UTI INFRASTRUCTURE TECHNOLOGY AND SERVICES LIMITED

Size: px
Start display at page:

Download "UTI INFRASTRUCTURE TECHNOLOGY AND SERVICES LIMITED"

Transcription

1 UTI INFRASTRUCTURE TECHNOLOGY AND SERVICES LIMITED Name of the Bid: Bid for Providing Managed Broadband Connectivity with SD-WAN Technology for UTIITSL Branch Network across India General Information UTI Infrastructure Technology And Services Limited (UTIITSL) advertises regarding tenders/ invitation to bids/ invitation of Expression of Interest and other information on the website regularly. We request you to visit the website daily for updates and download the details and respond to the tenders on a regular basis. The Tender documents can be downloaded free of cost from the website However, to be able to participate in the tender, bidders are required to download tender document officially from the above website without which bidders will not be able to participate. Since this tender shall be conducted electronically, bidders are requested to go through the Special Instructions on E-Bidding given at Annexure D. Any information to the bidders on these tenders/ invitation to bids/ invitation of expression of interest and any other information will be uploaded on this website only. Similarly, any corrigendum or extension of dates or change in specifications or any other information will be uploaded for the information of the public on this website only. No individual letters / s are sent regarding this. The tender document consists of 3 parts: I) General Conditions II) Special Conditions III) Bid Form 1 -

2 PART I General Conditions 1. Name of the Bid: Bid for Providing Managed Broadband connectivity with SD-WAN Technology for UTIITSL Branch Network across India. 2. Important Dates: Last Date/Time of procuring of official copy of Tender Document: To participate in this tender, interested bidders are required to officially procure the tender document from website before 6:00 PM on 15 th July, Last date and time of raising the queries on the tender documents: The last date and time of raising the queries is before 6:00 PM on 03 rd July, Last Date/Time of uploading of tender bids: The last date of receipt of tender bids by electronic mode is upto 3:00PM on, 16 th July, After this time, no bids can be uploaded. Date of Online opening of the tender bids: The tenders will be opened on the same day i.e. the last date of the receipt of the tenders, at 3:30PM. It is to be noted that the offline documents will be checked first to verify whether the Bid security amount / EMD is available and thereafter the online bids will be opened. The process will start by opening the offline tender documents. 3. Name and Address for submission of offline documents (documents in Hardcopy): The offline documents should be addressed to Deputy Vice President (IT), UTI Infrastructure Technology And Services Ltd, Plot 3, Sector 11, CBD Belapur, Navi Mumbai and deposited in the specified Tender Box at this address by the due date and time of submission in a sealed envelope. Envelope containing the documents must be superscribed as Bid for Providing Managed broadband connectivity with SD-WAN Technology with Network devices for UTIITSL Branch Network across India The Bids should be submitted online in two parts, the Technical Bid and the Commercial Bid The Technical bid should be complete in all respects and contain all information asked for except prices. The TECHNICAL BID should include all items with complete specification as per the set up / solution proposed by the prospective bidders. The Technical bid should not contain any price information. 4. Bid Security / Earnest Money Deposit (EMD): The tender should 2 -

3 be accompanied by a Demand Draft / Pay Order / Banker s Cheque as Earnest Money Deposit (non-interest bearing) of Rs.2,00,000/-(Rupees Two Lakh Only) The Earnest Money Deposit should be paid by way of Demand Draft/ Pay Order in favour of UTI Infrastructure Technology And Services Ltd, Mumbai. For unsuccessful bidders, the same instrument may be returned without encashing and without any interest.. However, the Bid Security / EMD of successful bidder will be returned on completion of project. This Bid Security / EMD should be kept in a separate cover superscripted as Bid Security / EMD and kept into the envelope containing offline documents. If the Bid Security / EMD is not submitted then UTIITSL reserves the right to reject the bid. The Bid Security / EMD may be forfeited if the bidder fails to honour the terms and conditions of work order placed on the basis of the tenders or does not start the work or does not supply the goods or does not render the services or fails to enter into an agreement, as the case may be, which in the opinion of UTIITSL may delay or adversely affect the contract. Bid Security / EMD may also be forfeited if bidder fails to provide the correct pass-phrase. 5. Bank Guarantee: For successful bidder/s a Bank guarantee of appropriate amount as decided by UTIITSL will have to be given by the bidder at the time and date specified by UTIITSL. The EMD would be returned thereafter on submission of Bank Guarantee. 6. Validity of the bids: Generally, the bids will be valid for a period of One Hundred Eighty days (180 days) from the date of opening of the financial bid for acceptance, subject to increase in the validity of rates by mutual consent. However, in case of rate contract, the rates will be valid for a period of minimum three years, extendable by mutual consent for one more year. The agreement which would be entered into with the bidder / vendor or the work order which would be issued to the bidder / vendor would define the validity of the rates more specifically and that would be overriding this clause. In case of rate contract, the purchase order / LOI will be issued as and when the requirement arises. 7. Authorized Signatory: The bid can be submitted online by OEM / OEM Authorized Channel Partners / Solution providers. The Bid shall be submitted under Digital Signature of person duly authorized to bind the Bidder to the Contract. 3 -

4 The Bid can be so signed and forwarded by bidder or bidder s representative. The Representative will have to enclose the Letter of Authority/ the Power of Attorney (POA) duly executed by the bidder as offline document; otherwise the offer /Bid is liable to be considered null and void at any stage as per the decision of UTIITSL. This POA shall empower the representative for all actions related to this bid as required from time to time. All actions by the representative in relation to this bid shall be binding on the Organisation for whom the bid is submitted. 8. Conditions for offline documents sent by post/courier: The offline documents may also be sent by post/courier to reach before the scheduled date and time as indicated above. The following are essential conditions to be followed for the documents sent by post, failing which the tender may be treated invalid: A. Offline Documents should be preferably sent by Speed Post or Registered Post or by depositing in the Offline Documents Box. B. Documents duly superscribed, should be sent by Speed Post or Registered Post only to the address mentioned as above, (i.e. Deputy Vice President (IT), UTI Infrastructure Technology And Services Ltd, Plot 3, Sector 11, CBD Belapur, Navi Mumbai ). C. Acknowledgement will be given to Department of Post only for documents sent by Speed Post and Registered Post. D. UTIITSL takes no responsibility for any tender not submitted in time. F. UTIITSL takes no responsibility for offline documents not reaching at all. G. UTIITSL takes no responsibility for offline documents received in torn, opened or mutilated conditions. Such documents may not be accepted at all and are liable for rejection. H. In case of offline documents received in proper condition by UTI ITSL, the role of UTI ITSL is limited and restricted to putting the same in the appropriate Offline Documents Box if the aforesaid documents are received in time as stipulated in the conditions laid out. I. It is, therefore, advised that prospective bidders should deposit the offline documents directly in the Offline Document Box to avoid any delay in submission or to avoid any tearing / accidental opening during sending by post. J. Envelope, containing offline documents should be superscribed as advised above. Envelopes, which are not superscribed, or not addressed, may not be considered. 4 -

5 K. Envelopes, which are not addressed properly, may not be considered. 9. Caution: This is to be remembered that this is an e-tender and any tender document like bid, etc. if physically deposited in the Offline Documents Box would not be considered. The bid would be only considered when it is e- tendered. The physical offline documents are the supporting documents which cannot be uploaded and therefore be deposited in the Offline Documents Box, however, in no case should the bid per se be deposited in the tender box. 10. The authorized signatory of the Bidder is required to digitally sign on all the pages and submit the technical bid and financial bid as a token of acceptance of all the terms and conditions of the tender. 11. The Bid submitted by the Bidder, all correspondence and documents relating to the bid exchanged by the Bidder and the UTIITSL shall be written in the English language. Any printed literature/certificate/any other document furnished by the Bidder may be in another language, provided they are accompanied by an accurate translation of the relevant passages in the English language, in which case, for purpose of interpretation of the Bid the English translation shall prevail. In the event of submission of any document/ certificate by the Bidder in a language other than English, the English translation of the same duly authenticated by Chamber of Commerce of bidder s country shall be submitted by the bidder whenever demanded by UTIITSL. 12. The price quote figure / amount shall be quoted in the financial bid only and not in the Technical Bid. 13. No price quote figure/ amount shall be quoted in the supporting Offline Documents which are to be deposited in hard copy. 14. In the offline documents, all the over writings should be duly authenticated by signing beside such over writings. Any cutting made while filling in the forms would have to be authenticated by signing beside such cuttings, failing which the bid proposal is liable to be rejected. 15. The bid form which is to be filled by the bidder should be taken from the web site and no attempt should be made for any changing or correcting it in any manner. It is clarified that only the conditions as appearing in the original bid form as uploaded at the above site will be treated as valid. If there are any changes / corrections in the form, then it is liable to be considered as invalid. 16. Interpretation and decision by UTIITSL on the terms of the tender will be final and binding. 5 -

6 17. All the conditions of the tender and the advertisement in the press (if advertisement released) will form a part of the agreement. 18. UTIITSL reserve the right to call for any clarification / papers required for scrutiny from anyone including the Bidder. UTIITSL is free to take any clarification or document or certificate from the associated banks and other agencies for scrutiny purpose or for deciding on the bid. 19. Pre-bid Meeting: There is no Pre-bid Meeting for this tender. The queries should be submitted online on the website And the answer to all the queries raised by any prospective Bidders would be uploaded on the website The last date of receiving queries would be 03 rd July, 2018, thereafter no queries would be entertained. No telephonic discussion or personal meeting would be entertained. a) At any time before or after the submission of Technical Bid, UTIITSL may, for any reason, whether at its own initiative or in response to a clarification request from a Bidder, carry out amendment(s) to the Bid document/ Bid process. The amendment will be made available on the website and will be binding on the bidders. b) The bidders are requested to regularly visit the website: for any information. The final revised conditions, if any, as indicated in the corrigendum/ amendments/ clarifications/ extension/ changes regarding this tender as uploaded on the said website will be binding and may form a part of the agreement. 20. The process: a. The Technical bids would be declared opened at 3.30PM. on the last day of submission of Bids. b. A Tender Opening Committee of the officials of UTIITSL would be formed for opening of the bids. c. The bid would be opened in simultaneous online presence of intending bidders. d. The Financial Bid will not be opened on the day of opening of Technical Bids. e. After declaration of opening of the technical bids, an evaluation of the technical eligibility of the Bidders would be carried out by the UTIITSL Technical Evaluation Committee, thereafter a Technical Evaluation Report shall be prepared which shall detail the qualified/ disqualified bidders. The decision regarding qualification/ disqualification of the Bidders shall lie with UTIITSL and shall be final and binding on the bidders. f. Thereafter, the date of opening of the Financial Bid will be intimated 6 -

7 to the qualified bidders only. This would be informed through the posting on the website g. No separate intimation would be sent. The bidders are advised to regularly visit the aforesaid website. h. The financial bids will thereafter be opened by a Tender Opening Committee of the officials of UTIITSL as per the mechanism set in the e- tenders. i. The Financial Bids would be opened in simultaneous online presence of intending bidders. j. It is clarified that the Financial Bids will not be opened/be valid, for the Bidders who do not qualify in the Technical bids. 21. Delivery: The vendor / Service providers / suppliers shall provide all the services / commission the links within Six Week from the date of Purchase order / LOI / signing of the SLA (whichever is the earliest). The bidder should make sure to deliver the services at the DC and DR (At RailTel Datacentre) within the specified timelines. Hence time, quality and specified quantity are the essence of the order. Not adhering to the time schedule and quality and quantity shall enable UTIITSL to rescind the order and in which case there shall not be any claims for damages against UTIITSL by the vendor/ supplier/ agencies. 1. Taxes: The bid shall be exclusive of all the applicable taxes, duty and any other outgoing payable to any authority. TDS as applicable will be deducted by UTIITSL Central Excise: Only in case of the applicability of the excise duty, the bidder/ vendor merely by filling the tender form confirms that the payment to the central excise would be on his account and that if required under the applicable government law, they would get registered with Central Excise. Merely by filling in this tender, the bidder indemnifies UTIITSL of any liability from Central Excise by virtue of this contract coming into force. 4. Insurance: The insurance for the work carried out upto the stage of handover or insurance for the goods to be supplied upto the stage of handover and the requisite insurance policy as required by law for the personnel involved in the services to be rendered would have to be necessarily be taken by the bidder. In addition to this, the bidder should take insurance for any liability towards Third Party. Merely by filling in this tender, the bidder indemnifies UTIITSL of any liability on the part of UTIITSL. UTIITSL may at its discretion take insurance policy and deduct the amount from the payment to the bidder/vendor. However, this does not absolve the bidder of his responsibility of not taking the requisite insurance policy as required. To clarify, the bidder is responsible for taking the insurance policy and is also responsible for the consequences of not taking it. 7 -

8 The liability of the work carried out or the goods supplied would remain with the bidder / vendor till such time UTIITSL takes possession of the work / goods in writing. The bidder / vendor would be responsible for any loss before taking over by UTIITSL. 5. Safety Norms: The bidder hereby undertakes to follow all the safety norms as specified in the law for the assignment awarded to him through this tender. The bidder, merely by filling in this tender, indemnifies UTIITSL of any consequences due to non-adherence of the safety norms as prescribed by the law. It is also clarified that any order, whether verbal or written, given by any official / representative of UTIITSL, would not be valid if it is in contravention of any safety norms prescribed by law and the bidder is advised to follow the prescribed safety norms. 6. Agreement: A suitable agreement / SLA would have to be entered into with UTIITSL by the successful bidder, failing which the EMD/ the Bank Guarantee given may be forfeited or the Purchase order / LOI would not be issued. If the terms and conditions of the agreement are not acceptable to the Vendor, then UTIITSL reserves the right to reject the tenders. 7. Right of Rejection: UTIITSL reserves the right to reject all / any bids / quotations without assigning any reasons thereof and without entitling the tenderer to any claim whatsoever. 8. UTIITSL reserves the right: i) To accept in its sole and unfettered discretion any tender for whole or part quantities/ part work. ii) To award the contract to one or more number of bidders / vendors, either on lowest price, equal price or on different prices. iii) To enter into parallel contracts simultaneously or at any time during the period of the contract with one or more tenderer(s) iv) as UTIITSL may deem fit. To place adhoc order simultaneously or at any time during the period of the contract with one or more tenderer(s) for such quantity and for such jobs as UTIITSL may deem fit. v) UTIITSL does not bind itself to accept the lowest or any tender and to assign any reason for non-acceptance of the same. 9. Negotiation: Generally, no negotiations would be carried out. However, if deemed fit, negotiation may be carried out only with the lowest bidder and if the order has to be split to more than one bidders then it could be done on L1 or negotiated rates with L1, whichever is lower. 10. Testing: UTIITSL reserves the right to get the material tested at the cost of the vendor/bidder. 11. Samples: Wherever required, the bidders are advised to acquaint 8 -

9 themselves with the samples and specifications before bidding to have more clarity. For this, they may contact the designated officer to whom the tender has to be submitted as per the address given herein above. 12. Eligibility: The bidder should adhere to the eligibility criteria. In any case, they should have prior experience in the same area as put to bid, for supply/service to other organizations of repute. UTIITSL reserves the right to check their credentials with the organizations they have been associated with and if found incorrect, the tender is liable to be rejected. 13. Availability of requisite permissions and licenses and compliance with the statutory provisions: The bidder/agency/contractor is required to follow all the statutory acts as may be applicable for such type of work / supply / services for which they are bidding through this tender. It may or may not involve manpower. In case manpower is required, then the bidder merely by filling the tender confirms that the bidder has all the requisite permissions and licenses to carry out all the works as stipulated by this tender. Further, merely by filling the tender, the bidder reconfirms that the bidder has complied with all the statutory provisions of the central, state, local and municipal laws inforce including manpower. The bidder also confirms merely by filling the tender, to comply with any future laws that may be enforced upon by the statute. Agencies which do not have requisite permissions / licenses or who do not comply with the statutory provisions are requested to fill in the tender only if they are eligible in this respect. Valid registrations with viz., GSTIN Registration / Sales Tax / VAT / Central Excise and with any other authorities as per requirement should be available with the vendor and be produced as and when required. Consequences of insufficient permissions / licenses or compliances on the part of the vendor would be to the vendor s account and the vendor merely by filling in the tender indemnifies UTI ITSL of any or all such consequences. 14. Blacklisting/Debarring: The bidder merely by filling the tender confirms that the bidder has not been blacklisted / debarred by any government department / agency, Reserve Bank of India, Nationalized Bank, or any Public Sector Unit or body. The bidder is advised not to fill in the tender if they have been disqualified by any of the government agencies. 15. False Information: In case if it is found that the vendor has not given the correct information and flouted any condition or the vendor does not have all the appropriate licenses and all the statutory permissions, whatsoever required, to carry out the activity as required in these tenders and allied works then UTIITSL reserves the rights to cancel the work 9 -

10 order issued to him and award his quantum of work in the manner as deemed fit. This can be done at any stage. 16. Indemnity: Further, by submitting this bid, the vendor/bidder indemnifies UTIITSL for any of the consequences arising out of non availability of any of the requisite permissions/ licenses / insurances / any other statutory permission whatsoever required for carrying out this work. Also by submitting this bid, the vendor/bidder indemnifies UTIITSL for any of the consequences arising out of noncompliance of any of the conditions laid by the statute for vendors/bidders or their representatives/ officials in carrying out this work. 17. Claim for increase in rates: Any claim for increase in rates on account of any reason whatsoever will not be entertained for the period as stipulated in the agreement. 18. Extension of contract: As stipulated by UTIITSL, after the period of expiry, the agreement can be extended on mutual consent for a further period of one year or upto the period till new contract comes in force with same rate as agreed earlier. However this option can be exercised only by UTIITSL. 19. Readiness: The Agency should have ready to deliver goods and services. The Agency should ensure that the manpower/ machine/materials are procured well in time to ensure quality of work and adherence to the time period and the work / supply / service is not interrupted / delayed irrespective of volume assigned. 20. Delay: If the Bidder does not start the work or if it is felt at UTIITSL that the pace of work is slow and is likely to delay the work/ service / commissioning, UTIITSL reserves the right to terminate the contract, levy the penalty and also reserves the right apart from legal remedies available, to carry out such work / service / commissioning at the risk and cost of the contractor / bidder. Any delay in providing the services as mentioned in the point no. 21. Delivery, for what so ever may be the reason (apart from the delay from UTIITSL) will lead to the penalty of 1% for the first week and increasing by 1.5% every week till a saturation of 6% of the bid amount. 21. Right to reject the work/ service which is not as per the specifications or the terms: UTIITSL has right to reject the work/ services if they are not found to meet the specifications laid out or are not as per the terms of the tender / work order. No Charges will be paid for the defective work. UTIITSL reserves the right to reject the items of brand other than specified. This can be done at any stage of the work. 22. Penalty: UTIITSL reserves the right to levy penalty at its discretion for the delay in execution of the work/ delay in commissioning / delay in service. This penalty would be more clearly specified in the Service response time 10 -

11 line. 23. Termination of Contract: In case it is found that the work/supply/service is not as per requirement / standards, time lines, or the frequency of corrective measures required is high then UTIITSL retains the right to terminate the Contract with the selected vendor and in such case, the Vendor will not be entitled to claim any damages from UTIITSL or make any claim for fees in respect of such unsatisfactory / substandard services / supply / work. As also UTIITSL reserves the right to terminate this contract if it is established on the basis of price discovery that it would be beneficial for UTIITSL to go in for a fresh contract. The Service Level Agreement would clearly specify the grounds of termination 24. Volume/Quantity of work: Volume/Quantity is only indicative and the same may vary as per the requirement of UTIITSL. The volume indicated is for for the period specified in the work order / tender. The work order would be more specific and binding. 25. Confidentiality: The Agency shall maintain strict confidentiality of all the documents, information, data coming in possession of the Agency as a result of awarding the contract and also any oral, written or other information disclosed for evaluation or for any other purposes shall be considered as confidential information passed on to the Agency. Only if applicable to this tender, the Agency should certify in writing that the design / colour scheme of any document being printed/ processed for UTIITSL is not used / shall not be used by the Agency for any other Organization / Entity under any circumstances. Any violation of the same will be liable for action under the law which shall entitle UTIITSL to claim damages apart from taking action under the appropriate Law. Only if applicable to this tender, the Agency will delete the data on daily basis, once the same is not legally required further. In short, no data / document of UTIITSL should be with the agency once the work is over on a daily basis. 26. Usage of data / documents / information : Only if applicable to this tender, the Agency shall ensure that the documents, data, information etc if imparted by UTIITSL or if come to the knowledge of the bidder, are / is not used or permitted to be used in any manner (directly or indirectly) incompatible or inconsistent with that authorized by UTI ITSL in writing. The confidential information will be safeguarded and the Agency shall take all necessary actions to protect UTIITSL s, its customers, and Government of India s interest against misuse, loss, destruction, alterations or deletions thereof. Any violation of the same will be liable for action under 11 -

12 the law which shall entitle UTIITSL to claim damages from the vendor apart from taking action under the appropriate Law. This is an irrevocable condition and it will continue to be in force even if the agreement between the vendor / bidder/agency is terminated with UTIITSL. 27. Breach of clause: In the event of any breach or threatened breach of any clause by the Agency / bidder and/or individual assigned by the Agency for the performance of the services, the Agency shall be liable to pay damages as may be quantified by UTIITSL. Apart from the above, UTIITSL shall have the right to proceed against the Agency and/or its assigned person/s under appropriate law. 28. Essence of contract: The Vendor shall carry out the work / provide the services/ complete the supply as per the specifications and standards laid out within the stipulated time. It is clarified that carrying out the work or providing services or supply of goods as per specified quality in specified quantity in specified time is the essence of the contract. Not adhering to above shall entail UTIITSL to rescind the contract and forfeit the security deposit and in which case, there shall not be any claim for damages against UTIITSL by the Vendor. Further the UTIITSL shall have the right to get the unfinished services done/supply made, if any by virtue of the said revocation of the contract, through other sources and the expenses incurred thereof shall be borne by the Vendor in default. The Vendor shall also indemnify UTIITSL against any loss, damage, expenses, costs etc, incurred by UTIITSL as a result of the said delay in timely completion of the said services / jobs, by the Vendor. 29. Jurisdiction: All matters pertaining to the present bid / tender / quote, shall be subject to the jurisdiction of the courts in Mumbai only. 30. Submission of bills: The Vendor shall submit the bills correct/accurate in all respects with required challans / receipts and with all relevant documents as specified by UTIITSL from time to time, by 10 th of every quarter (or any other date specified) for the work carried out / services rendered / material supplied in the previous quarter and the same shall be settled by UTIITSL by the end of the each quarter. Applicable TDS, etc. will be deducted at source as per rules. The bidder may choose to send the bills early if they decide to do so and UTIITSL will take required steps to settle the bill if it is complete in all respect and the goods/ services covered by it are rendered to the satisfaction of UTIITSL. The bidders/agencies / contractors/vendors are advised to submit the bills complete in all respects for immediate clearance. 31. Inspection: Wherever required, UTIITSL reserves the right to depute its Officers, Auditors, other officials as it may decide etc. to visit the office / commercial / manufacturing site/s of the selected vendor/s for 12 -

13 checking their infrastructure, man power and other related documents mentioned and for checking stock records, quality controls, work processes without advance intimation and the vendor/s will have to provide the necessary documents etc to UTIITSL to help UTIITSL ensure presence of appropriate and adequate controls on various processes. Inspection will be done, if so decided by UTIITSL on periodic basis also. 32. Nomenclature: In the said tender, the bidder or the agency or the vendors or the contractor or the supplier and the service provider have the same meanings with reference to the context. As also, reference to any gender covers both the genders and reference to singular also covers plural. 33. Corrections: All the corrections made anywhere in the tender form will have to be authenticated. The corrections without authentication are liable to be rejected. This is an important condition as the correction may have a bearing on the rate/amount quoted resulting in altering L1 or L2 or L3 or any other position. Decision of UTIITSL will be binding in this case. The bidder/vendor/ Agency merely by filling in this tender agree to this delegation of power to UTIITSL to decide in this matter. 34. UTIITSL reserves the right to give preference to Public Sector Enterprises/ Government undertakings. 35. The Bidder must stamp and initial all pages and sign all forms at the end. The Bidder s participation in the bid shall be deemed to imply unqualified acceptance of the Terms and Conditions. 36. UTIITSL reserves the right to call for further information / documents/ break-up of rates, taxes, etc. to decide on the tenders. 37. In the event the resultant L1 rate(s) obtained through this tender are perceived to be substantially higher than the rates at which the goods or services were being procured on the earlier tender then, UTIITSL reserves the right to: a) Request the L1 bidder of this tender to negotiate and try to match the rate on which the order was placed as per the earlier tender. b) If L1 vendor agrees to do so, the work order will be placed to him. If not, this tender would be cancelled and the earlier bidder, who is presently carrying out the services / work would be then asked to continue on the old/ existing rates till new tender is floated and finalized. c) The idea is to obtain the most beneficial rates for UTIITSL. The decision of the Tender Evaluation and Awards Committee would be final in this case. 13 -

14 PART II SPECIAL CONDITIONS A. Scope of Work: UTI Infrastructure Technology And Services Limited (henceforth referred as UTIITSL) invites technically complete and commercially competitive sealed bids from reputed Service Providers for providing managed broadband connectivity with SD-WAN Technology/Solution services with SD-WAN Network devices for UTIITSL Branch office across India. The solution should have operational simplicity and ease, application aware networking, robust and secure infrastructure and reduce TCO of WAN Infrastructure. This invitation of Bid is open to all OEMs/Firms/Company having presence in India to fulfill the minimum qualification criteria as mentioned in bid document. The main purpose of this RFP is to appoint Service Provider for providing managed broadband connectivity with SD-WAN Technology to UTIITSL. The Company intends to avail the following services from Bidder: i. Broadband/ ADSL/ DSL Connectivity ii. SD-WAN Enabled Devices iii. Required Appliance for Connectivity iv. Redundancy at regional office level on Devices as well as on broadband links v. Redundancy at Branch office level on broadband links vi. Self Service provisioning Portal vii. MIS and Reporting Services The expected SD-WAN architecture with proposed connectivity diagram is given in Annexure-1. The Service provider shall have to supply, install, test and commission the SD- WAN Network devices (SDN, Switch etc.) initially at the selected office locations of UTIITSL for an initial period of 3 months as a pilot run. Thereafter if the SD- WAN solution/technology meets the UTIITSL requirement and only if it is found reliable in terms of manageability, performance and security, the contract period may be further extended for a period of 3 or 5 years at the sole discretion of UTIITSL. Also based on requirement, the solution/technology services may have to be further extended to other UTIITSL branch offices across country with the same terms and conditions in a phased manner. UTIITSL currently has 4 Regional Offices (Navi Mumbai, Kolkata, Chennai, New Delhi) and several Branch Offices across the country. At the one Regional Office selected for pilot run, the service provider has to provide only SDN router/device to configure the Redundancy and failover on SDN device level as well as link level. At the Branch offices level, the service provider has to provide switch also alongwith the SDN router/device. 14 -

15 Details of the required configuration of SDN device and switch that should be installed at the Branch and Regional offices are given in Annexure -2, 3 and 4. The configuration of SDN devices required at both the Data Centres (DC and DR) with redundancy is given in Annexure-5. There is no requirement of switches at Data Centre level and at UTIITSL Regional Offices, they are required only at the Branch Offices. The Branch Office location details are given in Annexure-10. The Selected bidder has to supply, install and test the Broadband connections on SD-WAN equipments/routers, switch supplied at RO and Branch offices. The Broadband link should be from two different service providers. The internet leased line connectivity required at both the Data Centres (DC and DR) will be made available by UTIITSL. 1. Understanding of Project Requirement 2. Supply, installation, integration with company network, maintenance of network and equipment s including CPE equipment at all locations. 3. All branches & corporate office and routers located at Branch nodes to be managed by successful bidder. 4. Service Provider will supply, Install, test and Commission the SD-WAN solution with required devices at all locations of UTIITSL as per Annexure Successful bidder has to provide all Network hardware under the managed broadband connectivity with SD-WAN enabled. 6. Successful bidder to ensure last mile infrastructure (Last mile and Router) to support max bandwidth requirement for each location from day one. 7. Provide expertise and technology to integrate disparate operations and management systems across various access, transport, and network solution providers, presenting a unified view for enterprise network teams 8. Local lead/last mile connectivity shall be the responsibility to the Successful bidder and should ensure proper installation of connectivity at premises listed in Annexure-10 without causing any disfigurement at the location. If any disfigurement is caused then the cost of the same will be recovered from Successful Bidder. 15 -

16 9. The bidder will have to provide and managed end-to-end SD-WAN services as a part of deliverables as its locations on quarterly rental basis. The yearly charges should be inclusive of providing the Router, Switch, installation, monitoring, troubleshooting and maintaining them. 10. The bidder should be capable for providing application performance management and managed video conferencing, which UTIITSL may opt in future. 11. In case of failure of the primary SD-WAN services at DC, the connectivity should be continued to the DR site, Gurugram. The failover of connectivity at DR site should be executed after UTIITSL confirmation. 12. At the RO and branch offices, bidder will provide two broadband connections from different service providers. The bandwidth at branch office may be varying from 4Mbps to 30Mbps (1:4). The SDN device and switch provided at Branch offices should have the capacity to handle the data traffic. 13. Service provider shall install the Network hardware i.e. SDN router, switch, modem or any other network equipments required at Branch offices along with the SD-WAN Technology and will configure the network devices within the given delivery and installation time period. 14. Service provider will be responsible for delivery, installation and commissioning of the Network/SD-WAN equipments ordered at specified UTIITSL offices and for making them fully operational at no additional cost. UTIITSL reserves the right to make changes to the list of locations and same should accepted by service provider. 15. At present UTIITSL has selected M/s RailTel for Data Centre Co-Location Services for UTIITSL. The rack space at Data Centre will be provided by UTIITSL in exiting racks of UTIITSL at RailTel s Secundarabad and Gurugram Data Centre for keeping the SDN equipments. Service provider has to ensure that all the equipments required/installed at Data Centre are having dual power supply facility and will provide all the other associated network equipments/accessories like Power Cables, modems etc. 16. In case of Branch is shifting to another location, UTIITSL will not pay any charges to the service provider. Service Provider has to shift all the Network Equipment s to new location and commissioned the services within the specified timelines. 16 -

17 17. UTIITSL reserves the right to re-negotiate the price with the bidder for downward revision of the prices. 18. Service Provider shall maintain and follow the industry standards in developing, upgrading and managing the SD-WAN Network that is implemented at Data Centre, Branch and Regional offices of UTIITSL. QOS also to be maintained as per the Industry standards. 19. Service Provider shall fix all bugs / errors / deficiencies SD-WAN Network services/network devices provided by SP giving high priority. 20. Service Provider shall submit detailed plan / schedule for all the activities and shall try their best to adhere to it. 21. This RFP should be treated as invitation for proposal for offers as stated in Commercial Form as in Part-III. Hence the bidders should offer their quotations accordingly. 22. The cost should involve the cost of the, installation, testing and commissioning of the, equipments, SDN router, switch and any other cost in regards with the scope of the work. 23. The bidder will have to develop a project implementation plan indicating milestones and deliverables to UTIITSL. This plan should be closely monitored for the delay and the achievements for the deliverables and any corrective action to be taken if required. The bidder will also have to submit and maintain the detailed network diagrams and documents with the detailed configuration, which would be UTIITSL property. 24. Setting up system Setup as per SLA & Technical Specification. 25. Training on all the devices should be provided by bidder to UTIITSL officials. 26. The Bidder will have to include User level training in their commercial proposal. UTIITSL will not consider for paying any extra cost other than commercial proposal for providing managed broadband connectivity with SD-WAN Technology/Solution services with SD-WAN Network devices. The selected agency would have to provide the detailed user level training (Onsite Only) for 8 (Eight) UTIITSL Resources at our UTIITSL Corporate office (Three Resources) and Data Centre at Railtel Secunderabad (Two Resources) and Disaster Recovery Site at Railtel Gurugram (Three Resources) after commissioning of complete setup. UTIITSL Corporate office, DC and DR addresses are mentioned in Annexure-11. The bifurcation of Resources for location-wise training may change. 17 -

18 27. Operations and Maintenance Services. i. The Successful bidder shall ensure the maintenance of the connectivity during the hiring period and should ensure data security. ii. Should have 24 X 7 facilities to raise trouble tickets and customer support on Remote. iii. Should have Onsite Support for Working Days (Monday to Sunday) in working Hours at Regional offices and 24x7 at UTIITSL Data Centre iv. UTIITSL may increase the bandwidth as per the rate card/rate contract provided by the Successful bidder. The Successful bidder has to scale up the bandwidth within One Week of notification by UTIITSL. v. Escalation matrix along with contact details to be provided within 10 days of commissioning the connectivity. vi. Should intimate UTIITSL about planned events and service outages through alerts. vii. Should provide online performance monitoring reporting to UTIITSL indicating bandwidth utilization, network latency, packet loss, jitter, link availability parameters as per SLA (Service Level Agreement). 28. Requirement of Broadband links at UTIITSL Locations i. The service provider has to provide Dual Link of Broadband with SD-WAN devices at UTIITSL. ii. iii. iv. Successful bidder would procure and terminate Internet Broadband links from any two SP and terminate on the SD-WAN router/devices at UTIITSL end. All the links terminated on CE should be active / active and in case of failover of any one link, the connectivity should be automatically established with second link(s) without any latency/ delay. UTIITSL should be able to aggregate bandwidth (Bonding) of Broadband / Cellular links terminated on the CE. v. Branch location shall have two links from two different service providers of Ratio 1:4 of required speed and throughput as specified in Annexure-10 which shall be terminated on single (SDN router/device) CE devices. vi. Regional office location shall have two links from two different service providers of Ratio 1:4 of required speed and throughput as specified in Annexure-10 which shall be terminated on two (SDN Router/device) CE devices. 29. Last Mile a) The last mile to be provided at all the locations should be 18 -

19 preferably on wired network at UTIITSL location either on Ethernet or Fiber. b) The last mile at all locations should support maximum bandwidth as proposed by UTIITSL (refer Annexure-10), with up-gradation during the period of contract. c) UTIITSL locations should be on Fiber/Ethernet/DSL which should be compatible to be terminated directly on CE equipment which is compatible for SD-WAN Technology. 30. Customer Premises Equipment Each edge device should support the following: i. Load-balance traffic across multiple Broadband/ILL paths based on load balancing algorithms efficiently using all available WAN bandwidth. ii. The solution should be able to monitor the network performance parameters viz., jitter, latency and packet loss and should be able to make decisions to forward critical applications over the best performing path based on the defined application policy. iii. The solution must respond to measured performance changes (degradation) in addition to link and node state changes (up / down) and adjust application forwarding accordingly. iv. The solution should support VRRP or equivalent to maintain hardware level redundancy. v. The solution should support Quality of Service, WAN load balancing and bonding. vi. The solution should support Performance routing. vii. The solution should provide detailed dashboard on network performance parameters like utilization, packet loss, jitter, latency, etc. viii. The solution should support routing based on network performance measured per application & sub-application. The solution should support Zero Touch Provisioning (ZTP) with centralized configuration templates based on category of offices. ix. The solution should provide centralized portal to configure & manage the WAN. x. The solution should provide visibility of network and application behavior. xi. All licenses required to meet the throughput & features shall be provided on day one. xii. The devices should be small enough to fit in the existing rack available at UTIITSL offices. If it doesn t fit then selected bidder has to provide the necessary rack without any additional cost. 19 -

20 xiii. All SD-WAN CPEs should be upgradeable to various bandwidth speeds without changing physical hardware. xiv. Edge device must be able to identify and classify applications, including application-encrypted traffic. Identification and classification of at least the following classes of application types must be supported by the solution: Client server and web based applications Video Conferencing bridge and core infrastructure Antivirus Solution Operating System and Client software patching solution Internet Gateway Security solutions etc. The solution must be able to dynamically control data packet forwarding decisions by looking at application type, performance, policies and path status. The solution should be able to prioritize real time traffic over other traffic. 31. Centralized Management, Monitoring and Configuration I. All central controller shall be provided, deployed & management by Successful bidder in coordination with Data Center Vendor at UTIITSL data center and at DR Site. The solution at DC site should be in high availability to avoid single point of failure. II. The centralized management appliance installed at DC and DR must provide a single, unified platform for network service provisioning, monitoring and assurance, change and compliance management. III. The centralized management appliance must have web based GUI. IV. The solution must support zero touch provisioning / plug-n-play for new branches, which entails on-site branch personnel having to make physical (i.e. cabling) changes only and administrators not having to make configuration changes to bring new branches online. V. The solution must provide guided workflow/wizard for deployment and management of SD-WAN infrastructure. VI. The solution must support end-to-end real-time flow visualization for the application paths for identifying issues and taking corrective actions. VII. All network wide configurations shall be from the centralized management appliance. VIII. The centralized management appliance shall have NMS capabilities and must support network wide device and network visibility for all the devices in the scope of the solution. IX. The solution must be able to collect and aggregate traffic statistics for all WAN paths. Traffic statistics should include path utilization, application specific utilization and path performance. X. The solution must support device health monitoring for all the devices within the solution scope. XI. The solution must store historical traffic and performance information to assist with trouble analysis, traffic forecasting and 20 -

21 XII. SLA compliance. The solution must support syslog and /sms based alarm to notify the administrators when any device/link fault or network performance degradation happens. 32. Reports & Analytics i. Real & historical time series log event reporting ii. Traffic usage/protocol anomaly detection iii. Prediction-based on extrapolation of trending data iv. Ad-hoc and scheduled reports v. Predefined and custom report templates vi. Report export formats: csv, pdf, xls, /sms notification vii. Traffic reports per site: availability, bandwidth usage per access circuit, bandwidth usage per application, latency, packet loss, QoS per access circuit etc. viii. Multi-site analytics/reports: connectivity, bandwidth usage and SLA metrics between sites. ix. Forensics: packet capture for known/unknown applications and detected vulnerabilities 33. User Interface i. Dashboard views for SD-WAN, security, CPE functionality, per CPE ii. Visualization using charts, real-time views, maps, grids iii. Drilldown support to analyze data instantly for a given time range, detect trends and anomalies iv. Automatic data enrichment v. HTTP/HTTPS Web-based interface 34. Management i. Role-based access control ii. REST APIs for 3rd party Apps iii. Historical log archival and clean-up. 35. Setting up Network Management Centre Successful Bidder shall provide comprehensive support for all locations as per Annexure -10 for monitor & managed. 36. Important Note i. The solution should meet the objective of SD-WAN as specified in Section of RFP. ii. The entire solution proposed by the bidder should be SLA based. Any shortfall in SLA will attract Liquidity damages. iii. The Successful bidder solution design should take into 21 -

UTI INFRASTRUCTURE TECHNOLOGY AND SERVICES LIMITED. Name of the Bid: Bid for Supply and Implementation of IT Security Devices

UTI INFRASTRUCTURE TECHNOLOGY AND SERVICES LIMITED. Name of the Bid: Bid for Supply and Implementation of IT Security Devices UTI INFRASTRUCTURE TECHNOLOGY AND SERVICES LIMITED Name of the Bid: Bid for Supply and Implementation of IT Security Devices General Information UTI Infrastructure Technology And Services Limited (UTIITSL)

More information

Request For Quotation from Service Providers. for. Appointment of Consultant for Migration to ISO/IEC 27001:2013 alongwith Implementation for UTIITSL

Request For Quotation from Service Providers. for. Appointment of Consultant for Migration to ISO/IEC 27001:2013 alongwith Implementation for UTIITSL Request For Quotation from Service Providers for Appointment of Consultant for Migration to ISO/IEC 27001:2013 alongwith Implementation for UTIITSL Release Date: 07-FEB-2015 Page 1 of 8 UTI Infrastructure

More information

Request For Quotation from Service Providers. for

Request For Quotation from Service Providers. for Request For Quotation from Service Providers for Appointment of Consultant for Migration to ISO/IEC 27001:2013 alongwith Implementation and Certification for UTIITSL Release Date: 17-DEC-2014 Page 1 of

More information

98 Years of Relentless Journey towards Engineering Advancement for Nation-building. Ref : SP/T-1623 Date : NOTICE INVITING TENDER

98 Years of Relentless Journey towards Engineering Advancement for Nation-building. Ref : SP/T-1623 Date : NOTICE INVITING TENDER The Institution of Engineers (India) AN ISO 9001: 2008 CERTIFIED ORGANISATION (ESTABLISHED 1920, INCORPORATED BY ROYAL CHARTER 1935) 8 GOKHALE ROAD, KOLKATA 700020 98 Years of Relentless Journey towards

More information

TENDER FOR SUPPLY AND INSTALLATION OF COMPUTER SYSTEM, SOFTWARE & UPS.

TENDER FOR SUPPLY AND INSTALLATION OF COMPUTER SYSTEM, SOFTWARE & UPS. TENDER FOR SUPPLY AND INSTALLATION OF COMPUTER SYSTEM, SOFTWARE & UPS. Tender Inquiry No. NSIC/HO/TISDC/43 National Small Industries Corporation Limited (A Government of India Enterprise) NSIC Bhawan,Okhla

More information

UTI INFRASTRUCTURE TECHNOLOGY AND SERVICES LIMITED

UTI INFRASTRUCTURE TECHNOLOGY AND SERVICES LIMITED UTI INFRASTRUCTURE TECHNOLOGY AND SERVICES LIMITED Name of the Bid: Bid for Disposal of Old Computers and Network Equipments at UTIITSL offices across India General Information Technology And Services

More information

Last Date of Submission : March 19, 2012 up to 3:00 p.m.

Last Date of Submission : March 19, 2012 up to 3:00 p.m. TENDER NO: JMI/CIT/202/4 LIMITED TENDER DOCUMENT Subject: Renewal of McAfee Antivirus and Procurement of Additional Licenses Jamia Millia Islamia intends to renew the existing Licenses of McAfee Antivirus

More information

Tender Schedule No. Figure: Active-Active Cluster with RAC

Tender Schedule No. Figure: Active-Active Cluster with RAC Tender Schedule No SIBL-IT-2014-01- ORACLE_RAC_ADG Social Islami Bank Ltd is running Core Islami Banking Solution since 2009. Total no of Branches/Users is increasing per year. Now, Database Server Load

More information

TENDER FOR SUPPLY AND INSTALLATION OF COMPUTER SYSTEM, SOFTWARE, PRINTER & UPS.

TENDER FOR SUPPLY AND INSTALLATION OF COMPUTER SYSTEM, SOFTWARE, PRINTER & UPS. TENDER FOR SUPPLY AND INSTALLATION OF COMPUTER SYSTEM, SOFTWARE, PRINTER & UPS. Tender Inquiry No. NSIC/HO/TISDC/01 National Small Industries Corporation Limited (A Government of India Enterprise) NSIC

More information

TENDER FOR RENEWAL OF EXISTING KASPERSKY ANTIVIRUS LICENSES FOR USE AT NIT, KARACHI

TENDER FOR RENEWAL OF EXISTING KASPERSKY ANTIVIRUS LICENSES FOR USE AT NIT, KARACHI 1 TENDER FOR RENEWAL OF EXISTING KASPERSKY ANTIVIRUS LICENSES FOR USE AT NIT, KARACHI 2 NATIONAL INVESTMENT TRUST LIMITED TABLE OF CONTENTS PAGE No 1. INTRODUCTION 3 2 SCOPE OF WORK 3 3 INFORMATION FOR

More information

ADMINISTRATION DEPARTMENT TENDER FOR RENEWAL OF EXISTING KASPERSKY ANTIVIRUS TOTAL SECURITTY FOR BUSINESS LICENSES FOR USE AT NIT KARACHI

ADMINISTRATION DEPARTMENT TENDER FOR RENEWAL OF EXISTING KASPERSKY ANTIVIRUS TOTAL SECURITTY FOR BUSINESS LICENSES FOR USE AT NIT KARACHI 1 ADMINISTRATION DEPARTMENT Admn. 24(42-C)/03/2018 Date: December 21, 2018 TENDER FOR RENEWAL OF EXISTING KASPERSKY ANTIVIRUS TOTAL SECURITTY FOR BUSINESS LICENSES FOR USE AT NIT KARACHI National Investment

More information

Sl # Clause No Existing Clause Revised Clause 1. Page No-18 Section 5.1 Point No-7 EMD & Document Fee

Sl # Clause No Existing Clause Revised Clause 1. Page No-18 Section 5.1 Point No-7 EMD & Document Fee REQUEST FOR PROPOSAL FOR PROCUREMENT OF POINT TO POINT FIBRE OPTIC LINKS BETWEEN OCAC BUILDING AND IT CENTRE, SECRETARIAT, BHUBANESWAR FOR A PERIOD OF 2 YEARS RFP REF NO OCAC-SEGP-INFRA-0010-2017-ENQ-17052

More information

Sub : ADDENDUM/CORRIGENDUM for Request for Proposal for Providing Managed Networking Solutions using SDWAN Technology for ESIC Offices across India

Sub : ADDENDUM/CORRIGENDUM for Request for Proposal for Providing Managed Networking Solutions using SDWAN Technology for ESIC Offices across India EMPLOYEES STATE INSURANCE CORPORATION ESIC Hqrs. Extension office, Express Building, BSZ Marg, Ground Floor, New Delhi-02 VOIP No. 10011008/10011048 PH: 011-23701356, email: ac_icthq@esic.nic.in F. No.

More information

Rajya Sabha Secretariat Rajya Sabha Television 3 rd &4 th Floor, Talkatora Stadium Annexe Building, New Delhi

Rajya Sabha Secretariat Rajya Sabha Television 3 rd &4 th Floor, Talkatora Stadium Annexe Building, New Delhi Rajya Sabha Secretariat Rajya Sabha Television 3 rd &4 th Floor, Talkatora Stadium Annexe Building, New Delhi 110001 No. RSTV/Admn/68/2018 Dated:09 th May 2018 TENDER NOTICE FOR INTERNET CONNECTIVITY FOR

More information

TENDER DOCUMENT for Renewal of SonicWALL NSA 4500 and SonicWALL Enforced Anti-Virus & Anti-Spyware at NIHFW

TENDER DOCUMENT for Renewal of SonicWALL NSA 4500 and SonicWALL Enforced Anti-Virus & Anti-Spyware at NIHFW NATIONAL INSTITUTE OF HEALTH AND FAMILY WELFARE Baba Gang Nath Marg, Munirka, New Delhi-110067 Email: info@nihfw.org Website: www.nihfw.org The National Institute of Health and Family Welfare (NIHFW) is

More information

CORRIGENDUM. Corrigendum to RFP No. SBI/GITC/PMD/ /402 dated

CORRIGENDUM. Corrigendum to RFP No. SBI/GITC/PMD/ /402 dated CORRIGENDUM Corrigendum to RFP No. SBI/GITC/PMD/2017-18/402 dated 30.06.2017 For procurement of services for setting up Transformation Management Office (TMO) and for providing services to the Enterprise

More information

Mailbox Rental Terms and Conditions

Mailbox Rental Terms and Conditions Mailbox Rental Terms and Conditions (valid from 26th September 2018) Subject to the customer ("the Customer") observing the Terms and Conditions set out below, Mail Boxes Etc. ("the Company") agrees to

More information

Government of Bihar Bihar Institute of Public Administration and Rural Development(BIPARD) WALMI Complex, Phulwarisharif Patna

Government of Bihar Bihar Institute of Public Administration and Rural Development(BIPARD) WALMI Complex, Phulwarisharif Patna Government of Bihar Bihar Institute of Public Administration and Rural Development(BIPARD) WALMI Complex, Phulwarisharif Patna 801505 Tender No.-03/2016-17 Dated-18.05.2016 TENDER NOTICE FOR Conducting

More information

No. NIQ14/2017/IND14366 Dated:

No. NIQ14/2017/IND14366 Dated: NATIONAL INSTITUTE OF PHARMACEUTICAL EDUCATION AND RESEARCH (NIPER) Sector 67, S.A.S. Nagar (Mohali) Telephone No. 2214682-87, Fax No. 0172-2214692 No. NIQ14/2017/IND14366 Dated: 07.06.2017 NOTICE INVITING

More information

QUAID E AZAM THERMAL POWER (PVT.) LTD. First Floor, 7 C 1, Gulberg III, Lahore.

QUAID E AZAM THERMAL POWER (PVT.) LTD. First Floor, 7 C 1, Gulberg III, Lahore. BIDDING DOCUMENTS / TORS FOR PROVISION OF INTERNET SERVICES FOR QUAID-E-AZAM THERMAL POWER (PVT.) LIMITED HEAD OFFICE ( QATPL ) Tender Price: 500/- (Non-Refundable) Receipt No. Dated: - Opening date: At

More information

Indian Institute of Technology, Kharagpur Kharagpur , WB, India

Indian Institute of Technology, Kharagpur Kharagpur , WB, India Indian Institute of Technology, Kharagpur Kharagpur 721 302, WB, India Sub: PROCUREMENT OF FOUR NOS. 30 KVA (3 PHASE INPUT & SINGLE PHASE OUTPUT) ONLINE UPS SYSTEMS Ref: Tender No.: IIT/CIC/UPS/30KVA/2017-18/33

More information

Website:

Website: Phone (Off.): 011 22542693 Website: www.cbse.nic.in 011-22045173 C e n t r a l B o a r d o f S e c o n d a r y E d u c a t i o n (An autonomous Organisation under the Union Ministry of Human Resource Development,

More information

Sybase Database Details. Data Device Usage. Transaction Log Segment Usage

Sybase Database Details. Data Device Usage. Transaction Log Segment Usage Information Technology Division. Kolkata LIMITED TENDER ENQUIRY NO.: BL/2015-2016/SOFTWARE/05 DATE: 12/08/2015 DUE ON: 21/08/2015 LIMITED TENDER FOR CONVERSION OF VB APPLICATION FROM SYBASE ASE XV TO MS

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. This document set contains the following: a) Terms and conditions of the Tender - Pages 2 & 3 b) Details of the Firm offering this Quote - Page 4 c) Technical Compliance & Quotation

More information

TRANSLATIONAL HEALTH SCIENCE AND TECHNOLOGY INSTITUTE

TRANSLATIONAL HEALTH SCIENCE AND TECHNOLOGY INSTITUTE TRANSLATIONAL HEALTH SCIENCE AND TECHNOLOGY INSTITUTE T E N D E R D O C U M E N T FOR Providing of 4 Mbps Bandwidth (1:1) Connectivity through Leased Line required At 496 - Udyog Vihar Phase-III,Gurgaon,Haryana

More information

Fibre & ADSL Broadband - Specific Terms and Conditions

Fibre & ADSL Broadband - Specific Terms and Conditions Fibre & ADSL Broadband - Specific Terms and Conditions Issue date: 1 st March 2018 1 DEFINITIONS 1.1 These Specific Terms and Conditions are to be read in conjunction with TNBN Ltd Terms and Conditions

More information

ICSI HOUSE, 22 INSTITUTIONAL AREA, LODI ROAD NEW DELHI Quotation for Rate Contract for Supply of Computer Consumables for Six Months

ICSI HOUSE, 22 INSTITUTIONAL AREA, LODI ROAD NEW DELHI Quotation for Rate Contract for Supply of Computer Consumables for Six Months Sub: ICSI HOUSE, 22 INSTITUTIONAL AREA, LODI ROAD NEW DELHI 110 003 Quotation for Rate Contract for Supply of Computer Consumables for Six Months Ref: ICSI/PC-2014/RFQ-2575 Date: 10-July-14 Sealed Quotations

More information

INDIA TOURISM DEVELOPMENT CORPORATION LIMITED Unit : Ashok Travels & Tours, Bangalore

INDIA TOURISM DEVELOPMENT CORPORATION LIMITED Unit : Ashok Travels & Tours, Bangalore GENERAL TERMS & CONDITIONS FOR APPOINTMENT OF CONSOLIDATOR FOR ATT BANGALORE 1. Should own minimum of 5 Coaches ( High Tech 35 Seater registration not earlier than 2003). 2. Should have minimum of three

More information

OIL AND GAS REGULATORY AUTHORITY *******

OIL AND GAS REGULATORY AUTHORITY ******* T E N D E R N O T I C E PURCHASE OF LICENSED ANTI-VIRUS SOFTWARE UNDER TENDER ENQUIRY NO. 04 OF 2018. 1. The Oil and Gas Regulatory Authority (OGRA) invites sealed bids from well-reputed Authorized Suppliers/Dealers

More information

Request for Proposal (RFP)

Request for Proposal (RFP) Request for Proposal (RFP) BOK PENETRATION TESTING Date of Issue Closing Date Place Enquiries Table of Contents 1. Project Introduction... 3 1.1 About The Bank of Khyber... 3 1.2 Critical Success Factors...

More information

GOVERNMENT OF INDIA MINISTRY OF MINES INDIAN BUREAU OF MINES INDIRA BHAWAN, CIVIL LINES, NAGPUR RFP No. MTS/01/ /CCOM

GOVERNMENT OF INDIA MINISTRY OF MINES INDIAN BUREAU OF MINES INDIRA BHAWAN, CIVIL LINES, NAGPUR RFP No. MTS/01/ /CCOM GOVERNMENT OF INDIA MINISTRY OF MINES INDIAN BUREAU OF MINES INDIRA BHAWAN, CIVIL LINES, NAGPUR- 440 001 RFP No. MTS/01/2015-16/CCOM CORRIGENDUM No. 1 13 October 2015 Page 1 of 7 Contents Corrigendum Item

More information

Tender Document. Ref. No.: NIT/AMU/CPCC-01/ThinClient/ For. Procurement of Thin Client Solution

Tender Document. Ref. No.: NIT/AMU/CPCC-01/ThinClient/ For. Procurement of Thin Client Solution Tender Document Ref. No.: NIT/AMU/CPCC-01/ThinClient/2015-2016 For Procurement of Thin Client Solution By Central Purchase Committee for Computer ALIGARH MUSLIM UNIVERSITY, ALIGARH NIT/AMU/CPCC-01/ThinClient/2015-2016

More information

Request for Quotation RFQ SUBJECT: FT-IR SYSTEM

Request for Quotation RFQ SUBJECT: FT-IR SYSTEM Request for Quotation SUBJECT: FT-IR SYSTEM DATE OF ISSUE: January 31, 2018 TO RESPOND BY: RESPOND TO: February 26, 2018 @ 1400 Hours (2:00 PM Pacific Time) Sandra Shelke Contract & Supply Chain Management

More information

Notice inviting Tender for Web site design & Development

Notice inviting Tender for Web site design & Development CEFC Pratham Foundation Notice inviting Tender for Web site design & Development Tender No. -CEFC/2017/10/Tender/02 Sealed tender offers are invited in sealed cover under two bid systems from eligible

More information

SHIVAJI COLLEGE, UNIVERSITY OF DELHI RAJA GARDEN, RING ROAD NEW DELHI NOTICE INVITING TENDERS

SHIVAJI COLLEGE, UNIVERSITY OF DELHI RAJA GARDEN, RING ROAD NEW DELHI NOTICE INVITING TENDERS SHIVAJI COLLEGE, UNIVERSITY OF DELHI RAJA GARDEN, RING ROAD NEW DELHI -110027 NOTICE INVITING TENDERS 1. Sealed bids are invited from experienced, resourceful and bonafide firms on single stage two bid

More information

SPECIFIC TERMS METRO ETHERNET SERVICE

SPECIFIC TERMS METRO ETHERNET SERVICE SPECIFIC TERMS METRO ETHERNET SERVICE This Specific Terms form the Agreement between you and SP Telecommunications Pte Ltd (Reg No. 199700517K) and may be amended by the Application Form. It is agreed

More information

Please note that your offer should be only in the enclosed format duly signed by the authorised signatory on each page along with seal of your firm.

Please note that your offer should be only in the enclosed format duly signed by the authorised signatory on each page along with seal of your firm. Tender Enquiry No. : CDC/1k/17011/2009-10/02 dated 20 th July 2009 Item : Sealed Quotation for Computer Hardware and Software Due Date & Time : 28.7.2009, 16.00 Hrs Dear Sir, Consultancy Development Centre

More information

USSD Banking Services Terms & Conditions of National Development Bank PLC (Bank):

USSD Banking Services Terms & Conditions of National Development Bank PLC (Bank): USSD Banking Services Terms & Conditions of National Development Bank PLC (Bank): 1. Definitions: In this section, the following words and phrases have the meaning set opposite them unless the context

More information

First Federal Savings Bank of Mascoutah, IL Agreement and Disclosures

First Federal Savings Bank of Mascoutah, IL Agreement and Disclosures Agreement and Disclosures INTERNET BANKING TERMS AND CONDITIONS AGREEMENT This Agreement describes your rights and obligations as a user of the Online Banking Service and all other services made available

More information

TENDER DOCUMENT NATIONAL INSTITUTE OF PUBLIC FINANCE AND POLICY. New Delhi SUPPLY OF LAN EQUIPMENTS AND INSTALLATION OF LAN IN THE CAMPUS

TENDER DOCUMENT NATIONAL INSTITUTE OF PUBLIC FINANCE AND POLICY. New Delhi SUPPLY OF LAN EQUIPMENTS AND INSTALLATION OF LAN IN THE CAMPUS TENDER DOCUMENT SUPPLY OF LAN EQUIPMENTS AND INSTALLATION OF LAN IN THE CAMPUS Issue Of Tender January 10, 2019 onwards Last Date of Submission of Tender- 29.1.2019 Opening of Technical Bid 29.1.2019 3.30

More information

Town of Gilmanton, New Hampshire SELECTMENS OFFICE

Town of Gilmanton, New Hampshire SELECTMENS OFFICE TOWN OF GILMANTON SELECTMEN S OFFICE PO Box 550, Gilmanton, NH 03237 Ph. 603-267-6700 Fax 603-267-6701 townadministrator@gilmantonnh.org Town of Gilmanton, New Hampshire SELECTMENS OFFICE REQUEST FOR PROPOSAL

More information

Authorization for Systematic Investment in Mutual Fund Authorization to India Infoline Ltd.

Authorization for Systematic Investment in Mutual Fund Authorization to India Infoline Ltd. Authorization for Systematic Investment in Mutual Fund Authorization to India Infoline Ltd. I/We would like to make investment in Systematic Investment Plans of Mutual Funds Schemes offered by various

More information

RFP Page No. RFP Clause No. Sl.No.

RFP Page No. RFP Clause No. Sl.No. CORRIGENDUM-I DATED 10.12.2018 RFP FORRATE CONTRACT FOR AMC AND FMS SERVICES OF VIDEO CONFERENCING EQUIPMENT (END-POINTS) AND MCU FOR OFFICES OF STATE BANK OF INDIA Ref: SBI/GITC/NW&C/18-19/540 dated :20/11/2018

More information

Hard Disk: 1 TB TFT (LED) Monitor 21

Hard Disk: 1 TB TFT (LED) Monitor 21 In continuation to advertisement published in the Uttar Banga Sambad vide advt. no. 59/R-18, dt. 20/6/18, sealed Quotations cum Buy-Back offer Against three nos. of old desktops of University Press are

More information

UCO BANK Department of Information Technology

UCO BANK Department of Information Technology UCO BANK Department of Information Technology Request for Proposal (RFP) for Selection of Service Provider for Implementation of Phone Banking Services RFP Ref. No.: DIT/BPR & BTD/OA/3865/2018-19 Dated:

More information

Bharat Heavy Electricals Limited (High Pressure Boiler Plant) Tiruchirappalli , TAMIL NADU, INDIA MATERIALS MANAGEMENT

Bharat Heavy Electricals Limited (High Pressure Boiler Plant) Tiruchirappalli , TAMIL NADU, INDIA MATERIALS MANAGEMENT An ISO 9001 Company Bharat Heavy Electricals Limited (High Pressure Boiler Plant) Tiruchirappalli 620014, TAMIL NADU, INDIA MATERIALS MANAGEMENT TITLE SUPPLY OF REACTOR HEADER FORGINGS TO BHEL TRICHY Phone:

More information

Managed WAN SLA. Contents

Managed WAN SLA. Contents Managed WAN SLA Contents Terminology... 2 Service Description... 2 Service Offerings... 2 Private Network Services... 2 Ethernet Connectivity... 2 T-1 Connectivity... 3 Other Connectivity... 3 Internet

More information

Managed WAN SLA. Contents

Managed WAN SLA. Contents Managed WAN SLA Contents Terminology... 2 Service Description... 2 General... 2 Levels and Offerings... 2 Private Network Services... 2 Features... 2 Internet Access... 3 Features... 3 Service Level Metrics...

More information

No.19013/3/2016--Genl Government of India Ministry of Textiles (General Section) Udyog Bhawan, New Delhi Dated October, 2016.

No.19013/3/2016--Genl Government of India Ministry of Textiles (General Section) Udyog Bhawan, New Delhi Dated October, 2016. To, As per list, No.19013/3/2016--Genl Government of India Ministry of Textiles (General Section) Udyog Bhawan, New Delhi Dated October, 2016. Subject:- Tender for comprehensive Annual Comprehensive Maintenance

More information

NOTICE INVITING QUOTATION ADM/56/96/IXE

NOTICE INVITING QUOTATION ADM/56/96/IXE West Bengal Industrial Development Corporation Limited Protiti, 23, Abanindranath Tagore Sarani (Camac Street) Kolkata-700 017 NOTICE INVITING QUOTATION Tender No. Tender Notice issued by Tender to be

More information

ODISHA GRAMYA BANK Information Technology Department Head Office, Gandamunda, P.O.-Khandagiri, Bhubaneswar

ODISHA GRAMYA BANK Information Technology Department Head Office, Gandamunda, P.O.-Khandagiri, Bhubaneswar ODISHA GRAMYA BANK Information Technology Department Head Office, Gandamunda, P.O.-Khandagiri, Bhubaneswar RFP Ref. No. OGB/RFP/ITD/HARDWARE/002/2018-19, Amendment_1 Date: 04-05-2018 AMENDMENT_1: REQUEST

More information

OIL AND GAS REGULATORY AUTHORITY *******

OIL AND GAS REGULATORY AUTHORITY ******* T E N D E R N O T I C E PURCHASE OF LICENSED ANTI-VIRUS SOFTWARE UNDER OGRA TENDER ENQUIRY NO. 1 OF 2015. 1. The Oil and Gas Regulatory Authority (OGRA) invites sealed tender from wellreputed Authorized

More information

NEOBROADBAND LTE SERVICE SCHEDULE

NEOBROADBAND LTE SERVICE SCHEDULE Liquid Telecommunications South Africa (Pty) Ltd 401 Old Pretoria Main Road Halfway House, Midrand 1685 South Africa T +27 11 585 0000 NEOBROADBAND LTE SERVICE SCHEDULE Liquid Telecom Offices Mauritius

More information

NO.VSSUT/CIF/ Dated: QUOTATION CALL NOTICE

NO.VSSUT/CIF/ Dated: QUOTATION CALL NOTICE NO.VSSUT/CIF/---------------- Dated: --------------------- QUOTATION CALL NOTICE Sealed quotations are invited from registered OEM/ Distributors/Dealers/firms having up-todate income tax and sales tax

More information

ICSI HOUSE, 22 INSTITUTIONAL AREA, LODI ROAD NEW DELHI Ref: ICSI/PC-2015/RFQ-2632 Date: August 07, 2015 STORES FOR ONE YEAR

ICSI HOUSE, 22 INSTITUTIONAL AREA, LODI ROAD NEW DELHI Ref: ICSI/PC-2015/RFQ-2632 Date: August 07, 2015 STORES FOR ONE YEAR ICSI HOUSE, 22 INSTITUTIONAL AREA, LODI ROAD NEW DELHI 110 003 Ref: ICSI/PC-2015/RFQ-2632 Date: August 07, 2015 Sub: Quotation for Rate Contract for Supply of COMPUTER COMSUMABLES FOR ADMN STORES FOR ONE

More information

Secure Messaging Mobile App Privacy Policy. Privacy Policy Highlights

Secure Messaging Mobile App Privacy Policy. Privacy Policy Highlights Secure Messaging Mobile App Privacy Policy Privacy Policy Highlights For ease of review, Everbridge provides these Privacy Policy highlights, which cover certain aspects of our Privacy Policy. Please review

More information

Mobile Banking and Mobile Deposit Terms & Conditions

Mobile Banking and Mobile Deposit Terms & Conditions Mobile Banking and Mobile Deposit Terms & Conditions PLEASE CAREFULLY REVIEW THESE TERMS AND CONDITIONS BEFORE PROCEEDING: This Mobile Banking and Mobile Deposit Addendum ( Addendum ) to the Old National

More information

OIL AND GAS REGULATORY AUTHORITY Plot No. 54-B, Fazal-e-Haq Road, Blue Area, Islamabad Ph: ********

OIL AND GAS REGULATORY AUTHORITY Plot No. 54-B, Fazal-e-Haq Road, Blue Area, Islamabad Ph: ******** OIL AND GAS REGULATORY AUTHORITY UNDER TENDER ENQUIRY NO. 1 OF 2018 T E N D E R N O T I C E 1. The Oil and Gas Regulatory Authority (OGRA) hereby invites sealed bids for hiring of Fiber Optic Internet

More information

RFP FOR INFORMATION SYSTEM AUDIT

RFP FOR INFORMATION SYSTEM AUDIT RFP FOR INFORMATION SYSTEM AUDIT 2018-19 I. Introduction II. The Kerala State Cooperative Bank Ltd. is the apex bank of the Cooperative Banking structure in Kerala that is approved by the Registrar of

More information

Sd/- REGISTRAR RGUHS TENDER NOTIFICATION

Sd/- REGISTRAR RGUHS TENDER NOTIFICATION Rajiv Gandhi University Of Health Sciences, Karnataka 4 th T Block, Jayanagar, Bangalore 560 04 ------------------------------------------------------------------------------------------------------------------------------------

More information

Interac e-transfer Terms and Conditions

Interac e-transfer Terms and Conditions Interac e-transfer Terms and Conditions 1. What the Words Mean: In this Interac e-transfer Terms and Conditions document (the Agreement ), please remember that: "I", "me", "my", you, ICICI Bank Customer

More information

Indian Institute of Engineering Science and Technology, Shibpur Howrah Advt. No. DE/D(AA)/16/71 dated 16/12/2016 TENDER

Indian Institute of Engineering Science and Technology, Shibpur Howrah Advt. No. DE/D(AA)/16/71 dated 16/12/2016 TENDER Indian Institute of Engineering Science and Technology, Shibpur Howrah 711 103 Advt. No. DE/D(AA)/16/71 dated 16/12/2016 TENDER The Ramanujan Central Library, Indian Institute of Engineering Science and

More information

DENA BANK INFORMATION TECHNOLOGY DEPARTMENT, HO, MUMBAI.

DENA BANK INFORMATION TECHNOLOGY DEPARTMENT, HO, MUMBAI. Replies to Queries during the Pre-bid meeting held on 12 th May, 2015 for Tender Managed Security Services [Tender Ref: HO/ITD/206/2015 Dated 06/05/2015]. Sr. No. RFP Reference No. Query Clarification/

More information

AGREEMENT FOR RECEIPT AND USE OF MARKET DATA: ADDITIONAL PROVISIONS

AGREEMENT FOR RECEIPT AND USE OF MARKET DATA: ADDITIONAL PROVISIONS EXHIBIT C AGREEMENT FOR RECEIPT AND USE OF MARKET DATA: ADDITIONAL PROVISIONS 21. NYSE DATA PRODUCTS (a) SCOPE This Exhibit C applies insofar as Customer receives, uses and redistributes NYSE Data Products

More information

RESERVE BANK OF INDIA

RESERVE BANK OF INDIA भ रत य रज़वर ब क स चन गक वभ ग Corporate Communications Division RESERVE BANK OF INDIA Department of Information Technology Annexure-A RFP for RFP for providing certification services under ISO 27001:2013

More information

Quotation Notice. S/d DIRECTOR

Quotation Notice. S/d DIRECTOR KUCC/2016/378 03/10/2016 Quotation Notice Sealed quotations are invited for Supply and implementation of Wildcard Secure Sockets Layer (SSL) Certificate for University of Kerala as per specification and

More information

Domain Hosting Terms and Conditions

Domain Hosting Terms and Conditions Domain Hosting Terms and Conditions Preamble This document may be augmented or replaced by relevant sections of other parts of our Agreement, and should be read in conjunction with other supporting documents,

More information

Fritztile is a brand of The Stonhard Group THE STONHARD GROUP Privacy Notice The Stonhard Group" Notice Whose Personal Data do we collect?

Fritztile is a brand of The Stonhard Group THE STONHARD GROUP Privacy Notice The Stonhard Group Notice Whose Personal Data do we collect? Fritztile is a brand of The Stonhard Group THE STONHARD GROUP Privacy Notice For the purposes of applicable data protection and privacy laws, The Stonhard Group, a division of Stoncor Group, Inc. ( The

More information

SANMINA CORPORATION PRIVACY POLICY. Effective date: May 25, 2018

SANMINA CORPORATION PRIVACY POLICY. Effective date: May 25, 2018 SANMINA CORPORATION PRIVACY POLICY Effective date: May 25, 2018 This Privacy Policy (the Policy ) sets forth the privacy principles that Sanmina Corporation and its subsidiaries (collectively, Sanmina

More information

Special instructions to Bidders for e-tendering

Special instructions to Bidders for e-tendering Special instructions to Bidders for e-tendering General The Special Instructions (for e-tendering) supplement Instruction to Bidders, as given in these Tender Documents. Submission of Online Bids is mandatory

More information

Corrigendum: RFP by MAB IT Ops for procurement of SIM cards for use in PoS terminals RFP ref: SBI/GITC/MAB/2017/2018/418

Corrigendum: RFP by MAB IT Ops for procurement of SIM cards for use in PoS terminals RFP ref: SBI/GITC/MAB/2017/2018/418 Corrigendum: RFP by MAB IT Ops for procurement of SIM cards for use in PoS terminals RFP ref: SBI/GITC/MAB/2017/2018/418 Sr No Page of RFP 1 19 Award criteria-i, Clause Present clause / condition / criteria

More information

CERTIFIED MAIL LABELS TERMS OF USE and PRIVACY POLICY Agreement

CERTIFIED MAIL LABELS TERMS OF USE and PRIVACY POLICY Agreement CERTIFIED MAIL LABELS TERMS OF USE and PRIVACY POLICY Agreement Welcome to Certified Mail Envelopes and Certified Mail Labels web sites (the Site ) a website, trademark and business name owned and operated

More information

USER CORPORATE RULES. These User Corporate Rules are available to Users at any time via a link accessible in the applicable Service Privacy Policy.

USER CORPORATE RULES. These User Corporate Rules are available to Users at any time via a link accessible in the applicable Service Privacy Policy. These User Corporate Rules are available to Users at any time via a link accessible in the applicable Service Privacy Policy. I. OBJECTIVE ebay s goal is to apply uniform, adequate and global data protection

More information

Terms and Conditions For Online-Payments

Terms and Conditions For Online-Payments Terms and Conditions For Online-Payments The Terms and Conditions contained herein shall apply to any person ( User ) using the services of Ghaziabad Nagar Nigam for making Tax payments through an online

More information

HOOGHLY PRINTING CO. LTD. (A

HOOGHLY PRINTING CO. LTD. (A Hooghly Printing Co. Ltd. (HPC) invites offers in sealed cover from eligible Bidders i.e. Original Equipment Manufacturers (OEM)/ Authorised Dealer (AUD)/Distributor of OEM for the supply, installation,

More information

Request for Proposal George West Independent School District ERate

Request for Proposal George West Independent School District ERate Request for Proposal ERate 2015-2016 Infrastructure for New Wings at George West High School and George West Elementary School Due: March 9, 2015 2:00 PM Superintendent: Ty Sparks ERate 2015 RFP:, George

More information

IDBI BANK LIMITED IDBI TOWER, WTC COMPLEX, CUFFE PARADE MUMBAI

IDBI BANK LIMITED IDBI TOWER, WTC COMPLEX, CUFFE PARADE MUMBAI IDBI BANK LIMITED IDBI TOWER, WTC COMPLEX, CUFFE PARADE MUMBAI 400 005 Invitation for EXPRESSION OF INTEREST (EOI) From Telecom Service Providers For MPLS Network Connectivity in India Address communication

More information

Request for Qualifications for Audit Services March 25, 2015

Request for Qualifications for Audit Services March 25, 2015 Request for Qualifications for Audit Services March 25, 2015 I. GENERAL INFORMATION A. Purpose This Request for Qualifications (RFQ) is to solicit a CPA firm with which to contract for a financial and

More information

*Please mention service provider name i.e. Airtel or TCL in the order of choice i.e., first choice and second choice.

*Please mention service provider name i.e. Airtel or TCL in the order of choice i.e., first choice and second choice. Date: Membership Department National Spot Exchange limited, Suren Road Chakala, Andheri East Fax- 022 6761 9931 Dear Sir, Sub: Request for MPLS leased circuit feasibility check This has reference to your

More information

HIGH COURT OF HIMACHAL PRADESH, SHIMLA

HIGH COURT OF HIMACHAL PRADESH, SHIMLA HIGH COURT OF HIMACHAL PRADESH, SHIMLA - 171 001 No. HHC/Comp./e-Courts/Phase-II/2015-II- Dated Shimla, the 19 th January, 2017. Subject: Purchase of 118 Monochrome Laser Printer & 118 Monochrome Laser

More information

RFP FOR PROCUREMENT OF CISCO ROUTER AND SWITCH IMPORTANT DATE: LAST DATE FOR SUBMISSION OF QUOTES: 20/10/2016 THROUGH E- TENDERING MODULE

RFP FOR PROCUREMENT OF CISCO ROUTER AND SWITCH IMPORTANT DATE: LAST DATE FOR SUBMISSION OF QUOTES: 20/10/2016 THROUGH E- TENDERING MODULE RFP FOR PROCUREMENT OF CISCO ROUTER AND SWITCH RFP No. IT/0/8 Dates: /09/06 IMPORTANT DATE: LAST DATE FOR SUBMISSION OF QUOTES: 0/0/06 THROUGH E- TENDERING MODULE State Bank of India (SBI), Bangladesh

More information

Powered by Registration on Leonardo Supplier Portal Terms and Conditions

Powered by Registration on Leonardo Supplier Portal Terms and Conditions Registration on Leonardo Supplier Portal Terms and Conditions Leonardo Global Solutions SpA Tipo: Pagina: 1 di 7 1. Foreword CONTRACT FOR THE REGISTRATION ON LEONARDO SUPPLIER PORTAL Leonardo - listed

More information

IP WAN SERVICE SCHEDULE

IP WAN SERVICE SCHEDULE IP WAN SERVICE SCHEDULE 1. DEFINITIONS Additional Charge means charges to be determined by Vocus on a time and materials basis in respect of installation of additional infrastructure or charges payable

More information

Bidding Document. Renewal and Maintenance Support of Intrusion Detection System / Intrusion Prevention System (IDS/IPS)

Bidding Document. Renewal and Maintenance Support of Intrusion Detection System / Intrusion Prevention System (IDS/IPS) Bidding Document Renewal and Maintenance Support of Intrusion Detection System / Intrusion Prevention System (IDS/IPS) Last Date for Submission: Tender Opening Date: 23-01-2019 at 3:30PM 23-01-2019 at

More information

"PPS" is Private Practice Software as developed and produced by Rushcliff Ltd.

PPS is Private Practice Software as developed and produced by Rushcliff Ltd. Rushcliff Ltd Data Processing Agreement This Data Processing Agreement ( DPA ) forms part of the main terms of use of PPS, PPS Express, PPS Online booking, any other Rushcliff products or services and

More information

COMCAST ENTERPRISE SERVICES PRODUCT-SPECIFIC ATTACHMENT SOFTWARE-DEFINED WIDE AREA NETWORKING (SD-WAN)

COMCAST ENTERPRISE SERVICES PRODUCT-SPECIFIC ATTACHMENT SOFTWARE-DEFINED WIDE AREA NETWORKING (SD-WAN) ATTACHMENT IDENTIFIER: SD-WAN, Ver. 1.0 COMCAST ENTERPRISE SERVICES PRODUCT-SPECIFIC ATTACHMENT SOFTWARE-DEFINED WIDE AREA NETWORKING (SD-WAN) The following additional terms and conditions are applicable

More information

NOTICE INVITING TENDER (NIT) SEALED QUOTATIONS FOR SUPPLY, INSTALLATION AND MAINTENANCE OF THREE (3) LAPTOPS at Head Office, Kolkata

NOTICE INVITING TENDER (NIT) SEALED QUOTATIONS FOR SUPPLY, INSTALLATION AND MAINTENANCE OF THREE (3) LAPTOPS at Head Office, Kolkata Ref: HO/DIT/Laptop-Proc-NIT/111 Date: 08.08.2018 NOTICE INVITING TENDER (NIT) SEALED QUOTATIONS FOR SUPPLY, INSTALLATION AND MAINTENANCE OF THREE (3) LAPTOPS at Head Office, Kolkata Allahabad Bank intends

More information

Department of Mechanical Engineering, Indian Institute of Technology Madras Chennai 36

Department of Mechanical Engineering, Indian Institute of Technology Madras Chennai 36 Department of Mechanical Engineering, Indian Institute of Technology Madras Chennai 36 Dr. V V S D Ratna Kumar Annabattula & Dr. Manoj Pandey Phone :044-2257 4719 Project Coordinators Fax :044-2257 4652

More information

Schedule document N4MDM. PUBLIC Node4 limited 31/11/2018. Node4 Limited Millennium Way Pride Park Derby DE24 8HZ

Schedule document N4MDM. PUBLIC Node4 limited 31/11/2018. Node4 Limited Millennium Way Pride Park Derby DE24 8HZ Schedule document N4MDM PUBLIC Node4 limited 31/11/2018 Schedule document N4MDM This Schedule contains additional terms, Service Description & Service Level Agreement applicable to the N4 End Point Management

More information

SCHEDULE DOCUMENT N4MDM PUBLIC NODE4 LIMITED 13/07/2017. Node4 Limited Millennium Way Pride Park Derby DE24 8HZ

SCHEDULE DOCUMENT N4MDM PUBLIC NODE4 LIMITED 13/07/2017. Node4 Limited Millennium Way Pride Park Derby DE24 8HZ SCHEDULE DOCUMENT N4MDM PUBLIC NODE4 LIMITED 13/07/2017 SCHEDULE This Schedule contains additional terms, Service Description & Service Level Agreement applicable to the N4 End Point Management Service

More information

RE-QUOTATION NOTICE. Item PM

RE-QUOTATION NOTICE. Item PM Page No: - 1 Quotation No: and Date Item RE-QUOTATION NOTICE IT/CPP/2019-2020 dated 19-03-2019 Rate contract of Computer Peripherals EMD Amount Rs. 10,000/- Due date and time for receipt of Quotation Date

More information

E - Tender. For. Procurement of Exclaimer Signature Manager for Microsoft Office 365 Cloud Solution for Export-Import Bank of India

E - Tender. For. Procurement of Exclaimer Signature Manager for Microsoft Office 365 Cloud  Solution for Export-Import Bank of India E - Tender For Procurement of Exclaimer Signature Manager for Microsoft Office 365 Cloud Email Solution for Export-Import Bank of India Tender Reference No: IT/EXIM/RFP/2016-17/037 Ph: 022-22172410 E-Mail:

More information

BOXING FEDERATION OF INDIA

BOXING FEDERATION OF INDIA BOXING FEDERATION OF INDIA REQUEST FOR PROPOSAL (RFP) FOR ENGAGING INTERNET SERVICE PROVIDER WITH LAN SETUP HOSTING AIBA WOMEN S WORLD BOXING CHAMPIONSHIP, DELHI, 2018 DATE OF ISSUE: October 15, 2018 LAST

More information

SUB : Tender of Printers for undertaking Printing Job.

SUB : Tender of Printers for undertaking Printing Job. Core-1, Scope Complex, 7 Insitutional Area, Lodhi Road, New Delhi-110 003 (INDIA) Phone No. +91 11 24362200, 24366305, 24360527, Fax +91 11 24364587 No. MMTC/Admn./Printing/2014-15 18.06.2014 SUB : Tender

More information

INVITATION OF BIDS FOR TENDER

INVITATION OF BIDS FOR TENDER INVITATION OF BIDS FOR TENDER Tender No : 01/2018 0947/IT/DGNCC/Budget Government of India Ministry of Defence Dte General of NCC West Block IV, RK Puram, New Delhi 110066 17 Apr 2018 From: HQ Dte General

More information

Audit & Inspection Department - Head Office: Manipal. Empanelment of CISA qualified individuals on Contract Basis for conducting IS Audits

Audit & Inspection Department - Head Office: Manipal. Empanelment of CISA qualified individuals on Contract Basis for conducting IS Audits Audit & Inspection Department - Head Office: Manipal Empanelment of CISA qualified individuals on Contract Basis for conducting IS Audits Applications are invited from eligible CISA qualified Information

More information

Registration on Finmeccanica Supplier Portal Terms and Conditions

Registration on Finmeccanica Supplier Portal Terms and Conditions Registration on Finmeccanica Supplier Portal Terms and Conditions FGS ALL IOP-03 01 rel 0.2 of 2016-02-19 1/7 1. Foreword CONTRACT FOR THE REGISTRATION ON FINMECCANICA SUPPLIER PORTAL Finmeccanica - listed

More information

Elements in Webdesign WEB SITE DESIGN PROJECT CONTRACT

Elements in Webdesign WEB SITE DESIGN PROJECT CONTRACT Elements in Webdesign WEB SITE DESIGN PROJECT CONTRACT The following contract provisions pertain to all clients and prospective clients of Elements in Webdesign. Please read them carefully before processing

More information

PPR TOKENS SALE PRIVACY POLICY. Last updated:

PPR TOKENS SALE PRIVACY POLICY. Last updated: PPR TOKENS SALE PRIVACY POLICY Last updated: 05.03.2018 STATUS AND ACCEPTANCE OF PRIVACY POLICY 1. This Privacy Policy (hereinafter referred to as the Policy ) sets forth the general rules of Participant

More information

Indian Institute of Technology Kanpur Samtel Centre for Display Technologies

Indian Institute of Technology Kanpur Samtel Centre for Display Technologies Fax: + 91 0512 2596620 Phones: + 91 0512 2596622, 6592 Indian Institute of Technology Kanpur Samtel Centre for Display Technologies Enquiry No.: SCDT/FlexE/2016 17/25 Opening Date: 23/12/2016 Closing Date:

More information