q
          for faulty hardware            OEM depots. The           marks
          replacement                    OEM should have a                                       30
                                                                   2) One or more centres
                                         custom duty paid
                                                                   in Punjab (including
                                         depot at New Delhi or
                                                                   Chandigarh) – 10 marks
                                         NCR region and at
                                                                   3) One or more centres
                                         PSB zones.
                                                                   in - Mumbai or Chennai
  8                                                                or Kolkata – 5 marks.

                                                                   Centres as follows-

                                                                   4) – (1) + (2) = 25 marks

                                                                   5) – (1) + (3) = 20 marks

                                                                   6) – (2) + (3) = 15 marks

                                                                   7) - (1) + (2) + (3) = 30
                                                                   marks

          OEM to provide 24x7x365        Details with address,     12x7x365 technical                   Annexure
          technical support centre in    toll free number, email   support centre in India –               R
                                                                                                 20
          India.                         address of OEM            10 marks

                                                                   24x7x365 technical
  9
                                                                   support centre in India –
                                                                   20 marks

                                                                   Any other service times
                                                                   = 0 marks




                                                      Page 28 of 135
RFP for Video Conferencing


       OEM should have at least 5        Details with address &      Less than 5 OEM offices             Annexure
       Number of OEM offices in          Phone Number of             – 0 marks                              S
       India                             OEM
                                                                     >= 5 and < 10 OEM
10                                                                                                 10
                                                                     offices – 5 marks

                                                                     >= 10 OEM offices – 10
                                                                     marks

       ISO 9001 Certification for        Copy of Certificate         ISO 9001 Certification        5
       OEM equipment                     should mention OEM          for OEM – 5 marks
11     manufacturing facility            equipments or OEM
                                                                     No Certification – 0
                                         name
                                                                     marks

                                         Maximum Marks                                             200


         4.3.3    Technical Presentation

         The Bank would request the short listed Vendor‟s to present and demonstrate the proposed solution,
         the project plan and facilities management.
         A total of 50 marks have been assigned for the Technical Presentation.
           Sr.
                             Technical Presentation Evaluation                       Maximum Marks
           No.
          1       Technical Presentation of the proposed solution
                  to the Bank – Broad Assessment parameters (not
                  restricted to):-
                         ►    Key features of proposed VC solution                            50
                         ►    Scope of Work
                         ►    Project Plan
                         ►    Team Structure
                         ►    Facilities Management



     4.4 Short Listing
         The Vendor needs to achieve a cut – off score of 500 out of 700 for the Proposal Evaluation
         independently to be qualified for Phase 3 - commercial bid evaluation. In the event only one Vendor
         qualifies the Bank will have the right to open the commercial bid of that single qualified Vendor. In
         the event that none of the Vendors qualify, then the Bank at its sole discretion may choose to select
         two Vendors who have achieved the top 2 scores to qualify for the next phase. In case only one bid
         is received, then the Bank reserves the right to either evaluate the single bid or re-tender. The Bank
         retains the right to decide upon the final approach to be taken by for Vendor short listing and the
         same may be different from the ones stated above. The decision of the Bank shall be final and
         binding in that regard.
         Based on sum of the proposal evaluation scores obtained, the Vendors will be categorized as T1,
         T2, T3 etc. on the basis of their individual scores obtained. (In the descending order, i.e. T1 being
         the Vendor with the highest score, followed by T2 with the next highest score and so on.)
         Also, the Bank may, at its sole discretion, decide to seek more information from the respondents in
         order to normalize the proposals. However, respondents will be notified separately, if such
         normalization exercise is resorted to.
     4.5 Phase 3: Commercial Evaluation
         The Commercial Bids of only technically qualified Vendors from the Phase 2 – Technical Evaluation
         will be opened and evaluated by the bank. The commercial evaluation will take into account on the
         following factors
                                                     Page 29 of 135
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp
Punjab & sind bank rfp

More Related Content

What's hot

Kaliluni coffee factory mmm
Kaliluni coffee factory mmmKaliluni coffee factory mmm
Kaliluni coffee factory mmm
Michael Wambua
 
Business Development Proposal Project for a Retail Merchandising Service Comp...
Business Development Proposal Project for a Retail Merchandising Service Comp...Business Development Proposal Project for a Retail Merchandising Service Comp...
Business Development Proposal Project for a Retail Merchandising Service Comp...
Dragan Ocokoljic
 

What's hot (18)

VAT
VATVAT
VAT
 
ZONG Internship Report
ZONG Internship ReportZONG Internship Report
ZONG Internship Report
 
Sample Business Plan
Sample Business PlanSample Business Plan
Sample Business Plan
 
Sap fico blueprint 2017 final Anilkumar chowdary
Sap fico blueprint 2017 final Anilkumar chowdarySap fico blueprint 2017 final Anilkumar chowdary
Sap fico blueprint 2017 final Anilkumar chowdary
 
Commercially feasible low cost led driver circuit (15 watt)
Commercially feasible low cost led driver circuit (15 watt)Commercially feasible low cost led driver circuit (15 watt)
Commercially feasible low cost led driver circuit (15 watt)
 
Implementation of service tax in tally erp 9 | Tally Shopper | Tally Solutio...
Implementation of service tax in tally erp 9 |  Tally Shopper | Tally Solutio...Implementation of service tax in tally erp 9 |  Tally Shopper | Tally Solutio...
Implementation of service tax in tally erp 9 | Tally Shopper | Tally Solutio...
 
P115
P115P115
P115
 
Kaliluni coffee factory mmm
Kaliluni coffee factory mmmKaliluni coffee factory mmm
Kaliluni coffee factory mmm
 
SOUND MANAGEMENT AND PERFORMANCE OF MICROFINANCE INSTITUTIONS
SOUND MANAGEMENT AND PERFORMANCE OF MICROFINANCE INSTITUTIONSSOUND MANAGEMENT AND PERFORMANCE OF MICROFINANCE INSTITUTIONS
SOUND MANAGEMENT AND PERFORMANCE OF MICROFINANCE INSTITUTIONS
 
Implementation of value added tax in tally erp 9 | Tally Customization servic...
Implementation of value added tax in tally erp 9 | Tally Customization servic...Implementation of value added tax in tally erp 9 | Tally Customization servic...
Implementation of value added tax in tally erp 9 | Tally Customization servic...
 
razik-converted (1).pdf
razik-converted (1).pdfrazik-converted (1).pdf
razik-converted (1).pdf
 
Service Tax In Tally Erp 9
Service Tax In Tally Erp 9Service Tax In Tally Erp 9
Service Tax In Tally Erp 9
 
programamcion
programamcionprogramamcion
programamcion
 
Business analysis tutorial
Business analysis tutorialBusiness analysis tutorial
Business analysis tutorial
 
How to become Govt Approved Insurance Surveyor & Loss Assessor
How to become Govt Approved Insurance Surveyor & Loss AssessorHow to become Govt Approved Insurance Surveyor & Loss Assessor
How to become Govt Approved Insurance Surveyor & Loss Assessor
 
Business Mathematics
Business Mathematics Business Mathematics
Business Mathematics
 
Bp010 self service_hr_v6
Bp010 self service_hr_v6Bp010 self service_hr_v6
Bp010 self service_hr_v6
 
Business Development Proposal Project for a Retail Merchandising Service Comp...
Business Development Proposal Project for a Retail Merchandising Service Comp...Business Development Proposal Project for a Retail Merchandising Service Comp...
Business Development Proposal Project for a Retail Merchandising Service Comp...
 

Similar to Punjab & sind bank rfp

Request for Proposal (RFP) For Deployment of Video ...
Request for Proposal (RFP) For Deployment of Video ...Request for Proposal (RFP) For Deployment of Video ...
Request for Proposal (RFP) For Deployment of Video ...
Videoguy
 
Request for Proposal (RFP) For Deployment of Video ...
Request for Proposal (RFP) For Deployment of Video ...Request for Proposal (RFP) For Deployment of Video ...
Request for Proposal (RFP) For Deployment of Video ...
Videoguy
 
Request for Proposal (RFP) For Deployment of Video ...
Request for Proposal (RFP) For Deployment of Video ...Request for Proposal (RFP) For Deployment of Video ...
Request for Proposal (RFP) For Deployment of Video ...
Videoguy
 
Mo rth model rfp v for epc works_jan 2017
Mo rth model rfp v for epc works_jan 2017Mo rth model rfp v for epc works_jan 2017
Mo rth model rfp v for epc works_jan 2017
Dheeraj Sehgal
 
Business Development Proposal Project for a Retail Merchandising Service Comp...
Business Development Proposal Project for a Retail Merchandising Service Comp...Business Development Proposal Project for a Retail Merchandising Service Comp...
Business Development Proposal Project for a Retail Merchandising Service Comp...
Dragan Ocokoljic
 

Similar to Punjab & sind bank rfp (20)

Request for Proposal (RFP) For Deployment of Video ...
Request for Proposal (RFP) For Deployment of Video ...Request for Proposal (RFP) For Deployment of Video ...
Request for Proposal (RFP) For Deployment of Video ...
 
Request for Proposal (RFP) For Deployment of Video ...
Request for Proposal (RFP) For Deployment of Video ...Request for Proposal (RFP) For Deployment of Video ...
Request for Proposal (RFP) For Deployment of Video ...
 
Request for Proposal (RFP) For Deployment of Video ...
Request for Proposal (RFP) For Deployment of Video ...Request for Proposal (RFP) For Deployment of Video ...
Request for Proposal (RFP) For Deployment of Video ...
 
Request For Proposal Rfp For Recruitment Of Mdr Russia
Request For Proposal   Rfp   For Recruitment Of Mdr RussiaRequest For Proposal   Rfp   For Recruitment Of Mdr Russia
Request For Proposal Rfp For Recruitment Of Mdr Russia
 
Request For Proposals (RFP) For Recruitment Of Market Development Representat...
Request For Proposals (RFP) For Recruitment Of Market Development Representat...Request For Proposals (RFP) For Recruitment Of Market Development Representat...
Request For Proposals (RFP) For Recruitment Of Market Development Representat...
 
Request For Proposal
Request For ProposalRequest For Proposal
Request For Proposal
 
Section1 instructions to bidders
Section1   instructions to biddersSection1   instructions to bidders
Section1 instructions to bidders
 
Pqq template 1
Pqq template  1Pqq template  1
Pqq template 1
 
Guidelines on The Use of Consultants by Asian Development Bank and Its Borrow...
Guidelines on The Use of Consultants by Asian Development Bank and Its Borrow...Guidelines on The Use of Consultants by Asian Development Bank and Its Borrow...
Guidelines on The Use of Consultants by Asian Development Bank and Its Borrow...
 
HZD1500 bin blender oq documents
HZD1500 bin blender oq documentsHZD1500 bin blender oq documents
HZD1500 bin blender oq documents
 
Tendernotice_1.pdf
Tendernotice_1.pdfTendernotice_1.pdf
Tendernotice_1.pdf
 
GUSII MWALIMU SACCO TENDER DOCUMENTS 2015_2016
GUSII MWALIMU SACCO TENDER DOCUMENTS 2015_2016GUSII MWALIMU SACCO TENDER DOCUMENTS 2015_2016
GUSII MWALIMU SACCO TENDER DOCUMENTS 2015_2016
 
Ak contract management
Ak contract managementAk contract management
Ak contract management
 
Prequalification document(1)
Prequalification document(1)Prequalification document(1)
Prequalification document(1)
 
Mo rth model rfp v for epc works_jan 2017
Mo rth model rfp v for epc works_jan 2017Mo rth model rfp v for epc works_jan 2017
Mo rth model rfp v for epc works_jan 2017
 
Form ADV Part II Schedule F
Form ADV Part II Schedule FForm ADV Part II Schedule F
Form ADV Part II Schedule F
 
Project Management Unit
Project Management UnitProject Management Unit
Project Management Unit
 
Rfp template replicon
Rfp template repliconRfp template replicon
Rfp template replicon
 
Measurement
Measurement Measurement
Measurement
 
Business Development Proposal Project for a Retail Merchandising Service Comp...
Business Development Proposal Project for a Retail Merchandising Service Comp...Business Development Proposal Project for a Retail Merchandising Service Comp...
Business Development Proposal Project for a Retail Merchandising Service Comp...
 

Recently uploaded

Activity 01 - Artificial Culture (1).pdf
Activity 01 - Artificial Culture (1).pdfActivity 01 - Artificial Culture (1).pdf
Activity 01 - Artificial Culture (1).pdf
ciinovamais
 

Recently uploaded (20)

Mixin Classes in Odoo 17 How to Extend Models Using Mixin Classes
Mixin Classes in Odoo 17  How to Extend Models Using Mixin ClassesMixin Classes in Odoo 17  How to Extend Models Using Mixin Classes
Mixin Classes in Odoo 17 How to Extend Models Using Mixin Classes
 
Third Battle of Panipat detailed notes.pptx
Third Battle of Panipat detailed notes.pptxThird Battle of Panipat detailed notes.pptx
Third Battle of Panipat detailed notes.pptx
 
Making communications land - Are they received and understood as intended? we...
Making communications land - Are they received and understood as intended? we...Making communications land - Are they received and understood as intended? we...
Making communications land - Are they received and understood as intended? we...
 
Basic Civil Engineering first year Notes- Chapter 4 Building.pptx
Basic Civil Engineering first year Notes- Chapter 4 Building.pptxBasic Civil Engineering first year Notes- Chapter 4 Building.pptx
Basic Civil Engineering first year Notes- Chapter 4 Building.pptx
 
Kodo Millet PPT made by Ghanshyam bairwa college of Agriculture kumher bhara...
Kodo Millet  PPT made by Ghanshyam bairwa college of Agriculture kumher bhara...Kodo Millet  PPT made by Ghanshyam bairwa college of Agriculture kumher bhara...
Kodo Millet PPT made by Ghanshyam bairwa college of Agriculture kumher bhara...
 
How to Manage Global Discount in Odoo 17 POS
How to Manage Global Discount in Odoo 17 POSHow to Manage Global Discount in Odoo 17 POS
How to Manage Global Discount in Odoo 17 POS
 
Spatium Project Simulation student brief
Spatium Project Simulation student briefSpatium Project Simulation student brief
Spatium Project Simulation student brief
 
Explore beautiful and ugly buildings. Mathematics helps us create beautiful d...
Explore beautiful and ugly buildings. Mathematics helps us create beautiful d...Explore beautiful and ugly buildings. Mathematics helps us create beautiful d...
Explore beautiful and ugly buildings. Mathematics helps us create beautiful d...
 
How to Give a Domain for a Field in Odoo 17
How to Give a Domain for a Field in Odoo 17How to Give a Domain for a Field in Odoo 17
How to Give a Domain for a Field in Odoo 17
 
Accessible Digital Futures project (20/03/2024)
Accessible Digital Futures project (20/03/2024)Accessible Digital Futures project (20/03/2024)
Accessible Digital Futures project (20/03/2024)
 
UGC NET Paper 1 Mathematical Reasoning & Aptitude.pdf
UGC NET Paper 1 Mathematical Reasoning & Aptitude.pdfUGC NET Paper 1 Mathematical Reasoning & Aptitude.pdf
UGC NET Paper 1 Mathematical Reasoning & Aptitude.pdf
 
ComPTIA Overview | Comptia Security+ Book SY0-701
ComPTIA Overview | Comptia Security+ Book SY0-701ComPTIA Overview | Comptia Security+ Book SY0-701
ComPTIA Overview | Comptia Security+ Book SY0-701
 
Asian American Pacific Islander Month DDSD 2024.pptx
Asian American Pacific Islander Month DDSD 2024.pptxAsian American Pacific Islander Month DDSD 2024.pptx
Asian American Pacific Islander Month DDSD 2024.pptx
 
SOC 101 Demonstration of Learning Presentation
SOC 101 Demonstration of Learning PresentationSOC 101 Demonstration of Learning Presentation
SOC 101 Demonstration of Learning Presentation
 
Dyslexia AI Workshop for Slideshare.pptx
Dyslexia AI Workshop for Slideshare.pptxDyslexia AI Workshop for Slideshare.pptx
Dyslexia AI Workshop for Slideshare.pptx
 
Magic bus Group work1and 2 (Team 3).pptx
Magic bus Group work1and 2 (Team 3).pptxMagic bus Group work1and 2 (Team 3).pptx
Magic bus Group work1and 2 (Team 3).pptx
 
ICT Role in 21st Century Education & its Challenges.pptx
ICT Role in 21st Century Education & its Challenges.pptxICT Role in 21st Century Education & its Challenges.pptx
ICT Role in 21st Century Education & its Challenges.pptx
 
On National Teacher Day, meet the 2024-25 Kenan Fellows
On National Teacher Day, meet the 2024-25 Kenan FellowsOn National Teacher Day, meet the 2024-25 Kenan Fellows
On National Teacher Day, meet the 2024-25 Kenan Fellows
 
Activity 01 - Artificial Culture (1).pdf
Activity 01 - Artificial Culture (1).pdfActivity 01 - Artificial Culture (1).pdf
Activity 01 - Artificial Culture (1).pdf
 
Key note speaker Neum_Admir Softic_ENG.pdf
Key note speaker Neum_Admir Softic_ENG.pdfKey note speaker Neum_Admir Softic_ENG.pdf
Key note speaker Neum_Admir Softic_ENG.pdf
 

Punjab & sind bank rfp

  • 1. RFP for Video Conferencing Punjab and Sind Bank HO – IT Department 21 Rajendra Place, New Delhi – 110 125 Request for Proposal for Video Conferencing (VC) RFP Reference No: HOIT/RFP/11/2011-2012 Release Date: 30th January 2012 Page 1 of 135
  • 2. RFP for Video Conferencing 1. About the Bank ............................................................................................................................................6 1.1 Introduction.......................................................................................................................................6 2. Project Details ..............................................................................................................................................6 2.1 Project Scope Overview .....................................................................................................................6 2.2 Detailed Requirements ......................................................................................................................7 2.3 Delivery, Installation and Commissioning of Items ..............................................................................13 2.4 Service level Agreement ..................................................................................................................14 2.5 Payment Terms...............................................................................................................................14 2.6 Further Orders ................................................................................................................................15 2.7 Order Cancellation ..........................................................................................................................15 2.8 Manuals/Guides ..............................................................................................................................15 2.9 Warranty ........................................................................................................................................15 2.10 Failure of equipments ......................................................................................................................16 2.11 Facilities Management .....................................................................................................................16 3. Responses to RFP (Submission of Bids) ....................................................................................................20 3.1 Contact Details for Responding to the Proposal ..................................................................................21 3.2 RFP Coordinator .............................................................................................................................22 3.3 General Instructions ........................................................................................................................22 3.4 Eligibility Bid ...................................................................................................................................23 3.5 Technical Bid ..................................................................................................................................24 3.6 Commercial Bid...............................................................................................................................25 4. Evaluation Methodology .............................................................................................................................26 4.1 Introduction.....................................................................................................................................26 4.2 Phase 1: Eligibility Evaluation ...........................................................................................................26 4.3 Phase 2: Technical Evaluation ..........................................................................................................26 4.4 Short Listing ...................................................................................................................................29 4.5 Phase 3: Commercial Evaluation ......................................................................................................29 5. Terms & Conditions ...................................................................................................................................30 5.1 General ..........................................................................................................................................30 5.2 Price bids .......................................................................................................................................33 5.3 Bid Security & Performance Guarantee .............................................................................................35 5.4 Changes to the RFP ........................................................................................................................36 5.5 Confidentiality Agreement ................................................................................................................36 5.6 Terms of Reference („ToR‟) ..............................................................................................................37 Page 2 of 135
  • 3. RFP for Video Conferencing List of Annexure: Annexure A – Manufacturer Authorization Form Annexure B – Helpdesk Details and Escalation Matrix Annexure C – Cover Letter Annexure D – Details of Address for VC installation Annexure E – Details of Technical Specification Annexure F – Details of Service Centres Annexure G – Eligibility Criteria Compliance Annexure H – Commercial Bill of Material Annexure I – Work Plan Schedule Annexure J – Query Format Annexure K – VC Service Levels Annexure L – Performance Bank Guarantee Annexure M – Technical Bill of Material Annexure N – Existing Bill of Material Annexure P – Details of expert level trained and Certified Personnel of OEM Annexure Q – List of OEM depots Annexure R – OEM Technical Support Centre Annexure S – OEM Office List Annexure T – Conformity Letter Annexure U – Undertaking of Authenticity for VC supplies Annexure V – Undertaking for not blacklisted Annexure W – Technical Compliance Statement Page 3 of 135
  • 4. RFP for Video Conferencing REQUEST FOR PROPOSAL (RFP) FOR VIDEO CONFERENCING (VC) 1. Punjab & Sind Bank, a body corporate constituted under The Banking Companies (Acquisition and Transfer of Undertaking) Act, 1980 and also an existing Company within the meaning and scope of The Companies Act, 1956 and having its Head Office at 21, Rajendra Place, New Delhi- 110125 hereinafter referred to as the “Bank”, 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 eligible Vendor‟s, to participate in the competitive bidding for appointment of Vendor for implementing VC. 2. The Bank, for this purpose, invites Proposals from Vendors who have experience in designing, implementation and management of the VC solution for primarily undertaking inter-alia the following activities for the Bank: i Design, supply, install, commission and manage the VC solution encompassing associated hardware, software & other IT infrastructure. ii Provide Facilities Management Services for a period of 5 years for all the components provided to the Bank as part of this RFP 3. The Bank will follow a 3-stage evaluation and selection process. These stages are: i Eligibility Evaluation ii Technical Bid Evaluation iii Commercial Bid Evaluation 4. The RFP document can be obtained from the Information Technology department located at Banks‟ HO during office hours. Alternatively the RFP document can also be downloaded from the Bank‟s website. The purchase price for the RFP is Rs 15,000/- (Rs Fifteen Thousand only) payable by Demand Draft or Pay Order in favour of “Punjab & Sind Bank”. In case the RFP is downloaded from the Bank‟s website, then the DD/PO should be submitted with the eligibility bid. The purchase price of the RFP is non-refundable. The bid security should be provided by the Vendor’s for Rs 5, 00, 000/- (Rs Five Lakhs only) in form of a Bank Guarantee. Bank Guarantee form should as per Annexure L. The schedule for the tendering process is: Particulars Deadline (Date & Time) th Date of Issue of RFP 30 January 2012 th Last date of Receipt of Query 10 February 2012, 4.00 pm th Date of Pre Bid Meeting 14 February 2012 , 10.30 am th Last date of submission of RFP 28 February 2012, 12.30 pm th Date of Opening of RFP 28 February 2012, 1.00 pm 5. There will be a Pre-Bid meeting with all the Intended Vendors, at the time specified above to address any queries in connection with the tender document. A maximum of two personnel per Vendor may attend the meeting. It is essential that all clarifications/queries needs to be submitted to Bank as specified above, on or before the last date of receiving any clarifications. Bank will not respond to any clarification/queries either in writing or telephonic after the Last date and time of receiving the clarification as mentioned above. 6. The Bank reserves the right to accept or reject in part or full any or all the offers without assigning any reasons whatsoever and entirely at its discretion. 7. Technical Specifications, Terms and Conditions and various formats and proforma for submitting the tender offer are described in the tender document and its Annexures. Page 4 of 135
  • 5. RFP for Video Conferencing Important Clarifications: Following terms are used in the document interchangeably to mean: 1. Bank means „Punjab and Sind Bank „ 2. Recipient, Respondent, Vendor, Service Provider means the respondent to the RFP document 3. Vendor / VC SI – the company submitting the bid who is solely responsible for the delivery of the scope of work of this RFP. 4. RFP means the Request For Proposal document 5. Service provider, Bank shall be individually referred to as „Party‟ and collectively as „Parties‟ 6. “PO” means Purchase Order 7. “VC” means Video Conferencing Solution inclusive of relevant software and hardware 8. “CBS SI” means System Integrator implementing CBS 9. “CMD” – Chairman & Managing Director 10. “ED” – Executive Director 11. “CGM” – Chief General Manager 12. “GM(IT)” – General Manager (Information Technology) 13. “HO” – Head Office 14. “LHO” – Local Head Office 15. “STC” – Staff Training College 16. “ZO” – Zonal Office 17. “MOF” – Ministry of Finance 18. “IBA” – Indian Banks Association Page 5 of 135
  • 6. RFP for Video Conferencing 1. About the Bank 1.1 Introduction Punjab & Sind Bank, a body corporate constituted under the Banking Companies (Acquisition and Transfer of Undertaking) Act, 1980 and also an existing Company within the meaning and scope of the Companies Act, 1956 and having its Head Office at 21, Rajendra Place, New Delhi- 110125 hereinafter referred to as the “Bank”, 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 for VC solution. The Bank has at present 1000 plus branches, 23 Zonal Offices, one Local Head Office, Inspection Offices, Staff Training College etc. across the country. st The Bank is one of the fast growing public sectors bank in India. As on 31 March 2011, the financial detail of Punjab & Sind Bank is mentioned below:- Financial Details Amount (Crores Rs) Total Deposits 59,723 Total Advances 42,637 Income 5,369 Net Profit 526 The Bank is currently in the midst of major up-gradation process to enable its business strategy through deployment of enhanced technology solutions to serve higher customer needs and to achieve better productivity. The detailed Project scope is mentioned below in Section 2 of this RFP document. 2. Project Details 2.1 Project Scope Overview 2.1.1 The vendor is required to take total responsibility for providing the complete turnkey Video Conferencing (VC) solution including Hardware, Network components, Software and its maintenance, warranty, management and provide support for tenure of 5 years. The commercials for the same will be on a 100% ownership model (Capex). 2.1.2 The vendor is required to deploy and provide the VC solution and necessary devices at the following premises of the Bank: Locations Premises Head Office (HO) Board Room , CMD Office , ED Office , CGM Office , GM (IT) Office (Annexure D) Zonal offices (ZO) 23 Zonal Offices (Annexure D) Local Head Office (LHO) Bank Square, Sec-17B, Chandigarh (Annexure D) Staff Training College (STC) Bank Square, Sec-17B, Chandigarh (Annexure D) Page 6 of 135
  • 7. RFP for Video Conferencing 2.1.3 In future Bank may extend the VC facility to branches/offices so the offered solution should be of High Quality, Reliable, Scalable, Easily usable and Manageable and Secure. Refer to Annexure E for minimum technical specifications of the VC components and Network & Security components 2.2 Detailed Requirements 2.2.1 The vendor shall be contracted for a period of 5 years and will enter into a Purchase contract with the Bank for supply of Video-Conferencing equipments as per models and specifications approved by the Bank. 2.2.2 Design and implementation Plan: Bank expects the vendor to submit a detailed plan Annexure I for designing and implementation of the project which should include the full scope of the project as mentioned above. On acceptance of such plan by the Bank, the vendor is required to carry out the implementation including supply, installation, commissioning and testing of equipment etc. The vendors are expected to offer solutions covering all the functionality as mentioned in this RFP document. Incomplete response will not be considered and no correspondence in this regard will be entertained. 2.2.3 Infrastructure Requirement: 2.2.3.1 The following are the VC solution device requirements: Locations Number of VC Screen Camera Microphone Speakers Amplifier Setup HO (Board 1 65” x 2 2 2 4 200 W x 1 Room) unit HO (CMD, 5 46” 5 5 Inbuilt in NA ED, CGM & LCD GM-IT) Zonal Office 23 40” 23 23 Inbuilt in NA LCD Local Head 1 40” 1 1 Inbuilt in NA Office, LCD Chandigarh Staff 1 65” x 2 2 2 4 200 W x 1 Training unit College Total 31 Locations Optional 5 24” 5 5 5 NA item 1 Optional Note: The Vendor needs to factor additional licenses for setting up 6 VC endpoints. item 2 Vendor is required to supply, install and maintain optional items for the period of contract, this will be an optional item 1 and 2 in Commercial Bill of material (Annexure H), and however same will be part of Total Cost of Ownership (TCO) Note: Common Premises Address (same building different floors) Locations Address HO - Board Room, CMD , ED, CGM & Punjab & Sind Bank, H.O.21 Rajendra Place, GM(IT) New Delhi – 110 125 Zonal Office – Chandigarh I , SCO 79-81, Bank Square, Sec-17B, Chandigarh Zonal Office - Chandigarh II , Zonal Office - Haryana Page 7 of 135
  • 8. RFP for Video Conferencing LHO STC Approximate Dimension for CMD, ED, Board Room , CGM and GM(IT) are as follows Height Length Breadth CMD 8 feet 28 feet 22 feet ED 8.5 feet 26 feet 16 feet Board Room 8 feet 40 feet 22 feet CGM 8.5 feet 26 feet 16 feet GM(IT) 8.5 feet 26 feet 16 feet Based on the above room dimension data, VC SI needs to appropriately size and provide VC components. The Vendors can schedule an appointment with the Bank and site the locations for conducting their survey. Refer to “Annexure E” for Technical Specifications of the VC Equipments. 2.2.3.2 The vendor should design and propose the architecture for implementing the VC solution. 2.2.3.3 The vendor need to accordingly design the VC solution based on the above distribution along with the associated infrastructural requirements. Furthermore, the Vendor is expected to assess the existing network infrastructure of the Bank for the VC locations and accordingly identify the equipments for upgrade/replacement in order for the VC solution to perform as per the requirements of this RFP. 2.2.3.4 The core infrastructure for the Video Conferencing solution needs to be setup at the Head Office. Therefore, the HO will serve as the DC for the Video Conferencing solution. 2.2.3.5 The Vendor is required to provide the Recording, Streaming and Playback device at HO. Refer to Annexure E for the technical specifications for the same 2.2.3.6 42U rack of reputed brand to mount VC components, Firewall, Multipoint Control Unit (MCU) and other devices for VC solution to be hosted at HO should be supplied by the Vendor. Bank will provide the space, power and necessary environmental infrastructure to host 42U rack at HO. Vendor is required to supply install and maintain structured cabling at HO as required for the proposed VC solution. Vendor is required to specify the bank power requirements for locations wherein proposed VC solution is to be implemented. 2.2.3.7 The Vendor shall be responsible for Supply, Installation, Commissioning and maintenance of the Configuration of the Video-Conferencing equipments including End Points, Multi-Conferencing Unit, support for external streaming/recording, Firewall NAT Traversal Solution and related software etc. as per specifications mentioned in the Annexure E- Technical Specifications of the RFP. All the equipment related to the functioning of the VC solution needs to be setup at the Bank‟s premises. The detailed address of the proposed Zonal Office location and Staff Training College are given in “Annexure D”. 2.2.3.8 The accessories required, if any, during the installation / operationalization / testing / commissioning of the supplied equipments at the identified Bank locations will be arranged by the vendor. Page 8 of 135
  • 9. RFP for Video Conferencing 2.2.4 Functional Requirements: 2.2.4.1 The solution should have conferencing and collaboration capabilities which include audio, video and desktop PC based conferencing. 2.2.4.2 The proposed VC solution should be end to end of HD1080p resolution, with capability to handle conferencing of minimum 37 participants simultaneously at any point of time from day one. 2.2.4.3 The solution should also have functionality for one-to-one video conferencing and multipoint conferencing through the MCU along with H.239 capability. The solution proposed should have a provision for IP based audio calls. The solution should facilitate scheduling conferences for peer to peer and for different groups with timings. The scheduling of the VC should be either through the calendar scheduling from email or through browser. The scheduling should automatically forward the email to the participant/administrator of the conference along with the details of URLs and the meeting ID and password. Also, the system should be capable to dial out the participant in their IP phone to participate in the conference. 2.2.4.4 The solution should provide one window for each participant in a single screen during the conference. For example if there are 20 participants in a conference, 20 windows should be viewed on the screen and the windows should be manageable for convenience. 2.2.4.5 The solution should have the functionality to connect mobile / wireless users for audio conferences in a multipoint call over ISDN and IP network. The vendor should integrate this functionality as and when Bank will decide to go for this service without any additional cost to Bank. 2.2.5 Network and Security: 2.2.5.1 Vendor is required to size the bandwidth at each of the VC location including at HO, STC, ZO and other locations. Bandwidth will be provided by Bank on the recommendations of the VC Vendor. The Vendor will be responsible for ensuring compliance to the SLA with regards the sizing. The Vendor needs to do the sizing based on the requirements of this RFP and the relevant applications / modules being deployed. However the bandwidth requirement for each VC type has been estimated as follows: VC Type Minimum Estimated Bandwidth (Indicative) Head Office 10 Mbps (over MPLS) Zonal Offices 1 Mbps (per location over MPLS) Staff Training 6 Mbps (over MPLS) College + LHO, +ZO CH1 , CH2 and Haryana rd 3 party including 2 Mbps (over internet) IBA, Ministry of Finance Page 9 of 135
  • 10. RFP for Video Conferencing 2.2.5.2 The offered solution should allow external users securely over Bank‟s VCS through ISDN/Internet/IP based MPLS. Vendor is required to supply install and maintain necessary software and hardware at HO.. Security of the solution: Being a financial institution, Bank expects that the solutions proposed facilitate necessary security checks and validation processes for ensuring secure access to the systems. 2.2.5.3 Vendor is required to supply install, and maintain Router at HO to connect over the Internet. The device support at least one ISDN PRI interface, high speed serial interface (minimum 2 Mbps and scalable to support upto 10 Mbps) with built in firewall and Intrusion Prevention System (Internal/External). The vendor is required to maintain the same for the period of contract. Refer to Annexure E for Details of technical specifications. 2.2.5.4 Multiple levels of authority: It is mandatory that the proposed solution provide multiple levels of access for users, managers, administrators etc., depending on their roles. 2.2.5.5 Network Infrastructure at VC locations 2.2.5.5.1 Vendor needs to identify the network requirements at proposed VC locations 2.2.5.5.2 The existing Cisco Router(s) wherever required to be upgraded to support IOS Intrusion Prevention System will be done by the bank. 2.2.5.5.3 Based on the information provided by the Vendor, bank will get upgraded the network devices where ever required. Refer to Annexure N – Existing Bill of Material for existing router where VC needs to be deployed. 2.2.5.6 It would be the responsibility of the vendor to ensure quality of design and performance. Vendor is required to design and propose a comprehensive VC solution based on the requirements of this RFP. 2.2.5.7 The vendor is required to supply, install and maintain for the period of contract one 24 port Ethernet Switch at HO and one at Chandigarh office. 2.2.5.8 The vendor is required to supply and install router at Chandigarh office and maintain the same for the period of contract. Refer to Annexure E for technical specifications of the router. 2.2.5.9 The vendor is required to do the cabling (structure cabling) for the VC devices to be networked and maintain the same for the period of contract. Page 10 of 135
  • 11. RFP for Video Conferencing 2.2.6 Bandwidth: 2.2.6.1 Bandwidth sizing will be done by the Vendor for locations where VC needs to be deployed 2.2.6.2 Vendor needs to liaison with Banks network service provider for bandwidth requirement. 2.2.6.3 HO is the central location for Video conferencing, hence all the video traffic from VC locations should traverse to HO via MPLS cloud directly and other (CBS and other banking applications) traffic from branches, ZO and HO should traverse to DC and DRC via MPLS cloud. There should be two Point to Point links between MPLS cloud and HO; each of equal capacity. In case one of the link fails, the traffic should traverse through the other link 2.2.6.4 Vendor is required to size the internet bandwidth required at HO for VC between the HO users and any other 3rd Party locations (like IBA- Indian Banking Association, Ministry of Finance etc). Internet link and internet bandwidth will be provided by Bank 2.2.7 Responsibility Matrix The responsibilities matrix for implementing the VC solution is briefed in the below table. Activity Size Design Supply Install Maintain Facilities Management Bandwidth Vendor Vendor Bank Bank Bank Bank Network Network Network Network Service Service Service Service Provider Provider Provider Provider Internet Bandwidth Vendor Vendor Bank Bank Bank Bank Network Components Vendor Vendor CBS CBS CBS CBS at ZO SI/Vendor SI//Vendor SI//Vendor SI/Vendor Network & Security Vendor Vendor Vendor Vendor Vendor Vendor components at HO - 2.2.8 End of Sales / End of Support The Vendor should ensure that any equipment supplied as part of this RFP should not have either reached end of sales / end of life for at least 3 years post date of acceptance of such equipment by the Bank. Further any equipment supplied by the Vendor, should not have reached end of support for at least 2 years from the date of contract expiry. . In the event if any equipment supplied by the Vendor, reaches either end of sales / life or end of support as stipulated in this clause, within the period of contract, the Vendor has to immediately replace the equipment at no additional cost to the Bank. Page 11 of 135
  • 12. RFP for Video Conferencing 2.2.9 Maintenance & Training ► Maintenance 2.2.9.1 The vendor should provide facility management to take care of the system, scheduling conferences, maintaining users, groups, trouble shooting etc. for a period of 5 years from its own premises. 2.2.9.2 The Vendor should proactively monitor the VC systems. In case of any problem observed or reported by the office, the Bank shall log a ticket with the Vendor and the vendor should resolve the problem immediately. If the problem is related to network configuration, the vendor should coordinate with the Network Vendor of the Bank to resolve the same. Further, the vendor should arrange the engineer at field to trouble shoot at branch / office level if necessary. The Vendor should ensure that the resolution is in compliance with the Service Levels detailed in the RFP. 2.2.9.3 During the contract period, the vendor should apply patches and upgrades from time to time without any additional cost to the Bank. 2.2.9.4 The vendor should repair / replace/ provide standby the equipment in case of any problem arising out of it and during the warranty/AMC period as per warranty conditions. 2.2.9.5 The vendor shall fine tune the video-conferencing equipments at identified Bank locations during warranty and AMC period for smooth operations. 2.2.9.6 The vendor should own the responsibility of maintaining the System Uptime and Performance as per the defined SLAs for the period of contract. 2.2.9.7 As per business need Bank may shift the Video-Conferencing equipments from one location to another or within premises. The vendor shall be responsible for shifting/packing/re-installation/commission, cabling etc. the equipments as per the agreed cost/expenses. The Vendor needs to provide the rate card for the same. ► Training 2.2.9.8 On completion of the installation of the VC solution, the vendor will provide necessary training to the Bank‟s technical staff. The training will cover installation, implementation, administration, usage, troubleshooting and interpretation of reports, logs etc. This training will be conducted at Bank‟s premises (Delhi and Chandigarh). The number of users to be trained is minimum 3 users per location within 3 to 4 batches. 2.2.9.9 The vendor should provide the complete documentation of the project encompassing the Solution design, sizing, the Bank‟s specific user Manuals, FAQs, Training material etc both in hard copy and soft copy. 2.2.9.10 The vendor shall conduct the Video-Conferencing session from the identified Bank location with Head Office through MPLS VPN Cloud, Delhi location after initial installation as a demonstration session. 2.2.10 Technical Requirements: Page 12 of 135
  • 13. RFP for Video Conferencing 2.2.10.1 Bank wants to connect Head Office Delhi which has CMD, ED , CGM , GM (IT) offices & Board room on different floors in the same Building) with 23 Zonal offices spread across India, Staff Training College (STC) Chandigarh and Local Head Office (LHO) Chandigarh (both are at different floors in same building) through existing IP based MPLS VPN. This solution should be connectable from other 3rd Party locations (IBA, NIBM Pune , Ministry of Finance) through MPLS/ISDN/Internet securely. IBA, NIBM Pune, Ministry of Finance are separate entities and have already deployed VCS. The offered solution shall be compatible with the existing Video-Conferencing equipments solutions available in India. The solution should be deployed in one go or in different phases if suggested by the Bank. The offered solution should be standards-based that is interoperable with video equipment from any manufacturer. The complete solution should also comply with IPv6. The Bank should be able to conduct Video Conference in one to one, one to many and many to many through Bank‟s WAN network (IP) or ISDN or mix of both. Hence all the video conferencing solution should have capability to support ISDN, IP or mix of both. 2.2.10.2 The Vendor should have minimum 12 support centres located across the metros in order to support HO, 23 Zonal Office locations and offices where VCS will be deployed. Full address of the support centre along with the name and telephone number of contact persons has to be submitted by the Vendor. Refer to Annexure F – Details of Service centres. 2.2.10.3 The Vendor should have a centralized 24*7 operational help desk for complaint / call logging, assigning/allocation, automated tracking etc. Information regarding help-desk and escalation matrix should be submitted as per the Annexure B provided in RFP for the proposed Video-conferencing centres mentioning therein details like name of contact person, phone no, location, process of complaint booking and resolution etc. 2.2.10.4 The minimum technical specification is attached as “Annexure E”. The Vendors are required to offer their compliance to the requirements. 2.3 Delivery, Installation and Commissioning of Items Project Phase Timelines Delivery of all the offered equipments 6 weeks from date of Purchase Order including network and security components at the intended site Verification of all the equipments in the Within 1 week from the date of delivery of presence of Bank‟s officials equipments Installation and commissioning of all 8 weeks from date of Purchase Order equipments Inspection and Acceptance of all 10 weeks from date of Purchase Order equipments Note : In States where Road Permits are compulsory, delivery, installation must be completed within 8 weeks from the date of Purchase Order Appropriate insurance to cover the ordered item(s) for the transit period and till the time of its acceptance by the Bank at the respective site is to be taken by the Vendor. The cost of the insurance will be borne by the Vendor. At the discretion of the Bank, there will be an acceptance test conducted by the Vendor in presence of the Bank official(s) and/or its nominated consultant(s) after installation of complete item(s). In case of serious discrepancy in Video-Conferencing equipments supplied, the Bank may cancel the entire purchase order and return the item(s) back to the Vendor at Vendor‟s costs and risks. The Vendor shall give acceptance of the order within two week from the date of purchase order. Bank has right to cancel the order, if the same is not accepted within the stipulated period from the date of order.HO Delhi and Chandigarh electrical points and LAN cabling to be done by vendor. Page 13 of 135
  • 14. RFP for Video Conferencing The Bank will not arrange for any Road Permit/Sales Tax clearance for delivery of Equipments to different locations and the Vendor is required to make its own arrangements for delivery of Equipments to the locations as per the list of locations/sites provided from time to time by the Bank. However, the Bank will provide letters/certificate/authority to the Vendor, if required. 2.4 Service level Agreement 1. The selected vendor will sign service level agreement with the Bank to ensure the Service Levels are adhered. 2. Annexure K contains the SLA which includes essential parameters. Working days: Seven days a week (Monday to Sunday) 3. Response/Resolution for HO/STC /LHO VC infrastructure: The problem should be resolved within 2 hours from the time call is logged. The reporting may be through any mode of communication. 4. Response/Resolution for ZO VC infrastructure: The problem should be resolved within 4 hours of from the time call is logged. The reporting may be through any mode of communication. 2.4.1 Facilities Management The vendor will provide Facility Management Services from its own location for a period of 5 years. The vendor should provide a FM engineer having experience in setting up and management of VC systems with multi site audio/video/Web conferencing at the bank location as and when problems encountered by the bank need to be resolved. However, one resident engineer has to be provided by Vendor at HO – Delhi. 2.4.2 Video conference solution equipment specifications: Vendors should supply all the equipment sourced from single OEM for individual solutions except servers, LCD panels, microphone, amplifier, other network equipment (routers, switches). 2.5 Payment Terms The Vendor must accept the payment terms proposed by the Bank. Bank will deduct TDS (Tax Deduction at Source) and any other statutory taxes from payments made to vendor. The Bank will make payment as per following scheduled terms. 2.5.1 Hardware, Software and Implementation of VC solution – One time charges 60% on successful delivery , implementation ,completion, acceptance and signoff of the VC solution; 40% on successful error free functioning of VC solution after 2 months acceptance sign off and submission performance bank guarantee. The vendor will be required to furnish the documentary proof of delivery, installation and acceptance duly signed by the Bank officials posted at Zonal Offices while claiming the payment. 2.5.2 Facilities Management: Page 14 of 135
  • 15. RFP for Video Conferencing The annual amount to be paid towards facilities management would be divided into 4 equal instalments, to be paid quarterly at the end of each quarter. The first quarter would begin from the date of completion of successful implementation and subsequent signoff by the Bank for the VC solution. 2.5.3 Training 100% of the Training cost will be paid at the once training is concluded for that particular batch. The Bank shall pay each undisputed invoice raised in accordance with this RFP and subsequent agreement, within thirty (30) Days after its receipt. Any objection / dispute to the amounts invoiced in the bill shall be raised by the Bank within reasonable time from the date of receipt of the invoice. Upon settlement of disputes with respect to any disputed invoice(s), the Bank will make payment within thirty (30) days of the settlement of such disputes. 2.6 Further Orders The Bank may place further orders for supply, installation, commissioning, and maintenance of any/all Video-Conferencing equipments/components at the same rate and terms & conditions as per the purchase Contact entered into with finally selected Vendor within 18 months period from the date of first purchase order. However, if during the said period of contract, any downward price-revision for any of Video-Conferencing equipments occurs, and then Vendor must offer the same to the Bank without any delay and request from the Bank. 2.7 Order Cancellation The Bank reserves the right to cancel the purchase order in the event of one or more of the following situations: 1. Delay in supply, installation, and commissioning of Video-Conferencing equipments, beyond agreed delivery timelines. 2. Deviations of the Video-Conferencing equipments proposed from those mentioned in the RFP including non-integration of these equipments with Bank's infrastructure as mentioned in Scope of Work above to the satisfaction of the Bank. In the event of order cancellation the Vendor shall be responsible to take back the faulty equipments at their cost & expenses. In the event of cancellation of order, the Bank shall have the right to invoke the Performance Bank Guarantee (PBG) submitted by the vendor Annexure L. 2.8 Manuals/Guides The equipments will have to be supplied with all the manuals/guides in electronic form and/or printed booklet(s) as provided by the respective Original equipments Manufacturers. All the manuals/guides should be in English only. 2.9 Warranty Page 15 of 135
  • 16. RFP for Video Conferencing All hardware/software /license /firmware supplied should be covered by comprehensive on-site warranty for 1 year and Maintenance/ ATS for 4 years by the vendor from the date of installation and acceptance of the system by the Bank. This includes updation of latest patches of software, configuration, including its components, providing latest version (software subscription), of the software/license etc. as and when released by the OEM of equipments will be supplied by the vendor. The Vendor shall be fully responsible for the warranty of all equipments, accessories, spare parts, software, etc. against any defects arising from design, material, manufacturing, workmanship or any act or omission of the manufacturer and/or Vendor and any defect that may develop under normal use of supplied equipments during warranty period. During the Warranty period of equipments, vendor shall not assign any kind of maintenance like hardware, software, upgradations etc. related to these equipments to any third party. Warranty should not become void if the Bank buys any other supplemental hardware from third party and installs it with/in these machines. However, the warranty will not apply to such hardware items installed. The warranty and maintenances costs of the VC infrastructure need to be factored in the AMC – ATS section of the bill of material. Warranty should cover the following:- a) Service support should be available on 24*7*365 basis. b) Warranty should cover updates/maintenance patches/bug fixes (available from the original software Vendor) for system software & firmware patches/bug fixes, signatures, if any, for hardware. c) The vendor should provide onsite preventive maintenance on quarterly basis. d) The vendor shall obtain written acknowledgement from the Bank after completion of warranty period for successful sign off of warranty period. 2.10 Failure of equipments If, during the AMC period, any equipments fails to function properly four or more times during a quarter due to any reason except force majeure event, the vendor shall arrange replacement of the same by new equipments of same or higher configuration, at no cost to the Bank within one week of time. 2.11 Facilities Management 2.11.1 Services to be covered This section describes, but does not limit, the services required by the Bank for the next 5 years. The Bank intends that the contract which is contemplated herein with the Vendor shall be for a period of 5 years, and shall cover all deliverables and services required to be procured or provided by the Vendor during such period of contract. The Vendor needs to consider and envisage all services that would be required in the maintenance of the facilities. FM for all purposes means all AMC, warranties, annual technical support and all other costs necessary and incidental for the maintenance and support of the infrastructure and equipment. The services would include: Software Maintenance (ATS) Support, Hardware Management of LCD Panels, USB HD Camera, Video Phone etc and all devices/components provided by the Vendor. (AMC) Page 16 of 135
  • 17. RFP for Video Conferencing 2.11.1.1 Software Maintenance: 2.11.1.1.1 The Software Maintenance and Support Services contemplated herein shall be provided for all Licensed Software implemented by the Vendor for the period of the contract. The solution vendor shall render both on- site and off-site maintenance and support services to the Bank to all the designated locations. The Vendor shall provide remote trouble shooting / customer support mechanism from its premises. The Maintenance and Support Services shall be provided for all the locations where the VC solution has been implemented The Maintenance and Support Services will cover: All product upgrades, modifications, enhancements that have to be provided to the Bank free of charge. The Vendor will also be responsible for all solution and version migrations and performance tuning during the period of the contract and no additional charges would be paid by the Bank for the same. Vendor to provide additional training in view of any changes in the software versions, during the period of contract without any extra cost 2.11.1.1.2 Upgrades would include product releases made by the Vendor to incorporate technological changes, consolidating all bug fixes, consolidating all enhancement requests made by the Bank. 2.11.1.1.3 Modifications would include minor changes, bug fixes, error resolutions and minor enhancements that are incidental to proper and complete working of the Application. 2.11.1.1.4 Enhancements would include changes to the licensed software, which are of software fine tuning in nature. All requests for Enhancements that may be required for any reason by the Bank shall be made in accordance with the procedures to be established by the Bank in this regard. The Vendor shall rectify any corruption in the application software or media at no extra cost to the Bank. 2.11.1.2 Support: The Vendor is required to provide sound after-sales service/support by arranging timely attending of calls received from the offices where the Video-Conferencing equipments have been supplied & installed and problem rectification through competent service engineers. The desired support time should be uniformly maintained at all the sites. The Vendor has to maintain sufficient inventory of spare parts/equipments at all the support centers to avoid unnecessary delay in obtaining the spare parts/equipments. The Vendor must supply the details of its service/support infrastructure meant for registering the complaints along with the contact numbers like mobile nos., phone nos., electronic mail addresses and names etc. of its service engineers Annexure F. 2.11.1.3 Hardware Management: 2.11.1.3.1 As a part of FM the Vendor shall provide services relating to maintenance and support to VC hardware and other peripherals that have been supplied by the Vendor. 2.11.1.3.2 The Vendor shall provide a single-point-of-contact to End Users for the resolution of Hardware related problems or for requesting an equipment upgrade or consultation. Page 17 of 135
  • 18. RFP for Video Conferencing 2.11.1.3.3 During the breakdown of the “VC Hardware” the Vendor shall provide standby equipment of the same make / model or of higher configuration in place of the original equipment taken to their premises / service centre, etc. for repair / replacement. 2.11.1.3.4 If the items of “VC Hardware” are to be replaced permanently the Vendor shall replace the equipment of same Make/ Model/configuration or of higher configuration. However, the Bank may accept different make/model/ configuration at its discretion if the original make/model/ configurations are not available in the market due to obsolescence or technological upgradation, stoppage of the production of the same make/model/ configuration by the MANUFACTURER or cessation / winding up of the Company. The price benefit if any gained in the process by the Vendor, is agreed by the Vendor to be passed on to the Bank. 2.11.1.3.5 Vendor shall provide Hardware maintenance services including preventive maintenance (e.g., running standard VC diagnostics, machine cleaning, checking cables and ports), corrective maintenance to remedy a problem, and scheduled maintenance required to maintain the Hardware in accordance with manufacturers' specifications and warranties. 2.11.1.3.6 Vendor shall co-ordinate warranty repair or replacement service for the Hardware and process warranty claims, as applicable. 2.11.1.3.7 The Vendor agrees if any of the equipments is required to be taken outside the Bank premises - HO/LHO/STC/ZO the cost of transportation and other related costs will be borne by the Vendor. 2.11.1.3.8 Vendor shall be responsible for maintenance activities with the End User and appropriate support functions of the Bank (e.g. network support, facilities support, etc.). 2.11.1.3.9 The Bank will not be liable to pay any additional amounts in respect of any sort of maintenance required during the tenure of the contract. 2.11.1.3.10 Spare Parts: The Vendor shall ensure availability of spare parts for the supplied Video-Conferencing equipments for a minimum period of five years from the time of their acceptance. Thereafter, Vendor shall give at least twelve months notice prior to discontinuation of support services, so that the Bank may order its requirements of the spares, if desired. If any of the peripherals, components like expansion cards, memory etc., are not available or difficult to procure or the procurement is likely to be delayed for replacement, the replacement must be carried out with peripheral/component of equivalent capacity or higher capacity at no additional charges to the Bank, within the stipulated time as mentioned in the section 2.10 above. However, lower capacity of such replacement shall be permitted by the Bank on case-to-case basis subject to practical limitations of Video-Conferencing equipments for which such replacement is required. Page 18 of 135
  • 19. RFP for Video Conferencing 2.11.1.3.11 Annual Maintenance Contract (AMC): The vendor must provide annual maintenance of Video-Conferencing equipments for a period of 4 years. The vendor shall not outsource the maintenance work assigned by the Bank, to any third party and shall arrange attending of all complaints registered by the Bank officials through its own service/support infrastructure only. The Bank reserves the right to terminate the comprehensive AMC by issuing one month‟s notice to the vendor, if the services rendered by the vendor are found dissatisfactory, in which regard; the bank shall have absolute discretion. In that case, the vendor will refund the proportionate amount of AMC for the rest of the period of the AMC, if any. Not following all that is mentioned above, the Bank reserves the right to outsource the hardware maintenance work to a third party or the Bank may decide to perform the same through its internal resources. Whatever the case may be (either third-party maintenance or maintenance through internal resources), the Vendor(s) shall provide requisite maintenance training, technical know-how, and expert assistance to the persons and/or agencies, duly authorized by the Bank for this purpose. The responsibilities of the vendor during the AMC period are same as mentioned above in the section 2.10. Page 19 of 135
  • 20. RFP for Video Conferencing 3. Responses to RFP (Submission of Bids) The submissions need to be made at the address given below, on or before 12:30 pm (Indian Standard Time) as per the schedule given in the RFP. All envelopes should be securely sealed and stamped. The authorized signatories of the Vendor should initial on all pages of the technical and commercial proposals. The competitive bids shall be submitted in four parts viz. 1. Eligibility Bid (accompanied by DD/PO for the purchase price of the RFP) 2. Technical Bid 3. Commercial Bid 4. Bid security Eligibility, Technical and Commercial Bids shall be submitted in separate sealed sub-envelopes super scribing “ELIGIBILITY BID FOR PUNJAB & SIND BANK VC PROJECT TENDER REFERENCE NO.HOIT/RFP/11/2011-2012, Dated _________ SUBMITTED BY ….. ON….. AT NEW DELHI, DUE DATE _________”, “TECHNICAL BID FOR PUNJAB & SIND BANK VC PROJECT TENDER REFERENCE NO. HOIT/RFP/11/2011-2012, Dated ________, SUBMITTED BY ….. ON…..AT NEW DELHI, DUE DATE __________ ” and “COMMERCIAL BID FOR PUNJAB & SIND BANK VC PROJECT TENDER REFERENCE NO. HOIT/RFP/11/2011-2012, Dated _________ SUBMITTED BY ….. ON…..AT NEW DELHI, DUE DATE _________”. The Bid security should be enclosed in the fourth sub-envelope super scribing “BID SECURITY FOR PUNJAB & SIND BANK VC PROJECT TENDER REFERENCE NO. HOIT/RFP/11/2011-2012, Dated _________, SUBMITTED BY ….. ON ….. AT NEW DELHI, DUE DATE __________”. These four separate sealed sub-envelopes should be put together in another sealed master envelope super scribing “BID for PUNJAB & SIND BANK VC PROJECT TENDER REFERENCE NO. HOIT/RFP/11/2011-2012, Dated __________, SUBMITTED BY ….. ON…..AT NEW DELHI, DUE DATE _________”. The response should be organized and submitted in the following manner: Eligibility Bid Eligibility Criteria The Vendor needs to comply with ALL the eligibility criteria mentioned below to be evaluated. Non- compliance to any of these criteria would result in outright rejection of the Vendor‟s proposal without any recourse, except with appropriate indulgence by the bank entirely at its discretion. The Vendor is expected to provide proof for each of the points for eligibility evaluation. The proof provided has to be in line with the details mentioned in “Annexure G - Eligibility criteria”. Any credential detail mentioned in Annexure G and not accompanied by relevant proof documents will not be considered for evaluation. All credential letters should be appropriately bound, labeled and segregated in the respective areas. There is no restriction on the number of credentials a Vendor can provide. Vendor – the company submitting the bid who is solely responsible for the delivery of the scope of work of this RFP OEM of the MCU and end-points whose equipment has been proposed by the Vendor as per scope of this RFP I Vendor Financial and other information Supporting Required Should be a public / private company registered in India Vendor‟s certificate of 1 and Incorporation Should have been in existence for a minimum period of Vendor‟s certificate of 2 5 years in India and Commencement of Business Should have minimum turnover of Rs.100 crores per Duly Audited copies of last 3 3 annum during the last 3 financial years and years (2008-2009, 2009-2010, Page 20 of 135
  • 21. RFP for Video Conferencing 2010-2011) Balance Sheets Should be a profitable company for the past 3 financial Profit and Loss Accounts years. statements of the last 3 years 4 (2008-2009, 2009-2010, 2010- 2011) II Vendor Credentials and Experience Supporting Required The Vendor should have had experience in Relevant Purchase Order‟s or implementing Video Conferencing solution client reference letters encompassing at least 10 end points and one MCU in confirming the successful 5 at least one organization prior to Calendar year 2008 implementation of Video and Conferencing solution prior to calendar year 2008 The Vendor should have implemented a Full High Purchase orders or letters from Definition Video Conferencing solution encompassed a organizations where the project minimum of 20 HD VC endpoints and at least one 40 was implemented 6 port HD MCU. for at least THREE organizations, of which ONE implementation should be for a Public Sector Bank in India III OEM Credentials and Experience Supporting Required Should be a profitable company for each of the previous Profit and Loss Accounts 3 financial years and statements of the last 3 years 7 (2008-2009, 2009-2010, 2010- 2011) The OEM should have supplied a 40 port HD MCU with Purchase orders or letters from 8 40 end points to at least 2 organizations in India in the organizations where the past 2 years. equipment was installed. Technical Bid 1. Table of Contents (list of documents enclosed) 2. 1 copy of the technical proposal with pages properly numbered. The technical proposal should be bound in such a way that the sections of the proposal could be removed and separated easily; 3. 1 compact disk (CD) containing the soft copy of technical proposal should be provided A masked copy of the entire price bid after masking the prices should accompany 4. Copy of the RFP document duly putting the seal and signature on all the pages of the document for having noted the contents and testifying conformance to the terms and conditions set out therein should also be enclosed in the Master Envelope. Commercial Bid 1. Table of contents(list of documents enclosed) 2. 1 hard copy of the commercial proposal. 3. 1 compact disk (CD) containing the soft copy of the commercial proposal. Please note that if any envelope is found to contain eligibility, technical and commercial offer in a single envelope, then that offer will be rejected outright. The Vendor should certify that the contents of the CD‟s are the same as that provided by way of hard copy. In the event of a discrepancy, details provided in the hard copy will be true. 3.1 Contact Details for Responding to the Proposal Page 21 of 135
  • 22. RFP for Video Conferencing The interested eligible vendor may collect this RFP from the Head Office Information & Technology Department, located at following address after depositing a non-refundable Demand Draft / Pay Order for Rs. 5,000/-(Rupees Five Thousand Only) favouring the Punjab & Sind Bank. The RFP can be collected from 10:00 AM to 02:00 PM on Saturdays and 10:00 AM to 05:00 PM on working days from till last date for bid-submission. The RFP can also be downloaded from the Bank‟s website, i.e. http://www.psbindia.com. However; the vendor shall have to submit a Demand Draft / Pay order as above along with the bid. The Bank shall not consider any request for date-extension for bid-submission on account of late receiving/downloading of RFP by any prospective vendor. The bids, not accompanied by the Demand Draft / Pay Order of requisite amount shall be out rightly rejected. Bids duly sealed, addressed to the Deputy General Manager (IT) should be delivered on or before due date & time. Bids have to be dropped in the tender box. Tender Box placed at the following address: Punjab & Sind Bank 2nd Floor, HO Information Technology Department 21, Rajendra Place New Delhi – 110125 The bids (arranged as mentioned above) are to be dropped into the Tender Box kept at Department of Information Technology before the due date & time. The bid submitted anywhere else is liable to be rejected. 3.2 RFP Coordinator The Bank shall establish a RFP Coordinator (s) to provide a venue for managing Vendor relationships and technical requirements through the Bank's decision-making body for contract clarifications. The Vendor relationship manager will also enlist assistance as needed from members of various departments within the Bank. The Bank reserves the right to modify or eliminate the role of RFP coordinator or to establish any other contract governance committee or organization that it may deem necessary. 3.2.1 RFP Contact Person (s) in Bank 1. For Functional-related queries and other tender related queries: Name – Mr Rajesh Dangi , Senior Manager IT, E-Mail Address – dangi.rajesh@psb.org.in & Contact Number – 011 - 25823354 3.2.2 Proposal Format The Vendor‟s proposal must effectively communicate their solution and be formatted in the specified formats in order for the Bank to assess the alternatives. Therefore, proposals must be submitted with the following sections: i Executive Summary ii Video Conference Solution Provider Capability iii Technical Bid iv Commercial Offer 3.3 General Instructions i The bank may at its discretion apply whatever criteria it deems appropriate for short-listing the Vendor‟s. ii The respondent should be capable of undertaking similar contracts with respect to people, infrastructure, finance and other resources. It is preferable that the respondent has established processes and methodologies for VC implementation. iii The bank reserves the right to accept or reject in part or full any of the offers without assigning any reason whatsoever. iv The Vendor needs to comply with all the eligibility criteria mentioned above. Non-compliance to any of these criteria would result in outright rejection of the Vendor‟s proposal. Page 22 of 135
  • 23. RFP for Video Conferencing v The Vendor is expected to provide proof for each of the points for eligibility evaluation. vi All credential letters should be appropriately hard bound, labelled and segregated in the respective areas. vii There is no restriction on the number of credentials a Vendor can provide. viii Vendor‟s who meet the Eligibility Evaluation criteria of the RFP will only be considered for further rounds of evaluation. ix Any assumptions made by the Vendor‟s or their implementation partners in response of this RFP will be at their own risk and cost. The bank will not be liable for any such assumptions / representations made by the Vendor‟s or their vendors. The Bank‟s assumptions and decision will be final. x In the event the Vendor is submitting any purchase order/contract, the same would have to be accompanied with a letter from the bank referring to the purchase order/contract clearly and indicating that the work for which the purchase order/contract was issued has been satisfactorily completed or under satisfactory implementation for a period of more than 6 months by the Vendor/vendor. The purchase order/contract without the bank‟s letter will not be taken as a proof for evaluation. xi All the pages of the tender and Annexures should be properly page numbered. xii The Vendor has to ensure completeness and accuracy of the commercial bids in terms of the computation and arithmetical accuracy of the bid and any totalling errors noticed would be added back for computing the TCO. However, it will be the discretion of the bank whether or not to pay the additional amount to the Vendor. xiii The vendor should not have been blacklisted by any central/state government organization/public sector undertaking self declaration to that effect should be submitted – Annexure V 3.4 Eligibility Bid 3.4.1 Response Format for Eligibility i The prime vendor has to submit the response in hard copy and soft copy (in CD). All CD‟s submitted should be neatly labelled and should also include the name of the vendor. All the hard copies should be stamped & signed by the vendor. ii A hard copy of the credential letters from banks / financial institutions neatly bound,/ labelled and properly page numbered. iii Scanned copy of the credential letters from banks / financial institutions, labelled. iv The Vendor‟s have to submit the soft copy of all documents for the RFP organized in appropriate directory structures. E.g. the financial information should be under the Financial Information Directory etc. Information should not be submitted in an unorganized manner. 3.4.2 Executive Summary i Introduction to the project ii Background of the Vendor and information iii Solution Vendor‟s and a brief write up on them iv A brief summary of understanding of the banks requirements, Vendor‟s capabilities, solution / product description. 3.4.3 Video Conference Solution Provider Capability 1) Solution Provider details a. Provide the necessary documentation in support for the solution provider of the following:  Corporate structure, founder, and related history of the company  Ownership structure  Number of years in this business and relevant business lines  Specific certifications (SEI CMM, SAS 70, ISO 27001, ISO 9001:2000, etc.) (Copy of the certificate(s)) Page 23 of 135
  • 24. RFP for Video Conferencing 2) Product Information a. The product information and your responses to the requirements and criteria listed should be precise and easy to follow, as it will significantly impact your evaluation as a solution provider. b. The information on your company‟s product, should include the following:  Product Name  Description of the software c. Please provide the following information for each product offered by you in the above categories:  Features of Product:  Versions & Release dates  Functionality  Security aspects  Hardware requirements  Software requirements  Database (where applicable)  Licensing information & costing  Implementation Details:  Time-frame  Skills required for usage  Training provided (for usage)  Maintenance support  Number of years since the product has been in operation  Vendor‟s plan to introduce future releases and enhancements  Any other information considered relevant by you for the purpose of evaluation 3) Experience Key people who will be involved in the project across functions: Role in Project Experience Project Director  Minimum of 5 years work experience in similar field  Been on the Vendor‟s payroll since the past 5 years  Should have been a Project Director for a similar implementation Project Manager  Should have at least 8 years of work experience  Should have been on Vendor‟s payroll since the past 3 years  Should have experience in executing similar implementations Technical Team  Should have at least 4 years of work experience Leaders  Should have been on Vendor‟s payroll since the past 2 years  Should have experience in executing similar implementations 3.5 Technical Bid The technical bid should be structured in the following sequence 3.5.1 Covering letter as per Annexure C 3.5.2 Executive Summary Page 24 of 135
  • 25. RFP for Video Conferencing The Executive Summary should be limited to a maximum of three pages and should summarize the content of the response. The Executive Summary should initially provide an overview of Vendor's organization and position with regards to software and professional services in Banking Sector. A summary of the Vendor's products and services that will be provided as a part of this procurement should follow. A brief description of the unique qualifications of the Vendor should then be provided followed by a summary on capabilities such as resources and past experience of implementing such products. Information provided in the Executive Summary is to be presented in a clear and concise manner. 3.5.3 Technical Requirements 3.5.3.1 The System Features Section of the Vendor‟s proposal must consist of a response to the technical requirements. The Vendor should clearly communicate how the proposed system will address the technical requirements defined in Annexure E of this RFP. 3.5.3.2 Detailed Work Plan (Project Plan) and Personnel schedule for all the areas as mentioned in Section 2.1 “Project Scope”, of this document as per Annexure I – Work Plan Schedule. A PERT chart providing the split up of the project work and scheduled date of commencement of delivery and completion of the project should also be provided; 3.5.3.3 Copy of Price Bid without commercials as per Annexure M –Technical Bill of Materials and mention the technical details; 3.5.3.4 Established Service Centre location details as per Annexure F; 3.5.3.5 Manufacturer Authorization Form [MAF] for the Equipments / Hardware items offered for Video Conferencing Solution as per Annexure A; 3.5.3.6 Technical Compliance Statement – Annexure W 3.5.3.7 Queries in the format as given in Annexure J. 3.6 Commercial Bid The Commercial Bid should give all relevant price information and should not contradict the Technical Bid in any manner. There should be no hidden costs for items quoted. The offer must be made in Indian Rupees only and the offer should include all applicable taxes and other charges, if any. The format for submission of Commercial Bid is as follows: Annexure H – Commercial Bill of Materials Annexure H – Commercial Bill of Material should match with Annexure M – Technical Bill of Material. Page 25 of 135
  • 26. RFP for Video Conferencing 4. Evaluation Methodology 4.1 Introduction The evaluation methodology will be a three-stage process. The Phases are: Phase 1 - Eligibility Evaluation Phase 2 - Technical Evaluation Phase 3 – Commercial Evaluation Vendor‟s who meet the eligibility criteria will be eligible for the Technical evaluation. Vendor‟s who will qualify technical evaluation criteria will be qualified for the Commercial evaluation. 4.2 Phase 1: Eligibility Evaluation The Eligibility Criteria for the Vendor‟s is mentioned in Annexure G of the RFP document. The Vendor needs to comply with all the eligibility criteria mentioned to be evaluated in Phase 2. The supportive documents for eligibility proof needs to be provided. There will be no scoring involved in the Eligibility Evaluation. 4.3 Phase 2: Technical Evaluation The evaluation will be done on a total score of 700. Sr. No Technical Evaluation Phase Maximum Marks 1 Compliance with Technical Specifications (Provide 450 compliance in Annexure E) 2 Vendor and OEM capabilities 200 3 Technical Presentation 50 Total 700 Refer to Section 4.4 Short listing for details on evaluation scoring. The Vendor needs to achieve a cut – off score of 500 out of 700 for the Proposal Evaluation independently to be qualified for Phase 3 - commercial bid evaluation. 4.3.1 Compliance with Technical Specification – Scoring Methodology Sr. No Details of Technical Specification (Refer Annexure E) Maximum Marks 1 Compliance to MCU specification 200 2 Compliance to End Points specification 50 3 Compliance to Management & Scheduling and Call Control 50 4 Compliance to Firewall and Recording & Streaming Solution 50 5 Compliance to LCD panels specification 20 6 Compliance to Ethernet Switch and Router specification 30 7 Compliance to Functional requirement 50 Maximum Marks 450 Bank at its discretion may reject the bidders proposal if there are non compliance observed in Annexure E – Details of Technical specification and Annexure W – Technical Compliance Statement Page 26 of 135
  • 27. RFP for Video Conferencing 4.3.2 Vendor and OEM Capabilities The Bank would evaluate the Vendor based on the Vendor and OEM capabilities for having implemented the VC solutions in India. Sr. No. Vendor Capabilities Scoring Methodology Maximu Annexure Detailed Requirements Support Requirements m Marks Vendor should possess valid Vendor‟s Copy of Marks for each ISO certification Certification for ISO certificate: 15 27001, ISO 9001 and ► ISO 9001 ISO 9001 – 5 marks ISO 14001 1 ► ISO 14001 ISO 14001 – 5 marks ► ISO 27001 ISO 27001 – 5 marks No Certificate – 0 marks Vendor Support Centre for Support Centre 12 x 7 Vendor Support providing 24x7 Telephonic Centre – 10 marks Provide 24x7 20 services Telephonic Services 24 x 7 Vendor Support 2 Centre – 20 marks No / any other Vendor Support Centre – 0 marks Vendor must have minimum 5 Details of expert level Less than 5 – 0 marks Annexure expert level trained and trained and Certified P 5 trained and certified Certified Personnel of OEM Personnel of OEM personnel of OEM – 10 across India and should across India with 30 marks provide the details of these supporting documents 3 personnel with their training & > 5 and <= 10 trained certification details, identified and certified personnel for executing the scope of of OEM – 20 marks work as detailed in the >= 11 trained and bidding document. certified personnel of OEM – 30 marks The Vendor must have the Vendor should provide Less than 3 Video experience of successful Purchase order and Conferencing projects – implementation of minimum 3 letter from the 0 marks full high definition Video organization in India 20 3 Video Conferencing Conferencing projects with projects in India – 10 minimum 20 HD VC end marks 4 points in organization in India each comprising supply, >3 and < = 5 Video installation, operationalization Conferencing projects in and maintenance of Video India – 15 marks Conferencing facility from the > = 6 Video last 3 years. Conferencing projects in India – 20 marks Page 27 of 135
  • 28. RFP for Video Conferencing Vendor must have experience Vendor should provide 30 end points in single of successful implementation Purchase order and organization – 10 marks of Video Conferencing letter from the 40 end points in single solution in a single organization 30 5 organization – 20 marks organization with 30 or more endpoints 50 or more end points in single organization – 30 marks Vendor should adhere to Vendor should give Submission of Project Annexure timelines and coverage of detailed project plan Plan with complied I 10 Task as mentioned in the which complies with timelines – 10 marks 6 RFP. the RFP timelines. Non submission of Project plan with non complied timelines – 0 marks Compliance to SLA – 10 Annexure Vendor should adhere to the Vendor should comply marks 10 K 7 SLA defined in the RFP. to the RFP SLA. Non compliance to SLA – 0 marks Sr. No. OEM Capabilities Scoring Criteria Maximu Annexure Support Detailed Requirements m Requirements Marks The OEM custom duties paid The vendor should 1) One or more centres Annexure spares depot in the country submit the list of the in Delhi & NCR – 15 Q for faulty hardware OEM depots. The marks replacement OEM should have a 30 2) One or more centres custom duty paid in Punjab (including depot at New Delhi or Chandigarh) – 10 marks NCR region and at 3) One or more centres PSB zones. in - Mumbai or Chennai 8 or Kolkata – 5 marks. Centres as follows- 4) – (1) + (2) = 25 marks 5) – (1) + (3) = 20 marks 6) – (2) + (3) = 15 marks 7) - (1) + (2) + (3) = 30 marks OEM to provide 24x7x365 Details with address, 12x7x365 technical Annexure technical support centre in toll free number, email support centre in India – R 20 India. address of OEM 10 marks 24x7x365 technical 9 support centre in India – 20 marks Any other service times = 0 marks Page 28 of 135
  • 29. RFP for Video Conferencing OEM should have at least 5 Details with address & Less than 5 OEM offices Annexure Number of OEM offices in Phone Number of – 0 marks S India OEM >= 5 and < 10 OEM 10 10 offices – 5 marks >= 10 OEM offices – 10 marks ISO 9001 Certification for Copy of Certificate ISO 9001 Certification 5 OEM equipment should mention OEM for OEM – 5 marks 11 manufacturing facility equipments or OEM No Certification – 0 name marks Maximum Marks 200 4.3.3 Technical Presentation The Bank would request the short listed Vendor‟s to present and demonstrate the proposed solution, the project plan and facilities management. A total of 50 marks have been assigned for the Technical Presentation. Sr. Technical Presentation Evaluation Maximum Marks No. 1 Technical Presentation of the proposed solution to the Bank – Broad Assessment parameters (not restricted to):- ► Key features of proposed VC solution 50 ► Scope of Work ► Project Plan ► Team Structure ► Facilities Management 4.4 Short Listing The Vendor needs to achieve a cut – off score of 500 out of 700 for the Proposal Evaluation independently to be qualified for Phase 3 - commercial bid evaluation. In the event only one Vendor qualifies the Bank will have the right to open the commercial bid of that single qualified Vendor. In the event that none of the Vendors qualify, then the Bank at its sole discretion may choose to select two Vendors who have achieved the top 2 scores to qualify for the next phase. In case only one bid is received, then the Bank reserves the right to either evaluate the single bid or re-tender. The Bank retains the right to decide upon the final approach to be taken by for Vendor short listing and the same may be different from the ones stated above. The decision of the Bank shall be final and binding in that regard. Based on sum of the proposal evaluation scores obtained, the Vendors will be categorized as T1, T2, T3 etc. on the basis of their individual scores obtained. (In the descending order, i.e. T1 being the Vendor with the highest score, followed by T2 with the next highest score and so on.) Also, the Bank may, at its sole discretion, decide to seek more information from the respondents in order to normalize the proposals. However, respondents will be notified separately, if such normalization exercise is resorted to. 4.5 Phase 3: Commercial Evaluation The Commercial Bids of only technically qualified Vendors from the Phase 2 – Technical Evaluation will be opened and evaluated by the bank. The commercial evaluation will take into account on the following factors Page 29 of 135