FOR IDBI BANK BRANCHES. Page 1 of 89

Similar documents
For Network & Telecom Managed Services

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

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

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

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

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

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

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 Consultant for IDBI Bank Credit Card

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

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) For. Engagement of Vendor for Loyalty Programme Management for IDBI Bank Credit Cards

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

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

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

REQUEST FOR PROPOSAL For Food Plaza for Leasing

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

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

CHEMELIL SUGAR COMPANY LIMITED

Standard Bid Document

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

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

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

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

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

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

COMMERCIAL TERMS AND CONDITIONS

Tender notice Printing of Wall Calendars for the year 2015

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

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

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

TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES

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

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

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

Republic of Uganda. Bidding Document for Framework Contracts for Supplies

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

NATIONAL BIOSAFETY AUTHORITY

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

AMC for Routers & Switches Page 1 of 18

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

REPUBLIC OF KENYA MIGORI COUNTY GOVERNMENT

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SERVICES

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

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

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

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

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

REPUBLIC OF KENYA THE PRESIDENCY MINISTRY OF PUBLIC SERVICE, YOUTH AND GENDER AFFAISRS HUDUMA KENYA SECRETARIAT

Request for Proposal (RFP) For. Caretaker Services at various ATMs of Bank of Baroda located in all over Uttarakhand under OPEX Model.

Supply and Installation of A3 Size Scanner

TENDER DOCUMENT FOR REHABILITATION OF ROADS WITHIN VIHIGA COUNTY

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

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

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR ANNUAL TENDERS FOR SUPPLY AND DELIVERY OF DETERGENT, SOAP, TOILETRIES AND DISINFECTANTS

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

TENDER FOR PROCUREMENT OF E-LEARNING CONTENT LICENSE FOR THE CENTRAL BANK OF KENYA

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR

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

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

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

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

TENDER NO.SRC /CS/06/ : FOR PROVISION OF COURIER SERVICES WITHIN NAIROBI AND ITS ENVIRONMENT TO SALARIES AND REMUNERATION COMMISSION

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD TENDER FOR SUPPLY OF A MOBILE DIESEL DEWATERING PUMP FOR OLKARIA II POWER STATION.

Section I: Instruction to Offerors

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

QUOTATION FOR DISPOSAL OF OLD & OBSELETE COMPUTER H/W SYETEM, PRINTERS ETC. Only through

Kenya Literature Bureau. Tender Document. For. Book Binding Glue TENDER NO: KLB/T/04/

REPUBLIC OF KENYA UASIN GISHU COUNTY ASSEMBLY

REPUBLIC OF KENYA UASIN GISHU COUNTY ASSEMBLY

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

TENDER DOCUMENT FOR VALUATION OF COMPANY ASSETS

The last date for submission of the bids is at

TENDER FOR SUPPLY AND DELIVERY OF THERMAL ROLLS. Framework contract AGPO

TENDER DOCUMENT FOR PROVISION OF AIR TICKETING SERVICES TENDER NO. PPOA /01/ 07/

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

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

TENDER DOCUMENT SUPPLY, INSTALLATION AND COMMISSIONING OF BANKNOTE PROCESSING EQUIPMENT TENDER NO. CBK/34/

INVITATION TO BID. The Lump-sum Fixed Price/Amount shall be on the basis of following tender documents.

UTI INFRASTRUCTURE TECHNOLOGY AND SERVICES LIMITED

BALMER LAWRIE & CO. LTD.

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

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

TENDER FOR SUPPLY OF PERSONAL PROTECTIVE EQUIPMENT (PPE S) FOR DRILLING & INFRASTRUCTURE DEPARTMENT (Reserved for the Special Groups)

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

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

GDC/PM/OT/025/

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

BALMER LAWRIE & CO. LTD.

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

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

KENYA CIVIL AVIATION AUTHORITY TENDER NO. KCAA/016/

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

Dr. Harisingh Gour Vishwavidyalaya, SAGAR.(M.P.)

NOTICE INVITING e-tender

INDIAN INSTITUTE OF TECHNOLOGY INDORE

Transcription:

Page 1 of 89

TABLE OF CONTENTS Table of Contents... 2 Document Control Sheet... 7 Disclaimer... 8 Section 1... 9 1. Background... 9 2. Guidelines for Bidders... 9 3. Bid Security (EMD)... 9 4. Due Diligence... 9 5. Cost of Bidding... 10 6. Cost of Rfp / Bid Document... 10 7. Amendment Of Bid Document/RFP Document... 10 8. Eligibility Criteria / Pre-Qualification for Bidders... 11 9. Bid Evaluation Criteria (BEC)... 11 10. General Instructions... 12 11. Payment Terms... 14 12. Acceptance of Duty Free Credit Scrips (DFCS) under Foreign Trade Policy 2009-2014 14 Section 2... 15 1. Procedure for Submission of Bids... 15 1.1. General... 15 1.2. Documents to be submitted along with the Bid... 17 1.3. Clarification of Bid Document... 17 1.4. Language of Bids... 17 1.5. Bid prices... 17 1.6. Firm Prices... 18 1.7. Bidder Qualification... 18 1.8. Earnest Money Deposit (EMD)... 19 1.9. Period of Validity of Bids... 19 1.10. Format and Signing of Bid... 19 1.11. Local Conditions... 20 1.12. Last date for receipt of bids... 20 1.13. Late Bids... 20 1.14. Modification and Withdrawal of Bids... 21 1.15. Address for Correspondence... 21 1.16. Opening of Bids... 21 Page 2 of 89

TABLE OF CONTENTS 1.17. Clarifications... 21 1.18. Preliminary Examination... 21 1.19. Contacting Bank... 22 1.20. Post Qualification... 22 2. Financial Bidding Process... 22 3. Bank's Right to Accept Any Bid and to Reject Any or All Bids... 23 4. Acceptance of Bid... 23 5. Signing of Contract... 23 6. Performance Security / Bank Guarantee... 23 Section 3... 25 1. Definitions... 25 2. Interpretation... 26 3. Conditions Precedent... 27 4. Use of Contract Documents and Information... 27 5. Intellectual Property Rights and Patent Rights... 28 6. Indemnity... 28 7. Inspection and Quality Control Tests... 29 8. Manuals... 29 9. Acceptance Certificates... 29 10. Delivery and Documents... 29 11. Transportation of Equipment... 30 12. Incidental Services... 30 13. Warranty... 30 14. Payment against Bank Guarantee... 31 15. Change Orders/Alteration/Variations... 31 16. Contract Amendments... 32 17. Delays in the Bidder s Performance... 32 18. Liquidated Damages... 32 19. Termination for Convenience... 33 20. Dispute Resolution... 33 21. Addresses for Notices... 34 22. Taxes and Duties... 35 23. Bidder s Integrity... 36 24. Bidder s Obligations... 36 25. Patent Rights... 36 26. Site preparation and installation... 37 Page 3 of 89

TABLE OF CONTENTS 27. Survival... 37 28. No Agency... 37 29. No Set-off, counter-claim and cross claims.... 37 30. The Tri-partite Agreement... 37 31. Key Performance Measurements... 37 32. Commencement and Progress... 38 33. Start of Installation... 38 34. Reporting Progress... 38 35. Adherence to safety procedures, rules regulations and restriction... 38 36. Statutory Requirements... 39 37. Purchaser s Right of Inspection and Periodic Audit... 39 38. Contract Prices... 40 39. Information Security... 40 40. Records of Contract Documents... 40 41. Ownership and Retention of Documents... 41 42. Data and Hardware... 41 43. Representations and Warranties... 41 44. Confidentiality... 44 45. Term and Extension of the Contract... 45 46. Termination... 45 47. Consequences of Termination... 46 48. Conflict of interest... 47 49. Publicity... 47 50. Relationship between the Parties... 47 51. No Assignment... 48 52. Entire Contract... 48 53. Governing Law... 48 54. Jurisdiction of Courts... 48 55. No Claim Certificate... 48 56. Completion of Contract... 48 57. Penalty... 48 58. Penalty (Delivery related)... 49 59. Insurance to be taken out by the Bidder... 49 Section 4 : Scope Of Work... 51 1. Purpose... 51 2. Installation & Configuration of Routers... 51 Page 4 of 89

TABLE OF CONTENTS 2.1. Networking Equipments... 51 2.2. Wan Optimization Solution... 51 2.3. Deployment of Wan Optimization... 51 2.4. MANAGEMENT OF Wan Optimization... 51 3. Acceptance tests... 52 4. Service Level expectations for Routers and Its Related Peripherals... 52 5. Penalty during Warranty Period... 53 6. Reports... 54 7. Expected Commissioning Time... 54 8. Implementation and Integration services... 54 9. Spare parts... 55 10. Hardware and Software Maintenance... 55 11. Type of Support... 55 12. Purchase Order (PO) Acceptance condition... 56 Section 5... 57 1. Format for Unconditional Acceptance of Terms & Conditions of the RFP... 57 2. Technical Bid Form... 58 3. Indicative Commercial Bid Form (Price list for equipments)... 60 4. Non-Disclosure Agreement... 62 5. Price Schedule - Format... 65 6. Contract Form... 66 7. Performance Security Form... 68 8. Acceptance Certificate... 71 9. Undertaking from OEM... 73 10. Bank Details... 74 11. Deed of Indemnity... 75 Section 6... 78 1. Lists of Items... 78 2. Technical Specifications of Network Equipments... 78 2.1. Technical Specification for Type-1 Router:... 78 2.2. Technical Specifications for TYPE-2 Router... 79 2.3. MAndatory Technical Specifications... 80 2.4 Pre-Commissioning Tests & Documents:... 83 3. Scope of work... 83 ANNEXURE-I... 85 ANNEXURE-II : Statewise Support Centers... 87 Page 5 of 89

TABLE OF CONTENTS ANNEXURE-III... 88 Page 6 of 89

DOCUMENT CONTROL SHEET Name of the Company IDBI Bank Limited RFP Reference No IDBI/PCell/RFP/14-15/05 Date of issue 23 rd June 2014 Last Date and Time for Date 15 th July 2014 Receipt of Bids Time 1.30 pm Pre-Bid Meeting Date 1 st July 2014 Time 11.30 am Rs.10,000/- (Rupees Ten Thousand Only] in the form of Cost of the Bid Document Demand Draft / Bankers Cheque from a Scheduled Bank in favor of IDBI Bank Limited, payable at Mumbai only to be submitted along with the Bid. A Bid Security of Rs.10,00,000/- (Rupees Ten Lakhs Only) Earnest Money Deposit (EMD) by way of demand draft or pay order in favour of IDBI Bank Limited payable at Mumbai only to be submitted along with the Bid. Schedule for Opening of Technical Bids Schedule for Online Reverse Auction Place of Opening of Bids Address for Communication Note: Date 15 th July 2014 Time 2.30 pm Date & Time will be intimated to the shortlisted Bidders IDBI Intech Ltd. Mafatlal Centre, 5 th Floor, Nariman Point, Mumbai 400 021 IDBI Intech Ltd. 5 th Floor, Mafatlal Centre, Nariman Point, Mumbai 400 021 Contact Person : Mr. Shailendra Govalkar(Tel. No. : 022-6198 6936, Email : shailendra.govalkar@idbiintech.com ) Mr. Nasir Nomani (Tel. No. : 022-61986935, Email : nasir.nomani@idbiintech.com) 1. This tender document is the property of Bank & is not transferable. 2. This bid document has 89 pages. 3. 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 and at the same venue unless communicated otherwise. Page 7 of 89

DISCLAIMER The information contained in this Request for Proposal ( RFP / Bid Document ) or information provided subsequently to bidder(s) or applicants whether verbally or in documentary form by or on behalf of IDBI Bank Limited ( IDBI Bank / 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 neither an offer nor an invitation by 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 them in formulation of their proposals ( Bids ). 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 update, expansion, revision and amendment. IDBI Bank does not undertake to provide any Bidder with access to any additional information or to update the information in this RFP or to correct any inaccuracies therein, which may become apparent. IDBI Bank reserves the right of discretion to change, modify, add to or alter any or all of the provisions of this RFP and/or the bidding process, without assigning any reasons whatsoever. Such change will be intimated or made accessible to all Bidders. Any information contained in this document will be superceded by any later written information on the same subject made available / accessible to all recipients by IDBI Bank. IDBI Bank reserves the right to reject any or all the expression of interest / proposals / Bids received in response to this RFP at any stage without assigning any reason whatsoever. The decision of IDBI Bank shall be final, conclusive and binding an all the parties. Page 8 of 89

SECTION 1 1. BACKGROUND IDBI Bank Ltd ( 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 under a new sub group "Other Public Sector Bank". IDBI Bank is engaged in providing finance to industries and conducting banking business. 2. GUIDELINES FOR BIDDERS Purpose The purpose of the present notice inviting Bids from vendors to supply, install and commission of Routers at 600 proposed new branches / locations / sites of the Bank spread across the country, to be opened in the FY 2014-2015 as per as per Section-4 (configuration) and Section-6 (Lists of Items). The total requirements may vary by 25% on either side of the projected requirements. 3. BID SECURITY (EMD) 3.1. The Bidder shall furnish, as part of its Bid Security of Rs. 10,00,000/- (Rupees Ten Lakhs only) by way of demand draft or pay order from any scheduled commercial bank drawn in favour of IDBI Bank Limited payable at Mumbai. 3.2. The Bid Security 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 and execute the order/purchase order/service order or any other documents, as may be required by Bank in case the Tender is accepted. The bid security of the unsuccessful Bidders will be returned within 90 days from date of award of contract. 4. DUE DILIGENCE 4.1. 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). Page 9 of 89

5. COST OF BIDDING 5.1. 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. 6. COST OF RFP / BID DOCUMENT 6.1. Cost of RFP / Bid document is Rs. 10,000/- (Rupees ten 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. 6.2. The Cost of RFP / Bid document is non-refundable. 7. AMENDMENT OF BID DOCUMENT/RFP DOCUMENT 7.1. 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. 7.2. 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. 7.3. 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. 7.4. 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. 7.5. 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. Page 10 of 89

8. ELIGIBILITY CRITERIA / PRE-QUALIFICATION FOR BIDDERS 8.1. The Bidder must be a registered partnership firm or a limited company having registered office in India. 8.2. The Bidder should have Positive Net worth with an Annual Turnover of at least Rs. 25 crores in each of the three financial years viz. FY 2010-11, FY 2011-12 and FY 2012-13. Audited / Unaudited Balance Sheet together with Auditor s Certificate to be provided in support thereof. 8.3. Bidder can be OEM or at least level-2 partner (silver or above). 8.4. The Bidder can support directly or through their franchise/authorized Support Partners (ASP) having minimum 30 support centers with at least one support center in each state across India and at least one support center in North East Region. 8.5. The Bidder should have executed at least one single order of Rs. 100 lakhs in any two of the last three financial years for any PSUs / Banks / Insurance / Financial Institutions (BFSI) either directly or through a System Integrator. Necessary documentation along with delivery challan should be submitted. 8.6. 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. 8.7. If the Bidder is an OEM, they should be an ISO 9001-2008 and ISO 14001 certified organization. Please submit copy of relevant certificates. 8.8. If the Bidder is other than OEM, they should be an ISO 9001-2008 compliant organization. Please submit copy of relevant certificates. 8.9. The Bidder should have Sales Tax / VAT registration. 8.10. The Bidder should have all necessary licenses, permissions, consents, no objections, approvals as required under law for carrying out its business. The Bidders shall give an undertaking (on their letter head) that they have all necessary licenses, permissions, consents, no objections, approvals as required under law for carrying out its business, as on date of submission of the tender. 9. BID EVALUATION CRITERIA (BEC) 9.1. To meet Bank's requirements, as spelt out in the Bid Document, the selected Bidder must have the requisite experience and expertise in providing services in the field of Information and Communication Technology, the technical know-how, and the financial ability that would be required to successfully set-up the required infrastructure 9.2. 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. Any time during the process of evaluation Bank may seek specific clarifications from any or all Bidders. Page 11 of 89

10. GENERAL INSTRUCTIONS 10.1. The Bid consists of two parts namely, Technical Bid and Indicative Commercial Bid, which are required to be submitted in two separate sealed covers marked as "Technical Bid" and "Indicative Commercial Bid". 10.2. Bidder will be allowed to participate in the Online Reverse Auction (ORA) only after clearing the Technical Bid. 10.3. All the bids, duly addressed to Chief General Manager, IT Department, IDBI Bank Limited must be accompanied by cost of Bid Document and EMD as specified in Document Control Sheet and must be submitted in person to the IDBI representative mentioned below at the following address on or before the due date specified (15-July- 2014 at 1.30 hours) Chief General Manager, IT Department, IDBI Bank Limited at IDBI Intech Limited, 5th Floor, Mafatlal Centre, Nariman Point, Mumbai 400 051 Attention : Shri Shailendra Govalkar Shri Nasir Nomani 10.4. The Bidders must submit a Certificate of Undertaking on their letter head duly signed by the authorized signatory confirming the acceptance of all the Terms & Conditions of this tender. 10.5. Bank reserves the right to accept or reject in part or full any or all the bids without assigning any reason whatsoever. Any decision of Bank in this regard shall be final, conclusive and binding on the Bidder. 10.6. Decision as to any arithmetical error, manifest or otherwise in the response to Bid Document shall be decided at the sole discretion of Bank and shall be binding on the Bidder. Any decision of Bank in this regard shall be final, conclusive and binding on the Bidder. 10.7. 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 Bank in this regard shall be final, conclusive and binding on the Bidder. 10.8. Interested Bidders may obtain further information from followings between 15:00 hrs to 17:00 hrs on working days : Contact Person Contact No. / Email ID Office Address 022-39148037 ujwal.shastrakar@idbiintech.com Mr. Ujwal Shastrakar IDBI Intech Ltd, IDBI Building, Plot No.39-41, Sector-11, CBD Belapur, Navi Mumbai 400 614. Page 12 of 89

Contact Person Contact No. / Email ID Office Address Mr. Uddhav Gaikwad Mr. Subodh J. Sawant 022-39148091 Uddhav.gaikwad@idbiintech.com 022-39148355 subodh.sawant@idbiintech.com IDBI Intech Ltd, IDBI Building, Plot No.39-41, Sector-11, CBD Belapur, Navi Mumbai 400 614. Mr. Shailendra 022-6198 6936 IDBI Intech Ltd, 5 th Floor, Govalkar Shailendra.govalkar@idbiintech.com Mafatlal Centre, Nariman Mr. Nasir Nomani 022-6198 6935 Point, Mumbai 400 021 Nasir.nomani@idbiintech.com 10.9. Modification to the Bid Documents, if any, will be made available as addendum on the website and / or emailed to the prospective bidders. 10.10. The Bid Documents may be downloaded from our website www.idbibank.com and submitted to the above mentioned office address. 10.11. 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. 10.12. The Bidder should confirm in writing for supply of upgraded model of the product in case of technological obsolescence / non-availability of contracted product/model. The supply of upgraded product, subject to IDBI s approval, will be at the same contracted price of the obsolete model. 10.13. In case of reduction of prices due to technological obsolescence / change of product model, the Bidder should pass on the price benefit to IDBI. 10.14. Successful Bidder would sign the Contract (in the manner and form as provided in Section 5) with Bank at Mumbai only. 10.15. The Bidder should have a 24*7 Technical Assistance Center in India for customer support. 10.16. To complete the work at the site within stipulated timeframe, Bidder s engineers may have to visit the site multiple times, if required, at no extra cost. 10.17. Each Bidder shall submit only one proposal. 10.18. Quotation shall remain valid for a period of 90 days from date of submission of Commercial Bid. 10.19. Prices quoted should be EXCLUSIVE of all taxes i.e. Sales Tax, VAT, and service tax as may be applicable. 10.20. Octroi / Entry Tax / Local Body Tax (LBT) payable will be exclusive as applicable at actual on submission of original Octroi receipt, drawn in the name of IDBI Bank Limited. Applicable taxes would be deducted at source, if any, as per prevailing rates. 10.21. Information broacher /product catalogue must be attached with the quotations clearly indicating the model quoted for. 10.22. The price quoted by the Bidder cannot be altered or changed due to escalation on account of any variation in taxes, levies, and cost of material. 10.23. 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. Page 13 of 89

10.24. All taxes, if any, applicable shall be deducted at source as per current rate while making any payment. 10.25. IDBI Bank will not be obliged to meet and have discussions with any bidder and/ or to entertain any representations in this regard. 10.26. The Bids received and accepted will be evaluated by the Bank to ascertain the best and lowest bid in the interest of the Bank. However, the Bank does not bind itself to accept the lowest or any Bid and reserves the right to reject any or all bids at any point of time prior to the order without assigning any reasons whatsoever. 10.27. IDBI Bank reserves the right to accept or reject any quotation and to cancel the bidding process and reject all quotations at any time prior to award of the contract. 11. PAYMENT TERMS 11.1. 100% on delivery & installation and on production of acceptance certificate from the respective branches / locations / sites. 11.2. Bidder has to submit the Performance Bank Guarantee for 15% of total contract value upfront at the time of signing of the contract. (Please refer the Section-5 for Performance Bank Guarantee details). 11.3. Payment will be cleared after submission of necessary documents like delivery challan, Installation report duly signed / sealed by authorized bank person and road permit receipt (if any). 11.4. In case, if site is not ready due to delay in completion of work from bank side, 50% payment will be released against the delivery of material & corresponding sign off from bank representative on the delivery challan indicating very clearly that Site Not Ready (SNR). If the intimation of site readiness is not given by the bank within 30 days of the delivery, then additional 40% payment will be released. 11.5. Payment will be processed on monthly basis for those branches where installations are completed. Penalty (if any) will be adjusted against payment made. 12. ACCEPTANCE OF DUTY FREE CREDIT SCRIPS (DFCS) UNDER FOREIGN TRADE POLICY 2009-2014 12.1. Bank has received DFCS issued by Director General of Foreign Trade, Government of India under the Served from India Scheme. The same can be utilized by the IDBI Bank Limited for import / purchase of any capital goods, office equipments, office furniture, etc towards payment of Custom Duty / Excise Duty involved in the same. 12.2. IDBI Bank Limited will issue the DFCS to set off the Customs Duty / Excise Duty component in the cost which must be acceptable to the vendor. While preparing the Bills / Invoices, the excise Duty / Customs Duty components, if any, must be mentioned separately and the DFCS must be accepted by the Vendor towards the payment of the same". Page 14 of 89

SECTION 2 1. PROCEDURE FOR SUBMISSION OF BIDS 1.1. GENERAL 1.1.1. 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. 1.1.2. 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 and date each of the documents in the relevant space provided therein for the purpose. The Bidder shall initial each page of the Bid Documents. 1.1.3. 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. 1.1.4. 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. 1.1.5. 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 made by a separate covering letter, in the absence of which it shall be rejected. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. 1.1.6. 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. 1.1.7. The EMD as specified in point no. 1.8.1 should be paid along with the Bid Document during submission. Bids without the EMD shall be rejected. 1.1.8. The Bidder, irrespective of his/her participation in the bidding process, shall treat the details of the documents as secret and strictly confidential. 1.1.9. Bank reserves the right to adjust arithmetical or other errors in the bid, in the manner in which Bank considers appropriate or deem fit. Any adjustments so made by Bank shall be stated to the Bidder, if Bank makes an offer to accept his bid. However, 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. Page 15 of 89

1.1.10. 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. 1.1.11. 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 or at variance with 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. 1.1.12. The Bidder cannot quote in parts. 1.1.13. Each bid shall be properly Superscribed as Technical or Indicative Commercial Bid for Routers and submitted simultaneously in sealed envelopes at the mentioned address. 1.1.14. 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/recommence the Bid/bid process. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. 1.1.15. The Technical Bid shall contain no financial / commercial details. However a blank copy Price Bid Form should be enclosed with the corresponding Technical Bid with the price column of the Price Bid Form blanked out. 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. Offers 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. 1.1.16. 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. 1.1.17. 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. 1.1.18. 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. 1.1.19. One Copy of sealed Technical Bid & One Copy of the sealed Indicative Commercial Bid must be submitted at the same time, giving full particulars in separate sealed envelopes. 1.1.20. All the envelopes must be super-scribed with the following information: 1.1.20.1. Type of Offer (Technical or Commercial) 1.1.20.2. Reference Number (IDBI RFP..) 1.1.20.3. Due Date 1.1.20.4. Name of Bidder 1.1.20.5. Name of the Authorized Person 1.1.21. All Schedules, Formats and Annexure should be stamped and signed by an authorized official of the Bidder s company. Page 16 of 89

1.1.22. 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. 1.1.23. ENVELOPE-II (Indicative Commercial Bid): The Indicative Commercial Bid should give all relevant price information and should not contradict the TECHNICAL BID in any manner. The Indicative Commercial Bid should be submitted in specified format only. 1.1.24. The prices quoted in the Indicative Commercial Bid should be without any conditions. 1.1.25. Please note that if any envelope is found to contain both Technical and Indicative Commercial Bid, then that offer will be rejected outright. 1.2. DOCUMENTS TO BE SUBMITTED ALONG WITH THE BID 1.2.1. All the documents as detailed in Annexure-I have to be submitted by Bidders. These are MANDATORY, without which the Bids are liable to be rejected. 1.3. CLARIFICATION OF BID DOCUMENT 1.3.1. Any prospective Bidder requiring clarification of the Bid Document may notify Bank in writing at the mailing address indicated in Section-1. Bank will respond in writing, to any request for clarification of the Bid Document, received not later than the dates prescribed in Section-1 of this Bid Document. Bank s response (including an explanation of the query but without identifying the source of inquiry) will be posted on Bank s website. 1.4. LANGUAGE OF BIDS 1.4.1. The Bids prepared by the Bidder and all correspondence and documents relating to the Bids exchanged by the Bidder and Bank, shall be written in the English language. 1.5. BID PRICES 1.5.1. The Bidder shall indicate the unit prices and total Bid Prices of the services, it proposes to provide under the Contract. 1.5.2. The prices quoted should be written both in figures and words. In case of any discrepancy, the price mentioned in words will be treated as correct and will be relied upon. 1.5.3. The total price quoted must be inclusive of cost of supply and providing services during the service period. The prices quoted will be exclusive of applicable taxes viz. sales tax, VAT, Service tax, etc. 1.5.4. Octroi / Entry Tax / Local Body Tax (LBT) payable will be exclusive as applicable at actual on submission of original Octroi receipt, drawn in the name of IDBI Bank Limited. Applicable taxes would be deducted at source, if any, as per prevailing rates. Page 17 of 89

The prices quoted should be valid for the period of 12 months extendable up to 18 months from the date of award of the contract (acknowledgement of LOI) on mutually acceptable basis. 1.5.5. The unit prices quoted by the Successful Bidder in Price Bid will be used to calculate charges for further orders over and above the projected quantities, if any. 1.5.6. In the absence of above information a Bid may be considered incomplete and summarily rejected. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. 1.5.7. Bidder shall carry out the supply and implementation of equipment strictly in accordance with the requirements detailed under the Scope of Work of the Bid document and it shall be the responsibility of the Bidder to fully meet all the requirements of the Bid document and to complete the work duly operable and safe as per the best industry practice. 1.5.8. Bank reserves the right to modify the total quantities subject to a variation of ± 25 %. The Bidder shall not and hereby waive any or all objections that it might have at the relevant point of time. 1.6. FIRM PRICES 1.6.1. Prices quoted must be firm and final and shall not be subject to any re-openers or upward modifications, on any account whatsoever including exchange rate fluctuations, revision in taxes, duties, levies, charges etc. The Bid Prices shall be indicated in Indian Rupees (INR) only. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. 1.7. BIDDER QUALIFICATION 1.7.1. The "Bidder" as used in the Bid Documents shall mean the one who has signed the Bid Form. The Bidder may be either the Principal Officer or his duly Authorized Representative, in which case he/she shall submit a certificate of authority. All certificates and documents (including any clarifications sought and any subsequent correspondences) received hereby, shall, as far as possible, be furnished and signed by the Authorized Representative and the Principal Officer. 1.7.2. It is further clarified that the individual signing the Bid or other documents in connection with the Bid must certify whether he/she signs as Constituted Attorney of the firm / company. 1.7.3. The Bidder shall sign the bid with the exact name of the firm to whom the contract is to be issued. The Bid shall be duly signed and sealed by an executive officer of the Bidder s organization. Each bid shall be signed by a duly authorized officer. 1.7.4. The Bidder shall clearly indicate their legal constitution and the person signing the Bid shall state his capacity and also source of his ability to bind the bidder. 1.7.5. The power or authorization, or any other document consisting of adequate proof of the ability of the signatory to bind the Bidder shall be annexed to the Bid. Bank may reject outright any Bid not supported by adequate proof of the signatory s authority. Page 18 of 89

1.8. EARNEST MONEY DEPOSIT (EMD) 1.8.1. The EMD of Rs.10,00,000/- (Rupees Ten Lakhs Only) by way of demand draft or pay order in favour of IDBI Bank Limited payable at Mumbai. 1.8.2. 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 and 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 days from date of award of contract. 1.8.3. In case of successful bidder, the EMD will be retained as Security Deposit till the submission of Performance Bank Guarantee to the satisfaction of the Bank and will be returned within 90 days from thereof. 1.8.4. The EMD amount shall be forfeited/bank Guarantee shall be revoked if: 1.8.4.1. The Bidder withdraws his bid during the bid validity period; or 1.8.4.2. 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 1.8.4.3. The successful Bidder fails to sign/execute 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 Bank shall be final, conclusive and binding on the Bidder. 1.9. PERIOD OF VALIDITY OF BIDS 1.9.1. Bids should be valid for 90 (Ninety) days from the last date of submission. A Bid valid for a shorter period may be rejected by Bank as non-responsive. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. 1.9.2. In exceptional circumstances, Bank may solicit the Bidder's consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. The validity of Bid Security provided shall also be suitably extended. A Bidder may refuse the request without forfeiting its Bid Security. A Bidder granting the request will not be permitted to modify its Bid. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. 1.10. FORMAT AND SIGNING OF BID 1.10.1. The Bidder shall submit Only One Original set of the Bid. 1.10.2. The original Bid shall be typed or written legibly. The original shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. 1.10.3. The Bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the Bidder, in which case such corrections shall be initialed by the authorized person or persons signing the Bid. Page 19 of 89

1.10.4. The Bid should be a complete document and should be bound as a volume. The document should be printed on one side only with page numbers and appropriately flagged and contain the list of contents with page numbers. The deficiency in documentation may result in the rejection of the Bid. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. 1.10.5. Each page should be stamped and initialed by authorized signatory. 1.10.6. The Bidders shall seal and mark the Bid accordingly. 1.10.7. 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. 1.11. LOCAL CONDITIONS 1.11.1. It will be imperative on each Bidder to fully acquaint himself with the local conditions and factors, which would have any effect on the performance of the contract and / or the cost. 1.11.2. The Bidder and any of their personnel or agents / subcontractors will be granted permission by Bank to enter upon its premises and lands for the purpose of such inspection, but only upon the express condition that the Bidder, their personnel and agents/ subcontractors shall be responsible for personal injury (whether fatal or otherwise), loss of or damage to life, property and other loss damage, costs and expenses. 1.11.3. It will be imperative for each Bidder to fully inform themselves of all legal conditions and factors which may have any effect on the execution of the contract as described in the Bid Documents. Bank shall not entertain any request for clarification from the Bidder regarding such local conditions. 1.11.4. It is the responsibility of the Bidder that such factors have properly been investigated and considered while submitting the bid proposals and that no claim whatsoever including those for financial adjustment to the contract awarded under the Bid Documents will be entertained by Bank and that neither any change in the time schedule of the contract nor any financial adjustments arising thereof shall be permitted by Bank on account of failure of the bidder to appraise themselves of local laws / conditions. 1.12. LAST DATE FOR RECEIPT OF BIDS 1.12.1. Bids will be received by Bank on the date and at the address specified under Section-1. 1.12.2. In the event of the specified date for the receipt of Bids being declared a holiday for Bank, the Bids will be received up to the appointed time on the next working day. 1.13. LATE BIDS 1.13.1. Any bid received by Bank after the last date for receipt of bids prescribed by Bank, will be rejected and/or returned unopened to the Bidder. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. Page 20 of 89

1.13.2. In the event of the specified date for the receipt of Bids being declared a holiday for Bank, the Bids will be received up to the appointed time on the immediate next working day. 1.14. MODIFICATION AND WITHDRAWAL OF BIDS 1.14.1. The Bidder may modify or withdraw its Bid after the Bid's submission, provided that written notice of the modification or withdrawal is received by Bank prior to the last date prescribed for submission of Bids. 1.14.2. The Bidder should submit its modified Bid in wholesome as a replacement of its previous Bid. 1.14.3. The Bidder's modification or withdrawal notice shall be prepared, sealed, marked and dispatched in accordance with the provisions of this document. 1.14.4. No Bid may be modified subsequent to the last date for receipt of Bids. 1.14.5. No Bid may be withdrawn in the interval between the last date for receipt of Bids and the expiry of the Bid validity period specified by the Bidder in the Bid. Withdrawal of a Bid during this interval may result in the Bidder s forfeiture of its Bid Security. 1.15. ADDRESS FOR CORRESPONDENCE 1.15.1. The Bidder shall designate the official mailing address, place and fax number to which all correspondence shall be sent by Bank. 1.16. OPENING OF BIDS 1.16.1. On the basis of information furnished in the Technical Bid, Bidders will be qualified and shortlisted. The Bids of Bidders, who do not qualify at this stage, will not be taken up for further evaluation. 1.16.2. Only technically qualified (shortlisted) Bidders will be allowed to participate in an Online Reverse Auction (ORA). 1.16.3. The Bidders' names, modifications, Bid withdrawals and the presence or absence of the requisite Bid Security and such other details as Bank, at its discretion, may consider appropriate or deem fit will be announced at the Bid opening. 1.17. CLARIFICATIONS 1.17.1. When deemed necessary, Bank may seek clarifications on any aspect from the Bidder. However, that would not entitle the Bidder to change or cause any change in the substance of the Bid submitted or price quoted. 1.18. PRELIMINARY EXAMINATION 1.18.1. Bank will examine the Bids to determine whether they are complete, whether any computational/arithmetical errors have been made, whether required Bid Security has Page 21 of 89

been furnished, whether the Bid Documents have been properly signed, and whether the Bids are generally in order. 1.18.2. Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If the Bidder does not accept the correction of the errors, its Bid will be rejected. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. If there is a discrepancy between words and figures, the amount in words will prevail. 1.18.3. A Bid determined as not substantially responsive will be rejected by Bank and may not subsequently be made responsive by the Bidder by correction of the nonconformity. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. 1.18.4. Bank may waive any minor informality or nonconformity or irregularity in a Bid, which does not constitute a material deviation, provided such waiver, does not prejudice or affect the relative ranking of any Bidder. 1.19. CONTACTING BANK 1.19.1. No Bidder shall contact Bank on any matter relating to its Bid, from the time of the Bid opening to the time the Contract is awarded. 1.19.2. Any effort by a Bidder to influence Bank's Bid evaluation, Bid comparison or contract award decisions may result in the rejection of the Bid. 1.20. POST QUALIFICATION 1.20.1. Bank will 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. 1.20.2. This determination will take into account the Bidder's financial, technical, implementation and post-implementation capabilities and track record. It will be based upon an examination of the documentary evidence submitted by the Bidder. 1.20.3. 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. 2. FINANCIAL BIDDING PROCESS 2.1. In this phase, the shortlisted Bidders who are technically qualified will have to participate in an Online Reverse Auction (ORA). The date and time along with the Auction rules would be provided to the shortlisted Bidders separately. 2.2. After ORA, if there is a large variance in the prices quoted, Bank reserves the right to call the successful bidder for a price negotiation. Page 22 of 89

2.3. Bank shall however not bind itself to accept the lowest Bid or any Bid and reserves the right to accept any Bid, wholly or in part. 2.4. The bidder participating in ORA must compulsorily have a Class 2 digital certificate to participate in the ORA. 3. BANK'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS 3.1. Bank reserves the right to accept / reject any bid and to annul the Bid process at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for Bank's action. Any decision in this regard by Bank shall be final, conclusive and binding on the Bidder. 4. ACCEPTANCE OF BID 4.1. Prior to the expiration of the period of Bid validity, Bank will notify the successful Bidder in writing, that its bid has been accepted. 5. SIGNING OF CONTRACT 5.1. After Bank notifies the successful Bidder that its bid has been accepted; the Bidder should sign the Contract Form. The Contract form would be signed in Mumbai only. (Refer Section-5). 5.2. The successful Bidder shall sign the Contract Form at Mumbai within 10 days of receipt of notification of award of contract. 6. PERFORMANCE SECURITY / BANK GUARANTEE 6.1. The successful Bidder shall furnish the performance bank guarantee within 10 days of the receipt of acceptance by Bank, as per the format in Section-5. 6.2. The value of the performance bank guarantee will be 15 % of the total contract value. 6.3. The performance security shall be denominated in Indian Rupees and shall be in one of the following forms: (i) A bank guarantee issued by a scheduled commercial bank and directly forwarded to Bank. OR (ii) A banker's cheque / demand draft, issued by a scheduled commercial bank. 6.4. The proceeds of the performance security shall be payable to Bank as compensation for any loss or damage resulting from the Vendor's failure to complete its obligations under and in accordance with the Contract. 6.5. The Performance Bank Guarantee should be valid for a period of 2 years and 3 months from the date of issue of Bank Guarantee. In the event of extension of the contract from 12 to 18 months on mutual consent basis, the bank guarantee will be extended for further 6 months. Page 23 of 89

6.6. 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 and forfeiture of the EMD, 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. Page 24 of 89

SECTION 3 1. DEFINITIONS In this 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 to supply, install and commission of Routers at 600 proposed new branches / locations / sites) (± 25% of the total) spread across pan India of the Bank, as inclusively stated under sections Service Level Expectations and Specifications Systems & Solutions. 1.2. The "Bidder" as used in the Bid Documents shall mean the one who has signed the Bid Form. The Bidder may be either the Principal Officer or his duly Authorized Representative, in which case he/she shall submit a certificate of authority 1.3. Successful Bidder" or "Contractor or "vendor" means any person / persons / 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. 1.4. Networth means paid-up capital plus free reserves minus accumulated losses. 1.5. The Purchaser means IDBI Bank Limited including its successors and assigns. 1.6. "Contract Price" means the price/compensation payable to the 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. 1.7. "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. 1.8. Service Period means the period of 1 year commencing from the date of successful commissioning as mentioned in the acceptance certificate issued by Purchaser. This period will comprise of 1 year of warranty. Two years of additional annual maintenance contract would be at the discretion of Bank on mutual agreeable terms. 1.9. "System" means a Network equipments consisting of hardware and software required for branch operation, which should work together to provide the Services as mentioned in the Bid. 1.10. In case of a difference of opinion on the part of the Bidder in comprehending or interpreting any clause / provision of the Bid Documents 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. 1.11. Acceptance of Bid means the letter/fax or any memorandum communicating to the Bidder the acceptance of his Bid and includes an advance acceptance of his Bid. Page 25 of 89