Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU...

35
Managed Services for DC and DR Page 1 | 35 Request for Proposal Procurement of Managed Services For Bank’s DC and DR RFP Reference No. BCCB/HO-IT/DC-DR/RFP01 RFP Date 6th Feb 2020 Commercial and Technical Bid submission last Date and time 26th Feb 2020, 6:00 PM Query submission last date 14th Feb 2020 Pre bid meeting 17th Feb 2020 Technical bid opening date and time 27th Feb 2020 Bid Submission Address Bassein Catholic Co-Operative Bank Ltd. Head Office - Catholic Bank Building, First Floor, Papdy Naka, Papdy, Vasai, Dist Palghar, Maharashtra. Pin 401207 Brijdina Coutinho Chief Executive Officer Catholic Bank Building, First Floor, Papdy Naka, Vasai – 401207 Web site : www.bccb.co.in This document is the property of Bassein Catholic Co-operative Bank Ltd. It may not be copied, distributed or recorded on any medium, electronic or otherwise, without written permission thereof. The use of the contents of this document, even by the authorized personnel/ agencies for any purpose other than the purpose specified herein, is strictly prohibited and shall amount to copyright violation and thus, shall be punishable under the Indian Law.

Transcript of Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU...

Page 1: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 1 | 35

Request for Proposal

Procurement of Managed Services For

Bank’s DC and DR

RFP Reference No. BCCB/HO-IT/DC-DR/RFP01

RFP Date 6th Feb 2020

Commercial and Technical Bid submission last

Date and time 26th Feb 2020, 6:00 PM

Query submission last date 14th Feb 2020

Pre bid meeting 17th Feb 2020

Technical bid opening date and time 27th Feb 2020

Bid Submission Address Bassein Catholic Co-Operative Bank Ltd. Head Office - Catholic Bank Building, First Floor, Papdy Naka, Papdy, Vasai, Dist Palghar, Maharashtra. Pin 401207

Brijdina Coutinho Chief Executive Officer Catholic Bank Building,

First Floor, Papdy Naka, Vasai – 401207 Web site : www.bccb.co.in

This document is the property of Bassein Catholic Co-operative Bank Ltd. It may not be copied, distributed or recorded on any medium, electronic or otherwise, without written permission thereof. The use of the contents of this document, even by the authorized personnel/ agencies for any purpose other than the purpose specified herein, is strictly prohibited and shall amount to copyright violation and thus, shall be punishable under the Indian Law.

Page 2: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 2 | 35

Contents 1. Invitation for Proposal ....................................................................................................................................... 4

1.1 Disclaimer ................................................................................................................................................... 4

2. Introduction ....................................................................................................................................................... 5

3. Eligibility Criteria ................................................................................................................................................ 5

4. Existing Setup and Project Objective ................................................................................................................. 6

5. Scope of Work .................................................................................................................................................... 7

5.1 Manuals/Documentation ................................................................................................................................... 7

5.2 Preventive Maintenance .................................................................................................................................... 7

5.3 Infrastructure Management Services ................................................................................................................ 8

5.4 Network and Security Management .................................................................................................................. 8

5.5 Server Administration and Management .......................................................................................................... 8

5.6 Storage ............................................................................................................................................................... 9

5.7 Backup Services .................................................................................................................................................. 9

5.8 EMS / ISMS software .......................................................................................................................................... 9

6. Terms and Conditions: ..................................................................................................................................... 11

6.1 Amendment of the Bidding Documents .......................................................................................................... 12

6.2 Confidentiality of the Bid Document ............................................................................................................... 12

6.3 Validity of Bids ................................................................................................................................................. 12

6.4 Adherence to Terms and Conditions ............................................................................................................... 12

6.5 Execution of Agreements/NDA ........................................................................................................................ 12

6.6 Professionalism ................................................................................................................................................ 12

6.7 Expenses........................................................................................................................................................... 12

6.8 Single Point of Contact and Escalation Matrix ................................................................................................. 12

6.9 Applicable Law and Jurisdiction of Court ......................................................................................................... 13

6.10 Liquidated Damages (LD) ................................................................................................................................. 13

6.11 Penalties ........................................................................................................................................................... 13

6.11.1 Downtime and Performance Penalty ....................................................................................................... 13

6.12 Force Majeure .................................................................................................................................................. 13

6.13 Authorized Signatory ....................................................................................................................................... 13

6.14 Indemnity ......................................................................................................................................................... 14

6.15 Assignment ....................................................................................................................................................... 14

6.16 Vendor’s Liability .............................................................................................................................................. 14

6.17 Cancellation of Contract .................................................................................................................................. 14

6.18 Dispute Resolution ........................................................................................................................................... 15

6.19 Exit Management ............................................................................................................................................. 15

6.20 Transfer of certain Agreements ....................................................................................................................... 15

Page 3: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 3 | 35

6.21 Contract Period ................................................................................................................................................ 15

6.22 Payment Terms ................................................................................................................................................ 15

6.23 Price Composition ............................................................................................................................................ 16

6.24 Amalgamation .................................................................................................................................................. 16

6.25 Erasures of Alteration ...................................................................................................................................... 16

6.26 Right to Accept Any Bid and to Reject Any or All Bids / Cancellation of Tender Process ................................ 16

6.27 Soft copy of tender document ......................................................................................................................... 17

6.28 Awarding of Purchase Order ............................................................................................................................ 17

6.29 Disaster Recovery and Business Continuity Plan ............................................................................................. 17

6.30 Compliance with Statutory and Regulatory Provisions ................................................................................... 17

6.31 Conflict of interest ........................................................................................................................................... 17

6.32 Publicity ............................................................................................................................................................ 17

6.33 Confidentiality .................................................................................................................................................. 18

6.34 Termination ...................................................................................................................................................... 18

6.34.1 Termination for Default ........................................................................................................................... 18

6.34.2 Termination for Insolvency ...................................................................................................................... 18

6.34.3 Termination – Key Terms & Conditions ................................................................................................... 18

6.34.4 Termination for convenience ................................................................................................................... 19

6.35 Exit Option ....................................................................................................................................................... 19

6.36 Jurisdiction ....................................................................................................................................................... 19

6.37 Notices ............................................................................................................................................................. 19

6.38 Security ............................................................................................................................................................ 19

7. Incident Response and Support Methodology and SLA ................................................................................... 19

7.1 Definition of Severity Level .............................................................................................................................. 20

7.2 Service Level Agreement Targets for Server/Network/Data Centre/ DR Site ................................................. 20

8. Terms and Conditions: General Instructions ................................................................................................... 20

8.1 Registration of RFP Response .......................................................................................................................... 20

8.2 Request for Additional Information ................................................................................................................. 20

8.3 Pre-Bid Meeting ............................................................................................................................................... 21

8.4 Disqualification ................................................................................................................................................ 21

8.5 Language of Bid ................................................................................................................................................ 21

8.6 Errors and Omissions ....................................................................................................................................... 21

8.7 Amendment of Bidding Documents................................................................................................................. 21

8.8 Authorization to Bid ......................................................................................................................................... 21

8.9 Cost borne by the Respondent ........................................................................................................................ 22

8.10 No Legal Relationship ....................................................................................................................................... 22

8.11 Acceptance to Terms ....................................................................................................................................... 22

8.12 Two Bid System ................................................................................................................................................ 22

Page 4: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 4 | 35

8.13 Submission to Bank .......................................................................................................................................... 23

8.14 Submission of Bids ........................................................................................................................................... 24

8.15 Late Bids ........................................................................................................................................................... 24

8.16 Bid Opening ...................................................................................................................................................... 24

9. Evaluation Process ........................................................................................................................................... 24

10. Non-disclosure Agreement .............................................................................................................................. 24

11. Sub Contract ..................................................................................................................................................... 25

12. Annexures ........................................................................................................................................................ 26

12.1 Annexure 1: Organisation Profile ............................................................................................................. 26

12.2 Annexure 2: Self Declaration Format – Clean Track Record .................................................................... 26

12.3 Annexure 3: Documents Required Against Pre-Qualification/ Eligibility Criteria .................................... 27

12.4 Annexure 4: Format for Submitting Technical and Commercial Deviations ............................................ 28

12.5 Annexure 5: Price Bid Format .................................................................................................................. 29

12.6 Annexure 6: Format for Acceptance of Terms and Conditions ................................................................ 31

12.7 Annexure 7: Pre-bid Query Submission Format ...................................................................................... 32

12.8 Annexure 8: Format of Bid Cover Letter – Technical Bid ......................................................................... 33

12.9 Annexure 9: Detailed Technical Specifications – Bill of Materials ........................................................... 34

12.10 Annexure 10: Know Your Employee (KYE) Clause .................................................................................... 34 1. Invitation for Proposal

This RFP document is being published by the Bassein Catholic Co-Operative Bank Ltd, for the Selection of vendor to provide “Managed Services for Bank’s DC & DR”. Bidder has to study this RFP document carefully before submitting their bids in response to the RFP. Submission of a bid in response to this RFP shall be deemed to have been done after careful study and examination of this document with full understanding of its terms, conditions and implications.

This RFP document is not transferable. All costs and expenses (whether in terms of time or material or money) incurred by the Recipient / Bidder in any way associated with the development, preparation and submission of responses, including but not limited to attendance at meetings, discussions, demonstrations, etc. and providing any additional information required by the Bank, will be borne entirely and exclusively by the Bidder.

1.1 Disclaimer

The information contained in this RFP document or any information provided subsequently to Bidder(s) whether verbally or in documentary form by or on behalf of the Bank, is provided to the Bidder(s) on the terms and conditions set out in this RFP document and all other terms and conditions subject to which such information is provided.

This RFP is neither an agreement nor an offer and is only an invitation by Bank to the interested parties for submission of bids. The purpose of this RFP is to provide the Bidder(s) with information to assist the formulation of their proposals. This RFP does not claim to contain all the information each bidder may require. Each Bidder should conduct its own investigations and analysis and should check the accuracy, reliability and completeness of the information in this RFP and obtain independent advice, wherever necessary. Bank makes no representation or warranty and shall incur no liability under any law, statute, rules

Page 5: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 5 | 35

or regulations as to the accuracy, reliability or completeness of this RFP. Bank may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this RFP.

2. Introduction

Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having 64 Branches and with Business Mix of over Rs. 11000 crores. It also has a network of more than 70 ATMs spread across Maharashtra including onsite and offsite ATMs. Bank is offering services such as Mobile Banking, Net Banking, IMPS, NEFT, RTGS, UPI, Intra-Bank fund transfer, e-passbook, insta ATM card Hot marking, passbook request, etc.

With more than 100 years of customer service, the Bank has a large satisfied clientele throughout the state. To withstand the steep competition and to provide the best class service to the customers, BCCB invites applications from experienced IT Firms / service providers for performing the Scope of Work mentioned below. The Banks DC is hosted at Mumbai Tier III Plus DC and DR is on Cloud at Bangalore.

3. Eligibility Criteria

The Bank is looking to select a vendor for providing Managed Services at BCCB DC and DR. The Bidder should be well established and have sound financial standing. Only those Bidders who fulfil the following criteria are eligible to respond to the RFP. Offers received from the Bidders who do not satisfy any of the following eligibility criteria are liable to be rejected.

Sub-tendering of the scope of work is prohibited. Bidder shall be the single point of contact and solely responsible for the supply, installation, implementation, integration, support and maintenance for the entire project. Bidder will be solely responsible for ensuring adherence to the Service Levels, Terms & Conditions and Service Quality for each of the deliverables executed by bidder.

Below Eligibility criteria are applicable to the bidder. The bidder must fulfill the criteria mentioned in the table below in order to bid for this RFP.

Sr. No. Eligibility Criteria

1 The Bidder should be registered company in India. Should either be a PSU / PSE / Registered Partnership Firm or a Limited Company under Indian Laws and with an office in India.

2 Bidder should hold a valid GST registration number / certificate.

3 Bidder should hold a valid PAN number.

4 Bidder should not be blacklisted by Government / Regulatory organizations in India

5 Bidder should have positive net-worth for the last three financial years i.e. 2016-17, 2017-18 & 2018-19

6 The Bidder should have average turnover of at-least INR 100 Cr. in the past 3 financial years i.e. 2016-17, 2017-18 & 2018-19.

7 The bidder should be offering the Managed Services as mentioned in this RFP, for minimum 3 years from the time of bidding.

8 The bidder should have experience of providing managed cloud / hosting services in India for Govt. / PSU/ BFSI Sector for at least 3 years from the time of bidding.

9 Bidder should have Recognized Standard for Quality Management Systems Certification, ISO 9001:2008

10 Bidder should have Internationally Recognized information Security Management Certification, ISO 27001, 27017 and 27018

11 Bidder should have Internationally Recognized Service Management System Certification, ISO 20000-1:2005

12 Bidder should have Business continuity certification ISO 22301

Page 6: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 6 | 35

13 The Company/ organization must have on its roll at least 50 technically qualified professionals in networking, security, system, systems integration, and prior experience in providing the Data Center Infrastructure maintenance services.

14 Experience of at least three similar industry/sector, where Remote Managed Services / Facility Management Services are provided and total combined order value should be at least of 2.0 Cr.

4. Existing Setup and Project Objective

Bassein Catholic Co-Operative Bank Ltd invites proposals from eligible Bidders for selection of vendor for providing 24 x 7 support for Managed Service at BCCB’s DC and DR for services listed in Section 5 - “Scope of Work”.

Bassein Catholic Co-op Bank’s DC and DR site address will be provide to shortlisted vendors.

BCCB’s entire network diagram, if required by the bidder will be shared post signing of Bank’s NDA.

The BCCB DC Rack infrastructure and Layout is as follows: Two 42U Rack at DC and Half Rack at DR Bangalore BCCB- RACK Inventory Details

Rack Device Name Make Model U Size

Rack 1

Router Cisco 4331 1U Switch Cisco SG300-28 1U Router Cisco 891F 1U Router Cisco 1941 2U Router Cisco 881 1U Router Cisco 881 1U Firewall Fortinet 400D 1U Switch Cisco 4948 1U Server HP PROLIANT dl360 GEN10 1U

Firewall Fortinet 200D 1U Storage HP storeworks UID 2U Server IBM X3650M4 2U Router Cisco 860 1U Storage HP MSA1040 2U Switch Cisco Catalyst 2960-L Router Cisco 4221 1U Server IBM X3650 4U Server IBM X3650m3 1U

Blade SYS Enclosure HP C7000 10U

Rack 2

Router INSTA ROUTE IR-3100 1U Router CISCO 4331 1U Switch Cisco SG300-28 1U Switch CISCO 891F 1U Router Cisco 1941 2U Switch Cisco 2960G 1U

Firewall Fortinet 400D 1U Server HP Proliant DL360e Gen10 1U Switch Cisco 4948 1U Server HP Proliant DL360e Gen10 2U

Page 7: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 7 | 35

Server IBM X3650 2U Server IBM X3650 2U Switch CISCO Catalyst 2960-L 1U Router CISCO 4221 1U Server IBM X3650 2U Server IBM X3650M4 2U Server IBM X3650M4 2U Server IBM X3650M3 2U Server HP Proliant DL360e Gen10 1U Server HP Proliant DL360e Gen10 1U HSM Thales 9000 Series 2U

The Banks DR is hosted at Bangalore on Private cloud and no hardware is owned by BCCB except HSM. All critical Servers are replicated at Bangalore DR through block level replication by current DC service provider’s owned replication software.

5. Scope of Work

The bidder will be responsible for providing Managed Services for existing infrastructure hosted at Bank’s Data Centre for both Primary and Disaster Recovery. Shared team of professionals would be required to be engaged by the bidder for carrying out the assignment during the contract tenure. For delivering the services, it is assumed that professionals of desired experience will be deputed. The period of contract would be three (3) years, subject to satisfactory performance of bidder / service provider, extendable to further period of two (2) years’ subject to mutually agreed terms and conditions.

Bidder / Service provider is expected to deliver 24 x 7 service support including but not limited to Servers, Storage, Network Devices, Network Security Devices, Load Balancer, Optimization, Maintenance, Participation in DR-Drill activities, Installation, Re-installation, Configuration, Version Upgradation / Degradation, Reorganizing, Troubleshooting, Backup & Restoration, Onsite Support as when required. Also, co-ordinate with Bank technical staff or Vendor to resolve the technical issues related to the scope mentioned herewith.

The bidder has to also perform one-time activity of structured cabling and RACK dressing at Bank’s DC once the order is placed and contracting documents / agreements are signed. This activity to be considered in the cost.

Site Visit: If requested, Bank may arrange for approval of Entry / Exit to BCCB’s DC located at Navi-Mumbai for shortlisted Bidders’, for not more than 2 representatives. All related travel expenses to the site should be borne by the bidder. Bank’s own representative will be present at the site during the visit. Date and time of the visit will be scheduled and communicated accordingly. Bank reserves the right to approve / disapprove / reschedule the visit by bidders. Any misconduct by the bidder’s representative at the Data Centre would be liable for appropriate action and / or disqualification from bidding process.

5.1 Manuals/Documentation

Successful Bidder has to Create and document all Process required to manage the in-scope devices which include Change Management, Incident Management, Problem Management, Capacity Management, Security & Compliance etc.

5.2 Preventive Maintenance

a. Preventive maintenance which includes health & fitness check-up of the in-scope equipment, rack cable maintenance and dressing if required etc. on quarterly basis.

Page 8: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 8 | 35

b. Coordinate and ensure periodical maintenance by OEMs as per the respective contracts entered with them by the Bank.

The broad scope of work also includes the following:

5.3 Infrastructure Management Services

● Server and Operating System Management (Windows and Red Hat Linux) ● Updates, Firmware upgrades for Server, Routers, Firewall etc. ● VMware Management ● Storage Management ● Backup Management ● Network Management

o Switches o Routers

● Security Management o Firewall / WAF Management

● Active Directory / LDAP Management Services ● Preventative Maintenance ● Integrated Service Desk Software (Services Desk Software will be provision by Vendor as SaaS) ● OS Installation, updates and Patch Management ● Third Party Vendor Coordination ● Antivirus Management (Updates and Patch Management)

5.4 Network and Security Management

● The Bank have Cisco Routers and Fortigate Firewall in HA. Bidder to provide Monitoring and Alerting Bandwidth utilization, latency, packet loss etc. of DC and DR links

● Redesigning of network architecture as and when required for better performance and security. ● Ensure a well-designed access management process, data and network security, backup and recovery

etc. ● Diagnosis and resolving problems related to firewall, IDS /IPS, WAF, Load Balancer, Router and

Switches ● Managing firewall and security device configuration and security of Demilitarized Zone (DMZ) and

make changes based on SOC partner recommendation. ● Configuration of DC DR Router and Switches for Reachability to Branches, DC, DR, NPCI, IDRBT

5.5 Server Administration and Management

● The Bank have HP Bladecenter with 10 blade servers populated. The Six Blades are virtualized with around 45 VMs and 12 Physical IBM/ HP servers. Bidder to provide VMware Administrative support for user registration, User ID creation, maintaining user profiles, granting user access, authorization, user password support when new VM is provisioned.

● Creation/Deletion of VM, setting up and configuring servers and applications as per configuration documents/ guidelines provided by Bank

● Installation/ re-installation of the server operating systems and operating system utilities ● OS Installation and Administration including troubleshooting, hardening, patch/ upgrades

deployment, BIOS & firmware upgrade as and when required/ necessary for Windows and Linux proposed as part of this solution whether mentioned in the RFP or any new deployment in future.

● Ensure proper configuration of server parameters, operating systems administration, hardening and tuning

● Managing uptime of Servers / Network as per SLAs.

Page 9: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 9 | 35

5.6 Storage

● The Bank have HP MSA 1040 Storage with Additional Expansion unit with almost 42 disks installed. Bidder to provide Installation and configuration of the storage system at Data Centre.

● Management of storage environment to maintain performance at desired optimum levels. ● Development of storage management policy, configuration and management of disk array, SAN

fabric / switches, NAS etc. ● Configuration of SAN storage whenever a new application is hosted in the Data Centre, this shall

include activities such as management of storage space, volume, RAID configuration, LUN, zone, security, business continuity volumes, NAS, performance, etc.

● Regularly monitor and log the state of complete cloud solution including but not limited to Servers, Operating System, Storage, Networking, Backup operations.

5.7 Backup Services

● Bidder to provide Backup Services to Ensure Regular backup of servers as per the backup & restoration policies stated by Bank from time to time

● Vendor has to provide adequate Disk-based backup tool (e.g. commvault) as a service for critical servers. The list of Physical Servers and VM Servers will be provided by Bank.

● Backup and restoration of Operating System, application, databases and file system etc. in accordance with defined process / procedure / policy.

● Monitoring and enhancement of the performance of scheduled backups, schedule regular testing of backups and ensure adherence to related retention policies

● Ensuring prompt execution of on-demand backups & restoration of volumes, files and database applications whenever required.

● Real-time monitoring, log maintenance and reporting of backup status on a regular basis. Prompt problem resolution in case of failures in the backup processes.

● Generating and sharing backup reports periodically ● Coordinating to retrieve off-site media in the event of any disaster recovery ● Periodic Restoration Testing of the Backup ● Maintenance log of backup/ restoration ● VM Specific Backups and VM Replication at DR Bangalore

Along with scope mentioned above, Bank have Network WAN links as mentioned below. Monitoring and reporting of these Links is also part of the scope.

1. Replication link 20 MB from DC to DR 2. Three WAN links 10 MB, 8MB and 5 MB between HO and DC 3. Two Internet Links at DC and one link at DR 4. NPCI and Infinet links at DC and DR

Bidder will be required to procure the Management link (MPLS /VPN) to provide managed Services from Bidders service location to DC and DR.

5.8 EMS / ISMS software

EMS / ISMS Software will be provisioned by the bidder as SAAS, while Solarwinds NMS will be provided by Bank. The Bidder to provide EMS / ISMS tool as SAAS.

Sr. No. EMS / ISMS Description EMS Architecture

1 The Bidder should manage service availability of critical services infrastructure they depend on. The proposed solution should provide comprehensive and end-to-end management of all the components for each service including Systems & Network infrastructure.

Network Fault Management

Page 10: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 10 | 35

1 Bidder to provide comprehensive Event Management, Service Management including SLA monitoring etc. for the DC and DR

2

Bidder to provide graphical representation of current network. Identify which devices are inactive. Use filters to immediately view isolated specific network segments. Capture a snapshot of the current state of the network, including topology and virtual LAN (VLAN) information. Identify the hosts connected to specific switches or interfaces by MAC address.

3 Bidder to provide asset information changes made across a multi-vendor device network and also support configuration templates.

4 Bidder to Create a repository, and synchronize all device software images across your enterprise network and to Use image management to automatically identify, downloads, and install the recommended software image for your network devices.

Performance Management

1 Bidder to monitor performance management across key parts of the DC infrastructure. Bidder must integrate network, server and application performance information & alarms in a single console & repository and thus provide a unified interface for network, server and application components at DC.

2

The Network Performance Management consoles must provide a consistent report generation interface at DC for monitoring network devices at DC. Using console bidder should monitor & provide all required network performance reports (including latency, threshold violations, packet errors, availability, bandwidth utilization etc.) for the network infrastructure managed at DC.

3 Bidder should define necessary performance threshold for monitored devices at DC.

4 Bidder should monitor near real time performance of critical devices like bandwidth\CPU utilization using performance management console.

5 Bidder should configure & generate necessary Performance reports like Service Level Reports, and Health Reports for monitored network devices and servers using respective monitoring consoles.

Server / Virtual Machine Performance Management System

1 The Bidder has to provide monitored network, server provided alarms into central event console. All collected performance information for monitored servers must be stored in Performance Monitoring database.

2 The Bidder should be able to monitor various operating system parameters such as processors, memory, files, processes, etc. on the servers to be monitored.

3 The Bidder should able to do server monitoring to detect threshold violations in real-time, sending an alert to fault management console.

5 The Bidder to Provide health report for servers monitored.

6

The Bidder to provide Reports that should be platform independent or they can be produced on demand. Reports can be applied to all systems, to a group of systems, to a customer group of systems, or to a single system. Reports can be published in, PDF, and Microsoft Excel formats.

7

The Bidder to provide Service Portal access to Bank that should have single integrated dash board to provide line of business views and drill down capabilities to navigate technical operator’s right from services to last infrastructure components. The events/alerts from multiple monitoring systems including system, network, storage, hardware, and application should be single pane of glass for enterprise monitoring.

Integration Points

1

The Bidders Fault Management Solution must support integration with helpdesk or trouble ticketing system such that integration should Associates alarms with Service Desk tickets in the following ways: Manually creates tickets when requested by Fault Management GUI operators and Automatically creates tickets based on alarm type

2 Bidder should provide a link to directly launch a Service Desk view of a particular ticket created by alarm from within the Network Operation console.

3 Bidder should integrate NMS consoles to provide unified workflow between the fault and performance management systems.

Page 11: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 11 | 35

4 Bidder to report SLA Violation if any Inventory Management

1 Bidder to provide detailed information about assets and configurations with Easy detection & auto discovery of live network assets. Add, remove & change functionality.

2 Bidder to provide Inventory management- to track and manage all data center assets including: racks, devices, network equipment, servers, IT & Non-IT infrastructure.

3 Bidder should be able to add individual asset information. All asset information including hardware & network information

4 Bidder should keep track of asset-related data including: 1, Brand 2. Model 3. Serial number, 4. Purchase date

5 Bidder should be able to track 1. Material requisition number, 2. Material inward number, 3. Asset , hardware details, 4.Software details, and 5. Asset warranty period. 6 Rack Details Etc.

6 Bidder should provide Network asset management: Ability to track network and SAN switches, routers, firewalls, and other network appliances.

7 Bidder should provide asset-related information including: warranty, service contracts, and lifetimes to hardware and software assets

Net flow Monitoring

1 Bidder to do Netflow Monitoring and provide analysis of the router traffic and generates the different types of reports , the reports should include about Applications, IP and conversations

Network Topology & Rack Layout

1 Bidder to provide entire view of Network map and drill down on individual assets to easily search and filter the information.

2 Bidder should be able to create/manage an unlimited number of network topology by using added devices & build topology options and monitor each device in topology through graphical network topology map.

3 Bidder to provide view of Entire Rack elevation details with Power source A &B Monitoring (Near Real-time)

1 Bidder should have adequate resources and tools to ensure uptime and availability

2

Bidder to provide Real-time monitoring: monitor data center devices using SNMP protocol. Ability to define thresholds, Alerting should be done on Mail & SMS on user defined mobile no. & mail ids, Display real-time monitoring in a unified view and Customized Dashboard

Built-in reporting tools 1 Bidder should be able to generate and provide Custom Report in PDF, Excel Format OR Graphical format

6. Terms and Conditions:

The following are the general terms and conditions proposed to be included in the Contract. The Bidder, selected for the project, will have to enter into a contract agreement directly with BCCB. The contract agreement will contain various terms and conditions relating to payment, service delivery, commencement of operations, support during periods of warranty and maintenance, penalty due to delay in service / performance etc. All the specifications, service delivery methods and methodology and other related literature and information provided by the bidder for the solution along with reference to this RFP, response by the bidder and the solution document/s as agreed mutually, will also form a part of the agreement. Bidders not complying with the terms and conditions of the RFP are liable to be rejected. The successful bidder must initiate work on the project immediately upon execution of the contract. Commercial evaluation shall be on the Total Cost of Ownership (TCO). Bidder understands that Bank is not obliged to inform them about the closure of the RFP and selected vendor.

Page 12: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 12 | 35

General Terms and Conditions

6.1 Amendment of the Bidding Documents

At any time prior to the deadline for submission of bids, the Bank, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the Bidding Documents by amendment. The said amendments will be posted only on Bank’s website. These amendments will be binding on the bidder. Bank may, at its discretion, extend the last date for bid-submission and reserves the right to scrap the tender at any stage without assigning any reason.

6.2 Confidentiality of the Bid Document

The Bidder, irrespective of his/her participation in the bidding process, shall treat the details of this documents as secret and confidential.

6.3 Validity of Bids

The bids shall remain valid for a period of 180 days from the last date of submission of bids. All responses including commercial and technical bids would be deemed to be irrevocable offers/proposals from the Bidders and shall, if accepted by Company, form part of the final contract between Company and the selected Bidder. Company may seek further extensions of the bid validity, if required.

6.4 Adherence to Terms and Conditions

The Bidders who wish to submit responses to this RFP should note that they should abide (in true intent and spirit) by all the terms and conditions contained in the RFP. If the responses contain any extraneous conditions put in by the respondents, such responses may be disqualified and may not be considered for the selection process.

6.5 Execution of Agreements/NDA

The selected bidder shall execute Non-Disclosure Agreement (NDA) on the draft suggested by the Bank. As the selected bidder will have access to critical devices along with Banks data/information during the project execution and thereafter, to perform the activities as per defined scope under this RFP, Bank will require the selected bidder to sign a non-disclosure agreement along with the Contract, undertaking not to disclose or part with any information relating to the Bank and its data to any person or persons, as may come into possession of the selected bidder. The conditions stipulated in the NDA shall be strictly adhered to and any breach / violation thereof will entail termination of the Contract.

6.6 Professionalism

The Selected Bidder should provide professional, objective and impartial advice at all times and hold the Bank’s interest paramount and should observe the highest standard of ethics, values, and code of conduct, honesty and integrity while executing the assignment.

6.7 Expenses

It may be noted that Bank will not pay any additional amount/expenses / charges / fees / traveling expenses / boarding expenses / lodging expenses / conveyance expenses / out of pocket expenses etc. other than the amount mentioned in the award of the contract.

6.8 Single Point of Contact and Escalation Matrix

The selected Bidder has to provide details of single point of contact and Escalation Matrix viz. name, designation, address, e-mail address, telephone/mobile no., etc.

Page 13: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 13 | 35

6.9 Applicable Law and Jurisdiction of Court

The Contract with the selected bidder shall be governed in accordance with the Laws of India for the time being in force and as amended from time to time and will be subject to the exclusive jurisdiction of Courts at Mumbai.

6.10 Liquidated Damages (LD)

If bidder fails to perform expected services as per the scope of work, the Bank shall, without prejudice to its other remedies under the rate contract, deduct from the ordered price, as liquidated damages, a sum equivalent to 1% of the order value for each week of delay subject to the maximum of 10%. The LD will be charged on order value for the items for which delivery is delayed.

The Bank is entitled to deduct the penalty from the purchase price or any other amount, which is due to bidder from this contract.

6.11 Penalties

The selected bidder must adhere to the timelines as stated in the RFP, or as mutually agreed. Delay in successful implementation/setup of the solution within the stipulated agreed timelines (as mentioned in the contract) shall attract penalty. In case, Bidder has not implemented the solution within the stipulated timelines, the bidder shall be liable to pay a penalty of equivalent to 1% (one percent) of the service cost for every week of delay or part thereof.

6.11.1 Downtime and Performance Penalty

The bidder is liable for a penalty as mentioned in the section 7 – Incident Response and Support Methodology and SLA. For the purpose of this RFP, the total of penalties as per SLA and the Liquidated damages will be subject to a maximum of 5% of the overall contract value.

6.12 Force Majeure

The parties shall not be liable for default or non-performance of the obligations under the contract, if such default or non-performance of the obligations under this contract is caused by Force Majeure. For the purpose of this clause, “Force Majeure” shall mean an event beyond the control of the parties, due to or as a result of or caused by acts of God, wars, insurrections, riots, earth quake and fire, events not foreseeable but does not include any fault or negligence or carelessness on the part of the parties, resulting in such a situation. In the event of any such intervening Force Majeure, each party shall notify the other party in writing of such circumstances and the cause thereof immediately within five calendar days. Unless otherwise directed by the other party, the party pleading Force Majeure shall continue to perform/render/discharge other obligations as far as they can reasonably be attended/fulfilled and shall seek all reasonable alternative means for performance affected by the Event of Force Majeure. In such a case, the time for performance shall be extended by a period(s) not less than the duration of such delay. If the duration of delay continues beyond a period of three months, the parties shall hold consultations with each other in an endeavor to find a solution to the problem.

6.13 Authorized Signatory

The selected bidder shall indicate the authorized signatories who can discuss and correspond with the Bank, with regard to the obligations under the contract. The selected bidder shall submit at the time of signing the

Page 14: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 14 | 35

contract, a certified copy of the resolution of their Board, authenticated by Company Secretary/Director, authorizing an official or officials of the company or a Power of Attorney copy to discuss, sign agreements/contracts with the Bank. The bidder shall furnish proof of signature identification for above purposes as required by the Bank.

6.14 Indemnity

Bidder shall indemnify, protect and save the Bank against all claims, losses, costs, damages, expenses, action suits and other proceeding, resulting from infringement of any patent, trademarks, copyrights etc. or such other statutory infringements in respect of software/hardware/Data base/OS etc. and all the packages, services offered by him & supplied by him. The total liability of the selected bidder under this clause and contract shall not exceed the total contract value.

6.15 Assignment

Neither the contract nor any rights granted under the contract may be sold, leased, assigned, or otherwise transferred, in whole or in part, by the selected Bidder without advance written consent of the Bank and any such sale, lease, assignment or transfer otherwise made by the selected Bidder shall be void and of no effect.

6.16 Vendor’s Liability

The Vendor’s aggregate liability shall be limited to the total contract value during the Contract Period. The Bank shall not be held liable for and is absolved of any responsibility or claim/litigation arising out of the use of any third party software or modules supplied or used by the Vendor as part of this Agreement or infringement of any patent, trademarks, copyrights, intellectual property rights etc. or such other statutory infringements or any other law in respect of the services provided by the vendor. In such case the entire liability will be borne by the bidder. In no event shall a Party be liable for any indirect, incidental or consequential damages or liability, under or in connection with or arising out of this Agreement or the software / services delivered. All terms and conditions, payments schedules, time frame for implementation, expected service levels as per this Agreement will remain unchanged unless explicitly communicated by the Bank in writing to the Vendor. The Bank shall not be responsible for any judgments made by the Vendor with respect to any aspect of the assignment. The Vendor shall at no point be entitled to excuse themselves from any claims by the Bank whatsoever for their deviations in confirming to the terms and conditions, payments schedules, expected service levels, time frame for implementation etc. as mentioned in this Agreement. The Vendor undertakes to provide appropriate human as well as other resources required, to execute the various tasks assigned as part of the project, from time to time.

6.17 Cancellation of Contract

The Bank reserves its right to cancel the entire / unexecuted part of the Purchase Order (after providing a cure period of 30 days and thereafter providing a 30 days’ notice period) by assigning appropriate reasons in the event of one or more of the following conditions:

Delay in setup of service and delivery beyond the specified period. Serious discrepancy noticed during the reference checks. Repetitive Service failures/ poor service after the setup. Major breach of trust is noticed during any stage of the project. Breach of confidential information of the Bank by the vendor. Deduction on account of liquidated damages exceeds 5% of the total contract price.

Page 15: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 15 | 35

In the event of termination for whatsoever reason, the Vendor shall be paid up to the stage of products delivered and services rendered as per the payment terms defined in the RFP /contract till the point of termination after deducting SLA penalty/Liquidated damages, if any.

6.18 Dispute Resolution

If a dispute, controversy or claim arises out of or relates to the contract, or breach, termination or invalidity thereof, and if such dispute, controversy or claim cannot be settled and resolved by the Parties through discussion and negotiation, then the Parties shall refer such dispute to arbitration. Both Parties may agree upon a single arbitrator or each Party shall appoint one arbitrator and the two appointed arbitrators shall thereupon appoint a third arbitrator. The arbitration shall be conducted in English and a written order shall be prepared. The venue of the arbitration shall be Mumbai. The arbitration shall be held in accordance with the Arbitration and Conciliation Act, 1996. The decision of the arbitrator shall be final and binding upon the Parties, provided that each Party shall at all times be entitled to obtain equitable, injunctive or similar relief from any court having jurisdiction in order to protect its intellectual property and confidential information.

6.19 Exit Management

The existing vendor will promptly on the commencement of the exit management period help the Bank with all related documents / information for smooth exit process:

o All other data relevant to the solution and confidential information Before the expiry of the exit management period, the current vendor shall deliver to the Bank all new or up-dated materials from the categories set out in point above, and shall not retain any copies thereof, except that the current vendor shall be permitted to retain one copy of such materials for archival purposes only. Before the expiry of the exit management period, unless otherwise provided under the contract, The Bank or its nominated vendor shall deliver to the existing vendor all forms of vendor confidential information. NDA signed between parties remain valid and enforceable, as applicable.

6.20 Transfer of certain Agreements

On request by the Bank or its nominated vendor, the current vendor shall effect such assignments, transfers, innovations, licenses and sub-licenses in favor of the Bank or its nominated vendor, in relation to any equipment lease, maintenance or service provision agreement between existing vendor and nominated vendor, and which are related to the services and reasonably necessary for the carrying out of replacement services. The Bank and/or its appointed nominees shall have the right of visit the vendor’s site / premises from where the services are provided to the Bank.

6.21 Contract Period

The selected bidder need to execute all necessary agreements/contracts with Bassein Catholic Co-op Bank covering all terms and conditions of this RFP and other mutually agreed terms. The SLA will cover performance and availability of the solution deployed. The contract period will be for a period of Three (3) years from the date of Agreement. The performance of the selected bidder shall be reviewed every quarter. Non- compliance of and terms and conditions by the bidder is liable for Rejection / Termination / Penalty. The contract may be extended for a further period of 2 years on mutually agreed terms and conditions, based on performance of the bidder during last three years.

6.22 Payment Terms

Bank’s standard payment terms are only applicable. No advance will be paid against the Purchase order. The terms of payment will be as follows:

Page 16: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 16 | 35

“Managed Services for DC and DR”, services payment will be paid on the quarterly basis after every quarter on receipt of correct invoice. Payment will be released by the Bank after deduction of applicable taxes at source of the agreed payment to the bidder under this RFP. The Bank shall pay each undisputed / correct invoice raised in accordance with this RFP and subsequent agreement, within thirty (30) Days after its receipt unless otherwise mutually agreed in writing, provided that such invoice is dated after such amount have become due and payable under this RFP and subsequent agreement. Any objection / dispute to the amounts invoiced in the bill or any other component of the bill shall be raised by the Bank within 21 days from the date of receipt of the invoice, only in exceptional circumstances will Bank raise a dispute beyond 21 days. The Bidder is required to provide the clarification on the disputes within 14 days of dispute being highlighted by the Bank. In case of Disagreement/dispute between Bank and the bidder exists even after receiving the clarifications such disputed can be dealt as per contract provisions. 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. All out of pocket expenses, traveling, boarding and lodging expenses for the entire Term of this RFP and subsequent agreement is included in the amounts and the Bidder shall not be entitled to charge any additional costs on account of any items or services or by way of any out of pocket expenses, including travel, boarding and lodging etc.

6.23 Price Composition

The Bidder is expected to quote unit price in Indian Rupees (without decimal places) for all components and services on a fixed price basis as part of the commercial Bid inclusive of all applicable taxes under the Indian law like customs duty, freight, forwarding, insurance, delivery, etc. but exclusive of only applicable GST, which shall be paid / reimbursed on actual basis on production of bills with GSTIN. Any increase in GST will be paid in actuals by the Bank or any new tax introduced by the government will also be paid by the Bank. The entire benefits / advantages, arising out of fall in prices, taxes, duties or any other reason, must be passed on to Bank. The price quoted by the bidder should not change due to exchange rate fluctuations, inflation, market conditions, and increase in custom duty. The Bank will not pay any out of pocket expense.

6.24 Amalgamation

If the Bank undergoes an amalgamation, take-over, consolidation, reconstruction, merger, change of ownership etc., this RFP shall be considered to be assigned to the new entity and such an act shall not affect the rights and obligations of the Vendor under this RFP.

6.25 Erasures of Alteration

The Bid should contain no alterations, erasures or overwriting except as necessary to correct errors made by the Bidder, in which case corrections should be duly stamped and initialed / authenticated by the person/(s) signing the Bid. The Bidder is expected to examine all instructions, forms, terms and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or submission of bid not substantially/conclusively responsive to the bidding documents in every respect will be at the Bidders risk and may result in rejection of the bid.

6.26 Right to Accept Any Bid and to Reject Any or All Bids / Cancellation of Tender Process

The Bank reserves the right to accept or reject in part or full any or all offers without assigning any reason thereof even after issuance of letter of Intent. Any decision of BCCB in this regard shall be final, conclusive and binding upon the bidders. The Bank reserves the right to accept or reject any Bid in part or in full, and to annul the Bidding process and reject all Bids at any time prior to contract award, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the

Page 17: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 17 | 35

grounds for Bank’s action. During any stage of evaluation process, if it is found that the bidder does not meet the eligibility criteria or has submitted false /incorrect information the bid will be summarily rejected by the Bank and no further correspondence would be entertained in this regard. Bank further reserves the right to amend, rescind, reissue or cancel this RFP and all amendments will be advised to the Bidder and such amendments will be binding upon them. The Bank also reserves its right to accept, reject or cancel any or all responses to this RFP without assigning any reason whatsoever. Further please note that the Bank would be under no obligation to acquire any or all the items proposed. No contractual obligation whatsoever shall arise from the RFP process unless and until a formal contract is signed and executed by duly authorized officials of BCCB and the bidder.

6.27 Soft copy of tender document

Soft copy of the tender document will be available on the Banks website. However, the Bank shall not be held responsible in any way, for any errors / omissions /mistakes in the downloaded copy.

6.28 Awarding of Purchase Order

Following commercial evaluation, Purchase Order may be awarded to the bidder whose bid meets the requirements of this RFP and provides the best value to the Bank from both a techno-functional and commercial point of view. The Bank reserves the right to award the Purchase order in whole or in part. The acceptance of the bid will be communicated by way of placing a purchase order in writing at the address supplied by the bidder in the bid document. Any change of address of the bidder should therefore be notified promptly on the address given in this RFP. The terms and conditions of purchase order and RFP shall constitute a binding contract.

6.29 Disaster Recovery and Business Continuity Plan

The proposed services must be capable for Disaster Recovery & Business Continuity implementation as and when situation arise. The selected vendor should highlight the provisions for disaster recovery and certify that the in-scope service facilitates disaster recovery.

6.30 Compliance with Statutory and Regulatory Provisions

It shall be the sole responsibility of the Vendor to comply with all statutory, regulatory & Law of Land and provisions while delivering the services mentioned in this RFP. All suggested changes due to changes in Bank policy, Changes in Govt. Rule, Changes by Regulators shall be done without extra cost to the Bank, during contract period.

6.31 Conflict of interest

The Bidder shall disclose to the Bank in writing all actual and potential conflicts of interest that exist, arise or may arise (either for the Bidder or the Bidder’s team) in the course of performing the Service(s) as soon as practical after it becomes aware of that conflict.

6.32 Publicity

Any publicity by the vendor in which the name of the Bank is to be used will be done only with the explicit written permission of the Bank. No news release, public announcement, or any other reference to this tender or any program there under shall be made without written consent from the Bank. Reproduction of this tender, without prior written consent of the Bank, by photographic, electronic, or other means is strictly prohibited.

Page 18: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 18 | 35

6.33 Confidentiality

This document contains information confidential and proprietary to the Bank. Additionally, the vendors will be exposed by virtue of the contracted activities to internal business information of the Bank, affiliates, and/or business partners. Disclosure of receipt of this tender or any part of the aforementioned information to parties not directly involved in providing the services requested could result in the disqualification of the vendors, pre-mature termination of the contract, or legal action against the vendors for breach of trust.

6.34 Termination

6.34.1 Termination for Default

The Bank, without prejudice to any other remedy for breach of contract, by written notice of default sent to the Successful Bidder, may terminate this Contract in whole or in part:

a. if the Successful Bidder fails to deliver any or all of the services within the period(s) specified in the Contract, or within any extension thereof granted by the Bank; or;

b. If the Successful Bidder fails to perform any other obligation(s) under the contract. c. If the Successful Bidder, in the judgment of the Bank has engaged in corrupt or fraudulent practices

in competing for or in executing the Contract. Corrupt practice means the offering, giving, receiving or soliciting of anything of value or influence the action of an official in the procurement process or in contract execution; and “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Bank, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Bank of the benefits of free and open competition. The Bank shall give a cure period of 30 days and thereafter 60 days’ notice period without assigning any reasons to the bidder before terminating the contract. In the event, the Bank terminates the Contract in whole or in part, the Bank may procure, upon such terms and in such manner as it deems appropriate, Goods or Services similar to those undelivered, and the Successful Bidder shall be liable to the Bank for any excess costs for such similar Goods or Services. However, the Successful Bidder shall continue performance of the Contract to the extent not terminated when the value of the liquidated damages and/or penalty exceed 10% of the contract amount.

6.34.2 Termination for Insolvency

If the Bidder becomes Bankrupt or insolvent, has a receiving order issued against it, compounds with its creditors, or, if the Bidder is a corporation, a resolution is passed or order is made for its winding up (other than a voluntary liquidation for the purposes of amalgamation or reconstruction), a receiver is appointed over any part of its undertaking or assets, or if the Bidder takes or suffers any other analogous action in consequence of debt; then the Bank plans to, at any time, terminate the contract by giving 30 days written notice to the Bidder. In the event of termination for Solvency, the Vendor shall be paid up to the stage of products delivered and accepted by the Bank and services rendered to the satisfaction of the Bank as per the payment terms defined in the RFP till the point of termination after deducing SLA penalty/Liquidated Damages, if any. In case, the termination occurs before implementation in all the locations in terms of this clause, the Bank is entitled to make its claim to the extent of the amount already paid by the Bank to the Bidder.

6.34.3 Termination – Key Terms & Conditions

The Bank shall be entitled to terminate the agreement at any time by giving 30 days’ notice if: a. the parent OEM becomes bankrupt or insolvent; or b. the contract between the Bidder and OEM terminates; or c. has a winding up order made against it; or

Page 19: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 19 | 35

d. has a receiver appointed over all or substantial assets; or e. is or becomes unable to pay its debts as they become due; or f. enters into any arrangement or composition with or for the benefit of its creditors; or g. Passes a resolution for its voluntary winding up or dissolution or if it is dissolved.

The Bidder shall have right to terminate only in the event of winding up of the Bank.

6.34.4 Termination for convenience

The Bank, by 60 days’ written notice sent to the Bidder, may terminate the Contract, in whole or in part, at any time its convenience. The notice of termination shall specify that termination is for the Bank’s convenience, the extent to which performance of work under the Contract is terminated and the date upon which such termination becomes effective.

6.35 Exit Option

i. The Bank reserves the right to cancel the contract in the event of happening one or more of the following after giving 30 days’ cure period:

a. The Successful Bidder (s) shall be required to enter into a contract with Bank, within twenty-one (21) days of the award of the work or within such extended period, as may be specified by Bank. The Contract will be based on this RFP document, Purchase Order and the corrigendum.

b. Delay in completing installation / implementation and acceptance tests/ checks beyond the specified periods;

c. Serious discrepancy in functionality to be provided or the performance levels agreed upon, which have an impact on the functioning of the Bank.

ii. Notwithstanding the existence of a dispute, and/or the commencement of arbitration proceedings, the Bidder will be expected to continue the services.

6.36 Jurisdiction

The jurisdiction of the courts shall be in Mumbai.

6.37 Notices

Notice or other communications given or required to be given under the contract shall be in writing and shall be e-mailed followed by hand-delivery with acknowledgement thereof, or transmitted by pre-paid registered post or courier. Any notice or other communication shall be deemed to have been validly given on date of delivery if hand delivered & if sent by registered post than on expiry of seven days from the date of posting.

6.38 Security

For all solution(s), software(s), networking component(s) and security component(s) that the bidder provides as part of the requirements of this RFP, the bidder is requested to ensure that adequate controls and governance are implemented. Audit trail and logs of the corresponding solution and/or application and/or software and/or hardware and/or networking components and/or security components must be logged, reported, monitored and made available to the Bank for further analysis. The transfer of audit trail and logs, of the in-scope components mentioned above, to Bank’s Security Operations Center or to Bank’s custodian, may be fulfilled on real time basis or store & forward basis, as decided by the Bank.

7. Incident Response and Support Methodology and SLA

Technical support should be provided 24*7 by the bidder. The definition of SLA will be as follows. The breach

Page 20: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 20 | 35

of SLA will attract penalty. The penalty will not be more than 5% of annual contract value.

7.1 Definition of Severity Level

Severity Level Severity Type Definition

S1 Critical

Problems

A problem that affects entire Bank / Network / Critical core Applications, CBS, Net-banking, Mobile Banking, ATM, RTGS / Group / People or 80% of the operations. E.g. Outage of Data Center services viz server failure, Internet

S2

Major Problems

A problem that affects entire Bank / Network / Critical Application / Group / People or 60% of the operations E.g. Failure of Network Connectivity, virus on many devices, Local File/Server and Backup.

S3 Moderate

Problems

A problem that affects entire Bank / Network / Critical Application / Group / People or 40% of the operations E.g. Failure of a department/group or a floor, an application meant for a particular department or user group.

S4

Minor Problems

A problem that affects entire Bank / Network / Critical Application / Group / People or 10% of the operations like bug fixes, new software installation and upgrades.

7.2 Service Level Agreement Targets for Server/Network/Data Centre/ DR Site

8. Terms and Conditions: General Instructions

8.1 Registration of RFP Response

Registration of RFP response will be done by the Bank by making an entry in a separate register kept for the purpose upon Bank receiving the RFP response in the above manner. The registration must contain all documents, information, and details required by this RFP. The submission should be in the format outlined in this RFP and should be submitted only through hand delivery. If the submission to this RFP does not include all the documents, the RFP is liable to be summarily rejected. All submissions, including any accompanying documents, will become the property of Bank. The Recipient shall be deemed to have licensed, and granted all rights to the Bank to reproduce the whole or any portion of their submission for the purpose of evaluation.

RFP responses will remain valid and open for evaluation for a period of at least six (6) months from the RFP closing date.

8.2 Request for Additional Information

Recipients/ Bidders are required to direct all communications for any clarification related to this RFP, to the designated Bank officials mentioned below and must communicate the same via email at-least 3 days prior to the pre-bid meeting scheduled date. All queries relating to the RFP, technical or otherwise, must be in writing only. The Bank will try to reply, without any obligation in respect thereof, every reasonable query raised by the recipients in the manner specified.

Severity Level Response Time Resolution Time Penalty if SLA Breach S1 15 Minutes <= 1 Hrs. 5% of annual contract value S2 30 Minutes <= 3 Hrs. 3% of annual contract value S3 30 Minutes <= 7 Hrs. 2% of annual contract value S4 30 Minutes <= 12 Hrs. 1% of annual contract value

* The applicable penalty will be on particular Service affected, as per final price bid.

Page 21: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 21 | 35

However, the Bank will not answer any communication reaching the Bank later than 18:00 hours IST on 14th Feb 2020 this being the last date to receive clarifications. The Bank may in its absolute discretion seek, but under no obligation to seek, additional information or material from any Bidders after the RFP closes and all such information and material provided must be taken to form part of that Bidder’s response. Bidders should invariably provide details of their email addresses as responses to queries will be provided to all Bidders via email. Bank Officials:

Mr. Sanjay Thombre – Email: [email protected] Mr. Placid Pimenta – Email: [email protected] PMO – Email: [email protected]

8.3 Pre-Bid Meeting

The Bank plans to hold a pre-bid meeting on 17th Feb 2020 at 10:30 Hrs at BCCB HO to bring utmost clarity on the scope of work and terms of the RFP being floated. The Bidders are expected to use the platform to have all their queries raised. Interested Bidders will be allowed to participate in the Pre-Bid meeting. Also, Bank will allow a maximum of 2 representatives from each Bidder to participate in the pre-bid meeting. Bidders are requested to send their queries relating to RFP to our office by e-mail well in advance (latest by 18:00 hours IST on 14th Feb 2020) so that the same could be discussed during the Pre-Bid meeting with interested Bidders. Non-attendance at the Pre-Bid Meeting will not cause disqualification of a Bidder. The Bank will have liberty to invite its technical consultant or any outside agency, wherever necessary, to be present in the pre-bid meeting to reply to the technical queries of the Bidders in the meeting.

8.4 Disqualification

Any form of canvassing/ lobbying/ influence/ query regarding short listing, status, unethical practices etc. will result in a disqualification.

8.5 Language of Bid

The language of the bid response and any communication with the Bank must be in written English only.

8.6 Errors and Omissions

Each recipient should notify the Bank of any error, fault, omission, or discrepancy found in this RFP document but not later than five business days prior to the due date for lodgment of Response to RFP.

8.7 Amendment of Bidding Documents

Any time prior to the last date for bid-submission, the Bank may, for any reason, whether at its own initiative or in response to clarification(s) sought from the prospective Bidders, modify the RFP contents/ covenants by amendment. Clarification /amendment, if any, will be posting on Bank’s website.

8.8 Authorization to Bid

The proposal/ bid being submitted would be binding on the Bidder. As such, it is necessary that authorized personnel of the firm or organization sign the bid documents. The designated personnel should be authorized by a senior official of the organization having authority.

i. All pages of the bid, shall be initialled by the signing authority of the bid

ii. Bid form shall be signed in full & official seal affixed.

Page 22: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 22 | 35

iii. Any inter-lineation, erasure or overwriting shall be valid only if they are initialled by the person or persons signing the Bid.

iv. All such initials shall be supported by a rubber stamp impression of the Bidder’s firm.

The proposal must be accompanied with an undertaking letter duly signed by the designated personnel providing a bid commitment. The letter should also indicate the complete name and designation of the designated personnel. In case the principal Bidder authorizes his business partners/ authorize distributors to bid on his behalf, a separate authorization letter, with a commitment to fulfill the terms of the RFP should be submitted. Necessary resolutions/authority available should be enclosed.

8.9 Cost borne by the Respondent

All costs and expenses (whether in terms of time or money) incurred by the Recipient / Respondent in any way associated with the development, preparation and submission of responses, including but not limited to attendance at meetings, discussions, demonstrations, etc. and providing any additional information required by Bank, will be borne entirely and exclusively by the Recipient / Respondent.

8.10 No Legal Relationship

No binding legal relationship will exist between any of the Recipients / Respondents and the Bank until execution of a contractual agreement including Bank specific NDA.

8.11 Acceptance to Terms

A Recipient will, by responding to the Bank’s RFP document, be deemed to have accepted the terms as stated in this RFP document.

8.12 Two Bid System

i. The Bid Proposal being submitted would be binding on the Bidder. As such it is necessary that authorized personnel of the firm or organization must sign and stamp all pages of the Bid. The designated personnel should be authorized by a senior official of the Organization having such authority to do so.

ii. The bidder shall submit his response to the present tender separately in two parts – “The Technical Bid” and “Commercial Bid”. Technical Bid will contain product specifications / response to functional and technical specifications whereas Commercial bid will contain the pricing information as per the Bill of Material given in the RFP. In the first stage, only the Technical Bids shall be opened and evaluated as per the criterion determined by the Bank. Those bidders satisfying the technical requirements as determined by the Bank in its absolute discretion shall be short-listed for opening their commercial bid. The bidder is required to submit soft copy of the Technical bid in a Pen Drive.

iii. The Bank reserves the right to accept or not to accept any bid or to reject a particular bid at its sole discretion without assigning any reason whatsoever.

iv. Bid documents shall be submitted in a single sealed envelope and other required documents as mentioned in the tender and a separate sealed envelope containing commercial bid Price, duly super-scribing the envelope with the reference of this RFP, due date, name of the Bidder with contact details, Offer reference number etc. Bid document should be duly filed and all the pages of Bid including Brochures should be made in an organized, structured, and neat manner. Brochures / leaflets etc. should not be submitted in loose form. All the pages of the submitted Bid Documents should be serially numbered with the Bidder’s seal duly affixed with the Signature and Stamp of the Authorized Signatory on each page. Documentary proof, wherever required, in terms of the RFP shall be enclosed.

v. The technical and commercial bid should be identical in nature except the commercial column.

Page 23: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 23 | 35

8.13 Submission to Bank

Technical Bid: The Technical Bid submitted by the bidder should provide the details of the proposed solution but not limited to - Solution Architecture, Transaction Routing Diagram, Data Migration Approach, Integration Approach, Data Residing Architecture, Configuration of the Solution etc. The Technical Bid should be complete in all respects and contain all information asked for, except commercial prices. The Technical Bid should include all items asked for in bid document which shall include the Annexures, undertaking/documents asked in the Scope of work.

The Bidders should note that the technical offer should not contain any price information. The Technical Offer should be complete and indicate that all products and services asked for are quoted. The RFP response documents should be submitted in paper copy and should contain of the following: 1. ENVELOPE – I: Eligibility Criteria: Separate envelope with superscriptions as “Eligibility Criteria” should be included within the overall Envelope. The Bidder should submit the following:

a) Organization profile - Annexure 1 b) Self-Declaration - Annexure 2

c) Eligibility criteria - Annexure 3

d) Format of acceptance of terms and conditions - Annexure 6 e) Know your Employee - Annexure 10

The Eligibility criteria envelope should be part of the technical bid envelope. A softcopy of the above along with supporting document in a Pen Drive should be provided to the Bank

2. ENVELOPE – II: Technical Bid: The Bidder should submit the following in the Technical Bid. Technical Bid envelope should contain the following documents:

a) Executive Summary

b) Documents describing the DR and BCP Plan; Back-up and restore procedure; Training plan etc. c) Bid Covering Letter - Annexure 8

d) Compliance to Scope of Work RFP section 5 and Annexure 5 (without Price information)

e) Technical Specifications and BOM - Annexure 9 f) Technical and commercial deviations - Annexure 4 (without Price Information)

Envelope with superscriptions as “Technical Bid and Commercial Compliance Format” should include the above two envelopes. 3. ENVELOPE – III: Commercial Bid: The Price Bid document should give all relevant price information and should not contradict the Technical Offer in any manner. Please note that if any envelope is found to contain both technical and commercial bid together, that bid will be rejected. Commercial Bid should be submitted in hardcopy only and no softcopy of commercial bid is required.

a) Commercial Bid containing the following documents

• Price bid Format - Annexure 5

• Technical and commercial deviations - Annexure 4

All envelopes should be sealed and signed and put together in a single sealed envelope to constitute one set. The proposal should be prepared in English and in MS Word/Excel format while submission on Pen Drive.

Page 24: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 24 | 35

8.14 Submission of Bids

Bids duly sealed along with Pen Drive should be submitted, in person, on or before the last Date and Time for bid submission at the address mentioned below:

IT - PMO Bassein Catholic Co-operative Bank Ltd. Head Office - Catholic Bank Building, First Floor, Papdy Naka, Papdy, Vasai. Dist. Palghar, Maharashtra. Pin 401207 No modifications to the response will be allowed once the bid is submitted to the Bank.

8.15 Late Bids

Any bid received after the due date and time for receipts of bids as prescribed in the Key Information of the RFP will be rejected.

8.16 Bid Opening

i. The Bank will open only the Eligibility Cum Technical Bids as per the schedule mentioned in this RFP. The Commercial Bid of only technically qualified bidders will be opened on a later date subsequent to the technical evaluation.

ii. The request for clarification and the response shall be in writing, and no change in the price or substance of the bid shall be sought, offered or permitted.

9. Evaluation Process

The objective of the evaluation process is to evaluate the bids to select an effective and best fit solution at a competitive price. The evaluation by BCCB will be undertaken by the Bank. The Bank may consider recommendations made by External Experts/Consultants on the evaluation. The decision of the Bank shall be final. The Bank will scrutinize the offers to determine whether they are complete, whether any errors have been made in the offer, whether required technical documentation has been furnished, whether the documents have been properly signed, and whether items are quoted as per the schedule. The Bank plans to, at its discretion, waive any minor non- conformity or any minor deficiency in an offer. This shall be binding on all Bidders and the Bank reserves the right for such waivers and the Bank’s decision in the matter will be final.

10. Non-disclosure Agreement

By virtue of Contract, as and when it is entered into between the Bank and the successful bidder, and its implementation thereof, the successful bidder may have access to the confidential information and data of the Bank and its customers. The successful bidder will enter into a Non-Disclosure Agreement to maintain the confidentiality of Bank’s data as per following: -

a. That the successful bidder will treat the confidential information as confidential and shall not disclose to any third party. The successful bidder will also agree that its employees, agents, sub-contractors shall maintain confidentiality of the confidential information.

b. That the successful bidder will agree that it shall neither use, nor reproduce for use in any way, any confidential information of the Bank without consent of the Bank. That the successful bidder will also agree to protect the confidential information of the Bank with at least the same standard of care and procedures used by them to protect its own confidential Information of similar importance. Without limitation of the foregoing, the successful bidder shall use reasonable efforts to advise the Bank immediately in the event that the successful bidder learns or has reason to believe that any person who

Page 25: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 25 | 35

has had access to confidential information has violated or intends to violate the terms of the Contract to be entered into between the Bank and the successful bidder, and will reasonably cooperate in seeking injunctive relieve against any such person.

c. That if the successful bidder hires another person to assist it in the performance of its obligations under the Contract, or assigns any portion of its rights or delegates any portion of its responsibilities or obligations under the Contract to another person, it shall cause its assignee or delegate to be bound to retain the confidentiality of the confidential information in the same manner as the Bidder is bound to maintain the confidentiality. This clause will remain valid even after the termination or expiry of this agreement.

d. That the successful bidder will strictly maintain the secrecy of Bank’s data.

11. Sub Contract

The selected bidder shall not sub-contract to perform any of the work, service or other activity required by the vendor under the contract without the prior written consent of the bank.

Page 26: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 26 | 35

12. Annexures

12.1 Annexure 1: Organisation Profile

Sr. No.

Particulars Bidder Response

1. Names and designations of the persons authorized to make commitments to the Bank (including mobile number and email ID)

2. No. of years of experience providing services covered within the RFP

We hereby confirm that the information provided by us is true and to the best of our knowledge. (Signature) (Name of Authorized Signatory) (Designation) (Date) Place: (Name and address of the bidder) (Company Seal)

12.2 Annexure 2: Self Declaration Format – Clean Track Record

To, The Chief Executive Officer, The Bassein Catholic Co-Operative Bank Ltd., Vasai. Sub: Clean Track Record

Dear Sir/ Madam,

We, the undersigned Bidder, have carefully gone through the RFP BCCB/HO-IT/DC-DR/RFP01 to Appoint Vendor for “Managed Services for DC and DR” for The Bassein Catholic Co-operative Bank Ltd., Datacenter. We, the undersigned Bidder, hereby declare that my company has not been debarred / blacklisted by any Government / Regulatory organizations in India. I further certify that I am competent / authorized officer in my company to make this declaration. Thanking you, Yours Truly (Signature) (Name of Authorized Signatory) (Designation) (Date) Place: (Name and address of the bidder)

Sr. No.

Name of Bank where the vendor was associated for similar type of services

Duration of association with the Bank

1. 2. 3. 4.

Page 27: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 27 | 35

(Company Seal)

12.3 Annexure 3: Documents Required Against Pre-Qualification/ Eligibility Criteria

Note: The Pre-Qualification criteria mentioned in this document should be independently fulfilled by the Prime Bidder. Credentials of other service providers with whom the Bidder may contract / align to meet the full requirements of this RFP would not be admissible for evaluation of the prequalification criteria.

Sr. No. Eligibility Criteria Supporting Documents

1

The Bidder should be registered company in India. Should either be a PSU / PSE / Registered Partnership Firm or a Limited Company under Indian Laws and with an office in India.

Copy of Certificate of Incorporation / Registration Certificates.

2 Bidder should hold a valid GST registration number / certificate. Copy of GST certificate.

3 Bidder should hold a valid PAN number. PAN copy to be provided

4 Bidder should not be blacklisted by Government / Regulatory organizations in India

Declaration certificate

5 Bidder should have positive net-worth for the last three financial years i.e. 2016-17, 2017-18 & 2018-19

(i) Copies of Annual Reports in case of listed companies and copies of audited balance sheets and P&L statements in case of others; AND(ii) CA Certificate

6 The Bidder should have average turnover of at-least INR 100 Cr. in the past 3 financial years i.e. 2016-17, 2017-18 & 2018-19.

(i) Copies of Annual Reports in case of listed companies and copies of audited balance sheets and P&L statements in case of others; AND (ii) CA Certificate

7 The bidder should be offering the Managed Services as mentioned in this RFP, for minimum 3 years from the time of bidding.

Self-Undertaking

8 The bidder should have experience of providing managed cloud / hosting services in India for Govt/PSU/BFSI Sector for at least 3 years from the time of bidding.

Copy of Work orders/LOI.

9 Bidder should have Recognized Standard for Quality Management Systems Certification, ISO 9001:2008 Relevant Certificate copy

10 Bidder should have Internationally Recognized information Security Management Certification, ISO 27001, 27017, 27018

Relevant Certificate copy

11 Bidder should have Internationally Recognized Service Management System Certification, ISO 20000-1:2005

Relevant Certificate copy

12 Bidder should have Business continuity certification ISO 22301 Relevant Certificate copy

13

The Company/ organization must have on its roll at least 50 technically qualified professionals in networking, security, system, systems integration, and prior experience in providing the Data Center Infrastructure maintenance services.

Declaration letter from Vendor’s HR

14

Experience of at least three similar industry/sector, where Remote Managed Services / Facility Management Services are provided and total combined order value should be at least of 2.0 Cr.

Copy of Work Orders

Page 28: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 28 | 35

12.4 Annexure 4: Format for Submitting Technical and Commercial Deviations

The Technical and Commercial Deviations & variations to the specifications stipulated in the tender, against those specified in the RFP are, as under: -

Sr. No

Condition

Clause No Of Tender Document

Page No Of Tender Document

Statement Of Deviations And Variations

Except aforesaid deviations, the entire order, if placed, on us shall be executed in accordance Bassein Catholic Co-Operative Bank Ltd with your specifications and any other conditions, variations/deviations etc. if found, elsewhere in our offer should not be given any considerations while finalizing the tender. I am signing this on behalf of my company and I confirm that I am authorized to sign the same.

Thanking you, Yours truly

Signature with company seal Name of Authority – Company-

Note: -

Continuation sheet of like size & format may be used as per bidder's requirements and shall be annexed to this.

This form is for mentioning deviations in technical and commercial bid. No deviations are accepted on the price bid. A bidder mentioning price bid deviations in this sheet is liable to be deemed non- responsive and can be disqualified. The final decision lies with Bassein Catholic Co-Operative Bank Ltd and is not open to debate / negotiation.

Page 29: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 29 | 35

12.5 Annexure 5: Price Bid Format

Managed Services Service Details

Annual Commercials in INR

Hardware / Infrastructure Management

● BIOS/ Firmware updates ● Hardware diagnostic tests ● Hard / Soft Reboots ● Power , Storage and Network cable Management and Rack dressing

VM management

● provisioning and de-provisioning of VM ● Scaling of VM ● Day today monitoring and managing VMs and its related network

and storage ● Managing and maintaining OS images ● Managing failover and Vmotion to ensure availability ● Maintain Backups of all live Servers

Storage Management

● Provisioning and de-provisioning of LUNs ● Scaling of Hard drives and LUNs ● Day today monitoring and managing Storage and its related

network ● Managing and maintaining of Fiber switches ● BIOS/ Firmware updates ● Hardware diagnostic tests

OS Management

● OS Installation / Reinstallation and Hardening ● Performance Tuning, Kernel Parameters Management ● Cluster Monitoring and Management, Ensure uptime and

availability Updates and Patching ● Performance Monitoring ● Day today monitoring and managing the OS including its related

network, Logs and Audit OS Backup ● OS Security Management and access control Management

AV Management

● Ensure regular updates of signatures and AV Engine ● Periodic Scanning ● Installation / Reinstallation of AV client on machines ● Monitoring of Alerts and reporting of threats, proactive signature

updates of new threats

Security Management (Firewall, IDS ,IPS, WAF, DLP, DDOS, Analyzer Management)

● Periodic Review and deploying Best practices for security ● Firmware / OS upgrade and Management ● Whitelisting / Blacklisting of IP/ URL port blocking / Unblocking ● creation, modification, deletion of rules and periodic review of

rules ● Publishing of applications ● Performance tuning of published applications on WAF and Firewall ● Log and Audit management ● Management of Redundancy and HA ● Identification, mitigation and remediation of security incidents ● Reporting of security incidents to BCCB ● Regular configuration backup and retention of all security devices

and sharing with BCCB

Page 30: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 30 | 35

Network and Router Management DC and DR

● Periodic Review and deploying Best practices of networking ● Firmware / OS upgrade and Management creation, modification,

deletion of policies and periodic review of policies ● Performance monitoring of link utilization, hardware performance ● Log and Audit management ● Management of Redundant links ● Regular configuration backup of all network devices and retention

and sharing with BCCB

Link Management DC DR and HO

● Monitor link uptime / availability and report link failure to respective Link Service provider and ensure resolution

● Coordination with the Network vendors who have supplied network products and devices

● Managing the Network vendor’s SLA and reporting the same on a monthly basis

● provide periodic link uptime report and ensure SLA performance configuration of Auto-failover

Backup Management e.g. Commvault etc. of VM as well as Physical Servers

● Disk differential Backup of all application Databases in son, father and grandfather cycle

● Backups of all VM and physical Servers (List given by Bank) ● Application servers configuration Backup / Entire application Backup

Data and VM Replication Between DC and DR

● Manage and Monitor Data replication between DC and DR ● Ensure Uptime of link between DC and DR Assist in DR Drills ● Ensure smooth transition of Services from DC to DR and Vice a versa

in case of DC Failures or incidence

Active Directory Management at DC and DR

● Manage and Monitor Active Directory availability ● Ensure BDC and RODC replication are up to date ● Regular Backup of AD Schema Define and Deploy BFSI Best Practices

policies ● Regular cleanup of defunct objects, Groups , users and applications ● user / groups creation and Deletion

Vendor Management at DC and DR

● Coordinating with Bank’s contracted vendors for quick break-fix resolution of Hardware and Network issues

● Coordination with the vendors who have supplied Hardware /network products and devices

● Maintaining the vendor database ● Managing the vendor’s SLA and reporting the same on a monthly

basis

EMS/ ISMS Software as SAAS

● Bidder to provide EMS / ISMS Software as Service with all features listed above for call logging , Monitoring , Reporting and alerting etc.

Any other One-time cost or Recurring cost vendor would like to specify ( with details)

Total cost of ownership in INR______________

Instructions:

● The price would be inclusive of all applicable taxes under the Indian law like customs duty, excise duty, import taxes, freight, forwarding, insurance, delivery, GST, Octroi etc.

● Exclusive of only applicable GST and Octroi / Entry Tax / equivalent local authority cess, which shall be paid / reimbursed on actual basis on production of bills. Any increase in these taxes (excluded taxes) will

Page 31: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 31 | 35

be paid in actuals by the bank or any new tax introduced by the government will also be paid by the bank The entire benefits / advantages, arising out of fall in prices, taxes, duties or any other reason, must be passed on to Bank.

● Bidder should provide all prices as per the prescribed format. Bidder should not leave any field blank. In case the field is not applicable, Bidder must indicate “0” (Zero) in all such fields.

● All the prices (even for taxes) are to be entered in Indian Rupees ONLY (% values are not allowed)

● It is mandatory to provide breakup of all taxes, duties and levies wherever applicable and/or payable.

● Bassein Catholic Co-Operative Bank Ltd reserves the right to ask the Bidder to submit proof of payment against any of the taxes, duties, levies indicated.

● The work awarded will be an all-inclusive contract and Bassein Catholic Co-Operative Bank Ltd will not be liable to pay any additional amount for any reason including omission by bidder, escalation in costs etc., except for in variation of statutory taxes and duties as mentioned in document.

● The unit rate as mentioned in the following formats shall be used for the purpose of “Change Order‟ for respective items, if any. However, based on the market trends, Bassein Catholic Co-Operative Bank Ltd retains the right to negotiate this rate for future requirements.

● For the purpose of evaluation of commercial bids, Bassein Catholic Co-Operative Bank Ltd reserves the right to make appropriate assumptions to arrive at a common bid price for all the Bidders. This however shall have no co- relation with the contract value or actual payment to be made to the Bidder.

● Furthermore, any other item required for the overall integration and functioning of the data center shall be within the scope of the bidder.

● The Total Project Cost will be considered for calculating the lowest acceptable commercial bid (L1) for award of this contract.

● The bidder must provide Commercial Proposal with line item wise cost breakup of each and every component.

Note: The Bassein Catholic Co-Operative Bank Ltd will provision and provide the NMS (Solarwinds) Tool and login credentials, while the EMS / ISMS will be provision by Bidder as SAAS.

12.6 Annexure 6: Format for Acceptance of Terms and Conditions

To, The Chief Executive Officer, Bassein Catholic Co-Operative Bank Ltd., Vasai Sub: Acceptance of Terms and Conditions

Dear Sir/ Madam,

We, the undersigned Bidder, have carefully gone through the Terms & Conditions contained in the RFP Document Regarding Appointment of vendor for “Managed Services for DC and DR” of “Bassein Catholic Co. Operative Bank Ltd”.

We, the undersigned Bidder, declare that all the provisions of this RFP/Tender Document are acceptable to my company. I further certify that I am an authorized signatory of my company and am, therefore, competent to make this declaration.

Page 32: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 32 | 35

Thanking you, Yours Truly Signature with company seal Name of Authority – Company- Date:

12.7 Annexure 7: Pre-bid Query Submission Format

Bidder’s request for Clarification - to be submitted before the last date mentioned in the RFP for submitting the pre-bid queries If, bidder, desiring to respond to RFP, require any clarifications on the points mentioned in the RFP may communicate with Bassein Catholic Co-operative Bank Ltd. (BCCB) using the following format. All questions received before deadline specified in the RFP will be formally responded to and questions/points of clarification and the responses will be circulated to all participating bidder if required. The source (identity) of the bidder seeking points of clarification will not be revealed. Alternatively, BCCB may at its discretion, answer all such queries in the Pre-bid meeting.

To be emailed to: Mr. Sanjay Thombre / Mr. Placid Pimenta / PMO

Bassein Catholic Co-operative Bank Ltd. Name of Organization submitting request

Name & position of person submitting request

Full formal address of the organization including phone, fax and email points of contact

Tel: Email:

Please Tick preferred contact option

Pre Bid Query Format Query

Reference No RFP Section

(point number) RFP Page Number

RFP Extract Query Description

Name and signature of authorized person issuing this request for clarification Signature/Date Official designation

1. In case of multiple queries, the contact details need not be repeated and only the details in the pre-bid query format (table provided above) are to be furnished for the subsequent queries.

2. The queries should be submitted in a spreadsheet using the same column headings specified in the table above, in MS Excel file format.

Page 33: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 33 | 35

12.8 Annexure 8: Format of Bid Cover Letter – Technical Bid

To, The Chief Executive Officer, Bassein Catholic Co-Operative Bank Ltd., Vasai Dear Sir/ Madam, Subject: RFP for “Appointment of bidder for “Managed Services for DC and DR” of “Data Centre Site” at The Bassein Catholic Co-Operative Bank Ltd.” Reference: RFP No: BCCB/HO-IT/DC-DR/RFP01 We, the undersigned Bidder, having read, examined and understood in detail all the RFP documents in respect of “Appointment Of bidder to “Managed Services for DC and DR” of “Data Centre Site” at The Bassein Catholic Co-Operative Bank Ltd” hereby propose to provide services as specified in the RFP documents BCCB/HO-IT/DC-DR/RFP01

1. PRICE AND VALIDITY

All the prices mentioned in our RFP are in accordance with the terms as specified in the RFP documents. All the prices and other terms and conditions of this RFP are valid for a period of 180 calendar days from the date of opening of the RFPs.

2. UNIT RATES

We have indicated in the relevant schedules enclosed the unit rates for the purpose of on account of payment as well as for price adjustment in case of any increase to /decrease from the scope of work under the contract.

3. DEVIATIONS

We declare that all the services shall be performed strictly in accordance with the RFP documents except for the variations and deviations, all of which have been detailed out exhaustively in Annexure 4 of our response to RFP, irrespective of whatever has been stated to the contrary anywhere else in our bid.

Further we agree that additional conditions, if any, found in the RFP response documents, other than those stated in deviation schedule, shall not be given effect to.

4. RFP PRICING

We further confirm that the prices stated in our bid are in accordance with your Instruction to Bidders included in RFP documents.

5. QUALIFYING DATA

We confirm having submitted the information as required by you in your Instruction to Bidders. In case you require any other further information/documentary proof in this regard before evaluation of our RFP, we agree to furnish the same in time to your satisfaction.

6. BID PRICE

We declare that our Bid Price is for the entire scope of the work as specified in the RFP document. These prices are indicated in Annexure 5 section submitted with our response to RFP in relevant format. We also confirm that there is no deviation in the price bid and if such deviations are found, the bid is liable to be deemed non-responsive and will lead to disqualification.

Page 34: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 34 | 35

Thanking you, Yours Truly

Signature with company seal Name of Authority – Company- Date:

12.9 Annexure 9: Detailed Technical Specifications – Bill of Materials

Instructions

12.9.1 Bidder should provide detailed technical specifications and SOW of the Proposed Solution.

12.9.2 Furthermore, any other item required for the overall integration and functioning of the Data Center, though not covered in the detailed specification, bill of materials, shall be within the scope of the bidder and should be included in the Solution.

12.9.3 The bidder shall also provide all required equipment which may not be specifically stated in the RFP but are required to meet the intent of ensuring completeness, maintainability and reliability to support to run the application smoothly.

Bill of Material should consist details of all the proposed items as per the list in Annexure 5 Price bid Format

12.10 Annexure 10: Know Your Employee (KYE) Clause

(Bidder has to submit Undertaking on company letter head as per format given below).

We ______________________ (name of the company) hereby confirm that all the Resource (both on-site and off-site) deployed/to be deployed on Banks project for “Managed Services for DC and DR” (Name of the RFP) have undergone KYE (Know Your Employee) process and requisite checks have been performed prior to employment of said employees as per our policy.

We undertake and agree to save defend and keep harmless and indemnified the Bank against all loss, cost, damages, claim penalties expenses, legal liability because of non-compliance of KYE and of misconduct of the employee deployed by us to the Bank.

We further agree to submit the required supporting documents (Process of screening, Background verification report, police verification report, character certificate, ID card copy, Educational document, etc.) to Bank on demand.

Signature of Competent Authority with company seal ________________________________ Name of Competent Authority __________________________________ Company / Organization __________________________________ Designation within Company / Organization______________________________ Date ________________

Page 35: Request for Proposal - BCCBThe Bidder should be registered company in India. Should either be a PSU / PSE / Registered ... Bidder should have Recognized Standard for Quality Management

Managed Services for DC and DR Page 35 | 35

Name of Authorized Representative __________________________________ Designation of Authorized Representative________________________________ Signature of Authorized Representative __________________________________ Verified above Signature of Competent Authority__________________________________ Date ________________