notice inviting tender e-tender no.slg1830p14 bid closing...

44
NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing Date: 24.01.2014 OIL INDIA LIMITED (OIL), a Govt. of India Enterprise, invites International Competitive Bids (ICB) through its e-Procurement portal https:///etender.srm.oilindia.in/irj/portal for procurement of Computer Hardware with Accessories for Seismic Data Interpretation Center. Application showing full address/email id with Tender Fee ( Non - refundable) of US$ 100.00 or Rs. 4500.00(Excepting PSUs and MSME / SSI unit registered with NSIC) in favour of M/s Oil India Limited and payable at Noida/Delhi is to be sent to General Manager ( CMC), Oil India Limited, FC-24, 5 th Floor, IT Infrastructure Building, Sector-16A, NOIDA–201301 [email ID: cemg_c&[email protected] ] only between 16.12.2013 and one week prior to Bid Closing date. The envelope containing the application for participation should clearly indicate “Request for participation” for easy identification and timely issue of authorization. No physical tender documents will be provided. On receipt of requisite tender fee, USER_ID and initial PASSWORD will be communicated to the bidder (through e-mail) and will be allowed to participate in the tender through OIL’s e-Procurement portal. Details of NIT can be viewed using “Guest Login” provided in the e- Procurement portal. The link to e-procurement portal has also been provided through OIL’s web site www.oil-india.com . FC-24, 5th Floor, IT Infrastructure Building, Sector-16A, NOIDA–201301 Fax: 0120 - 2488310 E-mail: cemg_c&[email protected] ; [email protected] Web Site: www.oil-india.com

Upload: others

Post on 26-Mar-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

NOTICE INVITING TENDER

e-Tender No.SLG1830P14 Bid Closing Date: 24.01.2014

OIL INDIA LIMITED (OIL), a Govt. of India Enterprise, invites International Competitive Bids

(ICB) through its e-Procurement portal https:///etender.srm.oilindia.in/irj/portal for procurement of Computer Hardware with Accessories for Seismic Data Interpretation Center. Application

showing full address/email id with Tender Fee ( Non - refundable) of US$ 100.00 or Rs. 4500.00(Excepting PSUs and MSME / SSI unit registered with NSIC) in favour of M/s Oil India

Limited and payable at Noida/Delhi is to be sent to General Manager ( CMC), Oil India Limited, FC-24, 5th Floor, IT Infrastructure Building, Sector-16A, NOIDA–201301 [email ID: cemg_c&[email protected]] only between 16.12.2013 and one week prior to Bid Closing date. The

envelope containing the application for participation should clearly indicate “Request for

participation” for easy identification and timely issue of authorization. No physical tender documents

will be provided. On receipt of requisite tender fee, USER_ID and initial PASSWORD will be

communicated to the bidder (through e-mail) and will be allowed to participate in the tender through

OIL’s e-Procurement portal. Details of NIT can be viewed using “Guest Login” provided in the e-Procurement portal. The link to e-procurement portal has also been provided through OIL’s web site

www.oil-india.com .

FC-24, 5th Floor, IT Infrastructure

Building, Sector-16A, NOIDA–201301

Fax: 0120 - 2488310

E-mail: cemg_c&[email protected];

[email protected]

Web Site: www.oil-india.com

Page 2: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 2 of 44

INDEX

S U B J E C T

SECTIONS

(a) Forwarding letter - Section -I Page 3-7

(c) General Terms and Conditions - Section II Page 8

(d) Terms of Reference/Technical specification

- Annexure-I Page 9-36

(e) Bid Evaluation Criteria/Bid Rejection Criteria

- Annexure-II Page 37-44

Page 3: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 3 of 44

SECTION- I

Forwarding letter

SUB: OIL’S E-TENDER NO. SLI1830P14 DATED 22.11.2013 FOR SUPPLY & COMMISSIONING OF SEISMIC DATA INTERPRETATION SERVER WITH ACCESSORIES AT OIL’S NEW OFFICE PREMISES AT FIFTH FLOOR, FC-24, , IT INFRASTRUCTURE BUILDING, NOIDA 16A, UTTAR PRADESH Oil India Limited (OIL), a Govt. of India Enterprise under Ministry of Petroleum & Natural Gas, invite international competitive bids (ICB) for supply & commissioning of seismic data interpretation server with accessories at FC-24, 5th Floor, IT Infrastructure Building of Oil India Limited at Noida, UP, under Single Stage Two Bid System from experienced and competent supplier : Tender No& Date : SLG1830P14 DATED 22.11.2013 Tender Fee : INR 4500.00 OR USD 100.00 Bid Security Amount : INR 9,45,000.00 OR US $ 17,200.00 ( or equivalent Amount in any currency ) Bidding Type : SINGLE STAGE TWO BID SYSTEM Bid Closing on : As mentioned in the e-tender portal Bid Opening on : As mentioned in the e-tender portal Performance Guarantee : Applicable

1.0 TECHNICAL SPECIFICATIONS WITH QUANTITY

SLNO MATERIAL DESCRIPTION QUANTITY UNIT

10

SUPPLY & COMMISSIONING OF SEISMIC DATA INTERPRETATION SERVER WITH ACCESSORIES AS PER THE FOLLOWING ANNEXURE: a) Detailed specification – Annexure - I. b) Bid Rejection Criteria (BRC) and Bid

Evaluation Criteria – Annexure - II.

One

Set

Notes : (i) Priced Bid Opening Date &

Time : Will be intimated to the qualified bidders nearer the time.

(ii) Bid Opening Place OIL INDIA LIMITED FC-24, 5th Floor,

Page 4: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 4 of 44

IT Infrastructure Building, Sector-16A, NOIDA 201 301

(iii) Bid Security Amount : US $ 17,200.00 or Rs. 9,45,000.00. Bid Bond should be valid for 360 days from date of bid closing.

Original hard copy of Bid Security should reach the Office of OIL INDIA LIMITED, FC-24, 5th Floor, IT Infrastructure Building, Sector-16A, NOIDA–201301,before Bid opening date and time, otherwise Bid will be rejected. A scanned copy of this document may also be uploaded along with the Un-priced bid documents.

(iv) Amount of Performance Guarantee

: 10% of the total order value. Bidder to confirm submission of PBG in the event of order

(v) Bid Validity :Minimum 180 days from the date of Technical Bid closing Date

(vi) Time Schedule : As mentioned in Section C of Annexure 1

(vii) Air Freight Being delicate items, foreign bidders to quote air freight up to Delhi Airport.

(viii) INTEGRITY PACT: “OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Proforma-I of the tender document. This Integrity Pact proforma has been duly signed digitally by OIL’s competent signatory. The proforma has to be returned by the bidder (along with the technical bid) duly signed (digitally) by the same signatory who signed the bid, i.e., who is duly authorized to sign the bid. Any bid not accompanied by Integrity Pact Proforma duly signed (digitally) by the bidder shall be rejected straightway. Uploading the Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been signed by the bidder’s authorized signatory who sign the bid.” NAME OF INDEPENDENT EXTERNAL MONITOR: (a) Shri N. Gopalaswami, IAS (Retd.). Phone: +91-44-2834-2444 (Res), 96001 44444 (Mobile). E-mail: [email protected] (b) Shri Ramesh Chandra Agarwal, IPS. Phone: +91-9810787089, 91-1122752749. E-mail: [email protected]

Page 5: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44

2.0 The tender is invited under SINGLE STAGE-TWO BID SYSTEM. The bidders are required to submit both the “TECHNO-COMMERCIAL UN-PRICED” and “PRICED” bids through electronic format in OIL’s e-Tender portal within the Bid Closing Date and Time stipulated in the e-Tender. Detailed Guidelines to bidders for participating in OIL's e-Procurement tenders are given in website. Please ensure that TECHNO-COMMERCIAL UN-PRICED BID / ALL TECHNICAL DOCUMENTS RELATED TO THE TENDER are uploaded in the Technical RFX Response link only. Please note that no price details should be uploaded in Technical RFX Response link. Details of prices as per Bid format / Price-bid can be uploaded as Attachment in the attachment link under “Notes and Attachments”. A screen shot in this regard is given below. However, we request bidders to go through OIL’s e – Portal / Website before uploading their bids for updated information regarding participation requirements and procedure for OIL’s e – tenders. Offer not complying with above submission procedure will be rejected as per Bid Rejection Criteria mentioned in Annexure-II

On “EDIT” Mode- The following screen will appear. Bidders are advised to Upload “Techno-Commercial Un-priced Bid” and “Priced Bid” in the places as indicated above:

Go to this Tab “Technical RFx

Response” for Uploading “Techno-

commercial Unpriced Bid”.

Go to this Tab “Notes and

Attachments” for Uploading

“Priced Bid” files.

Page 6: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 6 of 44

Notes :

* The “Techno-Commercial Unpriced Bid” shall contain all techno-commercial details except the prices.

** The “Price bid” must contain the price schedule and the bidder’s commercial terms and conditions. For uploading Price Bid, first click on Sign Attachment, a browser window will open, select the file from the PC and click on Sign to sign. On Signing a new file with extension .SSIG will be created. Close that window. Next click on Add Atachment, a browser window will open, select the .SSIG signed file from the PC and name the file under Description, Assigned to General Data and clock on OK to save the File.

2.1 The bid and all uploaded documents must be Digitally signed using “Class 3” digital certificate with organization name [e-commerce application (Certificate with personal verification and Organization name)] as per Indian IT Act obtained from the licensed Certifying Authorities operating under the Root Certifying Authority of India (RCAI), Controller of Certifying Authorities (CCA) of India.

2.2 The authenticity of above digital signature shall be verified through authorized CA after bid opening. If the digital signature used for signing is not of “Class -3” with Organizations name, the bid will be rejected.

2.3 Bidder is responsible for ensuring the validity of digital signature and it’s proper usage by their employee. 2.4 The bid including all uploaded documents shall be digitally signed by duly

authorized representative of the bidding company. 3.0 Interested bidders may contact the following person to visit the site at their own

expenses to have a realistic assessment of the requirement.

Mr. Sujit Acharya Head( IT)- CMG OIL INDIA LIMITED, FC-24, Noida 16A UP 201301 Mobile No. 09818291222

Area for uploading Priced

Bid**

Area for uploading Techno-

Commercial Unpriced Bid*

Bid on “EDIT” Mode

Page 7: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 7 of 44

Email:[email protected]

We now look forward to your valuable offer through OIL’s e – portal against the tender. Thanking you, Yours faithfully,

OIL INDIA LIMITED

(Rupak Kalita ) Senior Manager (C&P)( CEMG) For General Manager ( CMC)

(END OF SECTION – I)

Page 8: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 8 of 44

SECTION –II

PLEASE REFER GENERAL TERMS AND CONDITIONS (MM/GLOBAL/E-01/2005-DELHI)

ATTACHED SEPARATELY IN THE C-FOLDER

Page 9: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 9 of 44

ANNEXURE- I

TECHNICAL SPECIFICATIONS

Section A

Oil India Limited is going to setup IT infrastructure for their G&G Data Interpretation Centreat 5th Floor, FC 24, Sector 16A, Noida, UP, India. The minimum requirements are as under :- 1. Servers (3 Nos.) to run below 4 G &G Application software on Linux/Windows platform

a. GeoFrame (Schlumberger) b. Petrel (Schlumberger) c. Decision Space Desktop(DSD)( Landmark) d. Kingdom Suit of IHS

2. Workstations (8 Units) with Dual LED Monitor 3. Mobile Workstation (2 Units) 4. SAN Storage (1 Unit) with 60 TB raw capacity 5. SAN Switches (2 Nos.) of 24 active/enabled ports (License to use all 24 ports is to

be included) 6. D2D (1 No.) with 40 TB raw capacity 7. Tape Library with 1 LTO-6 drive (1 No) 8A. Backup Server 8B. Backup Software 9. Ethernet KVM switch 10. OEM RACKs 11. HP Design Jet T7100 42 inch Plotter or Equivalent 12. HP Laser Jet 5525dn A3 Printer or Equivalent 13. HP Laser Jet 6040 A3 MFP Printer or Equivalent 14. Any Other Items required to complete the project. Bidder to mention the any other requirements, if feels essential for this up gradation which will be considered for cost evaluation as mentioned in the price schedule in Annexure II. Deployment: Server 1 will host 2 software (GeoFrame & Petrel) in different Virtual Machines on virtualized platform. (Geoframe on Linux and Petrel on Windows). Server 2 will host 2 software (OpenWorks, Kingdom Suit) in different Virtual Machines on Virtualized platform (Openworks on Linux and Kingdom Suit on Windows). Server 3 will be configured in high-availability standby mode with other two servers. SAN storage, D2D, Tape Library, Servers, Backup systems are to be connected through SAN switches on 8Gbps FC ports having two paths for access.

Page 10: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 10 of 44

A proposed network configuration for the office is shown below for reference purpose only.

Section B Following are the detail specifications of Items as mentioned in Section A above : 1.0 Servers (3 Numbers)

S. No.

Parameter Functionality

Bidder’s Offer & Deviation from the

functionalities if any mentioning the reason

of deviation.

1 Mandatory Certifications

OEM – ISO 9001 Manufacturer, Certified on 64-bit Microsoft Windows Server 2008 R2 Enterprise Edtn. and 64-bit RHEL v6.x, UL, FCC & RoHS

2 Form Factor Rack mountable – Maximum 4 U

3 Processor/ CPU

4 x Intel Xeon E7-8837 2.67 Ghz (8-Core)

4 Chipset Intel 7500 Chipset or better

5 Cache Memory

24MB Level 3 Cache

6 RAM Min. 256GB DIMMs (DDR3), upgradeable to min. 1TB.

7 Memory Features

Advanced ECC, Memory Mirroring & Online Spare, Double Data Device Correction (DDDC).

8 Network Controller

4x1Gbps Ethernet ports.

9 Expansion Slots

At least 2 free PCI-e Slots (after populating all the cards as per specification)

Page 11: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 11 of 44

10 RAID Controllers

Compatible RAID controller with 1GB Flash backed write Cache and to be configured with RAID 0/1/5

11 Storage Bays Min. 6 Small Form Factor (SFF) 2.5” Hot Plug drive bays

12 Hard Disk Drive

4 X 300GB 15K SAS SFF drives

13 Storage Connectivity

2 x 8Gbps FC ports using Fiber channel HBA

14 Optical Drive DVD-RW Drive standard

15 Operating System Support

Microsoft Windows Server Red Hat Enterprise Linux (RHEL) SUSE Linux Enterprise Server (SLES) VMware Citrix Xen Serve

16 Interfaces Ports for KBD & Mouse, min. 4 USB ports, min. 2 RJ-45 ports, 1 Remote management port

17 Graphics Integrated standard graphics controller

18 Power Supply & Fans

Redundant Hot-Swappable Voltage-sensing power supplies and Redundant Fans

19 Industry Standard Compliance

PCI 2.2 Compliant, USB 2.0 Support

20 Server Management

Dedicated Hardware Controller based Management along with OEM Server Management Software

21 Virtualization software

VMware ESX 5.1 or latest

22 Guest Operating system

RHEL latest version & Windows latest version

2.0 . Workstation (8 Numbers)

S. No.

Parameter Functionality

Bidder’s Offer & Deviation from the

functionalities if any mentioning the

reason of deviation. 1 Processors 2* Intel Xeon X5675 (6-Core, 3.06 GHz) Processors (12 Cores Total) 2 Memory 96 GB DDR3 ECC RAM 3 Internal Disk 4* 600GB 15K SAS HDD 4 Graphics 1* NVIDIA Quadro 6000 6 GB Graphic Card 5 Ethernet 2* 1G Ethernet ports 6 DVD DVD-ROM 7 OS Genuine Windows 7 Professional 64 bit & Red Hat Enterprise Linux (RHEL) [latest version] in CD/DVD media 8 Monitor OEM make High performance LED Monitor (Two Numbers for each workstation)

a. Display size (diagonal) – 27 Inch Minimum

b. Minimum Resolution - 2 560 x 1 440 pixels

c. Viewing Angle : - 178° horizontal; 178° vertical

d. Contrast ratio (typical):- 1000:1 static

Page 12: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 12 of 44

(Both the monitors are to be connected to NVIDIA graphics card of the workstation. All the accessories including cables, drivers etc. are to be supplied. It needs to be compatible for the supplied NVIDIA graphics card of the workstation)

3.0 Mobile Workstation (2 Numbers)

S. No.

Parameter Functionality

Bidder’s Offer & Deviation from the

functionalities if any mentioning the

reason of deviation. 1 PROCESSOR & CHIPSET 3rd Generation Intel® Core™ i7 Quad-Core with Turbo

Boost Technology, Mobile Intel® QM77 Express Chipset (vPro support) 2 MEMORY 32 GB , DDR3 SDRAM, 1600 MHz, quad-core processors support 3 Storage SATA 6 Gb/s, 128 GB SSD + 750 GB 7200 rpm SMART SATA II HDD 4 Display 17.3" diagonal LED-backlit WVA anti-glare, resolution : 1920 x 1080

5 Graphics NVIDIA Quadro K5000M, with 4 GB dedicated GDDR5 video memory

6 AUDIO/VISUAL High Definition Audio , integrated stereo speakers, stereo headphone/line out, stereo microphone in, optional 720p HD Webcam, integrated dual-microphone array 7 OS Genuine Windows 7 Professional 64 bit & Red Hat Enterprise Linux (RHEL) [latest version] in CD/DVD media 8 WIRELESS

SUPPORT Broadcom 802.11a/b/g/n

9 COMMUNICATIONS

Integrated Intel® 82579LM Gigabit Network Connection

10 PORTS AND CONNECTORS

2 USB 3.0 ports, 2 USB 2.0 ports , 1 eSATA/USB 2.0 combo port, 1 VGA, 1 Display Port 1.2, 1 stereo microphone in, 1 stereo headphone/line out, 1 1394a, 1 power connector, 1 RJ-11(optional modem), 1 RJ-45(Ethernet), 1 docking connector, 1 secondary battery connector, security lock slot

11 POWER 8-cell (83 WHr) Lithium-Ion battery, 200W Slim Smart AC Adapter

12 Carrying Bag OEM make good quality carrying bag

4.0 SAN Storage (1 Number)

S. No.

Parameter Functionality

Bidder’s Offer & Deviation from the

functionalities if any mentioning the

reason of deviation.

1

Operating System & Clustering Support

The storage array should support industry-leading Operating System platforms including: Windows Server 2008, Windows 2012, Vmware, Sun Solaris, HP-UX, IBM-AIX, OpenVMS and Linux.

2 Capacity & Scalability

1. The Storage Array shall be offered with 60 TB raw Capacity using 450GB or higher SAS drives. 2. Storage shall be scalable to minimum of 120TB.

Page 13: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 13 of 44

S. No.

Parameter Functionality

Bidder’s Offer & Deviation from the

functionalities if any mentioning the

reason of deviation.

3 Cache

1. Offered Storage Array shall be given with Minimum of 24GB cache in a single unit. 2. Cache shall be dynamically managed for both Read and Write operations.

4 Processing Power

1. Offered Storage architecture shall be based on purpose built ASIC, XOR engine so that there shall be no load on the storage CPU during Raid Parity calculations. 2. In case vendor doesn’t have above ASIC functionality then additional 8GB read and write cache shall be provided per controller pair to balance the performance.

5 Architecture & Processing Power

Controllers shall be true active-active so that a single Logical unit can be shared by both controllers at the same time.

6 No Single point of Failure

Offered Storage Array shall be configured in a No Single Point of configuration including Array Controller card, Cache memory, FAN, Power supply etc.

7 Disk Drive Support

Offered Storage Array shall support 6Gbps dual-ported 300 / 450 / 900GB hot-pluggable Enterprise SAS hard drives, 100 / 200GB SLC SSD Drives along with SAS MDL 2TB / 3TB drives.

8 Raid Support & Virtualization

1. Offered Storage Subsystem shall support Raid 0, 1, 1+0, 5 and Raid 6. 2. Offered storage array shall have native virtualization support so that Raid 1. Raid 5, Raid 1+0, Raid 6 can be carved out from a logical space instead of dedicating separate physical disks for each application. 3. Every supplied disk shall be able to participate into multiple and different raid sets simultaneously.

9 Data Protection In case of Power failure, Storage array shall have de-stage feature to avoid any data loss.

10 Host Ports & Back-end Ports

1. Offered Storage shall have minimum of 4 host ports for connectivity to servers running at 8Gbps speed. 2. Offered storage shall also support additional Quad 10Gbps native ISCSI ports. 3. Offered storage shall have two additional IP ports for the storage based replication. 4. Offered storage shall have 16 number of SAS Back-end lanes running at 6Gbps speed.

11 Global Hot Spare

1. Offered Storage Array shall support distributed Global hot Spare for offered Disk drives. 2. Global hot spare shall be configured as per industry practice.

12 Performance

1. Shall have capability to use more than 16 drives per array group or raid group for better performance. 2. Storage shall be provided with Performance Management Software.

Page 14: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 14 of 44

S. No.

Parameter Functionality

Bidder’s Offer & Deviation from the

functionalities if any mentioning the

reason of deviation.

13

Thin Provisioning and Space Reclaim

1. Offered storage array shall be supplied with Thin provisioning and Thin Re-claim to make the volume thin for an extended period of time for complete array supported raw capacity. 2. Thin Re-claim (Zero Page reclaim) inside storage subsystem shall be automatic in nature and there shall be no need to run any utility inside storage for same. 3. Thin Re-claim inside storage shall not cause any overloading of Storage CPU and shall be able to claim the Zero pages even during peak load without any performance impact 4. For effective capacity utilization, thin reclaim maximum unit shall be 16KB. 5. Offered storage array shall be tightly integrated with VMware so that Eager zero disks layout can be used with thin provisioning and thin re-claim.

14 Maintenance Offered storage shall support online non-disruptive firmware upgrade for both Controller and disk drives.

15 Snapshot / Point in time copy / Clone

1. Offered Storage shall have support to make the snapshot and full copy (Clone) on the thin volumes if original volume is created on thick or vice-versa. 2. The storage array should have support for controller-based snapshots functionality for pointer-based snapshots. 3. Storage array shall have functionality to re-claim the space from Thin Provisioned Deleted snapshot automatically

16

Storage Array Configuration & Management Software

1. Vendor shall provide Storage Array configuration and Management software. 2. Software shall be able to manage more than one array of same family.

17 Storage Tiering

1. Offered storage shall support dynamic migration of Volume from one Raid set to another set while keeping the application online. 2. For effective data tiering, Storage subsystem shall support automatically Policy based Sub-Lun Data Migration from one Set of drive Tier to another set of drive tier.

18 Remote Replication

1. The storage array should support hardware based data replication at the array controller level across all models of the offered family. 2. The Storage array shall also support three ways (3 Data Centers) replication to ensure zero RPO in native fashion without using any additional replication appliance. 3. Replication shall support incremental replication after resumption from Link Failure or failback situations.

Page 15: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 15 of 44

5.0 SAN Switches (2 Numbers)

S. No. Specifications

Bidder’s Offer & Deviation from the

functionalities if any mentioning the

reason of deviation.

1 Minimum Dual SAN switches shall be configured where each SAN switch shall be configured with minimum of 24 Ports.

2 Required scalability shall not be achieved by cascading the number of switches and shall be offered within the common chassis only

3 Should deliver 8 Gbit/Sec Non-blocking architecture with 1:1 performance for up to 24 ports in a energy-efficient fashion

4 Should protect existing device investments with auto-sensing 1, 2, 4, and 8 Gbit/sec capabilities.

5 The switch shall support different port types such as FL_Port, F_Port and E_Port; self-discovery based on switch type (U_Port); optional port type control in Access Gateway mode: F_Port and NPIV-enabled N_Port

6 The switch should be rack mountable

8 Non disruptive Microcode/ firmware Upgrades and hot code activation.

9 The switch shall provide Aggregate bandwidth of 192 Gbit/sec: 24 ports × 8 Gbit/sec (data rate) end to end.

10 Switch shall have support for web based management and should also support CLI.

11 The switch should have USB port for firmware download, support save, and configuration upload/download.

12 Offered SAN switches shall be highly efficient in power consumption.

13 Switch shall support POST and online/offline diagnostics, including RAStrace logging, environmental monitoring, non-disruptive daemon restart, FCping and Pathinfo (FC traceroute), port mirroring (SPAN port).

14

Offered SAN switch shall support services such as Quality of Service (QoS) to help optimize application performance in consolidated, virtual environments. It should be possible to define high, medium and low priority QOS zones to expidite high-priority traffic

15 The switch shall be able to support ISL trunk up to 64 Gbit/sec between a pair of switches for optimal bandwidth utilization and load balancing.

16 SAN switch shall support to restrict data flow from less critical hosts at preset bandwidths.

17 It should be possible to isolate the high bandwidth data flows traffic to specific ISLs by using simple zoning

18 The Switch should be configured with the Zoning and shall support ISL Trunking features when cascading more than 2 numbers of SAN switches into a single fabric.

19 Offered SAN switches shall support to measure the top bandwidth-consuming traffic in real time for a specific port or a fabric which should detail the physical or virtual device.

6.0 Disk to Disk Backup Device (1 Number)

S. No. Specifications

Bidder’s Offer & Deviation from the

functionalities if any mentioning the

reason of deviation.

1 Offered Disk to disk backup device shall be Modular design to allow configuration, add capacity increase performance.

Page 16: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 16 of 44

S. No. Specifications

Bidder’s Offer & Deviation from the

functionalities if any mentioning the

reason of deviation.

2 Offered device shall be with Minimum of 40TB of raw space scalable to minimum 64 TB.

3 Offered device shall be protected with hardware raid 5.

4 Offered device shall support emulation of both VTL and NAS target (CIFS / NFS access)

5 Offered device shall have the ability to configure at-least combination of 30 tape Libraries.

6 Offered device shall have capability to deliver selective restore from disk Library itself.

7

Offered device shall have integrated de-duplication license and shall have optional support for replication to remote location in a low bandwidth mode so that only unique – Non Duplicated data flows to remote location.

8

Offered device shall support intelligence to understand Source based (At Client application level, Backup Server level and media server level) de-duplication so that only unique – Non duplicated data copies to offered device.

9

Offered device shall support receiving non duplicated data from remote locations or branch office directly from the application servers / Client servers in low bandwidth mode without using any backup or replication based device at remote location / Branch office.

10 Ability to flexibly emulate tape drive/ tape formats LTO-Gen4, LTO-Gen5, etc.

11 Offered device shall have Minimum of 2 x 8Gbps Fibre Channel connections and minimum of 2 x 10Gbps ISCSI connection.

12

When fully populated, offered device shall have rated write performance of at-least 4TB per hour and when enabled with source level de-duplication, shall have rated performance of at-least 10TB/hr.

7.0 Tape Library (1 Number)

S. No.

Parameter Functionality

Bidder’s Offer & Deviation from the

functionalities if any mentioning the

reason of deviation.

1 Capacity

1. Shall support Native data capacity of 60TB (uncompressed) expandable to 150 TB (2.5:1compressed). 2. Shall be offered with Minimum of One LTO6 FC tape drive and minimum of 24 cartridge slots. Shall support encryption.

2 Tape Drive Architecture

Offered LTO6 drive in the Library shall conform to the Continuous and Data rate matching technique for higher reliability.

3 Speed Offered LTO6 drive shall support 160MB/sec in Native mode and 400MB/sec in 2.5:1 Compressed mode.

4 Scalability Tape Library shall be scalable to 6 Number of LTO-6 and 120 slots either within the same frame or by cascading another frame.

Page 17: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 17 of 44

S. No.

Parameter Functionality

Bidder’s Offer & Deviation from the

functionalities if any mentioning the

reason of deviation.

5 Encryption device

Offered Library shall be provided with a hardware device like USB key, separate appliance etc. to keep all the encrypted keys in a redundant fashion.

6 Connectivity Offered Tape Library shall provide 8Gbps native FC connectivity to SAN switches.

7 Management Tape Library shall provide web based remote management.

8 Barcode Reader and Mail slots

Tape library shall support Barcode reader and mail slot.

9 Consumables

1. LTO-6 tapes : 50 numbers with bar codes are to be offered.

2. LTO Tape drive cleaning tape and other cleaning accessories : one unit

10 Other Features

1. Tape Library shall have GUI Panel 2. Shall be rack mountable. 3. Tape Library shall be supplied with software which can predict and prevent failures through early warning and shall also suggest the required service action. 4. Offered Software shall also have the capability to determine when to retire the tape cartridges and what compression ratio is being achieved.

8.0 A. Backup Server (1 Number

S. No.

Parameter Functionality

Bidder’s Offer & Deviation from the

functionalities if any mentioning the

reason of deviation.

1 Chassis Rack Mountable

2 CPU 2 x Intel Xeon E5-2609 (4-Core, 2.4 GHz) Processor.

3 CPU L3 Cache Memory

10MB L3 Cache

4 Motherboard Intel® C600 Series Chipset

5 Memory Min. 32GB DIMMs (DDR3),

6 Memory Protection

Proposed memory should support identifying itself and authenticate with the server installed to increase reliability of the server. Advanced ECC Online Spare

7 HDD Bays Minimum 4 Hot Plug 2.5" hard disk bays/ 8 Hot Plug 3.5" hard Disk Bays + CDROM/DVD Bay

8 Optical drive One optical drive DVD-RW

9 Hard disk drive 2 X 300GB 15K SAS SFF drives

Page 18: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 18 of 44

10 Controller

PCIe 3.0 based SAS Raid Controller with RAID 0/1/1+0/5/5+0 with 1GB Flash backed write cache (onboard or in a PCI Express slot). Controller should support 1GB/2GB flash backed write cache

11 Network Controller

4x1Gbps Ethernet ports.

12 Ports USB 2.0/3.0 support With min 6 total ports: (2) ports up front; (4) ports in back;

13 Bus Slots Six PCI-Express slots, at least 5 with PCIe 3.0 (two x16 and three x8 slots)

14 Power Supply Redundant Power Supplies

15 Fans Redundant Fans

17 Industry Standard Compliance

ACPI 2.0 Compliant, PCIe 3.0 Compliant, PXE support, WOL Support, Microsoft® Logo certifications, USB 2.0 Support

18 Security

Power-on password Serial interface control Administrator's password Server should also support Trusted Platform Module microcontroller chip that can securely store artifacts used to authenticate the server platform. These artifacts can include passwords, certificates and encryption keys.

19 OS Support

Microsoft Windows Server, Red Hat Enterprise Linux (RHEL), SUSE Linux Enterprise Server (SLES), Oracle Solaris for x86/x64 based Systems, VMware, Citrix XenServer

20 OS Windows 2008 Enterprise Version with CD/DVD

21 Server Management

Dedicated Hardware Controller based Management along with OEM Server Management Software

8.0 B. Backup Software (1 Number)

S. No.

Parameter Functionality

Bidder’s Offer & Deviation from the

functionalities if any mentioning the

reason of deviation.

1

Operating System & Clustering Support

1. The proposed backup solution should be available on various OS platforms such as Windows and UNIX platforms and be capable of supporting SAN based backup / restore from various platforms including Tru64 UNIX, HP-UX, Linux, Open VMS, NetWare and Windows.

2. The proposed backup solution shall support industry leading cluster solution such as MSCS, MC Service Guard, Veritas Cluster.

2 User Interface

1. The proposed backup solution shall have same GUI across heterogeneous platform to ensure easy administration.

2. The proposed backup solution software has inbuilt Java / Web based GUI for centralized management of backup domain.

3. The proposed backup solution must support integration of backup and restore with hardware cloning and snapshot features into the GUI, eliminating the traditional need to write user scripts

3 High Availability Features

1. The proposed backup solution should support tape mirroring of the same job running concurrently with primary backup.

Page 19: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 19 of 44

S. No.

Parameter Functionality

Bidder’s Offer & Deviation from the

functionalities if any mentioning the

reason of deviation.

2. The proposed backup solution should allow creating tape clone facility after the backup process.

4 Licensing

1. The proposed backup solution shall be configured in such a fashion that no extra license for client and media servers is required while moving from LAN to SAN based backup.

2. The proposed backup solution shall be configured with unlimited client and media licenses for both SAN based backup and LAN based backup.

3. The proposed backup solution must not require separate licensing when upgrading from a lower end server (1-2 CPU-based server) to higher end server (4-8 CPU-based server)

5 Streaming and Multi-plexing

1. The proposed backup solution supports the capability to write up to 32 data streams to a single tape device or multiple tape devices in parallel from multiple clients to leverage the throughput of the drives using multiplexing technology.

2. The proposed backup solution support de-multiplexing of data cartridge to another set of cartridge for selective set of data for faster restores operation to client/servers.

6 Media Management

1. The proposed backup solution has in-built media management and supports cross platform device and media sharing in SAN environment. It provides a centralized scratched pool thus ensuring backups never fail for media.

2. The proposed backup solution has in-built frequency and calendar based scheduling system.

7 Open File Support

The proposed backup software must support open file support for Windows.

8 Database Support

1. The proposed backup solution has certified “hot-online” backup solution for different type of databases such as Oracle, MS SQL, Sybase etc.

2. The proposed backup solution shall also support Microsoft Sharepoint Portal server.

9 Restore

1. The proposed backup solution must be able to rebuild the backup database/catalog from tapes in the event of catalog loss/corruption.

2.The proposed backup solution shall provide granularity of single file restore.

3. The backup software should support object level restore.

10 Other Features

1. The proposed backup solution must support full automated transfer of disk backup images to tape on a scheduled basis.

2. The proposed backup solution shall support synthetic full backup so that an incremental forever approach may be implemented, where an actual full backup is no longer necessary as it can be constructed directly from the disk based incremental backups.

3. The proposed backup solution shall also support disk based virtual full backup approach.

4. The proposed backup solution shall be able to copy data across firewall.

Page 20: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 20 of 44

S. No.

Parameter Functionality

Bidder’s Offer & Deviation from the

functionalities if any mentioning the

reason of deviation.

5. The proposed backup solution shall support automatic skipping of backup during holidays.

6. The proposed backup solution must support at least AES 256-bit encryption capabilities.

7. The internal backup catalogue database should not have a big foot print.

8. The backup software should support object based restore option which is one of the most granular option available with any backup software vendor.

9. The backup software should support instant recovery of Exchange, SQL and Oracle databases.

9.0 Ethernet KVM switch (8 Ports) with 17” rack mountable monitor with keyboard, mouse, cables are to be supplied to connect to all the servers for administration of servers, OS etc. KVM switch and monitor are to be mounted on racks. Necessary cables and mounting accessories are to be supplied.

10.0 HP Design Jet T7100 42inch Plotter or Equivalent

S. No.

Parameter Functionality Bidder’s Offer & Deviation from the functionalities if any

1 Type Inkjet Color

2 Media Width 42” or higher

3 Media sizes, standard 11 to 42-in rolls

4 Ink Type Dye

4 Colors 6 Colors or more

5 Resolution (colour) 1200 dpi or higher

6 Speed 120 sqm /hr or higher

7 PostScript True Adobe Hardware PostScript 3 inbuilt

8 File Type Supported Adobe PS, Adobe PDF 1.7, TIFF, JPEG, HP-GL/2, HP-RTL, CALS G4

9 Hard Disk 160GB or higher

10 Memory 32Gb or higher

11 Interface USB & Ethernet (1000Base-T )

12 Media Handling Upto 3 Roll Automatic Configuration with automatic cutter

13 Drivers PostScript Windows, Linux, and Mac drivers

11.0 HP Laser Jet 5525dn A3 Printer or Equivalent

S. No.

Parameter Functionality

Bidder’s Offer & Deviation from the

functionalities if any mentioning the

reason of deviation.

1 Print Technology Laser

2 Print Speed Black : Up to 30ppm, Color : Up to 30ppm

3 Print Resolution 600 x 600 dpi

4 Processor 800 MHz

5 Memory 1GB

6 First Page Out 10 sec

Page 21: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 21 of 44

S. No.

Parameter Functionality

Bidder’s Offer & Deviation from the

functionalities if any mentioning the

reason of deviation.

7 Duty Cycle 1,20,000 pages

8 Paper Trays (Input)

100-sheet multipurpose tray, 250-sheet input tray 2, 500-sheet input tray 3.

9 Paper (Output) 300 sheet output bin

10 Duplex printing Automatic

11 Paper Types Paper (extra heavy, glossy, heavy, heavy glossy, plain, recycle, tough), envelopes, labels, cardstock, transparencies.

12 Media Size A3; A4; B5; C5.

13 Meida Weights Tray 1 : 60 to 220 g/m²

14 Connectivity 1 Hi-Speed USB 2.0; 1 Gigabit Ethernet 10/100/1000

15 Operating Systems Microsoft® Windows 7, Windows Vista®, Windows® XP SP2 or higher, Windows® Server 2003, Windows® Server 2008

16 Languages PCL 6, PCL 5c and PS emulation

17 Energy Star Yes

12.0 HP Laser Jet 6040 A3 MFP Printer or Equivalent

S. No.

Parameter Functionality

Bidder’s Offer & Deviation from the

functionalities if any mentioning the

reason of deviation.

1 Technology Laser

2 Functions Print, Copy, Scan, Digital Send, B/W fax

3 Monthly duty cycle (pages)

200000 pages

4 Print speed -- Black/Color A4 (ppm)

Up to 40/40

5 FPO from ready -- Black/Color (sec)

As fast as 12 / 12 sec

Scanner Specifications

6 Scan speed -- Black/Color A4 (ipm) Up to 40/ 40

7 Scan-to destinations Network Folder and Email

8 Scanner Type Flatbed, ADF

9 Scan Resolution 600 dpi

10 Scan Size (Flatbed) 29.7 x 43.2 cm

11 Scan Size (ADF) 297 x 432 mm

12 Duplex ADF Scanning Yes

13 ADF Capacity Standard, 50 sheets

Copier Specifications

14 Copy speed Color, BW Upto 40 CPM

15 Copy Resolution 600 x 600 dpi

Page 22: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 22 of 44

S. No.

Parameter Functionality

Bidder’s Offer & Deviation from the

functionalities if any mentioning the

reason of deviation.

16 Copy Reduce / enlarge 25 to 400%

17 Copies Maximum Up to 999 pages

Fax Specifications

18 Fax Resolution 300 x 300 dpi

19 Auto redial Yes

20 Broadcast Locations Up to 100 locations

Digital Sender Specifications

21 Digital sending standard features

Scan to folder (includes shared address book for fax), scan direct to e-mail server, send to e-mail, analog fax, LDAP e-mail addressing; authentication: Windows® negotiated (Kerberos and NTLM), group 1 and group 2 PIN, LDAP, authentication manager

22 File formats PDF, JPEG, TIFF, or MTIFF.

Additional Specifications

23 Processor (MHz) 835 MHz

24 Memory -- Std/Max (MB) 512 MB

25 Hard disk drive (HDD)/Capacity (GB)

80 GB

26 Connectivity USB; USB 2.0; Network; Gigabit Ethernet

27 PDLs supported HP PCL 5/6, HP postscript level 2 em

28 Print resolution -- Max/Best print quality (dpi)

1200x600 dpi

29 Paper handling standard/input 50-sheet ADF, 100-sheet input tray, 4x 500-

sheet input trays

30 Paper handling standard/output 500-sheet face down standard output bin

31 Media weights supported -- Min/Max MP tray (g/m2)

60-220

32 Automatic duplex Yes

33 Paper handling output, optional 3-bin Stapler Stacker, 2-bin Stapler Stacker with Booklet Maker

34 ENERGY STAR® qualified Yes

35 Control panel display Half VGA mono touch screen

Page 23: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 23 of 44

13.0 OEM RACKs:

Minimum three numbers of OEM racks are to be provided to house all the servers, Tape library, Disk to Disk backup systems, SAN switches and any other rack mounted devices required to be supplied to complete the set up. The height of OEM racks should be 42 U only. If the bidder feels that any additional racks are required to house the above machine, the have to mention the same and to be quoted in the price schedule which will be considered for evaluation.

14.0 POWER to DEVICES:

UPS power with sufficient capacity will be available at the output of the installed UPS which will be installed at the adjacent room of the servers room. All the necessary connection with connectors to provide power supply to the equipment is required to be carried out by the supplier during installation and commissioning.

Page 24: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 24 of 44

Section C SPECIAL TERMS AND CONDITIONS

C1. Site Readiness

Sl. no NIT Terms Bidder’s Term ( In case of any

deviation, provide justification.

1.0 Site will be at OIL INDIA OFFICE at 5th floor of FC-24, Sector 16 A, Noida. The bidder may check for the readiness for power, housing, installation/operation and validate the site in advance to plan for the required space for placement of all hardware and other details such as ceiling heights, weight of individual components vis-a-vis load bearing capacity of the false floors, logistics of transportation of servers to the data centre etc.

2.0 All equipment supplied and installed at the stipulated locations shall be new and conforming to the technical specifications. The certificate of newness is to be furnished

3.0 The vendor / bidder has also to produce a certificate from

his principal OEM for back to back support for the AMC

period.

C2. Pre Delivery Inspection

OIL will depute two senior level executives ( IT & P&C) to the site for inspecting &

certifying the major equipment like SAN storage, SAN switches, D2D, Servers, Tape

library etc. before packing and delivery is done to OIL. The supplier is required to

inform Oil India Ltd. at least one month before the schedule date of inspection, if the

inspection is to be done abroad else one week advance information is to be given.

The cost of the OIL’s executive for the above pre dispatch inspection including to &

fro fare, lodging & boarding etc will be borne by OIL.

C3. Delivery

Sl.no NIT Terms Bidder’s Term ( In case of any deviation, provide justification.

1.0 Bidder should dispatch all the system items as per the purchase order within 45 days from the date of inspection or within 60 days from confirmed order whichever falls later.

2.0 First date for the operation of maintenance contract will start only after successful completion of warranty.

Page 25: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 25 of 44

C4. Installation

Sl. no NIT Terms Bidder’s Term ( In case of any deviation, provide justification.

1.0 On completion of placement, bidder shall get the bill of material checked and signed by HEAD-IT (CMG) of corporate office, of OIL INDIA LIMITED ,Noida to carry out the installation, and show the system(s) in working order to HEAD-IT (CMG) at sites. The bidder shall configure the system(s) after discussing with the technical personnel of OIL team along with Head-IT (CMG)

2.0 Bidder shall provide all assistance to OIL & third parties (The OEMs of Application Software) for successful installation of Seismic Interpretation Application software on the servers & workstations. Bidder has to ensure the proper backup of operating system & application software for all the servers.

3.0 On successful completion of the Installation and proper tuning of the system(s), these shall be handed over to OIL.. Supplier shall submit the installation report along with system(s) configuration report; results of diagnostic tests run etc. to OIL.

4.0 Installation & commissioning to be completed within 30 days from the date of receipt of materials at site.

C5. Acceptance Test (AT)

C5.1 On Site Acceptance Test (OSAT) OSAT shall comprise of completion of following activities at production site

Sl. no NIT Terms Bidder’s Term ( In case of any deviation, provide justification.

1.0 Checking of the configuration as per the purchase order

2.0 Running of diagnostic tests for system (s), 3.0 Functional / Physical check of the accessories supplied

4.0 OEM utility will be used to test the servers. It is at the discretion

of OIL to test all the servers or only one server for each

functionality.

5.0 Complete functionality of the system shall be tested as per technical specifications

6.0 On Site Acceptance Testing (OSAT) will be observed for a period 5 days.

7.0

Operating system shall be installed in all the servers, for

performing the following tests. 1.0 HARD Disk Drive

• RAID 5 Test • RAID 1 Test • Read Test • Write Test

2.0 Redundancy test for power supply and NIC.

8.0 Warranty of the entire order will only start after completion of the OSAT.

C6. Training

Sl. no NIT Terms Bidder’s Term ( In case of any deviation, provide

Page 26: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 26 of 44

justification.

1.0

System Administration training

A minimum of two (02) Oil India personnel will have to be trained on the following areas:

• VMware

• System administration of the Linux operating system

• Network management of the supplied hardware

• Configuration and management of the system. The training should be for a minimum of five (05) working days. The training will have to be conducted in OEM’s authorised training centres within the country. OIL will bear the cost of transportation and accommodation of it’s personnel

2.0 Training on Backup Solution ,SAN, D2D A minimum of two (02) Oil India personnel will have to be trained on

• The supplied backup solution

• Configuration and management of SAN.

The duration of such training should be for a minimum of five (05) working days. The training will have to be conducted in OEM’s authorised training centers within the country. OIL will bear the cost of transportation and accommodation of its personnel.

3.0 The cost of the training must be clearly stated and will be considered for evaluation.

C7. Warranty

Sl. no NIT Terms Bidder’s Term ( In case of any

deviation, provide justification.)

1.0 Comprehensive on-site warranty for 1 year for all the items where separate warranty period is not mentioned in the specification.

2.0 Preventive & corrective maintenance of all hardware supplied including replacement of defective parts, installation and configuration of OS & other tools during warranty period.

3.0 Free upgrade of OS and all other utility software during warranty period.

4.0 The bidder should guarantee support for the supplied hardware, operating system, other utility softwares for minimum 5 (Five) years from the date of commissioning with regard to service, spares and software updates.

5.0 In case of bidding by an authorised business partner, certificate from OEM should be attached stating that the OEM will provide support directly or through the particular partner during the warranty period including replacement of spares.

6.0 During the warranty period, the bidder should extend comprehensive support and Maintenance referred under the AMC clauses including placement of engineer and stocking of spares at site, system availability etc.

Page 27: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 27 of 44

C8. AMC Terms

Sl.no NIT Terms Bidder’s Term ( In case of any deviation, provide justification.

1.0 Bidder must quote for four (04) years of AMC as specified under section D after the expiry of the warranty period. AMC charges for the four years will be considered for commercial evaluation. However the award of the AMC will be at OIL’s discretion.

2.0 First date for the operation of maintenance contract will start only after successful completion of warranty.

3.0 Payment against AMC charges will be paid on quarterly basis on completion of every three months AMC period.

4.0 The AMC service provider will be required to furnish a Performance Bank Guarantee @10% of annual AMC charges quoted at the beginning of each year’s AMC which should be valid for 18 months from date of commencement of AMC.

C9. Payment Terms

Sl. no NIT Terms Bidder’s Term ( In case of any deviation, provide justification.

1.0 70% of FOR Noida value in case of Indigenous Supplier and 70% of CIF Kolkata value excluding AMC charges and training charges will be paid against dispatch document/ Bill Of Lading

2.0 On successful completion of installation and training, the balance amount of 30% of order value excluding AMC charges will be paid.

3.0 Successful bidder will be required to furnish a Performance Bank Guarantee @10% of total order value. The Performance Bank Guarantee must be valid 18 months from the date of despatch/shipment or 12 months from the date of successful commissioning, whichever is earlier.

C10. Recommended Makes & Models:

The following are the recommended makes. However, bidder may offer higher quality range of

make and models of system (s). They should furnish technical details of the offered system(s) and highlight why these products are considered equal or superior to the range of products as mentioned below.\

Following makes of systems/ subsystems shall be accepted as part of supply.

. Intel Servers IBM / HP/DELL

. Monitor OEM MAKE

. MOUSE with mouse pad OEM MAKE

. Network Switch CISCO/ JUNIPER/HP

. Racks Server OEM / APW/JUNIPER . SAN Switch Brocade / McData /Cisco/HP

Page 28: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 28 of 44

. Tape Library Server OEM Make

. Storage Server OEM /EMC/ Hitachi C11. Other Terms & Conditions

1 The bidder has to submit the bid in the format specified with each section. 2 Installation and configuration manuals to be provided. 1. Technical brochure/ product catalogue/benchmark reports for servers, SAN storage, SAN

switches, network products and backup solution should be attached with the bid. 2. All inter connecting cables / connectors needed for complete installation and commissioning

of the system has to be supplied by the bidder along with the system. 3. Any other item, other than the above listed items that may be required for completing the

installation and commissioning of the above items should be clearly spelt out and quoted by the bidder in addition to above. The successful bidder has to execute the complete installation and commissioning and any materials / items which were omitted at the time of bidding will not be OIL’s responsibility. In case, any other additional items that may be required to complete the installation and commissioning is identified by the successful bidder later, then the same has to be supplied by them at free of cost.

4. Bidder shall specify the availability of support staff and infrastructure of the manufacturer & partner (if applicable) in India (details to be provided by the bidder in the offer).

5. Bidder has to indicate the Make/Model of the offered items under ‘Deviation / Enhancement’ column which have been offered out of the recommended specification as indicated by OIL. The bidder also has to indicate the technical details and /or deviations if any, as compared with the specifications given under the 'Specification’ column.

6. While providing the technical response for FC centralised SAN storage, the vendor must clearly clarify the following points with proper explanation as information points.

o Make, model and quantity of storage systems to meet the requirements o Dimensions of the system and total floor area requirement o Power Ratings: voltage, current, frequency, phase o Heat dissipation in BTU/hour

o Maximum size of a logical storage units that can be mirrored o Total number of logical storage units supported in the storage system o Make, model and manufacturer of the disk drives and all interface cards

o Disk Drives – Size, RPM, seek time, latency and transfer rate in MB/sec o Disk Connection – Type of connection (FC 1 Gbit, SCSI FW etc.), number of

active ports, total bandwidth for an array group, minimum/maximum nominal bandwidth for all disks

o The different disk drives that are supported in the storage system o The disk drives that have been proposed in the solution o Total number of disk drives in the proposed solution o Internal bus architecture o I/O bandwidth between server and storage o Number of I/Os supported per second o IOPS rating of the offered disks o Internal paths – topology, aggregate bandwidth o Transfer rate per array path o Performance impact and recovery after disk failure for mirrored disks o Minimum time required to recover from disk failure o Time to rebuild data after replacement of failed disk o Power on and Initial micro-code loading time o Remote maintenance capability o The RAID levels supported by the storage system o Number of Spare drives provided in the solution o Total number of drives in one RAID group o Impact of one disk failure in a RAID group o Impact of second disk failure in a RAID group o Performance impact and recovery after disk path failure o Performance impact and recovery after internal bus failure o Minimum and Maximum formatted capacity of each storage box o Minimum and Maximum formatted capacity of the total solution

Page 29: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 29 of 44

o Maximum number of storage boxes supported in the proposed SAN o Minimum and Maximum data transfer rate between SAN switch and storage o Total number of Fiber Channel ports in the storage system o Disk Controllers – Type, number, channels per controller, bus data width o Number of drives configured per channel to give maximum throughput o Cache per controller o Maximum cache size supported o Cache size offered o Battery life of Cache o Redundant battery for the cache o Mean Time Between Failure (MTBF) of disk drives o Mean Time Between Failure (MTBF) of storage subsystem o Mean Time to Repair (MTTR) of storage subsystem

C12. Required Attachments / Responses

The following attachments/responses related to all the offered equipment should be provided.

1. Correct & detailed technical responses and solution offered to be mentioned at the right hand side of each column in response to the desired technical specifications.

2. Detailed graphical diagrams for the complete solution and hardware

architecture in the solution, clearly indicating the interconnectivity of each component and maximum data throughput on each link of the hardware components of the solution along with offered redundancy

3. Technical literature for all the hardware and solution offered.

Check list for vendors

4. Details of offered management tools / software for monitoring of • Hardware equipment • Hardware utilization • Network component’s health and utilisation

5. Complete bill of material for the solution offered

6. Details of all offered software required for

• Centralized management of D2D storage, SAN storage & tape-library, Virtualisation software, Backup software , OS, etc

7. List of critical components to be stocked at site

8. Details of existing maintenance support structure in the organization for

similar solutions

(All offered equipment must operate on 230 volts, + / – 5%. 50 Hz, + / – 1Hz power supply conditions).

• Equipment–wise power requirements • Total power requirements– No. of phases, voltage, ampere &

frequency • Power plug requirements • Total Heat dissipation in BTUs/hour • Operating temperature & humidity • Total space area requirement (attach proposed floor plan) • Attach proposed floor plan for all equipments and networking points.

Page 30: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 30 of 44

Section D of Annexure I

ANNUAL MAINTENANCE SUPPORT

TERMS OF REFERENCE/ TECHNICAL SPECIFICATIONS/SCOPE OF WORK 1.0 The following set of services is defined for the data center services. These service levels are defined as the minimum requirement. These services are associated with penalty clause to have desired uptime availability and delivery of service to OIL. The bidder will maintain logs for each of the service provided and shall provide necessary reports which help ascertaining the service levels and calculation of penalty.

Resolution Time:

Represents the period of time from the problem occurrence to the time in which the root cause of the problem is removed and a permanent fix has been applied to avoid problem reoccurrence. Recovery Time:

Represents the period of time from the problem occurrence to the time in which the service returns to operational status. This may include temporary problem circumvention / workaround and does not necessarily include root cause removal. Response Time:

Represents the period of time from the problem occurrence to the time when the problem is first attended by the contractor’s engineer.

Maintenance

Service

Status

Response

Time

Recovery

time

Resolution

Time

Servers Not Available 2 hours 12 hours 1 days

Work station Not Available 4 hours 24 hours 2 days

Storage/SAN/SAN fabric

Not Available 2 hours 12 hours 1 days

SAN Switch Not Available 2 hours 12 hours 1 days

Backup Solution (Disk to Disk & Tape Library)

Not Available 4 hours 24 hours 2 days

2.0 Scope of Services

Page 31: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 31 of 44

2.1. Hardware, Server network and software maintenance including full spare parts support of the total solution supplied by the bidder.

3.0. Responsibilities / System Management Services of the contractor To be able to provide quality services for the data centre jobs, it is mandatory that the bidder must follow well-defined set of processes and procedures. The bidder must adhere to these processes and procedures to deliver consistent quality services throughout its contractual period in OIL. Any hardware/software to meet the requirements under this section must be provided by the vendor. The bidder is expected to have the following system management controls in place: 3.1 Preventive Maintenance: Comprehensive corrective maintenance of complete system including replacement / repair of defective parts and systems. Preventive maintenance and weekly cleaning of all the equipments

3.2. VMware, Operating System Administration: Installation of V M w a r e , OS, both LINUX and Windows, handling of OS

related issues, installation of OS upgrades and patches, re-installing OS if required, periodic system performance tuning, monitoring server usage statistics, network OS support, startup and shutdown of servers. Addition, deletion, re-configuration of devices, additional users and printers. housekeeping of servers such as disk space usage, files and folders, permissions, users and login on network etc. Implementing security on servers at all levels as per guidelines provided by OIL.

3.3 Data Center Network Administration:

The vendor must ensure the availability of network services related to data center servers, Backup servers, Tape Library & SAN and other data center accessories.

3.4. Problem Management

The Vendor must develop an effective problem management system. The system must have procedures that help reduce the impact of problem that occur and minimize its reoccurrence. It should help in identifying the root cause of the problem and proper recording and tracking of the problem till its resolution.

3.5 Availability Management The bidder must define the processes/procedures which ensure the service delivery as per the required SLAs or exceed it. It should cover various equipments for the production environment such as all the Linux servers, networks, Intel servers, switches, SAN, other site specific services, and the critical services and their supporting hardware, micro-code, firmware, and software components, as defined in scope of work.

3.6 Performance Management The recording, monitoring, measuring, analyzing, reporting, and forecasting of current levels, potential bottlenecks, and enhancements of performance characteristics for the services, networks, applications, system software, and equipment within the scope of this initiative. system tuning and optimization is an inherent part of this SMC. Where warranted, the vendor will utilize capacity management data in combination with performance management data to identify ways to improve performance levels of the resources, extend their useful life, and request OIL to approve revisions/upgrades to the computing and communications hardware, software and other equipments such that higher levels of performance of the resources are obtained. 3.7 Capacity Management The continuous monitoring, periodic analysis, and forecasting of the changes necessary to quantify capacity and configuration of finite resources comprising the computing and communication hardware and software infrastructure supported under this initiative by vendor. Categories of resources to be capacity managed include but are not limited to, servers, WAN/LAN components, Linux/Window servers, system software.

Page 32: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 32 of 44

3.8 Security Management The protection from unauthorized usage of the physical and logical facilities that encompass OIL’s processing and communication environment in the data centre including access control, firewall and intrusion detection for the network. Management thereof, detection of intrusions, reporting as required by OIL and proactive prevention actions are to be provided by the vendor. OIL will set security direction and the vendor will administer security using an agreed upon tool.

3.9 Virus Detection & Eradication Management It requires the proactive detection and removal of any virus that may affect the computing and communications infrastructure. The vendor is to use the agreed detection tools, keep the tools current, support the users in the recovery process if infected, remove root causes for potential future infection, and to report to OIL on all incidents and actions to prevent future infections. 3.10 Hardware Maintenance

a) Perform any Install, Move, Add or Change. b) Hardware i nstallation & up gradation (CPUs / disks / memory /

network cards / HBAs / firewall etc). c) To attend to hardware problems of all the supplied hardware and

resolve them by repair/replacing the spare or by providing a standby. d) Perform periodic preventive maintenance on all hardware assets

supplied.

3.11 Server Management and OS Administration Service (Both Linux & Window)

a) VMware, OS installation & up gradation b) VMware, OS administration. c) Resolving all server related problems. d) Configuration of file and print server and resolving printing problems

of users e) Orderly start-up and shutdown of servers as per laid down

procedures. f) Install software, patches, updates and service packs g) Security management – Configuring account policy, access rights,

password control h) Monitor the utilization of CPU, disk, memory and I/O parameters. i) Verify logs in event logger and periodically clean up log files j) Schedule and optimize the services running on the server k) Ensure all critical services are running on the server. l) Maintain list of all system files, root directories and volumes m) Take back up of the file systems. n) Reload OS in case of a crash o) OS performance tuning p) Network OS support q) Load latest anti-virus updates on the server r) Capacity monitoring and planning s) Carry out vaccination in case of anticipated virus breakouts. t) Supporting IIS applications u) Creating emergency repair disk and periodic update of the same. v) Installation of new server operating system along with RAID

as per OIL’s requirement. w) Print and file server management x) Escalating unresolved problems to ensure resolution as per the

agreed SLAs.

3.12 Storage Area Network Service a) Storage parameter tuning b) Regular performance tuning c) RAID rebuilding as and when required d) Point-in-time copy setup and regular monitoring

Page 33: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 33 of 44

4.0 Personnel:

Onsite Service Engineers: To manage the jobs within the data centre as per the agreed service levels between OIL and Supplier, the bidder is required to place the following resources at OIL’s data centre having at least 1 year of experience in their respective domain: 4.1 One full time OEM certified service engineer during office time of OIL and on call during other time for system administration and repair/maintenance of all the servers and storage of the Production Environment. The to and fro fare, ,food, accommodation, local transportation etc of supplier’s personnel for the above jobs to be borne by the supplier. Bidder to quote considering the above. 4.2 The bidder must agree to send domain expert to the site as & when required by OIL to resolve the problems if any during warranty and AMC period. The to and fro fare, food, accommodation, local transportation etc of supplier’s personnel for the above jobs to be borne by the supplier. Bidder to quote considering the above. 5.0 Downtime Calculation: The recording of downtime shall commence at the time of registering the call with the

Service provider for any downtime situation for the equipment. Downtime shall end when the problem is rectified and the system is available to the user. Recovery Time will be considered as downtime for calculation of penalty for all the critical Components / Services mentioned in 6.0 below. Down time will not be considered for following: 5.1 Pre-scheduled preventive maintenance and health checks (scheduled

downtime). If OIL elects to continue the operation of the machine / equipment, when a part of the machine is giving problem and leading to downtime, the commencement of downtime shall be deferred until OIL releases the machine / equipment to the contractor for remedial action. 6.0 Component / Service Classification:

Component / Services Critical Less

Critical

CPU Yes RAM Yes Backplane Yes Disk To Disk Backup Yes Tape Library Yes Boot Hard Disk Yes DVD drive / CD Drive Yes LAN Card Yes LAN Connectivity Yes HBA Yes Storage Subsystem Yes SAN connectivity Yes Hard Disk in Storage Yes Any component in the backup solution

Yes

Operating System Yes Swap Yes Console Yes

Page 34: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 34 of 44

Component / Services Critical Less Critical

Power Distribution Unit Yes Power Supply Yes Cache Yes More than 1 workstations Yes Any other component or service (not listed above)

Yes

7.0 Other Terms and Conditions 7.1 Contractor at his own cost shall arrange the clearance of the spare parts, equipment etc. from customs and port authorities in India and shall pay all requisite duties including customs duty, demurrages, if any, clearance fees, charges, post fees, clearing and forwarding agent fees/charges, inland transport charges etc. Company will provide all reasonable assistance but the responsibility for clearance will rest on the contractor. 7.2 Contractor will have to arrange telephone facilities at the residence and office of the engineer to facilitate immediate contact from OILs personnel. 7.3 Contractor will have to arrange its own transport facility for the maintenance engineer/technician to attend to the maintenance calls, as conveyance for its engineers to the installation site at FC -24, Noida and for movement of spares. 7.4 Contractor will have to maintain all hardware installed on items in annexure - I along with interface, network and power cables. 7.5 No cannibalization of any equipment will be permitted to carry out the maintenance services. 7.6 Contractor will have to follow the preventive maintenance schedule given by OIL, for each item, strictly throughout the period of contract. 7.7 The contractor shall have to provide his own maintenance equipment, including Ethernet punching tools, crimping tools etc for various types of connectors and other test and measuring equipment to his engineer for carrying out the maintenance as and when required. 7.8 OIL shall provide access to the locations where the contracted equipment is installed so as to facilitate the maintenance of the same. The access will also be provided to the manuals for the purpose if available with OIL for maintenance of the contracted systems and software. 8.0 Uptime Calculation for the quarter: {[(Actual Uptime + Scheduled Downtime)/ Total Hours] x 100}. “Actual Uptime” means, of the Total Hours, the aggregate number of hours in any quarter during which each equipment is actually available for use. “Scheduled Downtime” means the aggregate number of hours in any quarter during which each equipment, down during total Hours, due to preventive maintenance, scheduled maintenance, infrastructure problems or any other situation which is not attributable to Bidder’s (or Service provider’s) failure to exercise due care in performing Bidder’s responsibilities. OIL would provide a maximum of 12 hours of planned downtime during night for the preventive maintenance ( as part of scheduled downtime) per quarter per equipment/service. The downtime for scheduled maintenance (patch application, upgrades – OS, SAP, Database, etc.) would need to be mutually agreed between OIL and the Bidder. To reduce this time, various maintenance activities can be clubbed together with proper

Page 35: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 35 of 44

planning. “Total Hours” means the total hours over the measurement period i.e. one quarter (24*number of days in the quarter). 9.0 Calculation of Penalty

i) Total Penalty shall be calculated as per following calculation:

a. 2% of QUARTERLY MAINTENANCE CHARGES for less than 96% & >=

94% uptime

b. 4% of QMC for less than 94% & >= 92% uptime c. 10% of QUARTERLY MAINTENANCE CHARGES for less than 92%

ii) Penalty will also be calculated in case of absence of Onsite Service Engineer - per

day per person, Rs 500/- will be levied after two(2) consecutive days of absence .

iii) Total penalty for the quarter (P1) = Sum total of independent quarterly penalties

for each of the service + Total penalty for absent days of the site engineers for

that quarter.

iv) Total Penalty (P1) for a quarter shall not exceed 10% of the total Maintenance

Charges. Note : Bidder to submit the Annexure A attached herewith duly signed alongwith the bid.

Page 36: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 36 of 44

Annexure-A

Sample undertaking of authenticity letter

(To be typed on the letterhead of the Issuing Company)

Ref. No____________ Date ________ The SR. MANAGER (C & P)(CEMG) Oil India Limited, NOIDA-201 301 Sir, Sub: Undertaking of authenticity of IT Hardware/Software supply Ref: Your tender No._________ Dated ______. With reference to the PCs/ laptops being quoted to you vide our quotation No. ................. cited above, we hereby undertake that all the components/ parts / assembly / software used in the PCs & laptops under the above like Hard disk, Monitors, Memory, etc., shall be original, new components/ parts/ assembly only, from respective OEMs of the products and that no refurbished/ duplicate/ second hand components/ parts/ assembly/ software, are being used or shall be used. We also undertake that in respect of licensed operating system, it shall be sourced from the authorised source. Should you require, we hereby undertake to produce the certificate from our OEM supplier in support of above undertaking at the time of delivery/installation. It will be our responsibility to produce such letters from our OEM supplier's at the time of delivery or within a reasonable time. In case of default and we are unable to comply with above at the time of delivery or during installation, for the IT Hardware/ Software billed, we agree to take back the materials without demur, if already supplied and return the money, if any, paid to us by you in this regard. Yours faithfully, For (type name of the Company ) Signature of Authorised Signatory Name : Designation : Phone No. Place : Date : (Affix Seal of the Organization here)

END OF ANNEXURE I

Page 37: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 37 of 44

ANNEXURE- II

BID REJECTION CRITERIA (BRC)/BID EVALUATION CRITERIA

(BEC)

(I) BID REJECTION CRITERIA

The bid must conform to the specifications and terms and conditions given in the tender. Bid will be rejected in case the items offered do not conform to all the required technical parameters stipulated in the technical specifications and to the respective international / national standards wherever stipulated. Notwithstanding the general conformity of the bids to the stipulated specifications and terms and conditions, the following requirements shall have to be particularly met by the bidders, without which the offer will be considered as non-responsive and rejected. (A) TECHNICAL

Bidder must meet the following criteria failing which offer shall be rejected. a) All the systems { i.e Sl. No. 1 (Servers),2(Workstations), 3 (Mobile

Workstation) ,6(D2D),8A (Backup Server), of Section A of Technical

specifications ( Annexure –I ) of the tender document shall be of the

same make as per specifications.

b) Bidders may quote directly or through their Joint Venture Company,

subsidiaries or authorized partners. However, Joint Venture companies,

subsidiaries and authorized partners must submit documentary evidence

in this regard failing which their offer will be rejected. Acceptable

Memorandum of Understanding (MOU) has to be made between joint

venture partners / subsidiaries or authorized partners clearly defining the

role/responsibility (scope of work) of each partner/member, binding the

members jointly and severally to all obligations under the

contract/purchase order, if awarded. The MOU should be addressed to

OIL and shall remain valid and binding for the entire period of

Tender/contract or purchase order.

c) In case of authorized partner, certificate from OEM should be attached

stating that the OEM will provide support directly or through the

particular partner during the warranty period including replacement of

spares. Failing which their offer will be rejected. d) Bidder shall have to quote for all items as specified in RFP failing which

the offer will be rejected.

e) Bidder shall have to extend Maintenance Support services for five years from the date of installation and commissioning including one year warranty period.

f) Bidders must quote for all items and undertake that they would carry out

installation/commissioning of all equipment including the third party

items. The bidder should guarantee support for the same for minimum 5

(Five) years from the date of commissioning with regard to service and

Page 38: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 38 of 44

spares. This five years will cover one year warranty period and 4 years

AMC period beyond warranty period.

g) Bidders must provide a declaration mentioning that the

applications mentioned in a, b, c, d in serial no. 1 of Section A of

Technical specifications (Annexure –I ) i.e. Geo Frame

(Schlumberger),Petrel (Schlumberger), Open Works (Landmark)

and Kingdom Suit of IHS can run on the hardware & OS provided

in the technical bid without any problems else the entire offer will

be rejected.

(B) COMMERCIAL:

Commercial Bid Rejection Criteria will be as per Section D of General Terms & Conditions of Global Tender (MM/GLOBAL/E-01/2005-DELHI) with following Special Bid Rejection Criteria.

1.0 Bids are invited under Single Stage Two Bid System. Bidders shall quote accordingly under Single Stage Two Bid System. Please note that no price details should be furnished in the Technical (i.e. Un priced) bid. The “Un-priced Bid” shall contain all techno-commercial details except the prices which shall be kept blank. The “Priced Bid” must contain the price schedule and the bidder’s commercial terms and conditions. Bidder not complying with above submission procedure will be rejected.

2.0 Bid security of US $ 17,200.00 or Rs. 9,45,000.00 shall be furnished as a part of the TECHNICAL BID (refer Clause Nos.9.0 & 12.0 (Section A) of “General Terms & Conditions” for e-Procurement as per Booklet No. MM/GLOBAL/E-01/2005 for E-procurement (ICB Tenders)). Any bid not accompanied by a proper bid security in ORIGINAL will be rejected without any further consideration. For exemption for submission of Bid Security, please refer Clause No. 9.8 (Section A) of “General Terms & Conditions” for e-Procurement as per Booklet No. MM/GLOBAL/E-01/2005-DELHI for E-procurement (ICB Tenders). The Bid Security shall be valid for 360 days* from the date of bid opening.

* Date shall be put during tender

3.0 Validity of the bid shall be minimum 6 months (180 days). Bids with lesser validity will be rejected.

4.0 Bidders must confirm that goods, materials or plant(s) to be supplied shall be new of recent make and of the best quality and workmanship and shall be guaranteed for a period of twelve (12) months from the date of commissioning against any defects arising from faulty materials, workmanship or design. Defective goods/materials or parts rejected by OIL shall be replaced immediately by the supplier at the supplier’s expenses at no extra cost to OIL.

5.0 Successful bidder will be required to furnish a Performance Bank Guarantee @10% of the order value. The Performance Bank Guarantee must be valid 18 months from the date of despatch/shipment or 12 months from the date of successful commissioning, whichever is earlier. Additionally, the successful bidder will be required to furnish Performance Bank Guarantee @10% of annual AMC charges quoted at the beginning of each year’s AMC which should be valid for 18 months from date of

Page 39: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 39 of 44

commencement of AMC.Bidder must confirm the same in their Technical Bid. Offers not complying with this clause will be rejected.

6.0 Bidders are required to submit the summary of the prices in their

Price Bid as per bid format (Summary ), given below. The detailed break up price should be given in the price schedule as given in Price Proforma – 1 :

(i) Price Bid Format ( SUMMARY ) for Foreign Bidders :

(A) Total Material value of all the materials including commissioning

spares, if any. (B) Pre dispatch shipment/dispatch inspection charges, if any. (C) Packing & FCA Charges (D) Total FCA charge up to Gateway Airport value ( A+B+C) (E) Air Freight up to New Delhi Airport, India (F) Banking & Insurance Charges (G) Total CIF New Delhi Value, ( D + E + F ) (H) Custom Duty (CD) as applicable. (I) Total CIF Landed Value (New Delhi) including CD ( G+H) (J) Installation / Commissioning charges (K) Training Charges, if any (L) AMC Charges for 4 years (M) Total Value, ( I +J+K+L) above (N) Total value in words : (O) Gross Weight : (P) Gross Volume : (Q) Name of Indian Agent & Address, if any: (R) Indian Agent's commission : Amount (Included /Payable

extra) (Strike out whichever is not

applicable)

(ii) Price Bid Format ( SUMMARY ) for Indigenous Bidders :

(A) Total Material value of all the materials including commissioning spares, if any.

(B) Pre dispatch shipment/dispatch inspection charges, if any (C) Packing and Forwarding Charges (D) Total Ex-works duly packed value ( A+B+C) (E) Excise Duty (Please indicate applicable rate of Duty) (F) Sales Tax, (Please indicate applicable rate of Tax) (G) Total FOR Dispatching station value, ( D+E +F) above (H) Transportation charges to Noida, UP (I) Insurance Charges (J) UP Entry Tax (K) Total FOR NOIDA value, ( G + H+I+J ) above (L) Installation / Commissioning charges (M) Training Charges, if any (N) AMC Charges for 4 years

Page 40: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 40 of 44

(O) Total Value, ( K+L+M+N) above. (P) Total value in words : (Q) Gross Weight : (R) Gross Volume :

NOTES:

(I) OIL will bear the cost of transportation, boarding and lodging of OIL’s personnel for pre desptach inspection and Training at supplier’s premises.

(II) Installation/Commissioning charges must be quoted separately on lumpsum basis which shall be considered for evaluation of the offers. These charges should include amongst others to and fro fares, boarding/lodging, local transport at Noida and other expenses of supplier’s commissioning personnel during their stay at Noida/Delhi. All Income, Service, Corporate Taxes etc. towards the services provided under installation / commissioning shall be borne by the supplier and will be deducted at source at the time of releasing the payment. Bidders must categorically indicate the above charges in their Price Bid and must confirm the same in their Technical Bids.

(III) Pre-despatch/Shipment Inspection charges, if any, must be quoted separately on lumpsum basis which shall be considered for evaluation of the offers. The to and fro fares, boarding/lodging and other en route expenses of OIL’s personnel shall be borne by OIL.

(IV) The Annual Maintenance Contract will effect after expiry of warranty period of

1 (one) year from date of completion of installation at site. The Payment for AMC charges will be made on quarterly basis. The AMC to be carried out as per Scope of Annual Maintenance given in Section D of Annexure I ( The Section IV of the tender)

7.0 Offers received without Integrity Pact duly signed by the authorized

signatory of the bidder will be rejected. 8.0 The prices offered will have to be firm through delivery and not subject to

variation on any account. A bid submitted with an adjustable price will be treated as non-responsive and rejected.

9.0 Bids received after the bid closing date and time will be rejected. Similarly,

modifications to bids received after the bid closing date & time will not be considered.

10.0 Bids containing incorrect statement will be rejected.

(II) BID EVALUATION CRITERIA (BEC) :

The Bids conforming to the specifications, terms and conditions stipulated in the tender and considered to be responsive after subjecting to the Bid Rejection Criteria will be considered for further evaluation as per the Bid Evaluation Criteria given below:

Page 41: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 41 of 44

1.0 All materials as indicated in the material description of the tender should be offered. If any of the items are not offered by the bidders, the offer will not be considered for evaluation.

2.0 The evaluation of bids will be done as per the Priced Schedule (SUMMARY) detailed vide Para 6.0 of BRC (Commercial).

3.0 If there is any discrepancy between the unit price and the total price, the unit price will prevail and the total price shall be corrected. Similarly, if there is any discrepancy between words and figure, the amounts in words shall prevail and will be adopted for evaluation.

4.0 For conversion of foreign currency into Indian currency, B.C. selling (Market) rate declared by State Bank of India, one day prior to the date of price bid opening shall be considered. However, if the time lag between the opening of the bids and final decision exceed 3(three) months, then B.C. Selling(Market) rate of exchange declared by SBI on the date prior to the date of final decision shall be adopted for conversion and evaluation.

5.0 To ascertain the inter-se-ranking, the comparison of the responsive bids will be made as under, subject to corrections / adjustments given herein :

5.1 When only foreign bids are involved :

Comparison of bids will be done on the basis of “TOTAL VALUE” which is estimated as under:

(A) Total Material value of all the materials including commissioning spares, if any.

(B) Pre dispatch shipment/dispatch inspection charges, if any. (C) Packing & FCA Charges (D) Total FCA charge up to Gateway Airport value ( A+B+C) (E) Air Freight up to New Delhi Airport, India (F) Banking & Insurance Charges (G) Total CIF New Delhi Value, ( D + E + F ) (H) Custom Duty (CD) as applicable. (I) Total CIF Landed Value (New Delhi) including CD ( G+H) (J) Installation / Commissioning charges (K) Training Charges, if any (L) AMC Charges for 4 years (M) Total Value, ( I +J+K+L) above. (N) Total value in words :

NOTE : Banking charge in the country of the foreign bidder shall be borne by the bidder.

Page 42: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 42 of 44

5.2 When only domestic bids are involved :

Comparison of bids will be done on the basis of “Total Value" which is estimated as under :

(A) Total Material value of all the materials including commissioning

spares, if any. (B) Pre dispatch shipment/dispatch inspection charges, if any (C) Packing and Forwarding Charges (D) Total Ex-works duly packed value ( A+B+C) (E) Excise Duty (Please indicate applicable rate of Duty) (F) Sales Tax, (Please indicate applicable rate of Tax) (G) Total FOR Dispatching station value, ( D+E +F) above (H) Transportation charges to Noida, UP (I) Insurance Charges (J) UP Entry Tax (K) Total FOR NOIDA value, ( G + H+I+J ) above (L) Installation / Commissioning charges (M) Training Charges, if any (N) AMC Charges for 4 years (O) Total Value, ( K+L+M+N) above. (P) Total value in words :

NOTE: Excise Duty in case of the indigenous bidder is EXEMPTED under deemed

export..

5.3 When both Foreign and Domestic bids are involved :

The Total Value of domestic bidder (inclusive of customs duty on imported raw material and components etc, and applicable terminal excise duty, if any on the finished products and Sales Tax) excluding inland transportation to destination, Insurance charges, UP ENTRY Tax worked out as per Para 5.2 above and Total Value of the foreign bidder worked out as per Para 5.1 above excluding inland transportation to destination will be compared. No price preference will be allowed to indigenous bidders except that for capital goods, the domestic manufacturers would be accorded a price preference to offset CST to the extent of 4 % or 6.0 Other terms and conditions of the enquiry shall be as per General Terms and Conditions for Global Tender. However, if any of the Clauses of the Bid Rejection Criteria / Bid Evaluation Criteria (BEC / BRC) mentioned here contradict the Clauses in the General Terms & Conditions of Global Tender of the tender and/or elsewhere, those mentioned in this BEC / BRC shall prevail.

Page 43: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 43 of 44

Price Schedule Proforma for A above

Product Details Item No Quantity

In Nos.

( 1)

Unit Price in Quoted Currency

(2)

Total Price in Quoted

Currency 1x 2)

1 Servers Section B

Item 1

3

2 Workstation Section B

Item 2

8

3 Mobile Workstation Section B

Item 3

2

4 SAN Storage Section B

Item 4

1

5 SAN Switches Section B

Item 5

2

6 Disk to Disk Backup Device Section B

Item 6

1

7 Tape Library Section B

Item 7

1

8A Backup Server Section B

Item 8A

1

8B Backup Software Section B

Item 8B

1

(With

License to

take entire

backup from

SAN to Tape

Library &

also D2D

systems)

9 Ethernet KVM switch (8

ports) with monitor,

keyboard & mouse

Section B

Item 9

1

10 HP Design Jet T7100

42inch Plotter or Equivalent

Section B

Item 10

1

11 HP Laser Jet 5525dn A3

Printer or Equivalent

Section B

Item 11

1

12 HP Laser Jet 6040 A3 MFP

Printer or Equivalent

Section B

Item 12

1

13 OEM RACKs Section B

Item 13 Minimum 3

14 Any Other Items Section B

Item 14 As per

Bidder’s

evaluation

Total Material Cost including Installation Charges , If any, [ SUM(1:14)] for A above

AMC Charges for N above

Page 44: NOTICE INVITING TENDER e-Tender No.SLG1830P14 Bid Closing ...oil-india.com/pdf/tenders/global/SLG1830P14.pdf · Tender No. SLG1830P14 DT. 22.11.2013 Page 5 of 44 2.0 The tender is

Tender No. SLG1830P14 DT. 22.11.2013 Page 44 of 44

Product Details Item No Quantity In Nos.

( 1)

Unit Price in Quoted Currency

(2)

Total Price in Quoted

Currency 1x 2)

1 AMC Charges for first year First Year

2 AMC Charges for second

year

Second Year

3 AMC Charges for third year Third Year

4 AMC Charges for fourth

year

Fourth Year

Total AMC charges for 4 years after the expiry of Warranty period [ SUM(1:4)] for N above

End of Annexure II

END OF TENDER DOCUMENT