Vous êtes sur la page 1sur 54

RFP for AMC and FM services for VC system

Request for Proposal (RFP) For Annual Maintenance Contract (AMC) & Facility Management Services (FM) For Video Conferencing System

NOTE: This document contains 54 pages including this cover page.


Page 1 of 54

RFP for AMC and FM services for VC system

Tender Notice
The Bank invites sealed quotations from established vendors for Annual Maintenance Contract (AMC) & Facility Management (FM) Services of the Video Conferencing equipment. The vendor should be capable of providing Maintenance & Facility Management services as per details given in the RFP document. Please visit our website www.unionbankofindia.co.in or from Government portal (www.tenders.gov.in) for details. RFP forms can be downloaded from the website.

IMPORTANT REFERENCE POINTS OF THIS RFP Issue of RFP Last date for submission of written request for clarifications and information sought under various Annexure of this document Last date for submission of RFP responses Opening of Technical Bids 09-04-2013 at 11:00 Hrs 16-04-2013 at 18:00 Hrs

30-04-2013 at 16:00 Hrs 30-04-2013 at 16:15 Hrs The Asst. General Manager (DIT) Union Bank of India, 2nd floor, Adi Shankaracharya Marg (JVLR), Opp. Powai Lake, Powai, Andheri (E), Mumbai 400 072. INDIA. Telephone No: 91-22-25710505 Fax No: 91- 22-2570 4132 vrunali.ambavkar@unionbankofindia.com schatterjee@unionbankofindia.com Rs.1,000.00 Rs.1,00,000.00

Address for communication

All correspondence relating to this RFP should be sent to following email ids Fees for RFP document (nonrefundable) Earnest Money Deposit (Bid Security)

Page 2 of 54

RFP for AMC and FM services for VC system

TABLE OF CONTENTS

1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. 29. 30. 31. 32. 33. 34. 35. 36. 37. 38. 39. 40. 41. 42. 43. 44. 45. 46. 47.

INTRODUCTION ........................................................................................................................ 5 SCOPE OF WORK...................................................................................................................... 5 ELIGIBILITY CRITERIA ............................................................................................................ 6 BUYBACK OF EXISTING HARDWARE ........................................................................................ 7 FACILITY MANAGEMENT ........................................................................................................ 7 CONTRACT WITH THE VENDOR ............................................................................................... 8 PROPOSAL PROCESS MANAGEMENT....................................................................................... 8 DATE OF BID EXPIRY ............................................................................................................... 8 VENDOR INDICATION OF AUTHORIZATION TO BID ................................................................ 8 PROPOSAL OWNERSHIP ........................................................................................................... 8 PRICE COMPOSITION & TCO ................................................................................................. 9 NO PRICE VARIATION .............................................................................................................. 9 PAYMENT SCHEDULE............................................................................................................. 10 UNSATISFACTORY PERFORMANCE ....................................................................................... 10 WARRANTY ............................................................................................................................ 10 TERMS OF EXECUTION OF WORK .......................................................................................... 10 QUALITY OF COMPONENTS .................................................................................................... 11 SERVICE LEVEL AGREEMENT (SLA) .................................................................................... 11 ORDER CANCELLATION ........................................................................................................ 12 ERASURES OR ALTERATIONS ................................................................................................ 12 RIGHT TO ALTER QUANTITIES.............................................................................................. 12 MANUALS AND DOCUMENTATION ......................................................................................... 13 LIQUIDATED DAMAGES ......................................................................................................... 13 COST OF RFP AND BID SECURITY......................................................................................... 13 PROPOSAL CONTENT ............................................................................................................. 14 PROPOSAL FORMAT ............................................................................................................... 15 SUBMISSION AND ACCEPTANCE OF VENDOR PROPOSALS .................................................... 16 OVERVIEW OF EVALUATION PROCESS .................................................................................. 17 RULES FOR RE-AUCTION ....................................................................................................... 17 LIMITATION ON PROMOTION................................................................................................. 18 GOVERNING LAW AND RESOLUTION OF DISPUTES .............................................................. 18 FORCE MAJEURE ................................................................................................................... 18 INDEMNITY............................................................................................................................. 19 GUARANTEES ......................................................................................................................... 19 LIMITATION OF LIABILITY .................................................................................................... 19 PATENTS RIGHTS ................................................................................................................... 20 CONFIDENTIALITY ................................................................................................................. 20 OTHER TERMS AND CONDITIONS ........................................................................................... 21 CONTACT PERSON ................................................................................................................. 21 ANNEXURE A.......................................................................................................................... 22 ANNEXURE A-1 (COMPLIANCE TO ELIGIBILITY CRITERIA) ................................................ 23 ANNEXURE A-2 (COMPLIANCE TO RFP TERMS & CONDITIONS) ......................................... 24 ANNEXURE B - VENDOR PROFILE & OTHER INFORMATION ................................................. 26 ANNEXURE C - FUNCTIONAL & TECHNICAL SPECIFICATIONS ............................................ 28 ANNEXURE D UN-PRICED INDICATIVE COMMERCIAL OFFER HARDWARE .................... 31 ANNEXURE E UN-PRICED INDICATIVE COMMERCIAL OFFER FOR SERVICES.................... 32 ANNEXURE F - BUYBACK PRICES FOR THE EXISTING EQUIPMENT ....................................... 33
Page 3 of 54

RFP for AMC and FM services for VC system

48. 49. 50. 51. 52. 53. 54. 55.

ANNEXURE G - SUMMARY OF UN-PRICED INDICATIVE PRICES ............................................ 33 ANNEXURE H - INDICATIVE COMMERCIAL OFFER HARDWARE ........................................ 34 ANNEXURE I - INDICATIVE COMMERCIAL OFFER FOR SERVICES ......................................... 35 ANNEXURE J - BUYBACK PRICES FOR THE EXISTING EQUIPMENT ....................................... 36 ANNEXURE K - SUMMARY OF INDICATIVE PRICES .............................................................. 36 ANNEXURE L - REVERSE AUCTION PROCESS ....................................................................... 37 ANNEXURE M - UNDERTAKING BY BIDDER .......................................................................... 48 ANNEXURE N DETAILS OF EXISTING TANDBERG VC SYSTEMS FOR AMC ....................... 49

Page 4 of 54

RFP for AMC and FM services for VC system

UNION BANK OF INDIA 1. Introduction 1.1 Union Bank of India, a Public Sector Bank (hereinafter referred to as Bank) was established in April 1919, has its Central Office (CO) located at 239, Vidhan Bhavan Marg, Nariman point, Mumbai- 400021. Bank has 3500+ branches and administrative offices across the country. Bank has implemented Video Conferencing (VC) system of Tandberg/CISCO at all administrative offices in year 2007-08. Presently 76 nos. of VC end-points are installed at 68 locations covering all the RO/FGMO/CO/DIT across the country. The Bank proposes to invite tenders for providing AMC and FM services for Video Conferencing equipment for two years. Details of the equipment under AMC and FM services are as per Annexure N. The Request for Proposal (RFP) document is now being issued to enable vendors to submit their responses to the Bank. For commercial evaluation, the Bank will adopt Reverse auction process to finalize the vendor for the project. The procedure for the Reverse auction is furnished in Annexure L.

1.2

2. Scope of Work The Scope of Work involves: 2.1 The selected vendor is required to provide support for VC equipment and Panasonic Plasma TV for a period two years at the site. AMC is comprehensive in nature with replacement of failed components. Details of the equipment for providing AMC are as per Annexure N. Tandberg 8000 MXP VC system is presently installed in Board room at Central Office, Nariman Point, Mumbai. This VC system is no more supported by OEM (Original Equipment Manufacturer). Bank proposes to procure Cisco C60 dual screen 55 profile VC system for board room. The detail specification of Cisco C60 profile VC system is as per Annexure C. The selected vendor is required to buyback the existing Tandberg 8000 MXP VC system. Call-to-support: Vendors hardware engineer shall report at UBI offices within 12 hours of reporting of breakdown through telephone/e-mail, fax or Courier at the Vendors nearest office and repair the same at the earliest. Call-to-resolution: Vendor to resolve/repair the equipment within 72 hours from the time of reporting. Further provided that Bank may, during the currency of the AMC, shift the goods wholly to other locations within the country and in such case the
Page 5 of 54

2.2

2.3

2.4 2.5

RFP for AMC and FM services for VC system

AMC vendor undertakers to continue to maintain the goods at the new location without any other additional cost to the Bank. 2.6 In case equipment at any location is taken away for repair, the vendor shall provide a similar standby equipment of any make capable of connecting on IP at no extra cost to the Bank, so that the equipment can be put to use in the absence of the originals/replacements without disrupting the Banks regular work. The selected vendor is required to provide Annual Maintenance and Facility Management Services for a period of two years. The selected Vendor will undergo a bipartite contract with the Bank for the AMC and FM services for the VC facilities for a continuous support, maintenance, day to day monitoring and managing the Video Conference throughout the Bank. Under the AMC period, selected vendor shall provide the version upgrade and patches for VC system through OEM. The vendor will upgrade the version or apply the patches for VC software from time to time, if required.

2.7 2.8

2.9

3. Eligibility Criteria Only those vendors fulfilling all the following criteria should respond to the RFP. 3.1 3.2 The bidder should be a company incorporated in India and operating for last 5 years in India. (Please furnish the certificate of incorporation). The vendor should be partner of CISCO in India as on the last date of submission of bid. (Copy of certificate from Cisco should be enclosed with the bid). The vendor should be in the business of supply, installation, commissioning & maintenance of Video Conference for at least three years as on the date of this RFP. (Please submit the purchase order / letter from the user). The bidder should have a minimum annual turnover of Rs.200.00 lacs in each of the last three financial years and should be in operating profits each of these financial years. (Financial details to be furnished along with certified copies of audited balance sheet and P&L account for the year 2009- 10, 2010-11 and 2011-12). The vendor should have minimum 25 support centres (own or franchise) located across the country. (Full address of the support centre along with the name and telephone number of contact persons has to be submitted).

3.3

3.4

3.5

Page 6 of 54

RFP for AMC and FM services for VC system

3.6

The bidder should not have been black listed by any of Government Authority or Public Sector Undertaking (PSUs). The bidder shall give an undertaking (on their letter head) that they have not been black listed by any of the Govt. Authority or PSUs. In case, in the past, the name of their Company was black listed by any of the Govt. Authority or PSUs, the name of the company or organization must have been removed from the black list as on date of submission of the tender, otherwise the bid will not be considered (Please submit the declaration as per Annexure M).

Bidder should submit proof in support of above mentioned criteria while submitting the proposal. Vendors who do not fulfill the above criteria or who fail to submit proof will be rejected ab initio. The cutoff date will be the date of submission of RFP. 4. Buyback of existing hardware 4.1 The selected vendor should buyback Tandberg 8000 MXP VC system deployed at Central Office, Nariman Point, the details of which are furnished in Annexure G. The buyback value given by vendors would be considered for determining the TCO of the tender

5. Facility Management The vendor will provide Facility Management Services from Mumbai location by deploying one engineer having minimum 2 years experience in maintenance and management of VC systems. The FM engineers are expected to perform following duties: 5.1 5.2 5.3 5.4 5.5 5.6 5.7 5.8 Conducting of video conference as per the schedule and as & when required. Co-ordination with all VC users for conducting smooth VC session. Co-coordinating with technical team for resolving technical issue pertaining to VC systems. Maintain the inventory of VC systems. Maintaining the records of VC sessions and preparation of reports as per Banks requirement To provide the remote assistance to end VC users for any issue related to VC systems. In case of any break down of VC system, FM engineer shall follow-up with OEM and his technical team till resolution of problem. FM engineer shall ensure the timely resolution of problem related to VC system.

The normal timing of the FM engineer will be from 9.00 AM to 6.00 PM on all working days. Bank may schedule the timings as per requirement. The vendor should inform the Bank about the leave / replacement of the facility management personnel in advance and also will arrange similar FM engineer without fail. Vendors are expected to quote the facility management charges on an annual basis and the TCO will be arrived at based on FM charges also.

Page 7 of 54

RFP for AMC and FM services for VC system

6. Contract with the Vendor 6.1 Bank will enter into a contract with the selected NSI. The contract needs to be signed within 30 days from the date of acceptance of purchase order. Payment will not be released in absence of signed contract. Consortium bidding for any of the solution will not be accepted.

7. Proposal Process Management 7.1 Bank reserves the right to accept or reject any or all proposals, to revise the RFP, to request one or more re-submissions from all vendors or clarifications from one or more vendors, or to cancel the process in part or whole. All claims for functional / technical delivery made by the vendors in their responses to the RFP shall be assumed as deliverable within the quoted financials. Vendors shall be entirely responsible for their own costs and expenses that are incurred while participating in the RFP and contract negotiation processes.

7.2

8. Date of Bid Expiry 8.1 The bidder shall keep the bid valid for 180 days from the last date of submission of bids. The bank reserves the right for extension of bid validity for another period of 90 days.

9. Vendor Indication of Authorization to Bid 9.1 Responses submitted by vendors for this RFP represent a firm offer to contract based on the terms and conditions described in the vendors response. Each page of the proposal must be duly signed and stamped by an authorized official to bid to the terms and conditions of the proposal. Vendors must clearly mention the full name and designation of the authorized official and provide a statement of bid commitment with the authorisor signature in full with stamp of the company. Proposal Ownership The proposal and all supporting documentation submitted by the vendors shall become the property of Union Bank unless the bank agrees to the vendors specific requests, in writing, that the proposal and documentation be returned or destroyed.

9.2

10.

10.1

Page 8 of 54

RFP for AMC and FM services for VC system

11.

Price Composition & TCO

The price quoted should be in Indian Rupees on a fixed price basis and should include the followings: 11.1 The cost of equipment, cost of software, software licenses etc., are inclusive of all warranties and implementation. The price should be inclusive of all taxes, duties, levies and all other charges. The applicable Octroi / Entry tax will be paid by Bank in actual on production of original receipts. In the Indicative Commercial Offer, the vendor should provide detail break-up of taxes included by them. The same also should be given in final offer by L-1 vendor after Reverse auction. The prices agreed upon shall be inclusive of transportation and insurance of all the equipments i.e., on CIF basis till the time of installation and commissioning at the respective selected locations. Unit prices should be given for every item offered. The start bid for reverse auction will represent the Total Cost of Ownership for all the items as mentioned in Annexure K except optional items if any, which have to be shown separately. In case the equipment is to be imported, the vendor is required to do all such processes like customs clearance etc., without involving the Bank in any manner at any stage. It will be the responsibility of the vendor to abide by all the statutory requirements like payment of all taxes, duties etc., without any reference to the Bank. Bank accepts no responsibility or liability in this regard. The vendor should clearly furnish the estimated cost matrix strictly as per structure provided in the Annexure H, Annexure I, Annexure J and Annexure K only. Any deviation will lead to bid rejection. Also no options should be quoted other than as per the Bill of material. Wherever options are given, the bid may be rejected.

11.2

11.3

11.4

11.5

12.

No Price variation The commercial offer shall be on a fixed price basis. No price variation should be asked for relating to increases/decrease in customs duty, excise tax, other taxes and foreign currency price variation etc during offer validity period. Similarly, there should not be any price variation relating to increase in customs duty, excise tax, other taxes, foreign currency price variation etc., during contract period. However, during contract period, if there is any reduction in government levies / taxes, the same shall be passed on to the Bank.

12.1

12.2

Page 9 of 54

RFP for AMC and FM services for VC system

12.3 13.

During contract period, the increase or decrease in service taxes will be to the Banks account.

Payment Schedule

Bank will make the payment subject to signing of the contract as follows: 13.1 The AMC and Facility management charges have to be quoted on yearly basis. The payments will be released at the end of each quarter in arrears. 65% of the order value of hardware, software, related services etc., will be paid after delivery of equipment ordered for a site, on per site basis. The payment will be made only against invoices and proof of delivery challans duly acknowledged by bank officials. Remaining 35% of the order value of hardware, software, related services etc., will be paid on successful completion of installation of VC system and integration with existing VC system. Bank will make this payment against testing reports, acceptance reports and against submission of performance Bank Guarantee (the format of which will be given by the Bank) for 10% of the order value valid for the contract period.

13.2

13.3

14.

Unsatisfactory Performance If the vendor performance is unsatisfactory, Bank reserves the right to reject the system in its entirety during the warranty period for a full refund of contract value.

14.1

15.

Warranty The offer must include comprehensive on-site warranty for 3 years from the date of acceptance of the system by the Bank. In case of delay in acceptance, system will be deemed to be accepted after 3 months of successful operation. The warranty will include hardware, OS maintenance and upgradation, software licence, server licences, client licences etc.

15.1

16.

Terms of execution of work Vendor shall deliver all the equipment at the intended site within 6 weeks from the date of acceptance of the Purchase Order. Vendor shall install and commission all the VC equipment within 6 weeks from the date of acceptance of Purchase Order. In short, the entire project shall be implemented within 6 weeks from the date of acceptance of Purchase Order. Order will be deemed accepted from 7th day of PO date, in case vendor do not convey formal acceptance to Bank.

16.1

Page 10 of 54

RFP for AMC and FM services for VC system

16.2 16.3 16.4

Vendor should depute the engineer at Central Office, Nariman Point within 2 weeks from the date of acceptance of Purchase Order. As & when required, the vendor will deploy manpower for providing Maintenance & Services to the required locations. The successful vendor is required to work in coordination with the other contractors/vendors for smooth functioning of the Video Conference equipment and for holding unhindered Video Conference. The bidder should have proper contractual alignment / agreement with Cisco for support under the Maintenance period or duration mentioned in this RFP. The bidder should back line with Cisco as per the exact support part codes mentioned in the RFP. Through the support contracts, the Bank should have a direct access to OEMs Technical Assistance Center (TAC) for raising cases directly, monitoring & problem resolution, if required. On-going Software updates for OEM equipments, allowing bidder & customer to download software from OEM site using online access tools. The bidder will need to deploy SNTC services, which should be able to provide an updated inventory dash board for banks VC network components by using the OEM tools.

16.5

16.6 16.7

16.8 16.9

16.10 Vendor or bidder will submit necessary proof in regards of OEM back to back contractual agreement for support by furnishing necessary documents from OEM at the time of bid submission and fulfillment letter within 15 days of Purchase Order released, before any money is released to the bidder. 16.11 One dedicated Engineer to be stationed at our CO for Co-ordination, supervising, monitoring and managing the Video Conference and execute FM Services. 17. Quality of components During the AMC period, selected vendor should supply all the original spares of the VC equipment in place of damaged spares confirming to quality standards.

17.1

18.

Service Level Agreement (SLA) Vendors engineer shall report at UBI offices within 4 hrs of reporting of breakdown through telephone/e-mail, fax or Courier at the Vendors nearest office in Metro & major cities and within 12 hrs at remote places

18.1

Page 11 of 54

RFP for AMC and FM services for VC system

where vendor office is present. Vendor shall repair the same at the earliest. 18.2 18.3 Vendor to resolve/repair the equipment within 72 hours from the time of reporting. In case of absence of the FM engineer, there will be a penalty of Rs.500/- per day besides deducting pro-rata charges from agreed FM charges.

19.

Order Cancellation The Bank reserves its right to cancel the order in the event of one or more of the following conditions:

19.1

The Purchaser, without prejudice to any other remedy for breach of contract, by written notice of default sent to the Supplier, may terminate this Contract in whole or in part. If the Supplier fails to deliver any or all of the Goods within the period(s) specified in the Contract, or within any extension thereof granted by the Purchaser, the purchaser, may terminate this Contract in whole or in part. The Bank reserves its right to cancel the order in the event of delay in delivery, installation and implementation of VC systems. If the Supplier fails to perform any other obligation(s) under the Contract. In the event the Purchaser terminates the Contract in whole or in part, the Purchaser may procure, upon such terms and in such manner, as it deems appropriate, Goods or Services similar to those undelivered and the Supplier shall be liable to the Purchaser for any excess costs for such similar Goods or Services. However, the Supplier shall continue performance of the Contract to the extent not terminated.

19.2

19.3 19.4 19.5

20.

Erasures or Alterations There should be no hand-written material, corrections or alterations in the offer. Technical details must be completely filled up containing correct technical information of the product being offered. Filling up of the forms using terms such as OK, accepted, noted, as given in brochure/manual are not acceptable to the Bank. Offers not adhering to these guidelines may not be accepted by the Bank.

20.1

21.

Right to Alter Quantities The Bank reserves the right to alter quantities as also to delete/add some items specified in this offer.

21.1

Page 12 of 54

RFP for AMC and FM services for VC system

22.

Manuals and documentation The vendor shall provide complete technical documentation/s, brochures, user manuals etc. for the equipment supplied. All the manuals shall be in English and the documents should be clearly indicative of equipment supplied.

22.1

23.

Liquidated Damages Notwithstanding the Bank's right to cancel the order, liquidated damages at 1% of the cost of equipment per site per week will be charged for every week's delay in delivery and installation subject to maximum 5%. The Bank reserves it's right to recover these amounts by any mode such as adjusting from any payments to be made by the Bank to the company. Part of week will be treated as a week for this purpose. However, the Bank may, at its discretion, waive the liquidated damages in case the delay cannot be attributed to the vendor.

23.1

23.2 23.3 23.4 24.

Cost of RFP and Bid Security The RFP document is available on the Banks website www.unionbankofindia.co.in or Government portal www.tenders.gov.in. Vendors can download the RFP and use it for submission. However, the cost of the RFP i.e., Rs.1,000/- (non-refundable) should be paid by way of Demand Draft / Pay Order drawn in favor of Union Bank of India payable at Mumbai, while submitting the RFP to the Bank. The above demand draft/PO should be handed over to the Bank authorities in a separate envelope while opening of the tender. The envelope should be duly super scribed as Cost of RFP `1,000/- paid through Demand Draft /Pay Order. Non-submission of RFP cost will summarily reject the bid submitted.

24.1

24.2

The Vendor shall furnish, as a part of the Tender Document, a bid security for an amount of Rs.1,00,000/- (Rupees One lac only) in the form of a demand draft / Pay order or Bank Guarantee (valid for Six months) obtained from a scheduled commercial bank other than Union Bank of India drawn in favor of Union Bank of India payable at Mumbai. The bid security should form part of the Tender Documents (Technical Offer) submitted by the Vendor. Failure to comply with this condition viz., Bid Security of Rs.1,00,000/- shall result in summary rejection of the tender offer and no Vendor shall be exempted from the requirement of the bid security. SUBMISSION OF THE bid security IN THE Indicative Commercial offer SHALL RENDER THE BID BEING REJECTED ON THE GROUNDS OF NON-SUBMISSION OF THE BID SECURITY.

24.3

Page 13 of 54

RFP for AMC and FM services for VC system

24.4 24.5

The bid security of unsuccessful Vendors shall be returned, only after the successful completion of the tender process. The bid security of successful Vendor will be retained till the contract period is over. However, the bid security can be released against submission of Performance Bank Guarantee (format will be given to successful vendor) for equivalent amount valid for the contract period. Forfeiture of bid security:

24.6

24.6.1 If a Vendor withdraws his offer during the period of validity of bid. 24.6.2 If the successful Vendor fails to accept and execute purchase orders during contract period. 24.6.3 If the successful vendor fails to execute the job assigned within the time given by the Bank. 24.6.4 The Banks decision in the above cases will be final. 25. Proposal Content The vendors proposal is the base for evaluation and selection process. Therefore, it is important that the vendors carefully prepare the proposal. The quality of the vendors proposal will be viewed as an indicator of the vendors capability to provide the solution and vendors interest in the project. Bank will carryout the technical evaluation based on the technical bid submitted. For finalisation of most competitive offer, the Bank will conduct Reverse auction under E-procurement process. The detailed procedure for Reverse auction is given as per Annexure L. The technically qualified vendors will participate in the Reverse auction process. In addition to the Technical bid, the vendors should furnish prices for the project in their Indicative Commercial Offer (C.O) to facilitate Reverse auction under E-Procurement process. As the name indicates, the Indicative Commercial bid is not a final commercial offer. The lowest Indicative commercial offer may be considered for starting bid of the reverse auction. Vendors should note that the indicative commercial offer is only for discover the starting bid for Reverse auction process. The L -1 vendor will be decided only on finalisation of prices through Reverse auction process To secure vendors information in a form, which ensures that the evaluation criteria can be systematically applied, all vendors are requested to submit technical bid and Indicative commercial bid separately.

25.1

25.2

25.3

Page 14 of 54

RFP for AMC and FM services for VC system

26.

Proposal Format The RFP shall be submitted in two parts in separately sealed envelopes and superscribed as below: Part I: Technical Bid AMC and FM service of VC system Part II: Indicative Commercial Bid AMC and FM service of VC system Technical Bid:

26.1

26.2

The technical document should be submitted both in hard copy as well as in soft copy. Vendors are requested to structure their technical proposals under the following sections: Section 1 - Management Information Summary: structured as follows: Letter as per draft provided in Annexure A Details of Compliance to Eligibility Criteria in Annexure A-1 Compliance to RFP terms & conditions in Annexure A-2 Vendor profile & other information (Annexure B) This section should be This section should be

Section 2 Details of the Proposed Solution: structured as follows: Summary of proposed services

Functional & Technical specifications (annexure C) Supply, installation and commissioning capabilities for the Project

Section 3 Demand draft/Pay order for Rs.1,00,000/- towards EMD drawn from a scheduled commercial bank, in Favour of Union Bank of India payable at Mumbai. Section 4 Un-priced Indicative commercial bid (Annexure D, Annexure E, Annexure F and Annexure G), Reverse Auction Annexure L-1 & L-2 Note: The vendor should submit proof for the information furnished in the vendor profile. Any information given without supporting proof will not be considered by the Bank for evaluation purpose. 26.3 Indicative Commercial Bid sealed envelope.

26.3.1 The Indicative Commercial bid must be submitted in a separate


26.3.2 The Indicative commercial bid (Annexure H, Annexure I, Annexure J and Annexure K) has to be submitted in separately sealed envelope only in hard copy with original version duly signed by the authorised

Page 15 of 54

RFP for AMC and FM services for VC system

signatory. The Indicative commercial bid envelope has to be marked as Indicative Commercial Bid AMC and FM service of VC system. 26.3.3 Opening of the Indicative commercial price bids will be subject to the vendors getting short-listed on the basis of technical evaluation. The offers should hold good up to 180 days from the last date of submission of bid. 26.3.4 For finalisation of most competitive offer, the Bank will conduct Reverse auction. The detailed procedure for Reverse auction is given in Annexure L. The technically qualified vendors will participate in the Reverse auction process. The vendors should furnish indicative prices for the project in their Indicative Commercial Offer (C.O.) to facilitate finalising the start bid for Reverse auction under EProcurement process. The lowest Indicative commercial offer (total cost) will be taken as the starting bid of the reverse auction and not for deciding the L-1 status. Bank may also decide the starting bid for reverse auction. Vendors should note that the indicative commercial offer is only considered for the purpose of conducting Reverse auction process only. The L-1 vendor will be decided only later on finalisation of prices through Reverse auction. 26.3.5 All proposals must be duly stamped and signed by an authorised signatory for the vendor. 27. Submission and Acceptance of Vendor Proposals Vendors must ensure that the proposals are delivered in the formats described in the earlier section(s) to the following address: The Asst. General Manager - DIT Project AMC and FM service of VC system Union Bank of India, Technology Centre, 2nd floor, Adi Shankaracharya Marg (JVLR), Opp. Powai Lake, Powai, Andheri (E), Mumbai 400 072 INDIA. Telephone No: 91-22-25710505 Fax No: 91- 22-25704132 27.2 The vendors are requested that the tender responses should be delivered by hand at the above address or should drop it in tender box. The Bank must receive all proposals before 4:00 p.m. (Indian Standard Time) on 30.04.2013. If any information provided in response to this RFP is found to be incorrect or misrepresented, at any stage of the evaluation process, the Bank reserves the right to summarily disqualify the vendor from the evaluation process.

27.1

27.3

Page 16 of 54

RFP for AMC and FM services for VC system

28. 28.1

Overview of evaluation Process The objective of the evaluation is to select a reliable and experienced vendor capable of maintenance and management of Tandberg VC equipments installed in the bank. In addition, the vendors must be willing and capable of providing ongoing maintenance that is responsive to the needs of the Bank. Only proposals received on or before the stipulated date and time for responding to the RFP will be considered for further evaluation. The evaluation process will include:

28.2

28.2.1 Evaluation of RFP response (this may include scrutiny of proposal to ensure that the vendor meets the eligibility criteria, compliance to functional & technical requirement, presentations, demonstrations, Reference site feedback etc.). The proposals will be initially evaluated for compliance to eligibility criteria. The proposals of those vendors meeting the eligibility criteria will further be evaluated for technical compliance. Based on the compliance, the vendor will be shortlisted for further commercial evaluation. 28.2.2 Commercial evaluation process: 28.2.2.1 The Indicative commercial proposals of only those vendors who are qualified in the technical evaluation will be opened and the lowest indicative prices or as decided by Bank will be taken as the Starting Bid for conducting Reverse auction under E-procurement process. All the technically qualified vendors will be eligible to participate in the Reverse auction. The detail of Reverse auction under E-procurement process is given in Annexure L. The L-1 vendor emerging from Reverse auction process will submit a detailed break up of total cost (as per the Annexure H, Annexure I, Annexure J and Annexure K) 28.2.2.2 The Bank will enter in to a contract with the finally selected vendor. Bank reserves the right to reject any or all proposals. Similarly, it reserves the right not to include any vendor in the final short-list. 29. Rules for Re-auction

Bank may consider the option of a Re-Auction in following circumstances: 29.1 During the process of reverse auctions, if there is either no bids from logged in vendors or only one vendor puts up bid/s, Bank may decide a reauction by taking fresh Indicative prices from all qualified vendors in sealed cover only, to amend the start price for Re-auction. In case the start price for the Reverse Auction event is decided by Bank and there are no bids or only one bid/s by a single vendor in the Reverse
Page 17 of 54

29.2

RFP for AMC and FM services for VC system

Auction, Bank may decide Re-Auction while further amending the start price. 29.3 Reverse auction will be valid only if two or more bidders are participating in the reverse auction event.

30.

Limitation on promotion The vendor shall agree to make no reference to the Bank for the procurement of products and services hereunder or the agreement in any literature, promotional material, brochures, sales presentation or the like without the express prior written consent of the Bank.

30.1

31.

Governing Law and Resolution of Disputes The Bid and the subsequent Contract with the selected Bidder shall be governed in accordance with the Laws of India and will be subject to the exclusive jurisdiction of Courts in Mumbai. All disputes and differences of any kind, whatsoever, between the Supplier and the Bank, arising out of or in relation to the construction, meaning, operation or effect of the Contract, shall be settled amicably by both Bank and the vendor. If after thirty days from the commencement of such informal negotiations, Bank and the vendor are unable to resolve amicably a contract dispute; either party may require that the dispute be referred for resolution by formal arbitration. All questions, disputes or differences arising under and out of, or in connection with the RFP, shall be referred to a panel of three Arbitrators: one Arbitrator to be nominated by the Bank and the other to be nominated by the vendor. Two Arbitrators so appointed shall appoint the third Arbitrator. The award of the Arbitrator shall be final and binding on the parties. The arbitration and conciliation act 1996 or any statutory modification or re-enactment thereof for the time being enforced, shall apply to the arbitration proceedings and the venue and jurisdiction for arbitration shall be at Mumbai, India. In case the vendor would like to exit the project, the same shall be taken up by the Arbitration process.

31.1

31.2

31.3

32.

Force Majeure In case either party is prevented from performing any of its obligations due to any cause beyond its control, including but not limited to act of God, fire, flood, explosion, war, action or request of governmental authority, systemic breakdown, failure of electricity supply, accident and labour trouble, the time for performance shall be extended until the operation or such cause has ceased, provided the party affected gives prompt notice to the other of any such factors or inability to perform and resume performance as soon as such factors disappear or are circumvented.

32.1

Page 18 of 54

RFP for AMC and FM services for VC system

33.

Indemnity The vendor shall, at its own expense, defend and indemnify the Bank against all third party claims for infringement of patent, trademark, design or copyright arising from use of products or any part thereof supplied by vendor. Vendor will provide infringement remedies and indemnities for third party products, on a pass through basis. The vendor shall expeditiously extinguish any such claims and shall have full rights to defend itself there from. If the Bank is required to pay compensation to a third party resulting from such infringement, the vendor shall be fully responsible to pay such compensation along with all costs, damages and attorneys fees and other expenses that a court may finally awards, in the event of the matter being adjudicated by a court or that be included in a vendor approved settlement. The Bank will issue notice to the vendor of any such claim without delay and provide reasonable assistance to the vendor in disposal of such claim, and shall at no time admit to any liability for, or express any intent, to settle the claim. The vendor shall also reimburse all incidental costs, which the Bank incurs in this regard. In the event of the vendor not fulfilling its obligations under this clause within the period specified in the notice issued by the Bank, Bank has the right to recover the amounts due to it under this provision from any amount payable to the vendor under this project. The indemnities under this clause are in addition to and without, prejudice to the indemnities given elsewhere in this agreement.

33.1

33.2

33.3 34.

Guarantees Vendor should guarantee that the complete solution supplied to the Bank is licensed and legally obtained. The hardware and other equipments so supplied should be original, brand new and solution must be supplied with original and complete documentation, printed in English language only.

34.1

35.

Limitation of Liability " Vendor's aggregate liability under the contract shall be limited to a maximum of the Contract value. This limit shall not apply to third party claims for 1) IP infringement indemnity; 2) bodily injury (including death) and damage to real property and tangible personal property caused by vendor's gross negligence. Vendor shall not in any event be liable for any indirect, consequential damage, or loss of profit, business, revenue, goodwill, anticipated saving or data, or third party claim except with respect to bodily injury (including death) and damage to real and tangible personal property for which vendor is legally liable. For the purpose of this section, Contract value at any given point of time, means the aggregate value of the purchase orders placed by Bank on the vendor that gave rise to claim, under this tender.

35.1

Page 19 of 54

RFP for AMC and FM services for VC system

36.

Patents Rights The supplier shall, at their own expense, defend and indemnify the Bank against all third party claims or infringement of intellectual Property Right, including Patent, trademark, copyright, trade secret or industrial design rights arising from use of the products or any part thereof in India or abroad. The supplier shall expeditiously extinguish any such claims and shall have full rights to defend itself there from. If the Bank is required to pay compensation to a third party resulting from such infringement, the supplier shall be fully responsible for, including all expenses and court and legal fees. The Bank will give notice to the Supplier of any such claim without delay, provide reasonable assistance to the Supplier in disposing of the claim, and shall at no time admit to any liability for or express any intent to settle the claim. The Supplier shall grant to the bank a fully paid-up, irrevocable, nonexclusive license throughout the territory of India or abroad to access, replicate and use software (and other software items) provided by the supplier, including-all inventions, designs and marks embodied therein in perpetuity.

36.1

36.2

36.3

36.4

37.

Confidentiality This document contains information in confidential and proprietary to the Bank. Additionally, the vendors will be exposed by virtue of the contracted activities to the internal business information of the Bank. Disclosures of receipt of this RFP or any part of the aforementioned information to parties not directly involved in providing the services requested could result in the disqualification of the vendors, premature termination of the contract, and / or legal action against the vendors for breach of trust. Selected vendor will have to sign a legal non-disclosure agreement with the Bank before starting the project. The vendor (and his employees) shall not, unless the Bank gives permission in writing, disclose any part or whole of this RFP document, of the proposal and/or contract, or any specification, plan, drawing, pattern, sample or information furnished by the Bank (including the users), in connection therewith to any person other than a person employed by the bidder in the performance of the proposal and/or contract. Disclosure to any such employed person shall be made in confidence and shall extend only as far as may be necessary for purposes of such performance. The employees or the third party engaged by the bidder will maintain strict confidentiality.

37.1

37.2 37.3

Page 20 of 54

RFP for AMC and FM services for VC system

37.4

The vendor, his employees and agents shall not, without prior written consent from the Bank, make any use of any document or information given by the Bank or its Authorized personnel, except for purposes of performing the contract award. In case of breach the Bank shall take such legal action as it may be deemed fit." The above obligation will survive even in case of termination/completion of contract.

37.5

37.6 38.

Other terms and conditions In case any information furnished during the bidding process is found to be incorrect, Bank will not only be summarily rejecting the current bid but the company itself may be blacklisted from participating in any future bidding with the Bank. The Bank may share such information with Indian Bankers Association (IBA), which is the voluntary representative body of all banking institutions in the country, who, in turn, may share the information among its member institutions. Please note that any other terms and conditions whether implicitly or explicitly stated in any of your responses will be ignored.

38.1

38.2 39.

Contact Person

In case of any query related to the RFP, please contact our official. Details are given below: Mr. S Chatterjee (Chief Manager) Telephone No: 91-22-25710213 Fax No: 91- 22-25702869. Mail id: schatterjee@unionbankofindia.com Mrs. Vrunali Vijay Ambavkar (Asst. Manager) Telephone No: 91-22-25710262 Fax No: 91- 22-25702869. Mail id: vrunali.ambavkar@unionbankofindia.com

Page 21 of 54

RFP for AMC and FM services for VC system

40. To

Annexure A (Letter to the bank on the vendors letterhead)

General Manager Union Bank of India, Department of Information Technology, 2nd floor, Technology Centre 1/1A, Adi Sankaracharya Marg, Opp. Powai Lake, Powai, Andheri (E), Mumbai. 400072 Dear Sir, Sub: Your RFP for Annual Maintenance Contract (AMC) & Facility Management (FM) Services for Video Conference equipment. With reference to the above RFP, having examined and understood the instructions, terms and conditions forming part of your above inquiry, we hereby enclose our offer for supply of the equipment and services as detailed in your above referred inquiry. We confirm that the offer is in conformity with the terms and conditions as mentioned in your above referred RFP and enclosures. We confirm that we agree for all the terms and conditions of the RFP. We also confirm that the prices offered shall remain fixed for a period of 180 days from the last date of submission of offer. We hereby agree to participate and abide by all terms and conditions of Reverse Auction. We hereby undertake that the equipments to be delivered to the Bank will be brand new including all components and software for the same is licensed and legally obtained. We also understand that the Bank is not bound to accept the offer either in part or in full and bank has right to rejects the offer in full or in part without assigning any reasons thereof. Yours faithfully, Authorised Signatories (Name & Designation, seal of the firm) Date: Yours faithfully, Authorised Signatories (Name & Designation, seal of the firm) Date:
Page 22 of 54

RFP for AMC and FM services for VC system

41.

Annexure A-1 (Compliance to Eligibility Criteria)


If vendors response is Yes Furnish implementati on details Proof submitted Furnish details of Annexures & Purchase orders submitted

Sl No.

Eligibility Criteria

Vendors response (Yes/No)

Proof to be submitted by the vendor

The bidder should be a company incorporated in India and operating for last 5 years in India. The vendor should be partner of CISCO in India as on the last date of submission of bid. The vendor should be in the business of supply, installation, commissioning & maintenance of Video Conference for at least three years as on the date of this RFP. The bidder should have a minimum annual turnover of Rs.200.00 lacs in each of the last three financial years and should be in operating profits each of these financial years. The vendor should have minimum 25 support centers (own or franchise) located across the country. The bidder should not have been black listed by any of Government Authority or Public Sector Undertaking (PSUs). The bidder shall give an undertaking (on their letter head) that they have not been black listed by any of the Govt. Authority or PSUs. In case, in the past, the name of their Company was black listed by any of the Govt. Authority or PSUs, the name of the company or organization must have been removed from the black list as on date of submission of the tender, otherwise the bid will not be considered

Yes/No

Certificate of incorporation Copy of partnership certificate from Cisco Letter from user organization or copy of purchase orders copies of audited balance sheets, P&L accounts for the years 200910, 2010-11 and 2011-12 List of support centre with name of the contact person and contact no & complete details

Yes/No

Yes/No

Yes/No

Yes/No

Annexure M

Authorised Signatories (Name & Designation, seal of the firm) Date:


Page 23 of 54

RFP for AMC and FM services for VC system

42.
Sr. No.

Annexure A-2 (Compliance to RFP terms & conditions)


Vendor's compliance (Yes/No)

Clause details

Remarks

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37

Scope of Work Eligibility Criteria Buyback of existing hardware Facility Management Contract with the Vendor Proposal Process Management Date of Bid Expiry Vendor Indication of Authorization to Bid Proposal Ownership Price Composition & TCO No Price variation Payment Schedule Unsatisfactory Performance Warranty Terms of execution of work Quality of components Service Level Agreement (SLA) Order Cancellation Erasures or Alterations Right to Alter Quantities Manuals and documentation Liquidated Damages Cost of RFP and Bid Security Proposal Content Proposal Format Submission and Acceptance of Vendor Proposals Overview of evaluation Process Rules for Re-auction Limitation on promotion Governing Law and Resolution of Disputes Force Majeure Indemnity Guarantees Limitation of Liability Patents Rights Confidentiality Other terms and conditions

Page 24 of 54

RFP for AMC and FM services for VC system

(Vendors should note that Bank will not accept any non-compliance to any of the RFP terms & conditions. Non-compliance of the terms & conditions may lead to disqualification. Hence, vendors are expected to submit total compliance to all the terms & conditions without any exceptions.)

Authorised Signatories (Name & Designation, seal of the firm) Date:

Page 25 of 54

RFP for AMC and FM services for VC system

43. Sl.No. 1 2 3 4 5

Annexure B - Vendor profile & other information Parameters Name of the firm/Company Year of establishment Names of the Partners/Directors Name and address of the Principal banker Addresses a) Head Office b) Local Office in Mumbai Response

Contact person at Mumbai a) Name b) Telephone number c) E-mail ID.

Financial parameters Business Results (last three years) 2009-10 2010-11 2011-12 (Only company figures need to be mentioned. Not to include (Mention the above amount in INR only) group/subsidiary Company figures) Vendors experience in implementation and support of Video Conference system (in years) a) Experience in India b) Global experience No. of implementation of VC systems by the company during last one year in India (give details) Total number of projects executed with minimum 25 VC End-points in a single project (give details) Turn over Total turnover w/w turnover in VC business Profit

Page 26 of 54

RFP for AMC and FM services for VC system

10

Details of implementation of VC system with minimum 25 End-points. Project 1 Project 2 Project 3

Name of the customer OEM of the products

No. of years in use

11 12

No. of qualified engineers (Furnish details of the engineers with employed qualifications.) Availability of centralized help desk with detailed Yes / No address and contact no. No. of years the Details of Reference Sites Customer name customer is using VC systems s Reference site 1 Reference site 2 Names of VC system currently implemented/managed (mention the names of the companies) 1 2 3 1

13

14

Name of the Bank / large financial

2 3 Submit the list of support centers with full details like address, contact person name and contact number, etc.

15

Support Centers

Authorized Signatories (Name & Designation, seal of the company) Date:

Page 27 of 54

RFP for AMC and FM services for VC system

44.

Annexure C - Functional & Technical specifications

Feature and functionality The unit should be completely integrated with dual 55" HD LCD, Trolley, 4 microphones, integrated speakers, integrated cabling, digital audio module, Videoconferencing 1080p codec, 1080p HD Camera , wireless remote control, rack mounting rails, LAN cable, power cable. The complete integrated unit along with the screens should be from one OEM. No fabricated solution preferred. The whole solution should be with a single OEM part code. FUNCTIONAL REQUIREMENT The system should support connection of up to 5 HD Video sources, wherein, 3 HD Video sources should be in use simultaneously BANDWIDTH H.323/SIP up to 6 Mbps point-to-point, upto 10Mbps in a multipoint call FIREWALL TRAVERSAL H.460.18, H.460.19 Firewall Traversal VIDEO STANDARDS H.261, H.263, H.263+, H.264 VIDEO FEATURES Native 16:9 Widescreen Intelligent Video Management Local Auto Layout VIDEO INPUTS (5 INPUTS) 2 X HDMI INPUTS 2 X DVI-I INPUTS 1 X COMPOSITE INPUT VIDEO OUTPUTS (3 OUTPUTS) 1 X HDMI OUTPUT, 1 X DVI-I OUTPUT 1 X COMPOSITE OUTPUT FORMATS: 176 x 144@30fps (QCIF) 352 x 288@30fps (CIF) 512 x 288@30fps (w288p) 576 x 448@30fps (448p) 768 x 448@30fps (w448p) 704 x 576@30fps (4CIF) 1024 x 576@30fps (w576p) 640 x 480@30fps (VGA) 800 x 600@30fps (SVGA) 1024 x 768@30fps (XGA) 1280 x 1024@30fps (SXGA) 1280 x 720@30fps (HD720p30) 1920 x 1080@30fps (HD1080p30)

Compliance (Yes/No)

Yes/No

Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No

Page 28 of 54

RFP for AMC and FM services for VC system

AUDIO STANDARDS G.711, G.722, G.722.1, 64 bit & 128 bit MPEG4 AAC-LD, AAC-LD Stereo AUDIO FEATURES CD-Quality 20KHz Mono and Stereo Four separate acoustic echo cancellers Inbuilt 4-port Audio mixer Automatic Gain Control (AGC) Automatic Noise Reduction Active lip synchronization AUDIO INPUTS 4 x microphone to be supplied day one , 48V phantom powered, XLR connector each with separate echo cancellers and noise reduction 2 x RCA/Phono, Line Level: Stereo 1 x HDMI, digital: Stereo PC/DVD inputs AUDIO OUTPUTS (3 OUTPUTS) 2 x RCA/Phono, line level, stereo main audio, configurable to S/PDIF or 2 x RCA/Phono, line level, mono to recording device 1 x HDMI, digital, stereo main audio DUAL STREAM H.239 (H.323) dual stream It should be possible to enable to disable H.239 during a Video call SIP dual stream Support for resolutions up to 1080p30 in both main stream and dual stream simultaneously. Support for 1080p support for content sharing MULTISITE FEATURES 4-way 720p30symmetric High Definition SIP/H.323 MultiSite in continuous presence Full individual audio and video transcoding Individual layouts in MultiSite CP H.323/SIP/VoIP in the same conference Best Impression (Automatic CP Layouts) H.264, Encryption, Dual Stream from any site IP Downspeeding Dial in/Dial out Multipoint participants should join on the fly. Support for H.239 in a multipoint call. When a new participant joins the call in a multipoint call, content should not stop PROTOCOLS H.323 SIP EMBEDDED ENCRYPTION H.323/SIP point-to-point Standards-based: H.235 v2 & v3 and AES Automatic key generation and exchange Supported in Dual Stream IP NETWORK FEATURES DNS lookup for service configuration
Page 29 of 54

Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No

RFP for AMC and FM services for VC system

Differentiated Services (QoS) IP adaptive bandwidth management (including flow control) Auto gatekeeper discovery Packet Loss based Downspeeding URI Dialing TCP/IP SECURITY FEATURES Management via HTTPS and SSH IP Administration Password Menu Administration Password Disable IP services Network Settings protection NETWORK INTERFACES 1 x LAN/Ethernet (RJ-45) 10/100/1000 Mbit PRECISIONHD 1080P CAMERA 1/3" CMOS 12 x zoom +15/-25 tilt, +/- 90 pan 43.5 vertical field of view 72 horizontal field of view Focus distance 0.3minfinity 1920 x 1080 pixels progressive @ 60fps Automatic or manual focus/brightness/white balance Far-end camera control Daisy-chain support (Visca protocol camera) Dual HDMI and HD-SDI output SYSTEM MANAGEMENT Support for the central management application Total management via embedded SNMP, Telnet, SSH, XML, SOAP Remote software upload: via web server, SCP, HTTP, HTTPS 1 x RS-232 for local control and diagnostics Remote control and on-screen menu system DIRECTORY SERVICES Support for Local directories (My Contacts) Corporate Directory LDAP and H.350 POWER Auto-sensing power supply 100240 VAC, 50/60 Hz

Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No

Authorised Signatories (Name & Designation, seal of the company) Date:

Page 30 of 54

RFP for AMC and FM services for VC system

45.

Annexure D Un-priced Indicative commercial offer Hardware


Base Unit cost Total Cost (Rs)

S.No

Part No.

Description
Profile 55 Dual w C60 NPP 12x PHD 1080 Cam Touch 4 mics ESS WITH 8X5XNBD Profile 55 Dual w C60PHD 1080 CamTouch Software Image TC6.x Encryption Power Cord UK YP-61 to YC12 Profile 55 Dual with C60 MS option Profile 55 Dual with C60 PR option Profile 52 and 55 in dual screen Floor Stand Mounting Kit Codec C60 buried option InTouch 8 - Control Device+ PID for Service DNAM short buried option Profile Dual 55 - LH monitor assembly Profile Dual 55- RH monitor assembly PrecisionHD 1080p 12X Unit - Silver + indicates auto expand Remote Control TRC 5 Profile 55 Dual Product ID Profile Series NPP option License Key Software Encrypted Additional mics for Profile 55 Dual w C60

Tax

Unit cost

Quantity

Submitted or not
Yes/No

1.0

CTS-P55DC60-K9

1.0.1

CON-ECDN-P55DC60

Yes/No

1.1 1.2 1.3 1.4 1.5 1.6 1.7 1.8 1.9 1.10 1.11 1.12 1.13 1.14 1.15 1.16

SW-S52000-TC6.XK9 PWR-CORD-UK-D LIC-P55DC60-MS LIC-P55DC60-PR CTS-P52D-FSO CTS-C60CODEC-K9CTS-CTRL-DVC8+ CTS-DNAM-IICTS-P55MONITOR-LCTS-P55MONITOR-RCTS-PHD-1080P12XS+ CTS-RMT-TRC5 LIC-P55DC60 LIC-PCXX-NPP LIC-S52000-TCX.XK9 CTS-MIC-OMNIDIR=

1 2 1 1 1 1 1 1 1 1 1 1 1 1 1 3

Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No

Note: Above cost should be with 3 years warranty.

Authorised Signatories (Name & Designation, seal of the company) Date:

Page 31 of 54

RFP for AMC and FM services for VC system

46.

Annexure E Un-priced Indicative commercial offer for services


Unit cost per year (c=a+b)

Sr. No.

Equipment Model

Base Unit cost (a)

Tax (b)

Quantity (d)

Year (e)

Total Cost (Rs) (f=c*d*e)

Submitted or not

AMC charges for existing Tandberg VC systems VC systems 1 2 3 4 5 6 7 MCU Tandberg MPS 200 at CO Streaming Server Tandberg at CO Tandberg Management Server at CO Tandberg 1000 MXP at CO Tandberg 880 MXP without multisite at RO Tandberg 880 MXP with multisite at FGMO & DIT Cisco Edge 75MXP at RO Total VC Systems Display panel 8 9 Panasonic Plasma 50" TV Facility Management (FM) Onsite FM Charges at Mumbai Grand Total (VC+Display+FM) 70 1 1 1 3 62 10 1

2 2 2 2 2 2 2 2 2 2

Authorised Signatories (Name & Designation, seal of the company) Date:

Page 32 of 54

RFP for AMC and FM services for VC system

47.

Annexure F - Buyback prices for the existing equipment

Sr. No. 1

Item description
Tandberg 8000 MXP with all accessories including 2 plasma screens

Qty. 1

Cost (Rs.) X

Submitted or not Yes/No

Authorised Signatories (Name & Designation, seal of the company) Date:

48.

Annexure G - Summary of un-priced Indicative Prices Annexures Annexure D (Un-priced Indicative commercial offer Hardware) Annexure E (Un-priced Indicative commercial offer for services) Less : Annexure F - Buyback prices for the existing equipment TOTAL TCO Total (Rs) Yes / No Yes / No (-) Yes / No Yes / No

Sl. No. 1 2 3

Authorised Signatories (Name & Designation, seal of the company) Date:

Page 33 of 54

RFP for AMC and FM services for VC system

49.
S.No

Annexure H - Indicative commercial offer Hardware


Part No. Description
Profile 55 Dual w C60 NPP 12x PHD 1080 Cam Touch 4 mics ESS WITH 8X5XNBD Profile 55 Dual w C60PHD 1080 CamTouch Software Image TC6.x Encryption Power Cord UK YP-61 to YC12 Profile 55 Dual with C60 MS option Profile 55 Dual with C60 PR option Profile 52 and 55 in dual screen Floor Stand Mounting Kit Codec C60 buried option InTouch 8 - Control Device- + PID for Service DNAM short buried option Profile Dual 55 - LH monitor assembly Profile Dual 55- RH monitor assembly PrecisionHD 1080p 12X Unit - Silver + indicates auto expand Remote Control TRC 5 Profile 55 Dual Product ID Profile Series NPP option License Key Software Encrypted Additional mics for Profile 55 Dual w C60

Base Unit cost

Tax

Unit cost

Quantity

Total Cost (Rs.)

1.0

CTS-P55DC60-K9

1.0.1

CON-ECDN-P55DC60

1.1 1.2 1.3 1.4 1.5 1.6 1.7 1.8 1.9 1.10 1.11 1.12 1.13 1.14 1.15 1.16

SW-S52000-TC6.XK9 PWR-CORD-UK-D LIC-P55DC60-MS LIC-P55DC60-PR CTS-P52D-FSO CTS-C60CODEC-K9CTS-CTRL-DVC8+ CTS-DNAM-IICTS-P55MONITOR-LCTS-P55MONITOR-RCTS-PHD-1080P12XS+ CTS-RMT-TRC5 LIC-P55DC60 LIC-PCXX-NPP LIC-S52000-TCX.XK9 CTS-MIC-OMNIDIR=

1 2 1 1 1 1 1 1 1 1 1 1 1 1 1 3

Note: Above cost should be with 3 years warranty.

Authorised Signatories (Name & Designation, seal of the company) Date:

Page 34 of 54

RFP for AMC and FM services for VC system

50.
Sr. No.

Annexure I - Indicative commercial offer for services


Base Unit cost (a) Unit cost per year (c=a+b) Total Cost (Rs) (f=c*d*e)

Equipment Model

Tax (b)

Quantity (d)

Year (e)

AMC charges for existing Tandberg VC systems VC systems 1 2 3 4 5 6 7 MCU Tandberg MPS 200 at CO Streaming Server Tandberg at CO Tandberg Management Server at CO Tandberg 1000 MXP at CO Tandberg 880 MXP without multisite at RO Tandberg 880 MXP with multisite at FGMO & DIT Cisco Edge 75MXP at RO Total VC Systems Display panel 8 9 Panasonic Plasma 50" TV Facility Management (FM) Onsite FM Charges at Mumbai Grand Total (VC+Display+FM) 70 1 1 1 3 62 10 1

2 2 2 2 2 2 2 2 2 2

Authorised Signatories (Name & Designation, seal of the company) Date:

Page 35 of 54

RFP for AMC and FM services for VC system

51.

Annexure J - Buyback prices for the existing equipment

Sr. No. 1

Item description
Tandberg 8000 MXP with all accessories including 2 plasma screens

Qty. 1

Cost (Rs.) X

Authorised Signatories (Name & Designation, seal of the company) Date:

52.

Annexure K - Summary of Indicative Prices Annexures


Annexure H Indicative commercial offer Hardware Annexure I Indicative commercial offer for services Annexure J - Buyback prices for the existing equipment

Sl No. 1 2 3

Total (Rs)

(-)

TOTAL TCO

Authorised Signatories (Name & Designation, seal of the company) Date:

Page 36 of 54

RFP for AMC and FM services for VC system

53.

Annexure L - Reverse Auction Process

RFP for AMC and FM services of VC systems Reverse Auction through E-Procurement The detailed procedure for Reverse Auction to be followed in the RFP for Annual Maintenance Contract and Facility Management services of Video Conferencing system given below: The response to the present tender will be submitted by way of submitting the Technical offer & Indicative Commercial offers in separate in sealed covers. The technical details with the relevant information/documents/acceptance of all terms and conditions strictly as described in this tender document will have to be submitted by the Vendors. The Indicative commercial bids submitted by the vendors who are short listed in the technical bid evaluation process will be opened and those vendors will be invited to participate in the online Reverse Auction to be conducted by the company selected by the Bank. Vendors who are short listed from Technical evaluation will be trained by the Reverse Auction Company for this purpose, and they will have to abide by the E-business rules framed by the Bank in consultation with Reverse Auction Service provider. The e-business rules are furnished hereunder in this document. Further, please note that the vendor(s) who do not qualify in the technical bid processes will not be considered for participation in Reverse Auction. BUSINESS RULES FOR REVERSE AUCTION APPLICABILITY: Reverse Auctions are carried out under the framework of rules that are called Business Rules. All vendors participating in Reverse Auction shall understand/accept and give an undertaking for compliance with the same to the Bank in the prescribed format Annexure L-1. Any vendor not willing to submit such an undertaking shall be disqualified for further participation respecting the procurement in question. ELIGIBILITY: Only vendors who are technically qualified and who submit the prescribed undertaking to the Bank alone can participate in Reverse Auction relevant to the procurement for which RFP is floated.

Page 37 of 54

RFP for AMC and FM services for VC system

COMPLIANCE/CONFIRMATION FROM VENDORS: The vendors participating in Reverse Auction shall submit the following duly signed by the same Competent Authority who signs the offer documents in response to the RFP: Acceptance of Business Rules for Reverse Auction and undertaking as per format in Annexure L-1. Agreement between service provider and vendor. (This format will be given by the service provider prior to announcement of Reverse Auction.) Letter of authority authorizing the name/s of official/s to take part in Reverse Auction as per format in Annexure L-2.

TRAINING: The Bank will facilitate training for participation in Reverse Auction either on its own or through the service provider for the Reverse Auction. Where necessary, the Bank/service provider may also conduct a mock reverse auction to familiarize the vendors with Reverse Auction process. Any vendor/bidder not participating in training and/or mock reverse auction shall do so at his own ri sk and it shall not be open for him to make any complaint/grievance later.

TOTAL COST OF OWNERSHIP (TCO): TCO refers to the aggregate amounts payable by the Bank for transfer of ownership. TCO shall encompass but not be limited to the following: Cost of the equipment/product or services. License fee (Corporate or user specific as defined in RFP) including OS/Data Base/Application licences). All existing taxes (including sales tax/VAT, service tax etc.), duties and levies. Installation and commissioning charges, if any. The prices should include the comprehensive on site warranty maintenance of the equipment covering all components, services, and visits to the concerned offices as specified in the RFP. Annual Maintenance Charges for the period as specified in the RFP. Transportation and Forwarding charges to respective sites.

Page 38 of 54

RFP for AMC and FM services for VC system

Training costs for the product/service/equipment if and as defined in RFP. Service Level Agreement (SLA) costs as defined in RFP for applicable period. Facility Management/infrastructure support costs as defined in RFP. Insurance to cover the equipment for and from transit period till installation.

The TCO shall be arrived at after deducting buy back costs involved and if/as defined in the RFP. TCO, however, shall not include variables of octroi and entry tax. These shall be paid as per actual and on production of receipts. However, no penalties respecting octroi or entry tax shall be paid by the Bank and the vendor shall bear such expenses. DATE/TIME FOR TRAINING: The Venue, Date, Time etc. for training in Reverse Auction shall be advised at the appropriate time. The Bank shall Endeavour to fix such Date/Time at mutual convenience to the vendor/s, service provider and the Bank. No request for postponement/fixing of Training Date/Time shall be entertained which in the sole view and discretion of the Bank might result in any avoidable delay to either the Reverse Auction or the whole process of selection of vendor.

DATE/TIME OF REVERSE AUCTION: The Date and Time of commencement of Reverse Auction as also Duration of Reverse Auction Time shall be communicated at least 7 working Days prior to such auction Date. Any force majeure or other condition leading to postponement of auction shall entitle the Bank to postponement of auction even after communication, but, the Bank shall be obliged to communicate to all participating vendors the postponement prior to commencement of such Reverse Auction. CONDUCT OF REVERSE AUCTION: The Reverse Auction shall be conducted on a specific web portal meant for this purpose. The Reverse Auction may be conducted by the Bank itself or through a service provider specifically identified/appointed/empanelled by the Bank.
Page 39 of 54

RFP for AMC and FM services for VC system

SERVICE PROVIDERS ROLE & RESPONSIBILITIES: In all Reverse Auctions conducted by the Bank through a Service Provider, the Bank shall enter into a separate agreement clearly detailing the role and responsibilities of the service provider hosting the web portal for the Reverse Auction. For creating necessary obligations and rights, the service provider will also enter into an agreement with each vendor as per a format designed by him for this purpose. The Bank shall resolve any points/issues concerning such agreement of vendor and service provider. While a Service Level Agreement (SLA) by the bank with the service provider is an arrangement for smooth and fair conduct of the Reverse Auction, the Bank shall be directly responsible to vendors for fair and transparent conduct of Reverse Auction. The service provider at the end of each Reverse Auction shall provide the bank with all details of the bids and reports of reverse auction. The service provider shall also archive the data pertaining to the Reverse Auction for a minimum period of 3 years. TRAINING AND AUCTION: Service provider / auctioneer is responsible for conduct of adequate training to all technically qualified bidders representing the reverse auction and bidding process. Each vendor / bidder shall participate in the training at his / their own cost. Wherever it is considered necessary and asked by the bidders or as decided by the auctioneer or by Bank a mock auction may also be conducted for the benefit of all concerned. Authorized representatives of the bidders named in the authorization letter given by the vendor (Annexure B) shall be given unique user name, password by the service provider / auctioneer. Each bidder shall change the password and edit the information in the registration page after receipt of initial password. All the bids made from the log-in ID given to bidder shall ipso-facto be considered bid made by the vendor / bidder to whom log-in ID and password were assigned by the service provider / auctioneer. Any bid once made through registered log-in ID / password by the vendor / bidder cannot be cancelled. The bidder, in other words, is bound to sell the Offering as per the RFP at the bid price of TCO.

Page 40 of 54

RFP for AMC and FM services for VC system

Every successive bid by the bidder / vendor being detrimental bidding shall replace the earlier bid automatically and the final bid as per the time and log-in ID shall prevail over the earlier bids. The Bank shall conduct the reverse auction as per the Standard English reverse auction, that is, no two bids can have identical price from two different vendors. In other words, there shall never be a Tie in bids.

PROXY BID: A proxy bid is one where vendor can submit the lowest bid amount by him in strict confidence to the system directly. This obviates the need for him participating in the bidding process until the proxy bid amount is decrementally reached by other bidders. When proxy bid amount is reached, the vendor has an option to revise the proxy bid amount or he can prefer to start participating in bidding process. Since it is an English auction with no ties, two vendors submitting identical proxy bid amount and succeeding in auction simultaneously does not arise. During training, the issue of proxy bidding will be clarified in detail by the service provider.

TRANSPARENCY IN BIDS: All bidders will be able to view during the auction time the current lowest price in portal. Bidder shall be able to view not only the lowest bid but also the last bid made by him at any point of time during the auction time. MASKING OF NAMES: Names of bidders/ vendors shall be anonymously masked in the Reverse Auction process and vendors will be given suitable dummy names. After completion of Reverse Auction, the service provider / auctioneer shall submit a report to the Bank with all details of bid and the original names of the bidders as also the L1 bidder with his / their original names. START PRICE: Bank shall determine the start price either on its own or through asking for information of price band on TCO from each vendor at appropriate time during or at the conclusion of technical evaluation. Based on the price band so informed by vendors, Bank would determine the start price for reverse auction.

Page 41 of 54

RFP for AMC and FM services for VC system

DECREMENTAL BID VALUE The vendors shall be able to bid only at a specified decrement value and not at any other fractions. The Bid decrement value shall be Rs 7500/- or 0.25% of the Start price of the Reverse Auction, whichever is higher. The bid decrement value shall be rounded off to the nearest thousands of rupees. For the sake of convenience of vendors, the web portal shall display the next possible decremented value of bid. It is not, however, obligatory on the part of vendors to bid at the next immediate lower level only. (That is, bids can be even at 2 or 3 lower levels than the immediate lower level.) COPY OF BUSINESS RULES The Bank shall supply copy of the Business rules to any vendors / bidders, wishing to participate in the reverse auction. Such request shall be made in writing to the Bank by an authorized representative of the vendor. The Bank shall also handover a copy of the Business Rules with a covering letter duly signed by an authorized signatory of the Bank. For any dispute concerning the Business Rules, the hard copy of Business Rules supplied by the Bank for the reference of reverse auction process will alone be considered final and binding.

SPLITTING OF ORDERS: If any RFP specifically authorizes splitting of orders for the sake of reducing dependency on single source of supply or provision of service, Bank is entitled to split the order in the order and as provided in RFP. While splitting the order, Bank shall specify the maximum quantum for L1, L2 etc. in RFP. In case L2 vendor is not willing to supply at L1 price, Bank shall call L3, L4 etc. in order to arrive at the split quantum to be awarded. The Bank shall also be entitled to award the contract to L2, L3 or L4 etc. bidders in the event of L1 bidder backing out to honor the commitment, or for that matter not in a position to supply the offering as per RFP. REVERSE AUCTION PROCESS: In order to reduce the time involved in the procurement process, Bank shall be entitled to complete the entire procurement process through a single Reverse Auction. For this purpose, Bank shall do all it can to award the contract to L1 bidder or in the circumstances where awarding of contract may have to be done to the L2, L3 bidder as provided for in the RFP.
Page 42 of 54

RFP for AMC and FM services for VC system

The Bank shall however, be entitled to cancel the procurement of Reverse Auction process, if in its view procurement or reverse auction process cannot be conducted in a fair manner and / or in the interest of the Bank. The successful vendor shall be obliged to provide a Bill of Material at the last bid price at the close of auction. EXPENDITURE ON REVERSE AUCTION: All expenses of reverse auction shall be borne by the Bank. Vendors, however, shall attend the training or mock auction at their own cost. CHANGES IN BUSINESS RULES: Any change in Business Rules as may become emergent and based on the experience gained shall be made only by a Committee of senior / top executives of the Bank. Any / all changes made in Business Rules shall be uploaded in the Website immediately. If any reverse auction process has commenced and a change is made in Business Rules, it shall be informed immediately to each vendor/ bidder and his concurrence to / acceptance of the change shall be obtained in writing by the Bank.

DONTS APPLICABLE TO THE BIDDER/VENDOR: No vendor shall involve himself / itself or any of his / its representatives in any price manipulation directly or indirectly with other bidders. If any such practice comes to the notice, Bank shall disqualify the vendor / bidders concerned from the reverse auction process. Bidder shall not disclose details of his bids or any other details concerning Reverse Auction process of the Bank to any other third party without specific permission in writing from the Bank. Neither Bank nor service provider / auctioneer can be held responsible for consequential damages such as no power supply, system problem, inability to use the system, loss of electronic information, power interruptions, UPS failure, etc. (Bank shall, however, entertain any such issues of interruptions, problems with open mind and fair degree of transparency in the process before deciding to stop or extend the auction.)

Page 43 of 54

RFP for AMC and FM services for VC system

GRIEVANCES REDRESSAL: Any aggrieved vendor / bidder through Reverse Auction process can make complaint in writing within 48 hours of the Reverse Auction to the Chief Compliance Officer of the Bank. The Chief Compliance Officer along with the Chief Law Officer of the bank and Chief of Audit Dept. shall give personal hearing to the aggrieved bidder / vendor and decide upon the complaint / grievance. Decision of the Grievance Redressal Committee shall be binding on the Bank as well as on all vendors participating in the Reverse Auction.

ERRORS AND OMISSIONS: On any issue or area of material concern respecting Reverse Auction not specifically dealt with in these Business Rules, the decision of the bank shall be final and binding on all concerned.

*******************************

Page 44 of 54

RFP for AMC and FM services for VC system

Annexure L-1 COMPLIANCE STATEMENT (To be submitted by all the vendors participating in Reverse Auction) To, Union Bank of India Technology Centre, Adi Shankaracharya Marg, Jogeswari Vikhroli Link Road, Powai, Mumbai 400 072
DECLARATION

We ______________________(name of the company) hereby confirm having submitted our bid for participating in Banks RFP dated _________ for procurement of ____________. We also confirm having read the terms of RFP as well as the Business Rules relating to the Reverse Auction for this RFP process. We hereby undertake and agree to abide by all the terms and conditions stipulated by Union Bank of India in the RFP document including all annexures and the Business Rules for Reverse Auction. We shall participate in the on-line auction conducted by _______________ Ltd. (Auction Company) and submit our commercial bid. We shall also abide by the procedures prescribed for online auction by the auction company. We, hereby confirm that we will honour the Bids placed by us during the auction process, failing which we shall forfeit the EMD. We also understand that the bank may debar us from participating in future tenders. We confirm having nominated Mr ________________, designated as ______________ of our company to participate in the Reverse Auction on behalf of the company. We undertake that the company shall be bound by the bids made by him in Reverse Auction. We undertake to submit the confirmation of last bid price by us to the auction company/Bank within 48 working hours of the completion of event. We also undertake to submit the Bill of Materials for the TCO (Total Cost of Ownership) in terms of RFP.

Signature with company seal

Name Company / Organization


Page 45 of 54

RFP for AMC and FM services for VC system

Designation within Company / Organization Address of Company / Organization

Date: Name of Authorised Representative: _______________________ Signature of Authorised Representative: ____________________ Verified above signature Competent Authority Signature : ___________________________ Date: _________________

Page 46 of 54

RFP for AMC and FM services for VC system

Annexure L-2 Letter of Authority for participation in Reverse Auction To, Union Bank of India Technology Centre, Adi Shankaracharya Marg, Jogeswari Vikhroli Link Road, Powai, Mumbai 400 072

We ______________________(name of the company) have submitted our bid for participating in Banks RFP dated _________ for procurement of ____________. We also confirm having read and understood the terms of RFP as well as the Business Rules relating to the Reverse Auction for this RFP process. As per the terms of RFP and Business rules, we nominate Mr. ______________, designated as ______________ of our company to participate in the Reverse Auction. We accordingly authorize Bank and / or the Auction Company to issue user ID and password to the above named official of the company. Both Bank and the auction company shall contact the above named official for any and all matters relating to the Reverse Auction. We, hereby confirm that we will honour the Bids placed by Mr. __________ on behalf of the company in the auction process, failing which we will forfeit the EMD. We agree and understand that the bank may debar us from participating in future tenders for any such failure on our part. Signature with company seal Name Company / Organization Designation within Company / Organization Address of Company / Organization Date : Name of Authorised Representative: ______________________ Designation of Authorised Representative: _________________ Signature of Authorised Representative: ___________________ Verified by : _________________________________________ Signature of Verifying Authority: _______________________ Date: ________________

Page 47 of 54

RFP for AMC and FM services for VC system

54.

Annexure M - Undertaking by Bidder Place: Date:

To: The Dy. General Manager Union Bank of India Department of Information Technology, Technology Center, Adi Shankaracharya Marg, (JVLR), Opp. Powai Lake, Andheri East, Mumbai- 400072 Undertaking (To be submitted by all Bidders on their letter head) We ________________________ (bidder name), hereby undertake that As on date of submission of tender, we are not blacklisted by the Central Government / any of the State Governments in India or any Financial Institution in India. We also undertake that, we are not involved in any legal case that may affect the solvency / existence of our firm or in any other way that may affect capability to provide / continue the services to bank.

Yours faithfully,

Authorized Signatories (Name, Designation and Seal of the Company) Date:

Page 48 of 54

RFP for AMC and FM services for VC system

55.
Sr. No.
Office

Annexure N Details of existing Tandberg VC systems for AMC


Site name Site Address Union Bank of India,CO, 4th Floor,Department of Information Technology, Central Office,239, Vidhan Bhavan Marg, Nariman Point, Mumbai 400 021. Union Bank of India,CO, 4th Floor,Department of Information Technology, Central Office,239, Vidhan Bhavan Marg, Nariman Point, Mumbai 400 021. Union Bank of India,CO, 4th Floor,Department of Information Technology, Central Office,239, Vidhan Bhavan Marg, Nariman Point, Mumbai 400 021. Union Bank of India,CO, 4th Floor,Department of Information Technology, Central Office,239, Vidhan Bhavan Marg, Nariman Point, Mumbai 400 021. Union Bank of India,CO, 4th Floor,Department of Information Technology, Central Office,239, Vidhan Bhavan Marg, Nariman Point, Mumbai 400 021. Union Bank of India,Department Of Information Technology, Adi Shankaracharya Marg, Jogeswari Vikhroli Link Road,Opp to Powai Lake, Andheri (E), Mumbai- 400 072. Union Bank of India,Department Of Information Technology, Adi Shankaracharya Marg, Jogeswari Vikhroli Link Road,Opp to Powai Lake, Andheri (E), Mumbai- 400 072. Union Bank of India, FGMO Ahmedabad, Premchand House,172/1 High Court way, Ashram Road, AHMEDABAD-380 009.Tel. 079 26588673 / 26580724 / 26583501 Union Bank of India, FGMO - Bangalore, No.10/A, "Chandrakiran", Kasturba Road, Banglore - 560 001 Union Bank of India, FGMO- Bhopal, Union Bank Bhavan, 1513/1/1, Arera Hills, Bhopal, 462 011 (M.P.)

Qty. VC Model

Serial No.

Plasma Screen

CO

Cental Office, Nariman Point

MPS 200

36a01560

CO

Cental Office, Nariman Point

TMS

80A01398

CO

Cental Office, Nariman Point

TCS

49A01791

CO

Cental Office, Nariman Point

1000 MXP

13A32128 13A32107 06979130 06979131 30A34940 30A59072 30A59016

CO

Cental Office, Nariman Point

880 MXP

DIT

DIT,Powai

880 MXP

6979131

DIT

DIT,Powai

1000 MXP

13A32135

FGMO

FGMO Ahmedabad

880 MXP

30A58742

FGMO

FGMO Bangalore

880 MXP

30A58756

10

FGMO

FGMO Bhopal

880 MXP

30A58744

Page 49 of 54

RFP for AMC and FM services for VC system

11

FGMO

FGMO chennai

12

FGMO

FGMO Kolkatta

13

FGMO

FGMO Lucknow

14

FGMO

FGMO Mumbai

15

FGMO

FGMO Delhi

16

FGMO

FGMO Pune

17

RO

AGRA

18

RO

ALLAHABAD

19

RO

AZAMGARH

20

RO

BELGAUM

21

RO

BANGALORE

22

RO

BARODA

23

RO

BHUBANESWAR

24

RO

CHANDIGARH

Union Bank of India, FGMO, Union Bank Bhavan, 139 Broadway,Prakasam Salai, Chennai , Tamilnadu - 600108 Tel : 044 - 25381390 / 25381388 Union Bank of India, FGMO, Alepe Court , 1st Floor, 225-C, Acharya J.C. Bose Road, Kolkata - 700020 Tel : 033 22478975 / 22892275. Union Bank of India, FGMO, Union Bank Bhawan, Vibhuti Khand, Near Mantri Awas, Gomti Nagar, Lucknow 226010,Uttar Pradesh. Union Bank of India, FGMO, 66/80, Mumbai Samachar Marg, Mumbai PIN 400 023 Union Bank of India, FGMO, 3rd Floor, Shaheed Bhagat Singh Place,Gole Market, New Delhi, Pin 110001, Ph 011 23346982, 23347998 Union Bank of India,FGMO- Pune, Jeevan Prakash, 6/7, LIC Building, University Road, P.B. No.960, Shivaji Nagar, Pune411 005. Tel. 020 - 25533367 / 25536103 Union Bank of India, Regional Office, 13, M.G. Road, AGRA - 282001, U.P., Phone Nos : 0562- 4032371. UNION BANK OF INDIA, REGIONAL OFFICE, 24/28, SAROJINI NAIDU MARG, (Opposite YMCA Building), Allahabad (UP), PIN - 211 001 Union Bank of India, Regional Office, Azamgarh, 328, Civil Lines, Azamgarh276001 (U.P.) Tel. 05462 - 223148, 223147, 220232. Union Bank of India, Regional Office, Belgaum, 662, Raviwar Peth,1st Floor,P.B. No. 149, Belgaum 590 002, Tel.: 0831 - 2420319 / 2461712 / 2460912 Union Bank of India, Regional Office Bangalore, No.10/A, "Chandrakiran", Kasturba Road, Banglore - 560 001 Union Bank of India, Regional Office, Baroda, 2nd floor, ,Opp. M.S. University, Station Road, Near Kala Ghoda, Sayajiganj, Baroda 390 005, Gujrat, Tel. 0265 - 2225306 / 2225289. Union Bank of India, Regional Office, Bhubaneswar, 3/1A Civic Centre, IRC Village, Nayapalli, Bhubaneswar, PIN 751 015, Tel 0674 - 2554393 / 2558849 Union Bank of India, Regional Office Chandigarh, 64/65, sector 17-B, Bank square , Chandigarh-160017 Tel : 0172 2714113 / 2710254

880 MXP

30A58746

880 MXP

30A58740

880 MXP

30A82284

880 MXP

30A58994

880 MXP

30A58752

880 MXP

30A58745

880 MXP

30A59091

880 MXP

30A59200

880 MXP

30A59078

880 MXP

30A59165

880 MXP

30A82383

880 MXP

30A59112

880 MXP

30A59089

880 MXP

30A59201

Page 50 of 54

RFP for AMC and FM services for VC system

25

RO

ERNAKULAM

26

RO

COIMBATORE

27

RO

DEHRADUN

28

RO

DURGAPUR

29

RO

GHAZIPUR

30

RO

GOA

31

RO

GORAKHPUR

32

RO

GUWAHATI

33

RO

HYDERABAD

34

RO

INDORE

35

RO

JABALPUR

Union Bank of India, Regional Office, Ernakulam, P.B.No.3667, M G Road, Ernakulam, PIN: 682 035 Ph. 0484 2385200, 2385201. Union Bank of India, Regional Office, PB No:341,649 & 650. 1st floor, Oppankara street, Dist - Coimbatore, Tamilnadu, Pin 641 001, Tel. No. 0422-2382568 / 2390303 / 2390304 Union Bank of India, Regional Office, Dehradun, Second Floor, Radha Palace,78, Rajpur Road, Dehradun 248 001, UttaranchalTel. No. 0135-2744512 / 2744513 Union Bank of India, Regional Office, Radhamadhavpur, Plot No. UCP-023, Bengal Ambuja (North) City Centre, Durgapur, Dist-Burdwan, West Bengal, PIN:713 216 Union Bank of India, Regional Office Ghazipur, Subrah Motel Complex, Mahuva Bagh, Post & Dist. Ghazipur, U.P.- 233 001 Tel. 0548, 2222017, 2220709, 2221321 Fax. 2220662 UNION BANK OF INDIA, REGIONAL OFFICE, 1 ST FLOOR, NIZMAR CENTRE, ATHMARAM BORKER ROAD, PANAJI, NORTH GOA DIST, GOA. PIN:403 001 Union Bank of india ,Regional Office Gorakhpur, Pandit Harihar Prasad Dubey Marg, Daudpur, Gorakhpur(UP) 273001. Union Bank of India, Regional Office, Guwahati, G.N.B. Road, .Chandmari, Dist. Kamrup,P.O. Gwahati- 781 003, 0361 2660636 / 2661760 540638, Fax.03612660066 Union Bank of India,Regional Office,2nd Floor,Door No. 6-3-664,Mahendra Bhavan, Prestige Towers,Punjagutta Main Road,Somajiguda - 500482, Hyderabad, Andhra Pradesh. Union Bank of India, Regional Office, Indore, Jeevan Jyoti Building, Ground Floor, 12 - 12 A, Anoop Nagar, AgraBombay Road, Indore, MP, PIN - 452 003. Union Bank of India, Regional Office, Jabalpur, Guru Nanak Market, Near Jyoti Cinema, Napier Town, JABALPUR-482 001.Tel. 0761 - 2450239 / 2450035 / 2450908 Union Bank of India,Regional Office,101A,101B,102, Upper Ground Floor,Kisan Bhawan,Lal Kothi,Tonk Road,Jaipur..Ph:0141-2744687

880 MXP

30A59179

880 MXP

30A59103

880 MXP

30A59203

880 MXP

30A34019

880 MXP

30A58998

880 MXP

30A59066

880 MXP

30A59102

880 MXP

30A59206

880 MXP

30A59134

880 MXP

30A59110

880 MXP

30A59085

36

RO

JAIPUR

880 MXP

30A59155

Page 51 of 54

RFP for AMC and FM services for VC system

37

RO

JALANDHAR

38

RO

JAUNPUR

39

RO

MUMBAI (W)

40

RO

KANPUR

41

RO

KARNAL

42

RO

KOLHAPUR

43

RO

KOZHIKODE

44

RO

MADURAI

45

RO

MEERUT

46

RO

NAGPUR

47

RO

NASIK

48

RO

Nellore

Union Bank of India, Regional Office, Jalandhar, Veer Pratap Bhawan, Shastri Market, PB No.144, Nehru Garden Road, Jalandhar - 144001, Tel. 0181 - 2243659 / 2457247 Fax. 0181-2457276 Union Bank of India, Regional Office Jaunpur, 1st Floor, Hotel River View, Sipah Road, Jaunpur, U.P. 222 001 Tel. 05452 - 262847. Union Bank of India,Regional Office Mumbai West,3rd Floor,New Vinod Silk Mills Compound,Ashok Nagar,Chakravorthy Ashoka Road,Kandivali(East).Mumbai-400101 Union Bank of India, Regional Office, Kanpur, 117/H-1/240, Pandav Nagar, Kanpur-208 005, Tel. 0512 - 2232951 / 2235129 Union Bank of India, Regional Office, Asa Ram Market, Model Town Karnal, 132001 UNION BANK OF INDIA, Regional Office, Kolhapur,1411 C - ward, Maya Chambers, Laxmipuri, Kolhapur-416002, Tel - 0231 - 2640451 Union Bank of India, Regional Office, Kozhikode, 1st Floor, KSHB Complex, Vikas Nagar, East Hill Road, P.O.Eranhippalam, Kozhikode, Dist Kozhikode, Kerala - 673 006, Tel - 0495 2700131 Union bank Of India,Regional Office Madurai , 72, P.T Rajan Road , Opp Kendriya Vidyalaya, Bibikulam, Narimedu, Madurai-625002, Tamilnadu, Tel - 0452 - 2539017 / 2539018 Union Bank of India, Regional Office,Meerut, Opp. Govt. College, 1st floor, Begum Bridge Road P B No.148 Meerut - 250001, Tel. 0121 - 2400550 / 2515966 / 2522770 Union Bank of India, Regional Office, Nagpur, Ashirwad Commercial Complex, 2nd Floor, 34/2 Central Bazar Road, Ramdas Peth, NAGPUR-440 010., Tel.0712 - 2546253 / 2534614, 2529174. Union Bank of India, Regional Office, Nasik, Survey No.230 , 1st Floor, BYK College Compound, College Road ,NASIK, MAHARASTRA, PIN 422005, Tel -02532317673 Union Bank of India, Regional office, Nellore, Imperial Towers, second floor, Magunta Layout, Magunta Layout Main Road, Nellore, PIN - 524 003.

880 MXP

30A59177

880 MXP

30A59150

880 MXP

30A82398

880 MXP

30A59021

880 MXP

30A59018

880 MXP

30A59170

880 MXP

30A59204

880 MXP

30A59109

880 MXP

30A59188

880 MXP

30A59107

880 MXP

30A59176

Edge 75 MXP

26A20272

Page 52 of 54

RFP for AMC and FM services for VC system

49

RO

PATNA

50

RO

RAIPUR

51

RO

RAJKOT

52

RO

RANCHI

53

RO

REWA

54

RO

DELHI (N)

55

RO

SALEM

56

RO

SILIGURI

57

RO

SURAT

58

RO

TRIVANDRUM

59

RO

VARANASI

60

RO

VIJAYAWADA

61

RO

VISAKHAPATNAM

Union Bank of India, Nodal Regional Office, PATNA, Nasheman Bhawan ,1ST Floor, Mazahrul Hak Patah, PATNA 800001Tel. No. 0612-2232114 / 2210853 Union Bank of India, Regional Office Raipur, Mahavir Ganshala Complex, K.K.Road, Maudhapara, Dist - Raipur, Raipur-482001. MP.Tel. No. 07712524181 / 2520095 / 2520025 Union Bank of India, RO RAJKOT, UNION BANK BHAVAN, RACE COURSE RING ROAD, RAJKOT 360 001, Tel - 0281 2468445 / 2458716 / 2458639 Union Bank of India, Regional Office, Ranchi, Manjushree Towers, Purulia Road, Kantatoli Chowk, Ranchi, Jharkhand PIN:834001 Union Bank of India, Regional Office, Rewa P.B.NO.10, Simour Chawk, Allahabad Road, REWA-486 001., Tel. 0766 - 2255240 / 256778. Union Bank of India, Regional Office (North), 334/350, khajoor Road, Near joshi Road, Karol Bagh, Delhi 110 005. Union Bank of India, REGIONAL OFFICE, Salem, GROUND FLOOR, New No: 313-A, ANNAPURAM, GANDHI NAGAR, OPP. TO RAJA KALYANA MANDAPAM, JUNCTION ROAD, SALEM 636 004 Union Bank of India. Regional Office, Siliguri, Sachin Saurav Apartment, Ground Floor, Ashutosh Mukherjee Road, Collegepara, PO Siliguri - 734 001, West Bengal, Tel - 0353 - 2525361 . Union Bank Of India, Regional Office, Sixth Floor,Vali Building, Nanpura Dutch Road, Surat-395001. Union Bank of India, Regional Office TRIVANDRUM, Union Bank Bhavan, P.B. No. 307 , Statue, M.G. Road,Tiruvananthapuram- 695001. Union Bank of India, Regional officeVaranasi, Chandra Chambers, S-2/68-A, Rai Krishna Chandra Nagar, Club Road, Sikraul, Varanasi - 221002 Union Bank of India, Regional Office, Vijayawada, Natraj Complex, 2nd floor, Kaleswara Rao Road, Governorpet, Vijayawada 520 002 Tel: 0866 2571093 / 2570473 / 2579028 Union Bank of India, Regional Office, Visakhapatnam, No.47-7-30/2, 4th line, Mohan Mansion, Dwarka Nagar, Visakhapatnam PIN -530 016. Tel. 0891 2746637 / 2746635

880 MXP

30A59174

880 MXP

30A59059

880 MXP

30A59025

880 MXP

30A59087

880 MXP

30A59185

880 MXP

30A82354

880 MXP

30A59181

880 MXP

30A59194

880 MXP

30A34016

880 MXP

30A59017

880 MXP

30A59079

880 MXP

30A59189

880 MXP

30A59178

Page 53 of 54

RFP for AMC and FM services for VC system

62

GBC

Government Bussines Cell Delhi

Union Bank of India,Government Business Cell, M-11, 1st Floor, Middle Circle, Connaught Place, New Delhi - 110 001, Phone:011 23417401. Behind Dharnidhar Derasar, Opp. Avsar Party Plot, Vasna, Ahmedabad, Gujrath 380 007 16-A,Jagmara,Post Khandgiri, Post Box No.31, Bhubaneswar, Odissa - 751 030 1st Floor, Union Bank Bhavan, XIV 1844, Hospital Road, Aluva, Kerala 683 101 Plot No.82, Sector 18, Institutanal Area, Gurgaon, Haryana 122 001 Kalkere Post, Bannergatta Road, Bangalore, Karnataka 560 083 Plot No. 1513/1/1, Near Nirman sadhan, Arera Hills, Bhopal, 462 011 (M.P.) 16-A,Jagmara,Post Khandgiri, Post Box No.31, Bhubaneswar, Odissa - 751 030 Union Bank Bhawan, Vibhuti Khand, Near Mantri Awas, Gomti Nagar, Lucknow - 226010,Uttar Pradesh. Union Bank of India, Regional Office Mumbai North, Dhanlaxmi Industrial Estate, 1st floor, Amrut Nagar, Old Mumbai- Agra Road, Majiwada, Thane400 0601 Tel. (022) 25349483, 25341746, 25343741 Fax. 25341611 Union Bank of India, Regional office, Ludhiana, Dugri Road, Walia Complex,, 41/1, Atam Nagar,, Ludhiana, Punjab 141 003., Tel - , 0161, 410243 Union Bank of India, FGMO, Alepe Court , 1st Floor, 225-C, Acharya J.C. Bose Road, Kolkata - 700020 Tel : 033 22478975 / 22892275. Union Bank of India, "The Arcade", World Trade Centre, East Wing , Tower 4, 2nd Floor, Cuffe Parade, Mumbai - 400 005

880 MXP

30A59202

63

STC

STC Ahmedabad

880 MXP

30A59113

64 65 66 67 68 69 70

STC

STC Bhubaneswar

1 1 1 1 1 1 1

880 MXP 880 MXP 880 MXP 880 MXP 880 MXP 880 MXP 880 MXP

30A59199 30A59190 30A59151 30A59187 30A28788 30A82370 30A58755

1 1 1 1 1 1 1

STC STC SC STC STC STC

STC Aluva STC Gurgaon Staff College Bangalore STC Bhopal STC Bhubaneswar STC Lucknow

71

RO

Mumbai (N)

880 MXP

30A58737

72

RO

LUDHIANA

880 MXP

30A59056

73

RO

Kolkata

880 MXP

30A59124

74

WTC

WTC, Cuff Parade

880 MXP

30A34017

Page 54 of 54

Vous aimerez peut-être aussi