Request for Proposal (RFP) for. Procurement of UPS systems for IDBI Bank branches

Similar documents
Request for Proposal (RFP) for Procurement of UPS systems for IDBI Bank. RFP No. IDBI/PCELL/RFP/16-17/027 Dated 29 th Mar 2017

For Network & Telecom Managed Services

FOR IDBI BANK BRANCHES. Page 1 of 89

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF TECHNICAL AUDITOR FOR PREPAID PAYMENTS INSTRUMENTS (PPI) AUDIT. For IDBI Bank

RFP FOR PROCURMENT OF KIOSK EQUIPMENTS FOR e-lounge

REQUEST FOR PROPOSAL (RFP) FOR APPOINTING SERVICE PROVIDER FOR WEB / MOBILE SITE MONITORING FOR IDBI BANK LIMITED

Request for Proposal Document (RFP) for ANNUAL MAINTENANCE (AMC) FACILITIES MANAGEMENT SERVICES(FMSC) for IDBI BANK LTD

Request for Proposal (RFP) for Procurement of CTS Compliant Cheque scanners (100 DPM) for IDBI Bank

Request for Proposal (RFP) RFP No: IDBI/PCell/RFP/ /012

Request for Proposal (RFP) For. Engagement of Consultant for IDBI Bank Credit Card

RFP for Selection of the Consultant for review of the existing Information Technology Outsourcing Arrangement

RFP for Consultant for Implementation of IT Governance Framework based on COBIT 5

IDBI Bank Limited RFP FOR PROCUREMENT OF BULK SERVICES. IDBI /PCELL/ RFP/ /018 dated 07 Feb 2017 Page 1 of 78

Request for Proposal (RFP) For. Engagement of Vendor for Loyalty Programme Management for IDBI Bank Credit Cards

Request for Proposal (RFP) APPOINTMENT OF HR CONSULTANT FOR STRATEGIC HUMAN RESOURCE MANAGEMENT. RFP No: IDBI AML/HR/RFP/ /001 Date: 12/05/2016

Request for Proposal (RFP) RFP No: IDBI/Training/RFP/ /1. For Empanelment of E-Learning Content Developers. For IDBI Bank

IDBI Bank Limited RFP FOR APPOINTMENT OF VENDOR FOR ELECTRICAL SERVICES SUPPORT AT IDBI INFONET PUNE

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated:

Tender notice Printing of Wall Calendars for the year 2015

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD

Cost of the Bid Document : Rs10,000/- (Rupees Ten Thousand only) (Nonrefundable)

NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair

BALMER LAWRIE & CO. LTD.

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

REQUEST FOR PROPOSAL For Food Plaza for Leasing

TENDER DOCUMENT FOR PURCHASE OF: SAFETY TRAINING PROGRAMME Tender Number: /, Dated:

COMMERCIAL TERMS AND CONDITIONS

TENDER DOCUMENT. For. Consultancy for ISO 9001:2008 Certification. Tender Reference Number: 15-5/2012-Lib. Dt

NIT NO: F.1 (ICSIL)/01/241/ , New Delhi, Dated:

MUMBAI METRO RAIL CORPORATION LTD (MMRC)

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

COUNTY GOVERNMENT OF MARSABIT PROVISION OF FUMIGATION AND PEST CONTROL SERVICES TENDER NO. MBT/COU/56/ september, 2017

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

INVITATION FOR TENDERS FOR SUPPLY OF Item No. 5: Optical Microscope with Camera and Image Analysis Software

Regional office, MMTC Limited, 4th floor, NIC Bldg, 8, India Exchange Place, Kolkata , Telephone No

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

TENDER DOCUMENT. For Supply of Office Petty Stationery, Printed Stationery and ATM Rolls for year

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF GOODS. (Procurement of Goods)

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Fujitsu RAM for Server Hardware

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

NOTICE INVITING TENDER

IDBI Tower, WTC Complex, Cuffe Parade, Mumbai TENDER NOTICE. Supply & installation of MS Slotted Angle Racks

Standard Bid Document

TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

MINISTRY OF HEALTH. TENDER No. MOH/ONT/001/

REQUEST FOR PROPOSALS For Blanket Agreement to supply of coffins Boxes RFP #: 14/S/HAAD/PT/2012

INVITATION OF TENDER BIDS WATER TANKS

OPEN TENDER TENDER NO: KRCS/PRF02080/2018 PROVISION OF INSURANCE COVER FOR KENYA RED CROSS GLA/GPA/WIBA FOR THE YEAR 2018/2019

UV-Visible Spectrophotometer

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

NATIONAL LAW UNIVERSITY, DELHI Sector-14, Dwarka New Delhi

TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF CIVIL ENGINEERING LABORATORY EQUIPMENT TENDER NO: UOE/CV/ENG/20/

Credit Guarantee Fund Trust for Micro and Small Enterprises (CGTMSE)

TENDER DOCUMENT FOR ANNUAL SOFTWARE SUBSCRIPTION AND SUPPORT RENEWAL FOR IBM LOTUS DOMINO LICENSES

BALMER LAWRIE & CO. LTD.

REPUBLIC OF KENYA GOVERNMENT OF MACHAKOS COUNTY DEPARTMENT OF TRANSPORT & ROADS TENDER NO. GMC/MTRPH/7/ &

TENDER DOCUMENT FOR PURCHASE OF: ELECTRICAL SAFETY AUDIT OF CURRENCY NOTE PRESS Tender Number: /, Dated:

REPUBLIC OF KENYA MIGORI COUNTY GOVERNMENT

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System)

TENDER DOCUMENT FOR PURCHASE OF: HOSE PIPES. Tender Number: /OSM, Dated:

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad

TENDER NO. BCL/RD/ 2500 MS Scrap Cutting/2018 November 30, 2018

Intelligent Communication Systems India Ltd. (ICSIL) TENDER NO: F.1 (ICSIL)/01/217/ 1D Barcode Reader Tis Hazari Court/ , Dated:

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags

TENDER FORM. List of available documents for the premises at Rupayan R-10, 2nd floor, Nehru Enclave, Gomati Nagar, Lucknow, comprising of 3 BHK.

Request for Proposal For Engagement of Consultant for Assessment & Development Center

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh

Republic of Uganda. Bidding Document for Framework Contracts for Supplies

S.I. 7 of 2014 PUBLIC PROCUREMENT ACT. (Act No. 33 of 2008) PUBLIC PROCUREMENT REGULATIONS, 2014 ARRANGEMENTS OF REGULATIONS PART 1 - PRELIMINARY

e-tender for Comprehensive Annual Maintenance Contract (AMC) of Un-interrupted Power Supplies (UPS) installed at Patent Office, Mumbai

e-tender NOTIFICATION FOR THE SUPPLY OF GUNNY CLOTH & THREAD TO THEKARNATAKA SECONDARY EDUCATION EXAMINATION BOARD.

TENDER NO: BL/CFS/MUM/473 TECHNICAL / COMMERCIAL BID. Tender Document for. [Providing and fixing of 150 years logo board on wall]

Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad ,

KENYA TSETSE AND TRYPANOSOMIASIS ERADICATION COUNCIL TENDER NO.KENTTEC/5/ FOR SUPPLY OF ALPHACYPERMETHRINE 10%

RFP for Appointment of Service Provider for TDS Reconciliation and Related Activities

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

RFP FOR PROCUREMENT ANTI SKIMMING DEVICES AND PIN SHIELD (GUARD)

TENDER NO. BCL/RD/ 4000 MS Scrap Cutting/2019 March 19, 2019

BHARAT HEAVY ELECTRICALS LIMITED,

e- TENDER NO: BL/CFS/KOL/CONT. SEAL/18-19 TECHNICAL / COMMERCIAL BID

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR

THE TECHNICAL UNIVERSITY OF KENYA

Indian Institute of Information Technology Pune

SECURITY PAPER MILL, HOSHANGABAD TENDER DOCUMENT FOR PROCUREMENT OF KRAFT PAPER GRADE I

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

NATIONAL INSTITUTE OF TECHNOLOGY ANDHRA PRADESH

SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICEAT ICSI HQ NEW DELHI AND NOIDA

SUPPLY, INSTALLATION AND COMMISSIONING OF A HELPDESK SYSTEM TENDER NO: ERC/PROC/4/2/17-18/089

No. DMHS/P & T/Sim Cards/2015/253/4624. Limited Tender Inquiry

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

ADMIN/PHOTOCOY&BINDING/816 / July 2016 SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICE AT ICSI HQ NEW DELHI

Notice inviting e-bids for Printing and Supply of IEC Material

Transcription:

Request for Proposal (RFP) for Procurement of UPS systems for IDBI Bank branches RFP No. IDBI/PCELL/RFP/17-18/038 Dated 01-Mar-2018 RFP No. IDBI/PCell/RFP/17-18/038 Dated: 01-Mar-2018 Page 1 of 64

TABLE OF CONTENTS Table of Contents... 2 Document Control Sheet... 5 Disclaimer... 6 Section 1... 7 1. Background... 7 2. Purpose... 7 3. Due Diligence... 7 4. Cost of Bidding... 7 5. Cost of RFP / Bid Document... 8 6. Amendment Of Bid Document/RFP Document... 8 7. Eligibility Criteria... 8 8. General Terms and Conditions... 10 9. Earnest Money Deposit (EMD)... 10 10. Delivery, installation, COMMISSIONINGand documents thereof... 11 11. Payment Terms... 11 12. Documents for Payment... 12 Section 2... 13 1. Procedure For Submission OF Bids... 13 2. Prices... 15 3. Process for Opening Technical Bids... 15 4. Process for Opening of Indicative Commercial Bids... 15 5. Evaluation and comparison of bids... 16 6. Post qualification... 16 7. Award of Contract... 17 8. Performance Bank Guarantee... 17 9. Execution of contract... 17 10. Discharge of Bid Security... 18 Section 3... 19 1. Definitions... 19 2. Interpretation... 20 3. Conditions Precedent... 20 4. Standard of Performance... 20 5. Use Of Contract Documents And Information... 20 6. Indemnity... 21 7. Inspection and Quality Control Tests /Check... 21 8. Manuals... 21 9. Incidental Services... 21 10. Warranty... 21 RFP No. IDBI/PCell/RFP/17-18/038 Dated: 01-Mar-2018 Page 2 of 64

TABLE OF CONTENTS 11. Change Orders/Alteration/Variations... 22 12. Functional Specification... 22 13. Contract Amendments... 22 15 Delays In The Bidder s Performance... 23 16 Liquidated Damages... 23 17 Force Majeure... 23 18 Dispute Resolution... 24 19 Addresses for Notices... 24 20 Taxes and Duties... 25 21 Successful Bidder s Integrity... 25 22 Successful Bidder s Obligations... 25 23 Survival... 26 24 No Agency... 26 25 No Set-off, Counter -Claim and Cross Claims.... 26 26 Commencement And Progress... 26 27 Adherence To Safety Procedures, Rules Regulations And Restriction... 26 28 Statutory Requirements... 26 29 Contract Prices... 27 30 Information Security... 27 31 Ownership And Retention Of Documents... 28 32 Representations And Warranties... 28 33 Confidentiality... 29 34 Term and Extension of The Contract... 30 35 Termination... 30 36 Consequences Of Termination... 31 37 Conflict Of Interest... 32 38 Publicity... 32 39 Relationship between The Parties... 32 40 No Assignment... 32 41 Entire Contract... 32 42 Governing Law... 32 43 Jurisdiction Of Courts... 32 44 No Claim Certificate... 32 45 Completion of Contract... 33 46 Penalty... 33 Section 4... 34 1. Installation of UPS systems... 34 2. Documentation And Manuals... 34 RFP No. IDBI/PCell/RFP/17-18/038 Dated: 01-Mar-2018 Page 3 of 64

TABLE OF CONTENTS 3. Service Level Expectation (SLA)... 34 4. Penalty for delay in delivery... 35 5. Penalty (during warranty period)... 35 6. Obsolescence... 36 Section 5... 37 1. Technical Bid (Covering Letter)... 37 2. Acceptance Of RFP Terms... 38 3. INFORMATION SECURITY CERTIFICATE... 39 4. DeclarationS... 40 5. Format of power-of-attorney... 41 6. Indicative Commercial Bid Format... 42 7. Performance Bank Guarantee Form... 44 8. Deed of Indemnity... 46 9. Deed of Warranty... 48 10. Non disclosure agreement... 49 11. Contract form (To be printed on both side of the paper)... 51 12. Letter For Refund OF EMD... 53 13. Bank details... 54 Section 6... 55 Technical Specifications Compliance... 55 Testing Format... 58 Annexure-I: Bidder s profile... 59 Annexure II: Eligibility Criteria... 60 Annexure - III : Undertaking from OEM (MAF)... 62 Annexure - V: RESPONSE TO RFP - LIST OF DOCUMENTS submitted... 63 Annexure - VI: ZONE WISE BREAK-UP OF THE STATES... 64 RFP No. IDBI/PCell/RFP/17-18/038 Dated: 01-Mar-2018 Page 4 of 64

DOCUMENT CONTROL SHEET Name of the Company RFP Reference No Date of issue Last Date and Time for Receipt of Bids & Opening of Technical Bids Schedule for Online Reverse Auction of Commercial Bid Bid Document Fees Earnest Money Deposit Place of Pre bid meeting/ Opening of Bids / address for Communication & Contact Person Contact person for Technical Queries IDBI Bank Limited IDBI/PCELL/RFP/17-18/038 01-Mar-2018 Date Time 15-Mar-2018 16:00 hours Date & Time will be intimated to the shortlisted bidders Rs. 5,000/- (Five Thousand only) Rs. 2,00,000/- (Two Lakh only) IDBI Bank Limited, c/o IDBI Intech Ltd., IDBI Tower, 3rd Floor, Plot No C-7, G Block, Opp. NSE, Next To SBI, BKC, Bandra (East), Mumbai 400 051 Shri Santosh Chavan Tel.- 022-66788633 santosh.chavan@idbiintech.com Shri Dilipkumar Kale Tel.- 022-66194070 dilipkumar.kale@idbi.co.in Shri Arzen Baria Tel.- 022-66788631 arzen.baria@idbiintech.com Shri Shibayan Bandyopadhyay Tel.- 022-66552754 shibayan.bandyopadhyay@idbi.co.in Note: 1. This tender document is the property of Bank & is not transferable. 2. If a holiday is declared on the dates mentioned above, the bids shall be received/ opened on the next working day at the same time specified above. 3. Bid document fees & Earnest Money Deposit (EMD) should in the form of demand draft / banker s cheque / pay order from a scheduled bank in favor of IDBI Bank Limited, payable at Mumbai only; to be submitted along with the Bid. 4. No queries will be entertained after the date and time mentioned in this schedule. 5. This bid document has 64 pages. RFP No. IDBI/PCell/RFP/17-18/038 Dated: 01-Mar-2018 Page 5 of 64

DISCLAIMER The information contained in this Request for Proposal (RFP) document or information provided subsequently to Bidder(s) or applicants whether verbally or in documentary form by or on behalf of IDBI Bank Limited ( 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 document is not an agreement and is not an offer or invitation by the Bank to any parties other than the applicants who are qualified to submit the Bids ( Bidders ). 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 may conduct its own independent investigations and analysis and is free to check the accuracy, reliability and completeness of the information in this RFP. Bank makes no representation or warranty and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of this RFP. Bank may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this RFP. The information contained in the RFP document is selective and is subject to updating expansion, revision and amendment. It does not purport to contain all the information that a Bidder may require. IDBI Bank does not undertake to provide any Bidder with access to any additional information or to update the information in the RFP document or to correct any inaccuracies therein, which may become apparent. IDBI Bank reserves the right or discretion to change, modify, add to or alter any or all of the provisions of this RFP document and / or the bidding process, without assigning any reasons, whatsoever. However, any such change will be intimated to all Bidders on its occurrence. Any information contained in this RFP document will be superseded by any later written information on the same subject made available to all recipients by IDBI Bank. IDBI Bank may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this RFP. IDBI Bank reserves the right to reject any or all the expression of interest / proposals received in response to this RFP document at any stage without assigning any reason whatsoever. The decision of IDBI Bank shall be final, conclusive and binding on all the parties. Any further Addenda / Corrigenda / Extension of dates / Clarifications / Responses to bidders queries in respect of the above RFP shall be posted only on Bank s website and no separate notification shall be issued in the newspapers. Bidders are therefore requested to regularly visit Bank s website to keep them updated in this regard. RFP No. IDBI/PCell/RFP/17-18/038 Dated: 01-Mar-2018 Page 6 of 64

SECTION 1 1. BACKGROUND IDBI Bank Limited ( Bank ) is a company incorporated and registered under Companies Act, 1956 (1 of 1956) and a deemed banking company under section 5 (c) of the Banking Regulation Act, 1949 (10 of 1949). Bank is also a Scheduled Bank as notified by the Reserve Bank of India under the Reserve Bank of India Act, 1934. RBI has categorized IDBI as "Other Public Sector Bank". IDBI Bank is engaged in providing finance to industries and conducting banking business. 2. PURPOSE This Request for Proposal (RFP) is for supply, installation and maintenance of UPS Systems at various locations of IDBI Bank branches, ranging from 3 to 120 KVA, as per the specifications ( detailed in section-6 Technical specifications) with 1 year comprehensive onsite warranty on UPS and 2 years warranty on Batteries. UPS Capacity Estimated Qty 3KVA 05 5KVA (1:1) 30 5KVA (3:1) 05 10KVA 10 15KVA 03 20KVA 02 30KVA 01 40KVA 01 60KVA 01 80KVA 01 120KVA 01 Total 60 The above-mentioned quantities are only estimated projections for a period of one year from the date of award of contract. The actual procurement may vary by (+/-) 25% of the final contract value. IDBI Bank reserves the right to modify the capacity / quantities of the UPS systems. The term of this Contract shall be initially for a period of 12 (Twelve) months from the date of signing of agreement extendable up to 18 months based on mutual consent. 3. DUE DILIGENCE The Bidder is expected to examine all instructions, forms, terms and specifications in this RFP and study the RFP document carefully. Bid shall be deemed to have been submitted after careful study and examination of this RFP with full understanding of its implications. The Bid should be precise, complete and in the prescribed format as per the requirement of this RFP. Failure to furnish all information required by this RFP or submission of a Bid not responsive to this RFP in each and every respect will be at the Bidder s own risk and may result in rejection of the Bid and for which IDBI Bank shall not be held responsible. Any decision taken by IDBI Bank as to completeness of the Bid or rejection of any / all Bid(s) shall be final, conclusive and binding upon the Bidder(s) and shall not be question / challenged by the Bidder(s). 4. COST OF BIDDING The Bidder shall bear all costs and expenses associated with the preparation and submission of its Bid and IDBI Bank shall in no case be held responsible or liable for these costs, regardless of the conduct or outcome of the bidding process including cancellation or abandonment or annulment of the bidding process. RFP No. IDBI/PCell/RFP/17-18/038 Dated: 01-Mar-2018 Page 7 of 64

5. COST OF RFP / BID DOCUMENT Cost of RFP / Bid document is Rs.5,000/- (Rupees Five thousand only). The prospective Bidder is required to pay the prescribed amount in the form of Demand Draft or pay order in favor of IDBI Bank Limited, payable at Mumbai, at the time of purchasing the RFP/Bid Document. In case, the Bid/RFP Documents are downloaded from the Internet (IDBI Bank site); the prescribed amount towards the cost of Bid Document should be paid along with the submission of the Bid response. Bids without the payment of amount towards the cost of Bid Document shall be rejected. The Cost of RFP / Bid document is non-refundable. 6. AMENDMENT OF BID DOCUMENT/RFP DOCUMENT 1.1. IDBI Bank reserves the right in its sole discretion of inclusion of any addendum to this entire Bid process. The Bidders shall not claim as a right for requiring IDBI Bank to do the aforesaid. 1.2. At any time before the deadline for submission of Bids / offers, IDBI Bank may, for any reason, whether at its own initiative or in response to a clarification requested by prospective Bidders, modify this RFP / Bid Document and all such modifications shall be binding on them. 1.3. All prospective Bidders who have received this RFP shall be notified about the amendment in writing vide e- mail or fax or post, and all such amendments shall be binding on them. 1.4. If required in order to allow prospective Bidders reasonable time in which they need to take the amendment into account in preparing their Bids, IDBI Bank at its sole discretion reserves the rights to extend the deadline for the submission of Bids. In no circumstance, the deadline for submission of Bids shall be extended beyond a period of 7 days. However, no request from the Bidder, shall be binding on IDBI Bank for the same. IDBI Bank s decision in this regard shall be final, conclusive and binding on all the Bidders. 1.5. Any attempt by the Bidders to visit or meet Top management officials of the IDBI Bank in connection with or incidental to the Bid process, shall be construed by the IDBI Bank as an unlawful attempt by the prospective Bidder, to influence the RFP/ Bid process and may invite disqualification from bidding. Only one authorized representative of each bidder would be permitted to visit for submitting the RFP Document/ or when called by the IDBI Bank. 7. ELIGIBILITY CRITERIA Interested Original Equipment Manufacturers (OEMs) or Authorized Channel partner of OEM are required to submit their offer. Either OEMs or their Channel partner (not both) can participate in the Tender. In case of Channel partner s participation on behalf of the OEM, authority letter from the OEM should be attached. Also one channel partner can participate only for one OEM vendor. The Bidder should meet the following eligibility criteria and the supporting documents thereof: Sr. Eligibility Criteria Supporting Documents 1. The bidder should be a registered company as per Company s Act. 2. The bidder should be an OEM or Authorized Sales & Service partner. One authorized sales & service partner can participate only for one OEM. 3. The bidder should have been in the business of supplying, installing, commissioning and maintaining of UPS Systems in India for last FIVE years as of 31-DEC-2017. 4. The bidder should have supplied not less than 150 UPS systems (3KVA to 120KVA) during the last three years, i.e. up 31-DEC-2017 to BFSI having a large branch network of more Certificate of registration / incorporation Letter of Authorization from OEM, in case of channel partner. A self-certified letter in compliance Copy of the Purchase Orders (PO) along with the name of banks/financial institutions, contact person, telephone number and the locations where UPSs are supplied and supported RFP No. IDBI/PCell/RFP/17-18/038 Dated: 01-Mar-2018 Page 8 of 64

than 500 branches. 5. The bidder should have their own service centers in minimum of 20 states including at least one own service center in North-East region and should be able to provide support directly or through their Authorised Support Partners (ASPs) wherever direct support is not available. (Refer Annexure-VI). 6. The bidder should have positive net worth during the last three financial years. Copy of the last three year s audited financial statements to be submitted. Zone-wise support & services escalation matrix having complete address, contact no. & contact person details to be provided. F.Y. 2014-15 F.Y. 2015-16 F.Y. 2016-17 7. Minimum turnover should not be less than Rs.30crore in the each of the last three financial years as per the audited financial statement. Copy of the last three year s audited financial statements to be submitted. 8. The production line / unit / factory of the brand of UPS System being quoted is ISO 9001 (QMS) & 14001 (EMS) certified F.Y. 2014-15 F.Y. 2015-16 F.Y. 2016-17 Copy of ISO certification & latest surveillance audit to be submitted. 9. CE Certified for each of the product offered Copy of CE certificate for each product quoted 10. The Bidder shall produce a self-declaration that there are - (a) no vigilance and / or court cases pending against it (b)no inquiry or investigation pending against it from any statutory, regulatory and / or investigation agency and (c) the Bidder has not been blacklisted by any public sector organization in last 5-years. 11. Procurements through MSMEs will be done as per the policy guidelines issued by Ministry of Micro, Small and Medium Enterprises (MSME), GOI from time to time. MSMEs registered under the SPRS (Single Point Registration Scheme) of NSIC and complying with all the guidelines thereunder as well as those issued by GOI from time to time shall be eligible. MSMEs meeting all the eligibility criteria laid down in this RFP shall be eligible to bid for this RFP. (Supporting documents of NSIC registration to be submitted). Exemptions regarding Tender document fees and EMD shall be available to the eligible MSMEs. 12. The Bidder who has been associated with IDBI Bank Ltd. for the supply & installation of UPS systems during past 3 years must submit the satisfactory performance certificate issued by IT Department of the Bank. A self-certified letter in this regard. Copy of MSME certification to be submitted. Performance certificate issued by IT Department of the Bank. RFP No. IDBI/PCell/RFP/17-18/038 Dated: 01-Mar-2018 Page 9 of 64

8. GENERAL TERMS AND CONDITIONS a. The Bid Documents may be downloaded from our website www.idbi.com and submitted to the specified office address. b. In case of reduction of prices due to technological obsolescence / change of product model, the Bidder should pass on the price benefit to IDBI. c. If a holiday is declared on any of the dates mentioned above, the bids shall be received /opened on the next working day at the same timings specified above. d. Successful bidder would sign an Agreement with Bank at Mumbai only. e. Information brochure /product catalogue must be attached with the quotations clearly indicating the model quoted for. f. IDBI Bank will not be obliged to meet and have discussions with any bidder and/ or to entertain any representations in this regard. g. The bid shall be properly signed by a person or persons duly authorized by the Bidder. In the case of a body corporate, the bid shall be signed by the duly authorized officers and supported by requisite internal corporate authorizations. h. The Bidder shall bear all costs for the preparation and submission of the Bid Documents. Bank shall not be responsible or liable for reimbursing/compensating these costs, regardless of the conduct or outcome of the bidding process. i. The Bidder, irrespective of his/her participation in the bidding process, shall treat the details of the documents as secret and strictly confidential. j. The Bidder shall submit their offers strictly in accordance with the terms and conditions of the Bid Documents. Any Bid, which stipulates conditions contrary to the terms and conditions given in the Bid Documents, shall be rejected. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. k. The Bidder cannot quote for the project in part. l. The validity of the quote would be for 90 days from the date conclusion of the ORA. m. Bank reserves the right to alter the quantity of the above mentioned items. n. IDBI Bank reserves the right to re-issue / re-commence the entire bid process in case of any anomaly, irregularity or discrepancy in regard thereof. Any decision of IDBI Bank in this regard shall be final, conclusive and binding on the Bidder. o. Decision as to any arithmetical error manifest or otherwise in the response to Bid Document shall be decided at the sole discretion of IDBI Bank and the same shall be binding on the Bidder. Any decision of IDBI Bank in this regard shall be final, conclusive and binding on the Bidder. p. IDBI Bank reserves the right to accept or reject in part or full any or all the proposals without assigning any reason whatsoever. Any decision of IDBI Bank in this regard shall be final, conclusive and binding on the Bidder. q. Response to the invitations that are incomplete or not received in the prescribed format will be rejected outright. 9. EARNEST MONEY DEPOSIT (EMD) The EMD is Rs.2,00,000/- (Rupees Two Lakh only) by way of demand draft in favor of IDBI Bank Limited payable at Mumbai. The EMD will not bear any interest and this amount shall be forfeited in the event of any evasion, avoidance, refusal or delay on the part of the bidder to sign an execute the order/purchase order/service order or any other documents, as may be required by Bank in case the Tender is accepted. The EMD of unsuccessful bidders will be returned within 90 (Ninety) days from date of award of contract. The successful Bidder s Bid Security amount will be discharged upon the Bidder signing the contract and furnishing of the Performance Bank Guarantee and other guarantee(s)/security in the form and manner to the satisfaction of Bank, within the stipulated time. The EMD amount shall be forfeited, if: The Bidder withdraws his bid during the bid validity period; or The Bidder makes any statement or encloses any form which turns out to be false, incorrect and/or misleading at any time prior to signing of contract and/or conceals or suppresses material information; or RFP No. IDBI/PCell/RFP/17-18/038 Dated: 01-Mar-2018 Page 10 of 64

The Successful Bidder fails to sign the contract or furnish performance security and other guarantee(s)/security in the form and manner to the satisfaction of Bank, as mentioned in the Bid Documents. Any decision in this regard by the Bank shall be final, conclusive and binding on the Bidder. 10. DELIVERY, INSTALLATION, COMMISSIONINGAND DOCUMENTS THEREOF 10.1. Delivery of UPS systems shall be made at IDBI Bank locations Pan India within 4 (four) weeks for all locations except Road Permit locations from the date of placement of order / order list provided by the dealing group. Two (2) additional weeks will be given for the branches which are falling under Road Permit. Installation of delivered material shall be completed within 10 days from the date of delivery for all locations. 10.2. The delivery & installation schedule specified above shall be strictly adhered to. Time is the essence of this Contract. The delivery of IT equipment shall be done on obtaining prior permission from dealing group. If, equipment are delivered at branches without obtaining permission from dealing group then bank is not responsible for any further consequences w.r.t. the material delivered by the vendor. 10.3. Delivery of the equipment shall be made by the vendor in accordance with the System approved / ordered. The details of Documents including other documents to be furnished by the Bidder are specified hereunder: 10.3.1. THREE (3) copies of Bidder s invoice showing contract number, Services description, quantity, unit price and total amount. Prior to preparing invoice copy and delivery challan before delivering of Router/s, the Bidder should check, verify and confirm the location address, user name, contact details with our purchase order. Bidder should ensure that proper delivery of equipment address, Name of end user, and contact details are mentioned on the invoice copy / delivery challan, so that the equipment to be delivered at the correct location & end user. If, found wrongly delivery of equipment at different location or to different user, then, it is whole responsibility of Bidder to re-deliver the equipment at designated / correct location or end user at their own expenses. No extra payment will be made on wrong delivery of equipment/s. 10.3.2. Original Delivery note and acceptance certificate / installation report duly signed for receipt, installation and commissioning of equipment from the concerned location. 10.3.3. Bidder s warranty certificate for UPS & Batteries. 10.3.4. Inspection certificate issued by the nominated inspection agency, if required. 10.3.5. Other documents which the Purchaser may specify to the Bidder. 10.4. The above documents shall be received by Purchaser before arrival of equipment (except where it is handed over to the consignee with all documents) and, if not received, the Bidder will be responsible for any consequent expenses and other liabilities arising therefrom. 11. PAYMENT TERMS For Supply of new UPS with batteries: i. 100% on delivery, installation and submission of original Installation report from the respective branches/locations/site. The Bidder should ensure that all legal documents mentioned in the RFP to be submitted within 15 business days from the contract is awarded i.e. issue of LOI. ii. iii. Payment shall be cleared after submission of necessary documents like delivery challan, Installation report duly signed / sealed by authorized bank person, battery warranty card and road permit receipt (if any). Authorised Bank person full name, his EIN no. and contact no. mentioned on Delivery Challan & installation Report (IR) in case bank s seal is not available. In case, the dealing group gives a go- ahead and it is found that the site is not ready due to delay in completion of work from bank side, 90% payment will be released after 4 weeks of the delivery of material at that respective branch/location and the corresponding sign off from bank representative on the Installation Report and delivery challan indicating very clearly that Site Not Ready(SNR). Further, RFP No. IDBI/PCell/RFP/17-18/038 Dated: 01-Mar-2018 Page 11 of 64

iv. If the vendor is not intimated of site readiness by the Bank within 8 Weeks of the delivery of equipment, then the remaining 10% payment will be released. The bidder should arrange engineer for installation of such equipment as and when branch site will get ready for installation. v. Payment will be processed on monthly basis for those branches where installations are completed. Penalty (if any) will be adjusted against payment made. The vendor is required to submit all invoices before end of a month for all installation completed during that month for payment processing. vi. vii. The payment processing is done centrally at Mumbai. The bidder should submit all bills / invoices to the contact indicated in the Purchase Order. The payment will be released within 30 days from respective month end upon submission of all required documents. Payment processing shall be initiated only after ensuring that the vendor has submitted and executed all Legal documents including performance Bank Guarantee (in the manner and form as provided in the RFP) for 10% of total contract value upfront at the time of signing of the contract. 12. DOCUMENTS FOR PAYMENT Delivery of the equipment / services shall be made by the Bidder in accordance with the approved / ordered specifications. The details of other documents (as applicable) to be furnished by the Bidder are specified hereunder: o 3(Three) copies of Bidder s invoice showing contract number, Services description, quantity, unit price and total amount. Prior to preparing invoice copy and delivery challan before delivering the equipment, the bidder should check, verify and confirm the location address, user name, contact details with our purchase order. Bidder should ensure that proper delivery of equipment address, Name of end user, and contact details are mentioned on the invoice copy / delivery challan, so that the equipment are delivered at the correct location & end user. If the equipment are delivered at a location different from the location they are actually to be delivered to, then it will be the sole responsibility of Successful Bidder to arrange delivery of the equipment at the locations they are meant for at no extra cost to the Bank. No extra payment will be made for wrong delivery or miss delivery of equipment/s. o Original Delivery note and acceptance certificate / installation report duly signed for receipt, installation and commissioning of equipment / services. o Bidder s warranty certificate for UPS & Batteries. o Other documents which the Purchaser may specify to the Bidder. RFP No. IDBI/PCell/RFP/17-18/038 Dated: 01-Mar-2018 Page 12 of 64

SECTION 2 1. PROCEDURE FOR SUBMISSION OF BIDS Before bidding, the Bidders are requested to carefully examine the Bid Documents and the terms and conditions of the contract thereof, and if there appears to be any ambiguity, gap(s) and/or discrepancy between any of the Bid Documents they should forthwith refer the matter to Bank for necessary clarifications and / or confirmation. The Bidder shall complete in all respects, form(s) annexed to the Bid Documents, quote the prices, furnish the information called for therein, and sign with date and stamp each of the documents in the relevant space provided therein for the purpose. The Bidder shall initial each page of the Bid Documents. The Bid shall be properly signed by a person or persons duly authorized by the Bidder with signature duly attested. In the case of a body corporate, the Bid shall be signed by the duly authorized officers and supported by requisite internal corporate authorizations. The Bid submitted in case of a consortium shall be rejected without assigning any reason thereof. The Bid shall contain the full name, address, telephone no.(mobile no and landline), fax no. and E-mail ID, if any, of Bidder for facilitating communications including notices to be given to the Bidder in connection with the Bid transaction and also to enable the Bids to be returned unopened in case it is declared Late. No indications pertaining to price, financial or commercial terms are to be made on the envelopes. The Bid forms and the Documents attached to it shall not be detached or removed one from the other and no alteration(s) or mutilation(s) (other than filling in all the blank spaces) shall be made in any of the Bid Documents attached thereto. Any alterations or changes to the entries in the attached documents shall be requested by a separate covering letter, in the absence of which it shall be rejected. Any decision in this regard by the Bank shall be final, conclusive and binding on the Bidder. The Bidder shall bear all costs for the preparation and submission of the Bid Documents. Bank shall not be responsible or liable for reimbursing/compensating these costs, regardless of the conduct or outcome of the bidding process. The EMD should be paid along with the Bid Document during submission. Bids without the EMD shall be rejected. The Bidder, irrespective of his/her participation in the bidding process, shall treat the details of the documents as secret and strictly confidential. Bank reserves the right to adjust arithmetical or other errors in the bid, in the manner in which Bank considers appropriate or deems fit. Any adjustments so made by Bank shall be stated to the Bidder, if Bank makes an offer to accept his bid. The final decision as to any error manifest or otherwise shall be at the sole discretion of Bank and shall be final, conclusive and binding on the Bidder. The Bid prepared by the Bidder, as well as all correspondence and documents relating to the Bid exchanged by the Bidder and Bank and supporting documents and printed literature shall be in English. The Bidder shall submit their offers strictly in accordance with the terms and conditions of the Bid Documents. Any Bid, which stipulates conditions contrary to the terms and conditions given in the Bid Documents, shall be rejected. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. The Bidder cannot quote for the project in parts. RFP No. IDBI/PCell/RFP/17-18/038 Dated: 01-Mar-2018 Page 13 of 64

Bank is not bound to accept the lowest or any Bid and has the right to reject any Bid without assigning any reason whatsoever. Bank also reserves the right to re-issue/re-commence the Bid/bid process. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. The Technical Bid shall contain no financial/commercial details. However a copy of the Price Bid Form should be enclosed with the corresponding Technical Bid with the price column asked a tick mark shall be provided against each item of the Price Bid Form to indicate that there is a quote against this item in the Price Bid. Proposals with Technical Bid containing prices shall be rejected outright. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. The Bidder is expected to examine and follow all instructions, forms, terms & conditions, and scope of work in the Bid Document. Failure to furnish complete information in all respects required by the Bid Document or submission of a bid not substantially responsive to the Bid Document in every respect will be at the Bidder's risk and may result in the rejection of the Bid by Bank. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. The Bidder shall prepare the Bid based on details provided in the Bid documents. It must be clearly understood that the quantities, specifications and drawings are intended to give the Bidder an idea about the order, type, scale and magnitude of the work and are not in any way exhaustive and guaranteed by Bank. Bank reserves the sole right to itself for including any addendum to this entire bid process. The Bidders shall not claim as a right for requiring Bank to do the aforesaid. The Bidder shall submit only one original set of the Bid. One sealed Technical Bid super scribed as Technical Bid for procurement of UPS systems for IDBI Bank & One sealed Indicative Commercial Bid super scribed as Indicative Commercial Bid procurement of UPS Systems for IDBI Bank as aforementioned as detailed below. ENVELOPE-I (Technical Bid): The Technical Bid should be complete in all respects and contain all information asked for, except prices. The Technical bid should not contain any price information. The Technical Bid should be complete and should be submitted in the specified format only. ENVELOPE-II (Indicative Commercial Bid): The Indicative Commercial Bid should give all relevant indicative price information and should not contradict the Technical Bid in any manner. The Indicative Commercial Bid should be submitted in the specified format only. Refer Annexure VI(A) Please note that if either of these envelopes (I, II) is found to contain both Technical and Indicative/ Commercial Bid together, then that offer will be rejected outright. All the envelopes must be super-scribed with the following information: Type of bid (Technical or Commercial) Reference Number (IDBI - RFP -..) Due Date Name of Bidder Name of the Authorized Person/Mobile Number of the bidding entity. If the outer cover of the Bid is not sealed and marked appropriately, Bank will assume no responsibility for the bid's misplacement or premature opening. The Bid should be delivered in a sealed cover super scribed as RFP for Procurement of UPS systems for IDBI Bank (Ref no. IDBI/PCELL/RFP/17-18/xxx)" addressed to: To, RFP No. IDBI/PCell/RFP/17-18/038 Dated: 01-Mar-2018 Page 14 of 64

DGM-IT Dept., IDBI Bank Limited IDBI Tower, WTC, Cuff Parade, Mumbai 400 005. The actual price of proposed procurement will be decided through an Online Reverse Auction (ORA) process. The Bidders will be short listed after the evaluation of their Technical Bids. Only the short listed Bidders will be permitted to participate in the ORA. The date and time along with the Auction rules would be provided to the shortlisted Bidders separately. The Bidders need to indicate whether any training is required for them to participate in the ORA process. The bidder participating in ORA must compulsorily have a digital certificate in the name of Bidder Company to participate in the ORA. 2. PRICES 1) The price quoted should be in Indian Rupees (INR) Only. 2) The amounts mentioned in indicative commercial bid as well as ORA should be exclusive of taxes as applicable. 3) All other Levies, Duties, Charges, freight, insurance, packing, loading and unloading etc. should be included in the bid price. 4) The price quoted is to be written in words as well as figures and in case of discrepancies between prices written in words and prices written in figures, the prices written in words shall be considered to be correct. 5) Price quoted should be valid for 90 days from the date of submission of Indicative Commercial Bid. Period of Validity of Bids Bids shall remain valid for 90 (ninety) days from the date of Online Reverse Auction. IDBI Bank holds the rights to reject a Bid, valid for a period shorter than 90 (ninety) days as non-responsive, without any communication to the Bidder thereof. 3. PROCESS FOR OPENING TECHNICAL BIDS (i) Technical compliance should be submitted as per each and every line item specified in Scope of work (ii) Opening of Bids: IDBI Bank will open all Technical Bids, in the presence of Bidders representatives who choose to attend the Technical Bid opening at IDBI Bank Ltd., C/o IDBI Intech Limited, IDBI Tower, 3rd Floor, Plot No C-7, G Block, Opp. NSE, Next To SBI, BKC, Bandra (East), Mumbai 400 051 on the date mentioned in the document control. Bidder's representatives who are present shall sign a register evidencing their attendance. In the event of the specified date of Bid opening being declared a holiday for IDBI Bank, the Bids shall be opened at the appointed time and location on the next working day. (iii) Announcement of Bids: The Bidder s names, Bid modifications or withdrawals and the presence or absence of requisite Bid Security and such other details as IDBI Bank at its sole discretion may consider appropriate, will be announced at the opening. (iv) Bids Not Considered For Evaluation: Bids that are rejected during the Bid opening process shall not be considered for further evaluation, irrespective of the circumstances. (v) Last Date for Notice: No Bid may be modified subsequent to the deadline for submission of Bids. No Bid may be withdrawn in the interval between the deadline for submission of Bids and the expiration of period of Bid validity specified by the Bidder on the Bid form. 4. PROCESS FOR OPENING OF INDICATIVE COMMERCIAL BIDS i. Indicative Commercial Bids shall contain an Indicative commercial bid for UPS Systems with batteries & battery rack as per Annexure-VI. ii. There will not be any invitation to the bidders for opening of Indicative Commercial Bids Indicative Commercial Bids of only those bidders who qualified in the technical Bids evaluation will be opened. Indicative Commercial Bids of bidders who failed to qualify in the technical evaluation shall not be opened and shall be returned to the Bidders. RFP No. IDBI/PCell/RFP/17-18/038 Dated: 01-Mar-2018 Page 15 of 64

iii. Only the shortlisted (technically qualified) bidders will be permitted to participate in the ORA (Online Reverse Auction). iv. The Bidders participating in the ORA are bound by the outcome of the ORA. 5. EVALUATION AND COMPARISON OF BIDS i. A screening committee constituted by IDBI Bank for the purpose of selection of the successful Bidder, would evaluate Technical Bids to qualify the Bidders. ii. Technical evaluation of the Bids will be done based on the Bidder qualifying the eligibility criteria Bidders response to all the parameters mentioned in Scope of Work/ Technical specifications. iii. During the period of evaluation, Bidders may be asked to provide more details and explanations about information they have provided in the proposals. Bidders should respond to such requests within the time frame indicated in the letter / fax / e-mail seeking the explanation. iv. IDBI Bank reserves the right to modify / amend the evaluation process at any time during the bid process, without assigning any reason, whatsoever, and without any requirement of intimating the Bidders of any such change. v. IDBI Bank's decision in respect of evaluation methodology and short-listing Bidders will be final and no claims whatsoever in this respect will be entertained. vi. Bidders qualifying in the Technical Bids would be eligible for further evaluation i.e. opening of Indicative Commercial Bid. vii. The indicative Commercial Bids of the qualified and short listed Bidders shall be opened in the presence of the Screening Committee and they would be invited to participate in the ORA. viii. Vendors shall also quote separately for Table B shifting of existing UPS (as & when required) which shall not be considered for determining the L1 vendor. ix. All bidders shall quote for Table B UPS shifting charges, failing which the bid shall be treated as invalid. x. Before scheduling the proposed ORA, Bank has an option and reserves the right to split & distribute the contract in the ratio of 70:30 between the two bidders who end up as L1 & L2 in the ORA. If the Bank decides to split the contract, advance notification shall be given to the shortlisted bidders before commercial evaluation. xi. The Bank reserve it rights to procure the UPS Systems from L2 Bidders, if the price break up from the L1 Bidder is not received within 2 days from the date of ORA is conducted. xii. IDBI Bank is not bound to accept the lowest or any bid and has the right to reject any Bid without assigning any reason whatsoever. xiii. Bank reserves the right to negotiate the price with the final successful bidder before awarding the contract. xiv. IDBI Bank also reserves the right to re-issue / re-commence the Bid / bid process. Any decision in this regard by IDBI Bank shall be final, conclusive and binding on the Bidders. xv. No intimation would be sent to the unsuccessful Bidders. xvi. No bidder shall contact IDBI Bank on any matter relating to its Bid; from the time of the Bid opening to the time the contract is awarded. If the Bidder wishes to bring additional information to the notice of IDBI Bank, it should be done in writing. xvii. Any effort by a Bidder to influence IDBI Bank in its decisions on Bid evaluation, Bid comparison or Contract award may result in rejection of the Bidder s Bid and forfeiture of Bid Security. 6. POST QUALIFICATION Bank shall determine to its satisfaction whether the Bidder selected (as having submitted the best-evaluated responsive Bid) is qualified to satisfactorily perform the Contract. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. This determination will take into account the Bidder's financial, technical, implementation and postimplementation capabilities and track record. It will be based upon an examination of the documentary evidence submitted by the Bidder. RFP No. IDBI/PCell/RFP/17-18/038 Dated: 01-Mar-2018 Page 16 of 64

An affirmative determination will be a prerequisite for award of the Contract to the Bidder. A negative determination will result in rejection of the Bid, in which event; Bank will proceed to the next best-evaluated Bid to make a similar determination of that Bidder's capabilities to perform satisfactorily. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. 7. AWARD OF CONTRACT (i) IDBI Bank shall however not bind itself to accept the best Bid or any Bid and reserves the right to accept the Bid, wholly or in part. IDBI Bank reserves rights to annul the bidding process and reject all Bids at any time before the award of Contract at its sole discretion, without thereby incurring any liability to the affected Bidder or Bidders. (ii) Before the expiry of the period of validity of the proposal, IDBI Bank shall notify the successful Bidder in writing by registered letter or by fax or by hand-delivery, that its Bid has been accepted. The Bidder shall acknowledge in writing receipt of the notification of acceptance and has to convey his absolute, unconditional and unqualified acceptance. 8. PERFORMANCE BANK GUARANTEE i. The successful Bidder shall furnish the performance bank guarantee as per the format given in the RFP, within 15 business days from the receipt of Purchase Order. ii. The value of the Performance Bank Guarantee shall be 10% of the total cost of the UPS Systems as specified in the commercial bid; iii. The Performance Bank Guarantee should be valid for Contract period (12 months) + Warranty period (12 months) + six months claim period from the date of issue of the Performance Bank Guarantee; iv. The Performance Bank Guarantee (PBG) should be issued by a scheduled commercial bank (other than IDBI Bank) as acceptable to Purchaser and directly forwarded to the Bank. v. The proceeds of the Bank guarantee shall be payable to Bank as compensation for any loss or damage resulting from the Bidder's failure to complete its obligations under and in accordance with the Contract. vi. Failure of the successful Bidder to comply with the requirement of the performance bank guarantee shall constitute sufficient grounds for the annulment of the award, in which event Bank may award the Contract to the next best evaluated Bidder or call for new Bids. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. 9. EXECUTION OF CONTRACT (a) After Bank notifies the Successful Bidder that its bid has been accepted; the Bidder should sign the Contract and submit all the legal documents as stipulated in the RFP, within 15 business days from the receipt / acceptance of PO. (b) The signing of Contract should be accompanied by the submission of following documents: i. Performance Bank Guarantee (PBG) ii. Deed of Indemnity iii. Deed of Warranty iv. Non-Disclosure Agreement v. Copy acknowledged LOI / PO duly signed & sealed vi. Current dated Certified True Copy of Board Resolution on the Company letterhead vii. Copy of photo id proof (PAN Card, Driving License, and Passport) of the personnel authorizes to sign the legal documents. viii. In case personnel signing the legal documents are different than the personnel authorized to sign the bid documents, Power of Attorney for the personnel authorized to sign the legal documents, along with Current dated Certified True Copy of Board Resolution on the Company letterhead. (c) The Contract form and all other documents should be signed / executed at Mumbai only. (d) Payment of stamp duty should be as per State of Maharashtra Stamp Act. RFP No. IDBI/PCell/RFP/17-18/038 Dated: 01-Mar-2018 Page 17 of 64

(e) The Bidder shall bear all costs and expenses for the execution, stamp duty and submission of the contract and agreements. Bank shall not be responsible or liable for reimbursing / compensating these costs and expenses. The incidental expenses of execution of the Contract as well as the conditions stipulated in the contract shall be strictly adhered to and any breach / violation thereof shall entail termination of the Contract without prejudice to the other right of IDBI Bank including but not limited to the right to levy / impose and recover penalties as specified in this RFP or Contract. 10. DISCHARGE OF BID SECURITY Upon the aforesaid Successful Bidder signing the Contract, Bank shall promptly request the Successful Bidder to provide Performance security /Performance guarantee. EMD of such Bidder shall be discharged on signing of the Contract and upon furnishing the performance guarantee / security to the satisfaction of Bank. The EMD of all unsuccessful Bidder(s) shall be discharged / returned as promptly as possible as but not later than 90 (Ninety) days after the conclusion of the contract. RFP No. IDBI/PCell/RFP/17-18/038 Dated: 01-Mar-2018 Page 18 of 64

SECTION 3 1. DEFINITIONS In this RFP / Bid Document / Contract, the following terms shall have the following meanings and shall be interpreted accordingly: 1.1. "The Contract" means the agreement entered into between Purchaser and the Bidder as recorded in the contract form duly signed by the Parties, including all annexure, schedules, exhibits, supplements, appendices, amendments, revisions, notations and modifications thereof for delivery, installation, commissioning and operationalization of UPS Systems for IDBI Bank as inclusively stated under sections Service Level Expectations, Specifications of Systems & Solutions and Scope of work 1.2. Successful Bidder" or "Bidder" means any firm / company, etc., to whom work has been awarded and whose Bid has been accepted by Purchaser and shall include its authorized representatives, successors and permitted assignees. 1.3. Purchaser means IDBI Bank Limited including its successors and assigns. 1.4. "Contract Price" means the price/compensation payable to the Successful Bidder under and in accordance with the Contract for the due performance and observance of its contractual obligations under and in accordance with the Contract. 1.5 "Service(s)" means all the services, which the Bidder is required to provide and/or procure to the Purchaser under and in accordance with the Contract. 1.6. Service Period means the period of Ten years commencing from the date of commissioning of the UPS Systems. 1.7. "System" or Equipment or solution means and includes hardware, software, etc., required for operationalising the LMS solution and to provide the Services as mentioned in the RFP. 1.8. In case of a difference of opinion on the part of the Bidder in comprehending or interpreting any clause / provision of the Bid Document after submission of the Bid, the interpretation by Purchaser and decision of Purchaser in this behalf shall be final, conclusive and binding on the Bidder. 1.9 Acceptance of Bid means the letter/fax or any memorandum communicating to the Bidder the acceptance of its Bid and includes an advance acceptance of his Bid. 1.10. Business Day means excluding Sunday and all public holiday. L1 Bidder has to provide support as per SLA. 1.11. "Confidential Information" means, (i) intellectual property information including Intellectual Property Information; (ii) technical or business information or material not covered in (i); (iii) proprietary or internal information related to the current, future and proposed products or services of the Parties including, financial information, process/flow charts, business models, designs, drawings, data information related to products and services, procurement 1.12. Commissioning means, the System shall be considered to have been commissioned, when the entire job, including supply, configuration, successful testing of all hardware & software is executed to the satisfaction of the Purchaser. 1.13. Document means any embodiment of any text or image howsoever recorded and includes any data, text, images, sound, voice, codes, computer programs, software and / or databases or microfilm or computer generated microfiche or similar device. 1.14. Effective Date means the date on which this Contract is signed and executed by the Parties hereto. If this Contract is executed in parts, then the date on which the last of such Contracts is executed shall be construed to be the Effective Date. 1.15. Intellectual Property Rights means any patent, copyright, trademark, trade name, design, trade secret, permit, service marks, brands, propriety information, knowledge, technology, licenses, databases, computer programs, software, know how or other form of intellectual property right, title, benefits or interest whether arising before or after the execution of this Contract and the right to ownership and registration of these rights. 1.16. Parties means the Purchaser and the Bidder and Party means either of the Parties. 1.17. Site means the place where the UPS Systems is to be delivered and commissioned or places approved by the Purchaser for the purposes of the Contract together with any other places designated in the Contract as forming part of the Site. RFP No. IDBI/PCell/RFP/17-18/038 Dated: 01-Mar-2018 Page 19 of 64