head office: bangalore)canarabank.com/upload/english/tenders/rfpmsproject2010_28062010.pdfmaterial...

32
__________________________________________________________________________ RFP - 03/10-11 Page 1 of 32 Canara Bank, Procurement Group, DIT Wing, Head Office HEAD OFFICE: BANGALORE) RFP FOR "SUPPLY AND INSTALLATION OF M S OFFICE PROJECT PROFESSIONAL 2010 FROM EMPANELLED VENDORS OF THE BANK THROUGH ONLINE REVERSE AUCTION PROCESSTENDER REFERENCE NO : RFP 03/10-11 DATE OF TENDER DOCUMENT : 25.06.2010 LAST DATE FOR SUBMISSION OF TENDER : 02.07.2010 (UPTO 11.00 AM) DATE OF OPENING OF TECHNICAL BID : 02.07.2010 (AT 11.30 AM) COST OF TENDER DOCUMENT : Rs. 500/- (Non Refundable) EARNEST MONEY DEPOSIT / BG IN LIEU OF EMD : Rs.15,000/- NO. OF PAGES : 32 Pages ================================================================= ISSUED BY : GENERAL MANAGER CANARA BANK PROCUREMENT GROUP DIT-WING, HEAD OFFICE NAVEEN COMPLEX, 14, M G ROAD BANGALORE 560 001 =================================================================== Contact Numbers : Tel-080-25599788 Fax-080-25596539 Email: [email protected] (Senior Manager, Procurement Group) =================================================================== This document can be downloaded from Bank’s website http://www.canarabank.com/English/Scripts/Tenders.aspx . In that event, the suppliers should pay the cost of the tender document by means of DD drawn on any scheduled Bank for Rs.500/- in favour of Canara Bank, payable at Bangalore and enclose the same to Technical Bid of this tender. ================================================================== This RFP is restricted to vendors empanelled with Canara Bank for supply of System and Off the Shelf Software.

Upload: others

Post on 18-Feb-2021

3 views

Category:

Documents


0 download

TRANSCRIPT

  • __________________________________________________________________________

    RFP - 03/10-11 Page 1 of 32

    Canara Bank, Procurement Group, DIT Wing, Head Office

    HEAD OFFICE: BANGALORE)

    RFP FOR

    "SUPPLY AND INSTALLATION OF M S OFFICE PROJECT

    PROFESSIONAL 2010 FROM EMPANELLED VENDORS OF THE BANK

    THROUGH

    ONLINE REVERSE AUCTION PROCESS”

    TENDER REFERENCE NO : RFP – 03/10-11

    DATE OF TENDER DOCUMENT : 25.06.2010 LAST DATE FOR SUBMISSION OF TENDER : 02.07.2010 (UPTO 11.00 AM) DATE OF OPENING OF TECHNICAL BID : 02.07.2010 (AT 11.30 AM)

    COST OF TENDER DOCUMENT : Rs. 500/- (Non Refundable)

    EARNEST MONEY DEPOSIT / BG IN LIEU OF EMD : Rs.15,000/-

    NO. OF PAGES : 32 Pages

    =================================================================

    ISSUED BY : GENERAL MANAGER CANARA BANK

    PROCUREMENT GROUP DIT-WING, HEAD OFFICE NAVEEN COMPLEX, 14, M G ROAD BANGALORE 560 001 =================================================================== Contact Numbers : Tel-080-25599788 Fax-080-25596539 Email: [email protected] (Senior Manager, Procurement Group) =================================================================== This document can be downloaded from Bank’s website http://www.canarabank.com/English/Scripts/Tenders.aspx. In that event, the suppliers should pay the cost of the tender document by means of DD drawn on any scheduled Bank for Rs.500/- in favour of Canara Bank, payable at Bangalore and enclose the same to Technical Bid of this tender. ================================================================== This RFP is restricted to vendors empanelled with Canara Bank for supply of System and Off the Shelf Software.

    mailto:[email protected]://www.canarabank.com/English/Scripts/Tenders.aspx

  • __________________________________________________________________________

    RFP - 03/10-11 Page 2 of 32

    Canara Bank, Procurement Group, DIT Wing, Head Office

    We invite sealed offers (Technical Bid) for Supply and Installation of

    a) MS Office Project Professional 2010, 10 Licenses with 1 Media Kit.

    b) MS Office Project Server CALs 2010, 7 Nos. with 1 Media Kit.

    as per the Instructions, Terms & Conditions and Business Rules for Reverse Auction described elsewhere in this document. This tender is invited through Online Reverse Auction, an e-procurement initiative by the Bank. This RFP is restricted to vendors empanelled with Canara Bank for Supply of Systems and Off the Shelf Software and the names of the empanelled vendors are listed below:

    1) M/s Acer India Pvt. Ltd. 2) M/s Dell India Pvt. Ltd. 3) M/s HCL Infosystems Ltd. 4) M/s PCS Technology Ltd. 5) M/s TCS Ltd. 6) M/s Wipro Ltd. 7) M/s Zenith Computers Ltd.

    The quote from vendors other than above will not be accepted.

    The vendor submitting the proposal in response to this RFP shall hereinafter be referred to as Bidder.

    Before submission of the offer the empanelled vendor is requested to go through the following Instructions, Terms & Conditions and Business Rules for Reverse Auction as detailed below. A. INSTRUCTIONS.

    1. Two Bid System Offer The response to the present tender will be submitted by way of two stage bidding process.

    a) Technical Bid Submission b) Online Reverse Auction for Commercial Bid.

    The technical details with the relevant information / documents / acceptance of all terms and conditions strictly as described in this tender document should be submitted.

    The Technical Bid should be complete in all respects and contain all information sought for, as per Annexure E.

    The Technical Bid should not contain any price information.

    The Technical Bid should be complete to indicate that all products and services sought for are quoted.

    The Technical Bid must contain EMD / Bank Guarantee in lieu of EMD as per clause 17 of this document and Masked Commercial Bid as per Annexure – F.

    The Technical Bid shall be submitted in English language in font size 12 point in separate sealed envelope, superscribing “Offer for Delivery and Installation of MS Office Project Professional 2010 in response to RFP – 03/10-11 Dt.25.06.2010 -Technical Bid” on the top of the cover of Technical Bid.

  • __________________________________________________________________________

    RFP - 03/10-11 Page 3 of 32

    Canara Bank, Procurement Group, DIT Wing, Head Office

    The Name of the Bidder and due date for submission of RFP is to be specifically mentioned on the top of the envelope.

    The bid/s should be deposited in the Tender Box kept at Canara Bank, DIT Wing, First floor,

    Naveen Complex, 14 M G Road, Bangalore – 560 001, on or before Friday, 2nd July 2010, 11:00 AM. If last day of submission of bids is declared a holiday under NI Act by the Government subsequent to issuance of RFP the next working day will be deemed to be the last day for submission of the RFP. The Bid/s which is/are deposited after the said date and time shall not be considered. No offer will be accepted directly.

    The Technical Bid/s will be opened in the presence of the bidder‟s representative on the offer due date, Friday, 2nd July 2010, at 11:30 AM at Canara Bank, Conference Hall, II Floor, Naveen Complex, 14 M.G Road, Bangalore-560 001. Bidder‟s representative may be present in the venue well in time along with an authorization letter, as per the format (Annexure –B) enclosed and sign in Register of Attendance.

    If any of the bidders or all bidders who submitted the tender are not present during the specified date and time of opening it will be deemed that such bidder is not interested to participate in the opening of the Bid/s and the bank at its discretion will proceed further with opening of the technical bids in their absence. In case the Proposal is not received as required above on or before the said date and time, it will be presumed that you are not interested in participating in this RFP and Bank shall proceed further. Bidders not submitting their response continuously for 3 RFPs may be de-listed from our empanelment list at the discretion of the Bank. After technical evaluation of the Bids submitted, the technically qualified will be shortlisted and intimated by the Bank. Such qualified bidders have to participate in the Online Reverse Auction to be conducted by the Service Provider, M/s e-Procurement Technologies Pvt. Ltd. (the company selected by the bank for conducting e-procurement process). M/s e-Procurement Technologies will train the shortlisted Bidders for this purpose, and the Bidders have to abide by the Business Rules for Reverse Auction (Annexure N) framed by the Bank. The vendors who do not qualify in the technical bid will not be considered for Online Reverse Auction for Commercial Bid.

    2. Requirement Details.

    This tender consists of following requirements.

    Item Sl. No

    Name of Software Licenses Required

    Media Required

    Location Where delivery & installation to be made

    1 MS Office Project Professional 2010

    10 01 New Project & BPR Group, DIT Wing, Head Office Naveen Complex, M G Road, Bangalore.

    2 MS Office Project Server CALs 2010

    07 01

    3 Support for Project Server 2007, Project Professional 2010 along with CALs for 3 years

    It may be noted that the requirement given in this tender is indicative. The bidder has to undertake all the works specified in the Scope of Work (Annexure C).

  • __________________________________________________________________________

    RFP - 03/10-11 Page 4 of 32

    Canara Bank, Procurement Group, DIT Wing, Head Office

    The vendor has to confirm that the Project professional 2010 and its CALs have to support/function successfully with “Project Server 2007 English OLP NL” which is already being used by Canara Bank.

    3. Determination of L1 Price.

    The Commercial Bids will be evaluated based on the Total Cost of Ownership as per the Bill of Material (Annexure F) i.e., Cost of Software + Support Charges + Taxes. Basing on the TCO, Ranking of the Bidders will be determined. All the items in Sl. No.1 to 3 above will be reckoned as one item for the purpose of arriving L1 bidder. It is obligatory to quote for all items. The L1 bidder is required to furnish the break-up of the rates of individual items separately.

    4. Non-transferable Offer.

    This tender document is not transferable. Only the empanelled vendors, to whom the RFP is issued, are entitled to submit the offer to the Bank.

    5. Offer Validity Period.

    The Offer submitted and the prices quoted therein shall be valid for 6 months from the date of submission of technical bid.

    6. Modifications and Withdrawal of Bid/s.

    No offer can be modified or withdrawn by a bidder after submission of Bid/s.

    7. Preliminary Scrutiny.

    The Bank will scrutinize the Bid/s received to determine whether they are complete in all respects as per the requirement of RFP, whether technical documentation as required to evaluate the offer has been submitted, whether the documents have been properly signed and whether items are offered as per the tender requirements.

    8. Clarification of Offers.

    During the process of scrutiny, evaluation and comparison of offers, the Bank may, at its discretion, seek clarifications from all bidders/any of the bidders on the offer made by them. The request for such clarifications and the bidder‟s response will necessarily be in writing and it should be submitted within the time stipulated by the Bank. In the event of any of the bidder fails to submit the response for clarification sought within the time stipulated, his bid is liable to be rejected.

    9. No Commitment to Accept Lowest or Any Offer.

    9.1. The Bank reserves its right to reject any or all the offers without assigning any reason thereof whatsoever.

    9.2. The Bank will not be obliged to meet and have discussions with any Bidder and / or to entertain any representations in this regard.

  • __________________________________________________________________________

    RFP - 03/10-11 Page 5 of 32

    Canara Bank, Procurement Group, DIT Wing, Head Office

    10. Documentation.

    Technical information in the form of Brochures / Manuals / CD etc. must be submitted in support of the offer made.

    11. Submission of Technical Details.

    11.1. It is mandatory to provide the technical details in the exact format as mentioned in Annexure E of this tender.

    11.2. The offer may not be evaluated and may be rejected by the Bank without any further reference in case of non-adherence to the format or partial submission of technical information as per the format given in the offer.

    11.3. If any part of the technical specification offered by the bidder is different from the specifications sought in our RFP, the bidder has to substantiate the same in detail the reason of their quoting a different specification than what is sought for, like higher version or non availability of the specifications quoted by us, invariably to process the technical quote.

    11.4. The Bank shall not allow / permit changes in the technical specifications once it is submitted.

    11.5. The relevant product information, brand, and model number offered, printed

    product brochure, technical specification sheets etc. should be submitted along with the Offer. Failure to submit this information along with the offer could result in disqualification.

    12. Format for Technical Bid. The Technical Bid should be made in an organized, structured, and neat manner. Brochures / leaflets etc. should not be submitted in loose form. All the pages of the submitted bids should be paginated with seal and signature of the authorized signatory. The format for Technical Bid is furnished in Annexure G.

    13. Erasures or Alterations The Offers containing erasures or alterations will not be considered. There should be no hand-written material, corrections or alterations in the offer. Technical details must be completely filled in. Correct technical information of the product being offered must be filled in. Filling up of the information using terms such as “OK”, “accepted”, “noted”, “as given in brochure/manual” is not acceptable. The Bank may treat such Offers as not adhering to the tender guidelines and as unacceptable.

    14. Costs & Currency.

    14.1. The Offer must be made in Indian Rupees only, including the following:

    14.1.1. Cost of the software items.

  • __________________________________________________________________________

    RFP - 03/10-11 Page 6 of 32

    Canara Bank, Procurement Group, DIT Wing, Head Office

    15. Short-listing of Vendors. The Bank will prepare a short-list of technically qualified bidders after evaluation of the Technical Bids. The Bank will intimate the date and time of conducting Online Reverse Auction of Commercial Bid/s to the technically qualified bidders.

    16. Right to Alter Quantities The Bank reserves the right to alter the quantities specified in the Offer in the event of changes in plans of the Bank.

    17. Earnest Money Deposit (EMD)/Bank Guarantee in lieu of EMD.

    17.1. The bidder shall furnish non interest earning Earnest Money Deposit (EMD) of Rs.15,000/- (Rupees Fifteen Thousand only) by way of Demand Draft drawn on any scheduled bank in favour of Canara Bank, payable at Bangalore and should be kept along with Technical Bid only.

    17.2. In Case the EMD is submitted in the form of Bank Guarantee the same should be

    valid for the minimum period of 6 months from the last date for submission of offer. The format for submission of EMD in the form of Bank Guarantee is as per Annexure D.

    17.3. Submission of EMD in other than Technical Bid Envelope-I is liable to be rejected

    on grounds of non submission of EMD. 17.4. The EMD of the Bidders not qualified under Technical Bid will be returned within

    15 days after opening the commercial bid of the technically qualified bidders. The EMD of other bidders will be returned upon the selected bidder accepting the order and furnishing the performance guarantee.

    17.5. The EMD may be forfeited/ Bank Guarantee may be invoked:

    17.5.1. If the bidder withdraws or amends the bid during the period of bid validity specified in this document.

    17.5.2. If the selected bidder fails to accept the purchase order within 7 days or fails to sign the contract or fails to furnish performance guarantee in accordance with the terms of the RFP.

    18. Scope of Work

    The Selected Bidder has to undertake all the works mentioned in Scope of Work as per Annexure C.

    B. TERMS AND CONDITIONS.

    1. Delivery Installation & Commissioning.

    1.1. Delivery, Installation and hands on experience to the users should be completed within 10 days from the date of receipt of the Purchase Order.

  • __________________________________________________________________________

    RFP - 03/10-11 Page 7 of 32

    Canara Bank, Procurement Group, DIT Wing, Head Office

    1.1.1. Non-compliance of the above delivery clause (B.2.1) will result in imposing penalty at 0.50% per week or part thereof for delayed delivery on the invoice value.

    1.2. Installation of the Software will be deemed as complete only when the same is

    completed as per the Scope of Work and accepted by the Bank in accordance with the Terms & Conditions of this Tender.

    2. Pricing & Payments.

    2.1. The Price offered to the Bank must be in Indian Rupees, and indicating all

    applicable taxes. 2.2. The item value along with CST/VAT/Service Tax should be claimed in the invoice,

    location wise and CST/VAT/Service Tax will be paid at actuals to the maximum of taxes indicated in the Bill of Material. However please note that Bank will pay only VAT on goods component of the Software item and only Service tax on Service Component of the software items. The goods component plus service component should not exceed 100% of the item cost.

    2.3. Octroi / Entry Tax, if applicable, will also be paid / reimbursed at our end

    centrally on production of original payment receipt from the respective location where the items were delivered.

    2.4. The Octroi/Entry Tax will have to be claimed along with the invoice for the respective location by submitting the original Octroi/entry tax paid receipt and separate claim will not be entertained at a later date.

    2.5. No escalation in price quoted is permitted for any reason whatsoever. Prices

    quoted must be firm till the completion of the contract including warranty period.

    2.6. From the date of placing the order till the delivery of the Software ordered, if

    any changes are brought in the duties such as excise/customs etc., by the Government resulting in reduction of the cost of the Software, the benefit arising out of such reduction shall be passed on to the Bank.

    2.7. Applicable taxes will be paid at actual to the maximum of Taxes indicated in the

    Bill of Materials. If there is any delay in the delivery of the items ordered on account of the Bidder, then any increase in tax rate has to be borne by the Bidder. However any decrease in the Tax rates, then the Taxes at actual will be paid

    3. Payment Terms.

    3.1. 100% payment shall be made on delivery and installation of the Ordered software

    on submission of Original Invoices and a confirmation from New Project & BPR Group, DIT Wing that installation has been completed, necessary hands on experience to the users were given and all the works mentioned as per Scope of Work has been completed to the satisfaction of the Bank. Please note that Delivery Proof & Installation Certificate duly signed by Bank officials of the New

  • __________________________________________________________________________

    RFP - 03/10-11 Page 8 of 32

    Canara Bank, Procurement Group, DIT Wing, Head Office

    Project & BPR Group, DIT should be submitted in originals while claiming payments in respect of orders placed.

    3.2. The payment towards support charges shall be paid annually in advance on submission of Original Invoice.

    4. Order Cancellation.

    The Bank reserves its right to cancel the entire / unexecuted part of the Purchase Order at any time by assigning appropriate reasons in the event of one or more of the following conditions:

    1. Delay in delivery beyond the specified period for delivery. 2. Serious discrepancies noted in the items delivered. 3. Breaches in the terms and conditions of the Order.

    5. Software, Drivers and Manuals.

    The vendor will supply the original paper license, media and the product key of the ordered software to the respective locations.

    6. Annual Technical Support (ATS).

    Support for maintenance of Project Server 2007, Project Professional 2010 and CALs should be available for a minimum period of 3 years. The Bank shall pay ATS charges annually in advance.

    7. Local Support.

    The vendor should be capable of meeting the service & support standards as specified in this tender. Service support should be available during the bank working hours.

    8. Indemnity. The vendor shall indemnify, protect and save the Bank against all claims, losses, costs,

    damages, expenses, action suits and other proceedings, resulting from infringement of any law pertaining to patent, trademarks, copyrights etc. or such other statutory infringements in respect of all the Software items supplied by the vendor.

    9. Publicity.

    Any publicity by the vendor in which the name of the Bank is to be used will be done only with the explicit written permission of the Bank.

    10. Force Majeure. The vendor shall not be liable for default or non-performance of the obligations under

    the contract, if such default or non-performance of the obligations under this contract is caused by any reason or circumstances or occurrences beyond the control of the vendor, i.e. Force Majeure.

  • __________________________________________________________________________

    RFP - 03/10-11 Page 9 of 32

    Canara Bank, Procurement Group, DIT Wing, Head Office

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

    11. Resolution of Disputes.

    All disputes and differences of any kind whatsoever, arising out of or in connection with this Offer or in the discharge of any obligation arising under this Offer (whether during the course of execution of the order or after completion and whether beyond or after termination, abandonment or breach of the Agreement) shall be resolved amicably. In case of failure to resolve the disputes and differences amicably the matter may be referred to a sole arbitrator mutually agreed upon after issue of at least 30 days notice in writing to the other party clearly setting out there in the specific disputes. In the event of absence of consensus about the single arbitrator, the dispute may be referred to joint arbitrators; one to be nominated by each party and the said arbitrators shall appoint a presiding arbitrator. The provisions of the Indian Arbitration and Conciliation Act, 1996, shall govern the arbitration.

    In case the Proposal is not received as required above on or before the said date and time, we shall presume that you are not interested in supply of the item/s now and decision will be taken by us accordingly.

    12. The jurisdiction of the court.

    The jurisdiction of the court is at Bangalore.

    Yours faithfully B ShandilyaGeneral Manager

  • __________________________________________________________________________

    RFP - 03/10-11 Page 10 of 32

    Canara Bank, Procurement Group, DIT Wing, Head Office

    Annexure A - Covering Letter Format

    Offer Reference No: Date:

    The General Manager, Canara Bank, Procurement Group, Department of Information and Technology, Naveen Complex, 14 M G Road, Bangalore – 560 001 Karnataka

    Dear Sir,

    Tender Ref: RFP 03/10-11 dated 25.06.2010

    Having examined the tender document including all Annexure, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to Supply and Install MS Office Project Professional 2010 Software with media in conformity with the said tender in accordance with the schedule of prices indicated in the commercial offer and made part of this offer. If our offer is accepted, we undertake to complete delivery, installation and hands on experience to the users as specified in the offer document within 10 days from the date of receipt of purchase Order. We agree to abide by this offer till 6 months from the date of opening of the technical Bid.

    We accept all the Instructions, Scope of Work, Terms & Conditions of the subject RFP. We understand that the Bank is not bound to accept the lowest or any offer the Bank may receive without assigning any reason whatsoever. Dated this _________day of __________2010 Signature of the Authorised Representative Name of the company with seal

  • __________________________________________________________________________

    RFP - 03/10-11 Page 11 of 32

    Canara Bank, Procurement Group, DIT Wing, Head Office

    Annexure B – Authorization Letter Format The General Manager, Canara Bank, Procurement Group, Department of Information and Technology, Naveen Complex, 14 M G Road, Bangalore – 560 001 Karnataka Dear Sir, SUB: Authorization Letter for attending the Bid Opening REF: Your RFP NO: 03/10-11 Dated 25.06.2010 This has reference to your above RFP for Supply and Installation of MS Office Project Professional 2010 Software. Mr./Miss/Mrs. ________________________________________ hereby authorized to attend the bid opening of the above RFP 03/10-11 dated 25.06.2010 on _____________on behalf of our organization. The specimen signature is attested below: _________________________________ Specimen Signature of Representative

    __________________________________ __________________________ Signature of Authorizing Authority Signature of Attesting Authority _________________________________ Name of Authorizing Authority

  • __________________________________________________________________________

    RFP - 03/10-11 Page 12 of 32

    Canara Bank, Procurement Group, DIT Wing, Head Office

    Annexure C

    Scope of Work

    “Project Server 2007 English OLP NL” with 3 CALs is already installed in Canara Bank and the same is being used. The Selected bidder has to complete the following.

    1. Maintain the existing “Project Server 2007 English OLP NL” with 3 CALs.

    2. Delivery, Installation and Configuration of Project Professional 2010 (10 Licenses) and confirming the successful compatibility with Project Server 2007.

    3. Delivery, Installation and Configuration of CALs (7 licenses) and its successful compatibility between Internet Explorer of client PC, Project Professional 2010 and Project Server 2007 installed in Canara Bank.

    4. Confirming version compatibility between client and server products installed in Canara Bank.

    5. Providing required hands on experience to the users with materials

    6. Escalation matrix details for immediate support of Project Server 2007, Project Professional 2010 and client PC to be provided by the vendor

    7. Service support (Offsite / onsite) for maintenance of Project Server 2007, installed already in Bank and Project Professional 2010 & CALs for a period of three years.

  • __________________________________________________________________________

    RFP - 03/10-11 Page 13 of 32

    Canara Bank, Procurement Group, DIT Wing, Head Office

    Annexure – D

    BANK GUARANTEE FORMAT FOR EARNEST MONEY DEPOSIT To …………………………….……………… …………………………………………... …………………………………………... …………………………………………….

    WHEREAS ______________________________(Name of Tenderer) (hereinafter called "the

    Tenderer" has submitted its tender dated _______________________ (Date) for the execution

    of (Name of Contract)_____________ _______(hereinafter called "the Tender") in favour of

    ______________________hereinafter called the "Employer";

    KNOW ALL MEN by these presents that we, _________(name of the issuing Bank), a body

    corporate constituted under the _______________________having its Head Office at

    __________________amongst others a branch/office at ________________ (hereinafter called

    "the Bank" are bound unto the employer for the sum of

    Rs_______________(Rupees________________________________________only) for which

    payment well and truly to be made to the said Employer, the Bank binds itself, its successors

    and assigns by these presents;

    THE CONDITIONS of this obligation are:

    (a) If the Tenderer withdraws its Tender during the period of Tender validity specified in

    the Tender; or

    (b) If the Tenderer having been notified of the acceptance of his Tender by the Employer

    during the period of Tender validity;

    (i) Fails or refuses to execute the Agreement, if required; or

    (ii) Fails or refuses to furnish the performance security, in accordance with

    clause ___________ of conditions of Contract.

    We undertake to pay to the Employer up to the above amount upon receipt of his first written

    demand without the Employer having to substantiate his demand, provided that in his demand

    the Employer will note that the amount claimed by him is due to him owing to the occurrence

    of one or both of the two conditions, specifying the occurred condition or conditions.

    Notwithstanding anything contained herein

    i) Our liability under this Bank Guarantee shall not exceed Rs.__________

    (Rupees ________________________________only)

    ii) This Bank Guarantee is valid up to ________________ and

  • __________________________________________________________________________

    RFP - 03/10-11 Page 14 of 32

    Canara Bank, Procurement Group, DIT Wing, Head Office

    iii) We are liable to pay the guaranteed amount or any part thereof under this Bank

    Guarantee only and only if you serve upon us a written claim or demand on or before

    ______________________(mention period of guarantee as found under clause (ii)

    above plus claim period)

    Dated _________________day of ________________________20____

    SIGNATURE OF THE BANK

  • __________________________________________________________________________

    RFP - 03/10-11 Page 15 of 32

    Canara Bank, Procurement Group, DIT Wing, Head Office

    Annexure E

    Technical Specification Details of Software required

    Item Sl. No

    Name of Software Licenses Required

    Media Required

    Vendors response

    1 MS Office Project Professional 2010

    10 01

    2 MS Office Project Server CALs 2010

    07 01

    3

    Support for Project Server 2007, Project Professional 2010 along with CALs for 3 years (Payable annually in advance)

    The vendor has to confirm that The Project professional 2010 and its CALs have to support/function successfully with “Project Server 2007 English OLP NL” which is already being used by Canara Bank.

  • __________________________________________________________________________

    RFP - 03/10-11 Page 16 of 32

    Canara Bank, Procurement Group, DIT Wing, Head Office

    Annexure – F

    Bill of Material

    Note:

    This bill of material must be attached in technical offer as well as commercial offer. The format will be identical for both Technical and Commercial Offers, except that the Technical Offer should not contain any price information. Technical offers without the bill of materials will be liable for rejection.

    2. Vendor must take care in filling price information in the Commercial Offer, to ensure that there are no typographical or arithmetic errors. All fields must be filled up correctly.

    3. The Bidder has to quote the Software component and service component separately for the above software‟s and applicable tax in the columns specified. Please note that Bank will pay only VAT on Goods component of the item ordered and only Service Tax for Service component.

    4. The Total of goods & service component should not exceed 100% of the value of item.

    5. Ranking of the bidders will be arrived for total cost of the items including the tax component.

    6. The Bank shall issue the Purchase order to the successful Bidder at price inclusive of all Taxes.

    Price Details of the Required Items

    Sl. No.

    Item Details

    Unit Price (Excl.

    of Tax)

    VAT Service Tax

    Total Unit price

    Incl. of all Taxes

    Qty Total Cost

    A B C D E=

    A+B+C+D F

    G = E x F

    1

    MS Office Project Professional 2010

    Software Component

    10

    Service Component

    Media 01

    2

    MS Office Project Server CALs 2010

    Software Component

    07

    Service Component

    Media 01

    3 Support charges (onsite / offsite) for Project Server 2007, Project Professional 2010 along with CALs (Payable annually in advance)

    First Year

    xxxx

    01

    Second Year

    xxxx

    01

    Third Year xxxx 01

    Total Cost

  • __________________________________________________________________________

    RFP - 03/10-11 Page 17 of 32

    Canara Bank, Procurement Group, DIT Wing, Head Office

    The Commercial Bids will be evaluated based on the Total Cost of Ownership as per the Bill of

    Material (Annexure F) i.e., Cost of Software + Support Charges + Taxes. Basing on the TCO, Ranking of the Bidders will be determined. All the items in Sl. No.1 to 3 will be reckoned as one item for the purpose of arriving L1 bidder. It is obligatory to quote for all items. The L1 bidder is required to furnish the break-up of the rates of individual items separately.

    We understand that Bank shall be placing Order to the Selected Bidder exclusive of taxes only and that all applicable Taxes like CST/VAT/Service Tax will be paid at actual against production of invoice / bills to the maximum of taxes indicated in the Bill of Material. We understand that Bank will pay VAT only for Good Component of Hardware/ Software and Service Tax for Service Component of Hardware/Software. We also understand that the Goods Component + Service Component should be limited to 100% of the Cost Price. Date: Place: Signature (Name) On behalf of _________________ (Name of the vendor)

  • __________________________________________________________________________

    RFP - 03/10-11 Page 18 of 32

    Canara Bank, Procurement Group, DIT Wing, Head Office

    Annexure - G

    A. Format for Technical Bid

    The Technical Bid should be made in an organized, structured, and neat manner. Brochures / leaflets etc. should not be submitted in loose form. All the pages of the submitted bids should be filed and paginated (serially numbered) with seal and signature of the authorized signatory. The suggested format for submission of Technical Offer for this RFP is as follows:

    1. Index of all the document submitted with page numbers.

    2. Earnest Money Deposit (EMD)/Bank Guarantee in lieu of EMD as per Annexure D.

    3. Cost of Tender document by way of DD payable at Bangalore.

    4. Vendor's Covering letter. This should be as per Annexure A.

    5. Technical Offer as per Specifications given in Annexure E should be complete with all the columns filled in.

    6. The masked Commercial Offer should be enclosed to the Technical Offer as per Annexure F.

    7. Compliance Statement as per Annexure N-1.

    8. Terms and Conditions compliance Table in the following format as under. This table must cover bidder’s response to all the terms and conditions specified in the offer document i.e. Part B (Terms and Conditions).

    Sl. No. Term No. Short Description of Term Complied (Yes / No)

    1

    2

    3

    9. Warranty and AMC details. This should not contain any price

    information in Technical Offer.

    10. Delivery schedule.

    11. Technical Documentation (Product Brochures, leaflets, manuals etc). An index of technical documentation submitted with the offer must be enclosed.

  • __________________________________________________________________________

    RFP - 03/10-11 Page 19 of 32

    Canara Bank, Procurement Group, DIT Wing, Head Office

    ANNEXURE - N

    RFP No. 03/ 10-11 dated 25.06.2010 For

    Supply and Installation M S Office Project Professional 2010

    BUSINESS RULES FOR REVERSE AUCTION

    BUYER NAME

    Canara Bank Procurement Group, DIT Wing, Naveen Complex, 14 M G Road , Bangalore – 560001 Ph : 080-25599788 Fax : 080-25596539 Email : [email protected]

    AUCTION TO BE CONDUCTED BY (SERVICE PROVIDER)

    Name : M/s e Procurement Technologies

    Ltd. Address : No.10/2, Narendra Plaza, Universal

    Business Centre, Victoria Road, Bangalore – 560 047

    Phone no : 080 - 4031 6176 Fax : 080 – 4031 6201 Email : [email protected] Contact Person : Mr. Robin Mobile - 09845484101 Ms. Richa Pandit - 09374519729 Mr. Parin Desai - 09374519754

    WEBSITE ADDRESS FOR REVERSE AUCTION

    http://canarabank.abcprocure.com

    DATE OF AUCTION

    Auction Date : Will be Intimated Online Initial Sealed Bid Time: Online Reverse Auction Time: (With extension as applicable)

    DOCUMENTS ATTACHED

    1) Business Rules and Terms & Conditions of Reverse Auction

    2) Compliance Statement (Annexure N-1) 3) Price Bid Confirmation (Annexure N-2)

  • __________________________________________________________________________

    RFP - 03/10-11 Page 20 of 32

    Canara Bank, Procurement Group, DIT Wing, Head Office

    Online Reverse Auction

    Canara Bank a premier Indian Public Sector Bank having Pan India presence procures various

    goods and services through tendering process. Presently, the Bank at its Head Office in

    Bangalore floats RFPs from time to time for procurement of various types of procurements like

    Computer Hardware, ATM etc, as per their requirements. The Bank awards the contract to the

    successful supplier, out of the suppliers who have responded to Bank‟s invitation for RFP and

    technically qualified to perform the contract and come out successful in commercial bid

    evaluation.

    Now the Bank desires to make use of Online Reverse Auction for our various procurement

    processes at its Head Office to get the most competitive price from the participating

    technically qualified suppliers/ vendors.

    Reverse Auction event will be carried out among the Technically Qualified Bidders, for

    providing opportunity to the Bidders to quote the price dynamically for the procurement for

    which RFP is floated.

    PROCESS OF REVERSE AUCTION

    a) Bank will engage the services of a Service provider for conducting Online Reverse Auction on behalf of the Bank.

    b) The Bank shall enter into a separate agreement with the Service Provider clearly detailing the roles and responsibilities of the Service Provider who hosts the web portal and conducts the Reverse Auction.

    c) For the proposed reverse auction, technically qualified Bidders and having a valid digital certificate alone shall be eligible to participate.

    d) Bank will inform the Bidder in writing the details of Service Provider to enable them to contact and get trained.

    e) Business rules like event date, time, start price, bid decrement, extensions, etc. also will be communicated for compliance by the Bidder.

    f) For creating necessary obligations and rights, the Service Provider will also enter into an agreement with each Bidder for this purpose.

    g) The Service Provider will provide all necessary training and assistance before commencement of online bidding on Internet. Service Provider / auctioneer is responsible for conducting training to all technically qualified Bidders participating in the reverse auction and bidding process.

  • __________________________________________________________________________

    RFP - 03/10-11 Page 21 of 32

    Canara Bank, Procurement Group, DIT Wing, Head Office

    h) 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.

    i) Each Bidder shall participate in the training/ mock auction at his / their own cost.

    j) Bidder / Authorised representatives of the Bidders named in the authorization letter given by the Bidder shall be given with a unique user name, password by the Service Provider / auctioneer. Each Bidder / Authorised representatives shall change the password after receipt of initial password from Service Provider.

    k) Reverse auction will be conducted on schedule date & time.

    l) Bidders have to submit the compliance form in the prescribed format, if any, provided by Service Provider before start of Reverse auction. Without this the Bidder will not be eligible to participate in the event.

    m) Bidder need to give their indicative price to the Bank during the online sealed bid. Timings of the online sealed bid will be intimated by the Bank in advance.

    n) Start price for the reverse Auction will be notified by the Bank.

    o) All the bids made from the log-in ID given to bidder will be deemed to have been made by the Bidder to whom log-in ID and password were assigned by the service provider / auctioneer.

    p) Any bid once made through registered Log-in ID / password by the Bidder cannot be cancelled. The Bidder, in other words, is bound to supply the items as per the RFP at the bid price of Total Cost of Ownership (TCO) of Reverse Auction.

    q) Every successive bid by the Bidder being decremental 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.

    r) 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 Bidders. In other words, there shall never be a “Tie” in bids.

    s) The maximum time limit for online Reverse Auction is 1 ½ (One and Half) hours only.

    t) At the end of reverse auction event, the lowest Bidder value will be known on the network.

    u) The lowest Bidder has to fax the duly signed filled-in prescribed format along with break-up as provided on case-to-case basis to the Bank within 24 hours of auction without fail.

    v) Any variation between the online Bid value and the signed document will be liable for rejection of the Bid and the Bidder may be disqualified to conduct business with the Bank in future.

  • __________________________________________________________________________

    RFP - 03/10-11 Page 22 of 32

    Canara Bank, Procurement Group, DIT Wing, Head Office

    w) The reverse auction will be treated as closed only when the bidding process gets closed in all respects for the item listed in the tender.

    x) 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.

    y) In case the Bank decides not to go for Reverse auction procedure for this tender enquiry, the price bids and price impacts, if any already submitted and available with Canara Bank shall be opened as per standard practice of Canara Bank.

    z) Bank‟s decision on award of Contract shall be final and binding on all the Bidders.

    Business Rules and Terms & Conditions Of Reverse Auction

    Online Reverse Auctions are carried out under the framework of rules that are called

    “Business Rules”. The following are the Business Rules and Terms & Conditions of Online

    Reverse Auction.

    1. Definition :

    1.1. “Bank” means Canara Bank

    1.2. “Service Provider” means the third party agency / company who have been selected by the Bank for conducting Reverse Auction.

    1.3. “Bidder” means the party or his authorised representative who has participated in the RFP / Tender Process, Technically qualified , having valid Digital Certificate, and willing to complying with all the instructions, terms and conditions of RFP.

    1.4. “L1” means the Bidder who has quoted lowest price in the Reverse Auction process.

    1.5. “L2” means the Bidder who has quoted second lowest price in the Reverse Auction process.

    2. Eligibility of Bidders to participate in Reverse Auction :

    2.1. Bidders who are technically qualified in terms of the relative Terms & Conditions of the RFP and accept the Business Rules, Terms & conditions of Reversion Auction and submit the undertaking as per the prescribed format in Annexure- N 1, can only participate in Reverse Auction related to the procurement for which RFP is floated.

    2.2. Bidders not submitting the above undertaking or submitting with deviations / amendments thereto will be disqualified from further evaluation / participation in the process of relevant procurement.

  • __________________________________________________________________________

    RFP - 03/10-11 Page 23 of 32

    Canara Bank, Procurement Group, DIT Wing, Head Office

    2.3. Bidders should ensure that they have valid digital certificate well in advance to participate in the Reverse Auction. Bank and / or Service Provider will not be responsible in case Bidder could not participate in Reverse Auction due to non-availability of valid digital certificate.

    2.4. The bidders 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 floated by Bank.

    2.4.1. Undertaking letter for acceptance of Business Rules for Online Reverse Auction and Letter of Authority authorizing the name/s of official/s to take part in Reverse Auction as per the format Annexure N 1 (Compliance Statement)

    2.4.2. Agreement between Service Provider and Bidder. This format will be given by the service provider prior to announcement of Reverse Auction.

    3. Training :

    3.1. Bank will facilitate necessary training to representatives of all eligible Bidders for participation in Reverse Auction either on its own or through the Service Provider for the Reverse Auction.

    3.2. All rules & procedure related to Reverse Auction will be explained during the training.

    3.3. The Bank/Service Provider may also conduct a „Mock Reverse Auction‟ to familarise the vendor/s with Reverse Auction process.

    3.4. Date, Time, Venue etc of training will be advised at appropriate time.

    3.5. Eligible Bidder / his authorized nominee have to attend the training as per the

    schedule and at the specified venue at his / Bidder’s own cost.

    3.6. No request from the Bidders for change in training schedule and/or venue will be entertained.

    3.7. However, Bank reserves the right to postpone / change / cancel the training schedule for whatsoever reasons without assigning any reasons there for, even after its communication to eligible Bidders.

    3.8. Any Bidder not participating in the training process will do so at his own risk and it shall not be open for him to make any complaint / grievance later.

    4. Reverse Auction Schedule:

    4.1. The date & time of commencement of Reverse Auction and its duration of time shall be communicated to the eligible Bidders at least a week prior to the Reverse Auction date.

  • __________________________________________________________________________

    RFP - 03/10-11 Page 24 of 32

    Canara Bank, Procurement Group, DIT Wing, Head Office

    4.2. Bank reserves the right to postpone / change / cancel the Reverse Auction event even after its communication to Bidders without assigning any reasons there for.

    4.3. Reverse Auction will normally be for a period of one hour. If a Bidder places a bid price in last 10 minutes of closing of the Reverse auction, the auction period shall get extended automatically for another 10 minutes. Maximum 3 extensions each of 10 minutes will be allowed after auction period of 1 hour i.e. entire process can last maximum for 1 ½ hour only. In case there is no bid price in the last 10 minutes of closing of Reverse Auction, the auction shall get closed automatically without any extension.

    4.4. The time period of Reverse Auction & Maximum number of its extensions & time are subject to change and will be advised to eligible Bidders before the start of the Reverse Auction event.

    4.5. During English Reverse (no ties) Auction, if no bid is received within the specified time, the Bank, at its discretion, may decide to revise Start price / scrap the reverse auction process / proceed with conventional mode of tendering.

    5. Bidding Currency :

    5.1. Bidding will be conducted in Indian Rupees (INR).

    6. Total Cost Of Ownership

    6.1. TCO refers to the aggregate amounts payable by the Bank for transfer of ownership. 6.2. TCO shall encompass but not be limited to the following:

    6.2.1. TCO = Cost + Taxes + AMC at Present Values

    6.2.2. COST PRICE a. Cost of the equipment /product or services. b. Licence fee (Corporate or user specific as defined in RFP) including OS

    / Database/Application Licenses. c. Installation and Commissioning Charges d. The prices include Comprehensive Onsite Warranty Maintenance of the

    equipments covering all components, services and visits to the concerned offices as specified in the RFP.

    e. Transportation and Forwarding charges to respective sites. f. Training costs for the product / service/equipment if and as defined in

    RFP. g. Service Level Agreements SLA costs as defined in RFP for applicable

    period h. Insurance to cover the equipment for and from transit period till

    installation. i. Facility Management / Infrastructure Supports costs as defined in RFP.

    6.2.3. TAXES

    a. All existing taxes (including Sales Tax/VAT/Service Tax etc), duties and levies.

  • __________________________________________________________________________

    RFP - 03/10-11 Page 25 of 32

    Canara Bank, Procurement Group, DIT Wing, Head Office

    6.2.4. AMC

    a. Annual Maintenance Charges (at Net Present Values) for the period specified in the RFP. The calculation method of NPV is specified in RFP.

    6.3. TCO shall be arrived at after deducting „buy back‟ costs involved and if / as defined in the RFP.

    6.4. TCO shall not include variables of Octroi and Entry Tax. These shall be paid as per actual and on production of receipts. However, no penalties in respect of Octroi or Entry tax shall be paid by the Bank and the vendor shall bear such expenses.

    6.5. L1 Bidder is arrived at based on the TCO.

    6.6. Bank shall pay only the Cost Price to the Vendor as per the payment terms of RFP. Taxes shall be paid at actual against Invoices / Bills produced by the Vendor.

    7. Start Price :

    7.1. Bidder needs to give their indicative price to the Bank during the ONLINE SEALED BID. Timings of the online sealed bid will be intimated by the Bank in advance.

    7.2. Bank shall determine the Start Price for Reverse Auction –

    a. on its own and / or b. Based on the indicative price band information on Total Cost of Ownership

    (TCO) called for separately from each Bidder during conclusion of Technical Evaluation or at appropriate time before commencement of Reverse Auction.

    c. Bank may determine the start price on the basis of the lower quote of indicative commercial bids received.

    7.3. The start price of an item in online reverse auction is open to all the participating bidders. Bidders are required to start bidding after announcement of Start Price and decrement amount. Any bidder can start bidding, in the online reverse auction, from the start price itself. Please note that the first online bid that comes in the system during the online reverse auction can be equal to the auction's start price, or lesser than the auction's start price by one decrement, or lesser than the auction's start price by multiples of decrement. The subsequent bid that comes in to outbid the L1 rate will have to be lesser than the L1 rate by one decrement value or in multiples of the decrement value.

    8. Decremental Bid Value :

    8.1. The bid decrement value will be specified by Bank before the start of Reverse Auction event. It can be a fixed amount or percentage of Start Price or both whichever is higher.

    8.2. Bidder is required to quote his bid price only at a specified decremented value.

  • __________________________________________________________________________

    RFP - 03/10-11 Page 26 of 32

    Canara Bank, Procurement Group, DIT Wing, Head Office

    8.3. Bidder need not quote bid price at immediate next available lower level, but it can be even at 2 / 3 / 4 ……….level of next available lower level.

    8.4. Bid decrement value shall be rounded off to nearest 100‟s or 1000‟s.

    9. Web Portal and Access :

    9.1. Reverse Auction will be conducted on a specific web portal meant for this purpose

    with the help of the Service Provider identified by the Bank.

    9.2. Service Provider will make all necessary arrangement for fair and transparent conduct of Reverse Auction like hosting the web portal, imparting training to eligible Bidders etc., and finally conduct of Reverse Auction.

    9.3. Bidders will be participating in Reverse Auction event from their own office /

    place of their choice. Internet connectivity and other paraphernalia requirements shall have to be ensured by Bidder themselves.

    9.4. In the event of failure of their internet connectivity (due to any reason

    whatsoever it may be)

    9.4.1. It is the Bidders responsibility / decision to send fax communication immediately to Service Provider furnishing the bid price, they want to bid online, with a request to upload the faxed bid price online so that the service provider will upload that price online on behalf of the Bidder.

    9.4.2. It shall be noted clearly that the concerned Bidder communicating this price to Service Provider has to solely ensure that the fax message is received by Service Provider in a readable / legible form and also the Bidder should simultaneously check up with Service Provider over phone about the clear receipt of the bid price faxed.

    9.4.3. It shall also be clearly understood that the Bidder shall be at liberty to send such fax communications of prices to be uploaded by Service Provider only before the closure of Reverse Auction time and under no circumstances it shall be allowed beyond the closure of Reverse Auction event time.

    9.4.4. Such Bidders have to ensure that the service provider is given reasonable time by the Bidders, to upload such faxed bid prices online and if such required time is not available at the disposal of Service Provider at the time of receipt of the fax message from the Bidders, Service Provider will not be uploading the bid prices. It is to be noted that neither the Bank nor the Service Provider will be responsible for these unforeseen circumstances.

    9.5. In order to ward-off such contingent situation,

  • __________________________________________________________________________

    RFP - 03/10-11 Page 27 of 32

    Canara Bank, Procurement Group, DIT Wing, Head Office

    9.5.1. Bidders are advised to make all the necessary arrangements / alternatives such as back –up power supply, whatever required so that they are able to circumvent such situation and still be able to participate in the reverse auction successfully.

    9.5.2. However, the vendors are requested to not to wait till the last moment to quote their bids to avoid any such complex situations.

    9.5.3. Failure of power at the premises of vendors during the Reverse auction cannot be the cause for not participating in the reverse auction.

    9.5.4. On account of this the time for the auction cannot be extended and BANK is not responsible for such eventualities.

    9.5.5. Bank and / or Service Provider will not have any liability to Bidders for any interruption or delay in access to site of Reverse Auction irrespective of the cause.

    9.5.6. For making the process of Reverse Auction and its result legally binding on the participating Bidders, Service Provider will enter into an agreement with each Bidder, before the start of Reverse Auction event. Without this Bidder will not be eligible to participate in the event.

    9.6. 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.)

    10. TRANSPARENCY IN BIDS:

    10.1. 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.

    11. MASKING OF NAMES:

    11.1. Bidder will be able to view the following on their screen along with the necessary fields in Reverse Auction : i) Opening Price

    ii) Leading / Lowest Bid Price in Auction ( only total price)

    iii) Last Bid Price placed by the respective Bidder.

    11.2. Names of bidders/ vendors shall be anonymously masked in the Reverse Auction process and vendors will be given suitable dummy names.

  • __________________________________________________________________________

    RFP - 03/10-11 Page 28 of 32

    Canara Bank, Procurement Group, DIT Wing, Head Office

    11.3. 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.

    12. Finalisation of the Successful Bidder:

    12.1. At the end of Reverse Auction event Service Provider will provide the Bank all

    necessary details of the bid prices and reports of Reverse Auction.

    12.2. Upon receipt of above information from Service Provider, Bank will evaluate the same and will decide upon the winner i.e. Successful Bidder. Bank‟s decision on award of Contract shall be final and binding on all the Bidders.

    12.3. After the completion of the Auction event, all the Bidders have to submit the

    Price Breakup as per the RFP immediately to the Bank and to the Service provider for further proceedings.

    12.4. Successful Bidder has to fax the duly signed filled-in prescribed format

    (Annexure-N 2) as provided on case-to-case basis to Bank within 24 hours of Reverse Auction without fail. The Original signed Annexure-N 2 should reach the Bank within 48 hours of Reverse Auction without fail.

    12.5. Any variation between the on-line Reverse Auction bid price and signed

    document will be considered as sabotaging the tender process and will invite disqualification of Bidder/vender to conduct business with Bank as per prevailing procedure.

    12.6. Successful Bidder has to give break-up of his last/lowest bid price as per Bill of

    Material at the end of Reverse auction event within 24 working hours without fail.

    12.7. Successful Bidder is bound to supply at their final bid price of Reverse Auction.

    In case of back out or not supply as per the rates quoted, Bank will take appropriate action against such Bidder and / or forfeit the Bid Security amount, debar him from participating in future

    12.8. In case Bank decides not to go for Reverse Auction related to the procurement

    for which RFP is floated and price bids if any already submitted and available

    with Bank shall be opened as per Bank’s standard practice.

    13. Bidder’s Obligation:

    13.1. Bidder shall not involve himself or any of his representatives in Price manipulation of any kind directly or indirectly with other suppliers / Bidders at any point of time. If any such practice comes to the notice, Bank shall disqualify the vendor / bidders concerned from the reverse auction process.

    13.2. Bidder shall not divulge either his Bid details or any other details of Bank to any other party without written permission from the Bank.

  • __________________________________________________________________________

    RFP - 03/10-11 Page 29 of 32

    Canara Bank, Procurement Group, DIT Wing, Head Office

    14. Change in Business Rules, Terms & Conditions of Reverse Auction:

    14.1. Any change in the Business Rules as may become emergent and based on the experience gained shall be made only by a Committee consisting of Senior Executives of Bank.

    14.2. Bank reserves the right to modify / withdraw any of the Business rules, Terms & conditions of Reverse Auction at any point of time.

    14.3. Modifications of Business rules, Terms & conditions of Reverse Auction will be made available on website immediately.

    14.4. Modifications made during the running of Reverse Auction event will be informed to participating Bidders immediately.

    15. Errors And Omissions

    15.1. 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.

  • __________________________________________________________________________

    RFP - 03/10-11 Page 30 of 32

    Canara Bank, Procurement Group, DIT Wing, Head Office

    ANNEXURE – N - 1 COMPLIANCE STATEMENT

    (To be submitted in Company’s letter head by all the Bidders participating in Reverse Auction)

    To

    The General Manager Date: ____________ Canara Bank Department of Information Technology Wing, Head Office (Annexe), Naveen Complex, 14, M G Road, Bangalore – 560001

    DECLARATION

    1. We ______________________(name of the company) hereby confirm having submitted our bid for participating in Bank‟s RFP dated _________ for procurement of ____________.

    2. 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.

    3. We hereby undertake and agree to abide by all the terms and conditions stipulated by Canara Bank in the RFP document including the Business Rules for Reverse Auction, all annexure, addendum, and corrigendum.

    4. We shall participate in the on-line auction conducted by _______________ Ltd. (Service Provider) and submit our Commercial bid. We shall agree to enter into an agreement with the Service Provider for making the process of Reverse Auction and its results legally binding on us.

    5. Bank and Service Provider shall not be liable & responsible in any manner whatsoever for our failure to access & bid in Reverse Auction due to loss of internet connectivity, electricity failure, virus attack, problems with the PC, any other unforeseen circumstances etc. before or during the auction event.

    6. We understand that in the event we are not able to access the auction site, we may authorize Service Provider to bid on our behalf by sending a fax containing our offer price before the auction close time and no claim can be made by us on either Bank or Service Provider regarding any loss etc. suffered by us due to acting upon our authenticated fax instructions.

    7. We do understand that Service Provider may bid on behalf of other Bidders as well in case of above mentioned exigencies.

    8. We also confirm that we have a valid digital certificate issued by a valid Certifying Authority.

    9. We shall fax the duly filled in signed Price Bid format as provided in the RFP to the Bank and to the Service provider within 24 hours of end of online Reverse Auction without fail.

    10. We undertake to submit the Original confirmation of last bid price by us to the Bank as well as to the Service provider within 48 working hours of the completion of event. We

  • __________________________________________________________________________

    RFP - 03/10-11 Page 31 of 32

    Canara Bank, Procurement Group, DIT Wing, Head Office

    also undertake to submit the Bill of Materials for the TCO (Total Cost of Ownership) in terms of RFP.

    11. 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.

    12. We undertake to supply at our final lowest bid price of Reverse Auction. In case of back out or not supply as per the rates quoted by us, Bank is free to take appropriate action against us and / or forfeit the Bid Security amount, debar us from participating in future tenders.

    13. We confirm having nominated Mr. /Ms. ________________, designated as ______________ of our company to participate in the Reverse Auction on behalf of the Company.

    14. We accordingly authorize Bank and / or the Service Provider to issue user ID and password to the above named official of our Company.

    15. Both Bank and the Service Provider shall contact the above named official for any and all matters relating to the Reverse Auction.

    16. We undertake that the Company shall be bound by the bids made by the above named official of our Company in the Reverse Auction, failing which the Bank shall 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 of the Authorised Signatory with company seal

    Name –

    Company / Organization – Designation within Company / Organization – Address of Company / Organization –

    Name of Authorised Representative: Mr. /Ms. ____________________ Designation of the Authorised Representative: ____________________ Signature of Authorised Representative: _________________________

    Verified above signature

    Signature of the Authorised Signatory with Name and Company seal

    Date: _________________

  • ______________________________________________________________________

    RFP – 03/10-11 Page 32 of 32

    Canara Bank, Procurement Group, DIT Wing, Head Office

    Annexure- N - 2 Price Bid Confirmation

    (To be submitted in Company’s letter head by all the Bidders participating in Reverse Auction)

    To The General Manager Date: _____________ Canara Bank Department of Information Technology Wing, Head Office (Annexe), Naveen Complex, 14, M G Road, Bangalore – 560001 Dear Sir, SUB: Final / Lowest Bid Price quoted in Reverse Auction held on _____________in

    respect of Tender / RFP Ref. No. _______________ Dated ______ for procurement of ______________________________________

    We confirm that the final total bid price quoted by us in the captioned Reverse Auction event for captioned tender is as under – Rs. (in figure): ___________________________ Rs. (in words): _________________________________________________________

    We confirm that:– 1) We enclose herewith the detailed break-up of above price as per Bill of Material

    OR We undertake to submit the Original duly signed detailed break-up of above bid

    price as per Bill of Material of the subject RFP within 48 hours from the end-of Reverse Auction event.

    2) Any variation between the on-line Reverse Auction bid price quoted by us and this document will be considered as sabotaging the tender process and will invite disqualification of Bidder/vender to conduct business with Bank as per prevailing procedure. In such case Bank is free to take appropriate action and / or forfeit the Bid Security amount and / or debar him from participating in future

    3) We are bound to supply at the above final bid price of Reverse Auction.

    4) We note that in case of back out or not supply as per the above rates quoted by us, Bank will take appropriate action against us and / or forfeit our Bid Security amount and / or debar him from participating in future

    Signature of the Authorised Signatory with company seal

    Name –

    Company / Organization – Designation within Company / Organization – Address of Company / Organization – Email: Mobile: Tel. No: Fax No:

    CC: To