24
IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL HAVE TO PURCHASE THE TENDER DOCUMENTS FROM OIL’S DESIGNATED OFFICES GIVEN BELOW: BID DOCUMENTS (NON- TRANSFERABLE) CAN BE PURCHASED TILL ONE WEEK PRIOR TO THE RESPECTIVE BID CLOSING DATE ON PAYMENT OF TENDER FEE (NON-REFUNDABLE) OF US$ 100.00 OR RS. 4,500.00 ( EXCEPTING PSUS AND SSI UNITS ) FROM : HEAD - MATERIALS, OIL INDIA LIMITED, P.O. DULIAJAN, ASSAM - 786602

Doc1 Tender Document SDG0109P11 Field QC - Oil …Tender SDG0109P11/09 Page 1 of 23 Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan – 786602, Assam Telephone No. (91-374)

  • Upload
    others

  • View
    6

  • Download
    0

Embed Size (px)

Citation preview

IMPORTANT NOTE

BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL HAVE TO PURCHASE THE TENDER DOCUMENTS FROM OIL’S DESIGNATED OFFICES GIVEN BELOW: BID DOCUMENTS (NON- TRANSFERABLE) CAN BE PURCHASED TILL ONE WEEKPRIOR TO THE RESPECTIVE BID CLOSING DATE ON PAYMENT OF TENDER FEE (NON-REFUNDABLE) OF US$ 100.00 OR RS. 4,500.00 ( EXCEPTING PSUS AND SSI UNITS ) FROM :

HEAD - MATERIALS, OIL INDIA LIMITED, P.O. DULIAJAN, ASSAM - 786602

Tender SDG0109P11/09 Page 1 of 23

Oil India Limited (A Govt. of India Enterprise)

P.O. Duliajan – 786602, Assam Telephone No. (91-374) 2800491

Fax No: (91-374) 2800533 Email: [email protected] ; [email protected]

Tender No. & Date : SDG0109P11/09 19.11.2010 Tender Fee : ` 4,500.00 OR USD 100.00 Bid Security Amount : ` 3,40,000.00 OR USD 7,400.00 (or equivalent amount in any currency) Bidding Type : SINGLE STAGE TWO BID SYSTEM

Bid Closing on : As mentioned in the Basic Data of the tender in OIL’s e-portal.

Bid Opening on : As mentioned in the Basic Data of the tender in OIL’s e-portal.

Performance Guarantee : Applicable OIL INDIA LIMITED invites Global Tenders for items detailed below: Item No. / Mat. Code

Material Description QTY. UOM

10 OC000525

Supply and Commissioning of PC based Field Quality Control & Processing system (Hardware & Software) as per the following Annexure:

a) Detailed specification- Annexure I.

b) Bid Rejection Criteria (BRC) and Bid Evaluation Criteria- Annexure II.

c) Technical & Commercial Check list vide Annexure - III.

1 No.

Special Notes :

1.0 The tender will be governed by “General Terms & Conditions” for e-Procurement as per Booklet No. MM/GLOBAL/E-01/2005 for E-procurement (ICB Tenders) including Amendments & Addendum to “General Terms & Conditions” for e-Procurement. 2.0 Technical Check list and Commercial Check list are furnished vide Annexure – III. Please ensure that both the check lists are properly filled up and uploaded along with Technical bid. 3.0 The item qualifies for Nil duty / Deemed Export benefits. For Deemed Export benefits, please refer Addendum to the General terms and conditions for Global tender. 4.0 Please note that all tender forms and supporting documents are to be submitted through OIL’s e-Procurement site only except following documents which are to be submitted manually in sealed envelope super scribed with tender no. and due date to The Head Materials, Materials Department, Oil India Limited, Duliajan- 786602, Assam on or before the Bid Closing Date and Time mentioned in the Tender.

a) Original Bid Security. b) Details Catalogue and any other document which have been specified to be submitted in

original.

Tender SDG0109P11/09 Page 2 of 23

5.0 The tender is invited under SINGLE STAGE-TWO BID SYSTEM. The bidders are required to submit both the “TECHNICAL” and “COMMERCIAL” bids through electronic form in the OIL’s e-Tender portal within the Bid Closing Date and Time stipulated in the e-Tender. Please ensure that Technical Bid / all technical related documents related to the tender are to be uploaded in the c-Folder link (collaboration link) under Un-priced Bid Tab Page only. Please note that no price details should be uploaded as c-Folder link (collaboration link) under Un-priced Bid Tab Page. Details of prices as per Bid format / Commercial bid can be uploaded as Attachment in the attachment link under “Unpriced Bid” under “General Data”. A screen shot in this regard is given below. Offer not complying with above submission procedure will be rejected as per Bid Rejection Criteria mentioned in Annexure-II (Refer Clause 1.0 of (B) Commercial).

6.0 Bidders are requested to examine all instructions, forms, terms and specifications in the bid. Failure

to furnish all information required as per the bid or submission of offers not substantially responsive

Search and Add

Details of prices as per Bid format / Commercial bid can be uploaded in this Attachment

C-FOLDER LINK

Tender SDG0109P11/09 Page 3 of 23

to the bid in every respect will be at the bidders risk and may result in the rejection of its offer without seeking any clarifications.

7.0 The Integrity Pact is applicable against this tender .OIL shall be entering into an Integrity Pact with

the bidders as per format enclosed vide Annexure XII 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.

(Note: Shri N. Gopalaswami, Ex-CEC and Shri R. C. Agarwal, IPS(Retd.) have been appointed as Independent Externa l Monitors).

Contd..4

Tender SDG0109P11/09 Page 4 of 23

Annexure I 1.0 SPECIFICATION FOR THE FIELD PROCESSING SYSTEM

A – PC BASED WORKSTATION

Sl. No. ITEM SPECIFICATION

A.1 Processor 2(Two) number of Quad-core intel@Xenon@ Processor W5580 (or higher) 3.20 GHz, 6.4 GT/s, 130 Watts and 8MB L3 cache or Processor with higher configuration.

A.2 Chipset Intel(R) 5520 Chipset or higher.

A.3 RAM 96GB (12x8GB) DDR3 RDIMM Memory, 1333MHz, ECC Memory can be scaled up to 192GB.

A.4 Graphic Card Should support dual monitor configuration with 4GB GDDR3 PCIe x16 NVIDIA Quadro FX5800, Dual DVI and Display Port

A.5 Slots

Total of 7 PCIe / PCI-X slots with following distribution One PCI-e x16 Gen 2 wired as x4 Two PCI-e x16 Gen 2 slots wired as x8 (one is half length) Two PCI-e x16 Gen 2 graphics slots One PCI-X 64bit/100MHz slot with support for 3.3v or universal cards One PCI 32bit/33Mhz 5V slot

A.6 Ports

(1) USB 2.0 (two on front panel, six on back panel, three internal) (2) IEEE 1394a (one front, one rear) (1) serial (2) PS/2 (1) RJ-45 (1) ESATA port on back panel Stereo line-in and headphone line-out on back panel Microphone and headphone connector on front panel

A.7 Optical Drives 16 X DVD and 16X DVD +/- RW with DVD Creator software A.8 HDD 3 x 450GB SAS HDD (15K RPM )

A.9 SAS (SCSI) controller Integrated SAS/SATA 3.0Gb/s controller which supports host based RAID 0 or 1

A.10 Display

2(two) nos. 24 inch (diagonal) TFT Monitors with Anti-glare and Anti-static treatment Monitors should have features same or higher than the specifications given below. Maximum Resolution: 1920 x 1200 Contrast Ratio: 1000:1 (typical) Brightness: 400cd/m2 (typical) Response Time: 6 ms (gray to gray) typical Viewing Angle: 178° / 178° (typical) Color Support: 16.7 million colors; 100% color gamut Pixel Pitch: 0.270 mm

Tender SDG0109P11/09 Page 5 of 23

Connectivity: Video input connector : Minimum Two dual-link DVI-D

inputs with necessary cables Control panel: Input select, brightness up, brightness down,

power on/off, Plug & Play support High Definition Multimedia Interface (HDMI) Digital Visual Interface - Digital (DVI-D) with High Definition Content Protection (HDCP) Display Port Video Graphics Array (VGA) Component Video Separate Video (S-Video) Composite Video Cables and connectors: Necessary cables and connectors to connect with the computer (A-PC BASED WORKSTATION) along with driver software (If any) to be provided. STAND: Height-adjustable stand, tilt, swivel, pivot and built-in cable management.

A.11 Keyboard / Mouse PS /2 ports supported 101 keys keyboard & 3 button USB Optical Mouse with mouse pads

A.12 Network 4 X 10/100/1000 gigabit Ethernet ports with RJ 45 Connector or with optional PCI-e Broadcom gigabit controller card.

A.13 Bays

Four internal 3.5" HDD bays Three external 5.25" optical bays, one of which can accommodate a fifth HDD

A.14 Power 1100 watts 85%+ Efficiency Power Factor Correcting (PFC) power supply. Power cord/ cords supplied with the system should conform to Indian standard.

A.15 Operating System

System has to be preloaded with the latest version of operating system (Windows or Red Hat® Linux®). The Operating system to be preloaded (Windows or Red Hat® Linux®) should be compatible and stable with the seismic data processing software, storage and external devices as mentioned in the technical specifications (A.1 to D.18). A copy of Latest version of operating system preloaded in the workstation (mentioned above) including latest service packs/patches/drivers along with licences is to be provided in CD/DVD media.

A.16 Licences Permanent License for all the software /third party Utilities and Compilers required

A.17 Drivers All the Drivers for the latest operating software as mentioned at A.15 for internal/external devices(e.g. storage, Tape drive & plotter) mentioned above has to supplied on DVD media.

Tender SDG0109P11/09 Page 6 of 23

A.18 Disk Subsystem Controller

Integrated / Optional PCI-e SAS/SATA hardware RAID card which supports RAID 0, 1, 5, 10

A.19 Sound Card Integrated HD Audio with external Speakers

A.20 Antivirus Norton Internet Security 2010 antivirus software on DVD Media with minimum 15 months subscription to be provided.

B – EXTERNAL DEVICES

B.1 LTO Tape Drive LTO-4 having Backward read and write compatible with LTO-3 media and read compatible with LTO-2 media.

B.1.5 Cartridge capacity

Each cartridge should be of Native: 800GB (uncompressed data capacity). 2:1 compression should be possible on the cartridge.

B.1.6

Data Transfer Rate

The data transfer rate should be minimum of 120MB/s; 432GB/hr (native). The tape drive should offer same data transfer rates while backing up data and while restoring data.

B.1.7

Media features

The tape media should offer reliability features such as servo tracks/DRAM (or better technology) and read after write verify. Backward read and write compatible with LTO-3 media and read compatible with LTO-2 media should be present.

B.1.8 Tape Drive features The tape drive should offer a drive buffer for optimized streaming operations and to eliminate speed matching.

B.1.10 Host Interface Serial Attached SCSI (SAS) at 3 G bit/sec minimum 1 nos. B.1.11 Type of back-up Should be able to accommodate both SAN and out of SAN

based back up. B.1.12 Make & Model To be specified by vendor.

B.2.1 Large Format Plotter (1 No.)

HP Design jet (T770 Series or higher) thermal inkjet plotter (44 inch).

B.2.2 Media types supported

Bond and coated paper (bond, coated, heavyweight coated, super heavyweight coated, super heavyweight plus matte, coloured),photographic paper (satin, gloss, semi-gloss, matte, high-gloss), technical paper (natural tracing, translucent bond, vellum), film(clear, matte, polyester), backlit, self-adhesive (two-view cling, indoor paper, polypropylene, vinyl)

B.2.3 Standard media sizes A4 to A0-size sheets; 27.94 to 111.76 cm rolls B.2.4 Maximum roll length 91.4 m/300 ft B.2.5 Maximum media width 44-inch B.2.6 Print technology HP Thermal Inkjet

B.2.7 Maximum optical density (black) 2.15 maximum black optical density (6 L*min)

B.2 .8 Memory 8 GB dedicated file -processing memory (384 MB RAM memory)

B.2.9 Print Speed (Colour, Design jet, economic quality)

34 m2/hr (coated), A1 colour line drawing, 35 sec/page on D/A1, 70 D/A1 prints per hour (economode on); 52 D/A1 prints per hour (economode off)

Tender SDG0109P11/09 Page 7 of 23

B.2.10 Standard printer languages HP-GL/2; HP-RTL; CALS G4; HP PCL 3 GUI

B.2.11 Connectivity Hi-speed USB 2.0 certified port, Ethernet connectivity, EIO Jet Direct accessory slot

B.2.12 Consumables Successful bidder will provide two sets of all the colour cartridge for the plotter Two rolls of Bond paper of minimum 90mtrs length

The plotter should be ready for use. The Plotter should have facility of Sheet feed, roll feed and automatic cutter. It has to be installed on printer stand with facility of holding printed paper. The bidder has to configure the plotter with the workstation & seismic data processing software, bidder will also provide necessary software/ hardware if required to configure the plotter with the workstation (A.1-A.20).

B.3 Network Switch (1 No.) 24 port Gigabit L3 switch, should be compatible with the specified system, external tape devices and storage.

B.4 ONLINE interactive UPS (5KVA)

Line interactive UPS of 5KVA capacity to be provided to support total offered IT hardware load with minimum 30 minutes backup time (additional battery pack to be provided in case the technical brochure specification sheet does not comply with the minimum back up time of 30 min

B.5 Laser Printer (1. No.) With the following minimum specification or higher

B.5.1 Paper Size A4 size

B.5.2 Print Quality 1200 x 1200 dpi (black)

B.5.3 Print Technology Up to 4800–optimized dpi colour and 1200–input dpi

B.5.4 Print Speed Best quality mode Black (2 ppm), colour (5.8 ppm)

B.5.5 Memory Standard 32 MB

B.5.6 Media Supported Paper (Plain, inkjet, photo, banner), envelope, transparencies etc.

B.5.7 Input capacity standard 150 sheet or more

B.5.8 Duplex printing

C – External Storage C.1 Storage Minimum 5 TB expandable to 10 TB C.1.1 Should support 300 GB, 10000 RPM, Fiber channel or SCSI based

C.1.2 RAID Level implementation ( 1, 5) C.1.3 Redundant Power Supply C.1.4 Hot plug drives

C.1.5 Storage software for managing the storage requirements should be supplied

The storage has to be installed and connected with the Workstation (i.e. A-PC BASED WORKSTATION as specified in SL.NO A1-A20).

Tender SDG0109P11/09 Page 8 of 23

Necessary drivers & software’s to be provided for connectivity to the main server (i.e. A-PC BASED WORKSTATION as specified in SL.NO A1-A20)

C.1.6 Supported HBA / Controller card for connecting storage to A -PC BASED WORKSTATION (as specified in SL.NO A1-A20)

D. Software Specification (2D and 3D seismic data Processing) Sl. No. ITEM SPECIFICATION

D .1 DATA INPUT

SEGY (Different formats) – disk or SCSI tape SEGD (Different formats) – disk or SCSI tape SEG2 Vibroseis correlation facility Append / Insert data sets Facility of reading Other data formats (internal data format of LVL and uphole instruments) such as OYO and Bison-2 may be provided.

D .2 DATA OUTPUT SEGY (Different formats) – disk or SCSI tape Data compression Facility for SEGY to ASCII Conversion

D .3 GEOMETRY

SEGPI / UKOOA import SPS import Should have facility to generate geometry by extracting geometry information from the header of seismic data. 2D End-On, Symmetric- asymmetric split spread and Crooked line geometry. 3D geometry from / to SEGY Graphic Display and editing of acquisition geometries (Source & Receivers relation ) Visual Checks & QC Header Graphs and cross plots Attribute Maps Shot/ Receiver location Prediction and correction 2D/3D Marine preparation

D .4 Binning

Simple 2D (Land/Marine) Crooked Line 2D 3D (Land/Marine) binning Multi-component 2D-3C Multi-component 3D-3C

D .5 Edit

Kill by Shot/ Station / CMP etc Reverse polarity correction Mute – offset dependent, top & bottom, Space variant, Surgical Parameters Sensitive trace kill

D .6 Scaling

Single and multi-window AGC True Amplitude recovery – spherical divergence and exponential time – power correction Facility of removing spikes and noise burst

D .7 Deconvolution Spiking Predictive Surface consistent

Tender SDG0109P11/09 Page 9 of 23

Statics

First break pick, plot, edit, refraction statics computation and application Elevation statics – fixed, sloping, or floating datum computation and application Bulk Statics Statics computation using UPHOLE & LVL field data and modelling of near surface

D .8

Autostatics computation and application

Correlation autostatics Maximum power autostatics

D .9 Filtering

Facility for single and multi-window Ormsby and Butterworth Band pass filter Notch Trace DC Removal Resample Desample Multiple filter panels

D .10 DATA ENHANCEMENT

Spatial filtering F-K filter F-X Deconvolution Noise adaptive filter Coherency filter Dynamic Signal / Noise Filtering F-K Multiple Attenuation Radon Filter Radon Velocity Filter

D .11 Velocity Analysis

Constant Velocity Gather Constant Velocity stacks Coherency based velocity analysis in interactive mode (with CVS, CVG, semblance, NMO display, Iso-velocity and velocity display) Normal move-out correction Linear move-out Velocity analysis for long offset non-hyperbolic NMO terms NMO with non-hyperbolic trends for long offset Velocity manipulation Velocity cube display

D .12 Stack Stacking (common receiver, common offset, CDP Stacks) D .13 DMO DMO Correction D .14 Migration Post-Stack Time and Depth Migration D .15 Instrument Test Impulse Response, Gain Accuracy & Crossfeed etc.

D .16 Plotting SEGY to CGM, CGM to Plotters Windows & B/W Raster Plotters

D .17 General/Utilities

Trace sorting in different modes Trace display on screen Plotting utilities like screen dump, CGM-plot Trace display facilities with multiple file selection, different gain Trace Display in variable area, variable density wiggle, wiggle plus & wiggle area mode Header math functions Trace math functions

Tender SDG0109P11/09 Page 10 of 23

Correlation facilities such as Autocorrelation & Cross -correlation Convolution Statistical Functions Amplitude & Phase Spectra FK Spectra Wavelet estimation

D .18 Interfacing With all the peripherals mentioned above. Cables, spares and any other equipment required for interfacing is to be supplied by the successful bidder.

2.0 Installation and Commissioning:

2.1 The system will be installed and commissioned by the supplier at Oil India Ltd’s. specified location in Duliajan, Assam.

2.2 Supplier can start the preliminary work pertaining to Installation and Commissioning at Duliajan after the receipt of the firm order.

2.3 Installation and commissioning to be completed within 45 days from the date of intimation from Oil India Limited (OIL). OIL shall intimate to supplier after receipt of consignment at Duliajan. Total period (45 days) of completion of installation and commissioning includes fifteen (15) days for arrival of the commissioning engineers at the respective site and thirty (30) days for completion of commissioning after arrival of the commissioning engineers at site.

2.4 Supplier shall make all arrangements for carrying out the installation. It will be responsibility of the supplier to ensure availability of necessary cables, spares and equipment for successful instillation.

2.5 The Supplier will have to arrange for one ISD / STD / Internet connectivity for their own purpose during the installation & Commissioning, warranty and AMC period for the support services.

2.6 The Project Manager to be appointed by the successful bidder/ supplier will also arrange for the fort-nightly meeting at Duliajan for the project execution for a period of Two (2) months from the date of arrival of commissioning engineers at site.

2.7 Supervision during Installation 2.7.1 Supervision of installation and commissioning activity and generating reports on regular basis to keep

every concerned personnel updated. 2.7.2 Compliance to quality and design to be part of supervision. 2.7.3 The installation shall be complete in all aspects including hardware, software and power back-up etc.

(As per Terms & Conditions mentioned in the Tender Document). 2.7.4 The commissioning of the equipment includes physical checking of all the equipment & delivered

spares. 2.7.5 Comprehensive acceptance tests as per the acceptance protocol are to be carried out during the

commissioning of each item of the system including all accessories & peripherals by the representative(s) of the supplier in fully working condition after duly interfacing all the supplied items in the presence of OIL’s representatives. An installation and commissioning certificate duly signed by the authorized representatives of the OIL shall be issued certifying that the fully integrated system is functioning satisfactorily as per the Supply order.

2.7.6 The specification provided as for basic configuration. 2.7.7 The supplier must provide the hardware that is necessary to run the product efficiently. In any case, the

minimum requirement mentioned in the tender must be provided. If the efficient running of the software demands higher configuration of hardware, then the same need to be provided.

Tender SDG0109P11/09 Page 11 of 23

2.7.8 The entire field processing system (hardware and software) must be fully operational after installation &

commissioning. 2.8 Total Nos. of days required for installation shall also be clearly indicated in the bid. 2.8.1 Installation and commissioning charges on lump sum basis, if any, should be quoted separately which

shall be considered for evaluation of offer. 3.0 Training:

The supplier will have to organize training on the following training schedule, for a minimum 6 (Six) OIL personnel for each module at OIL, Duliajan within a period of 15 days from the completion of installation and commissioning of the systems. Training has to be imparted by faculty having certification from the OEM of the software/ system supplied.

i) Training on Entire Processing Suite (both 2D and 3D on OIL’s dataset).- 4 Weeks ii) Training on administration of RED HAT Linux OS supplied.- 2 Days iii) Training on supplied SAN switches installation & configuration.- 2 Days iv) Training on supplied Storage Subsystem configuration and management.- 1 Day v) Training on supplied back-up and recovery software Configuration, 1 Day administration, automated back-up System configuration and administration. 3.1 Training charges on lump sum basis, if any, should be quoted separately which shall be considered

for evaluation of offers. 4.0 Warranty: 4.1 The bidder must agree to provide minimum 1 year onsite warranty for all software and hardware

supplied free of cost from the date of successful commissioning of the system. 4.2 For warranty services, OIL will liaise only with a single point of contact of the vendor. The bidder has to

mention the contact address, phone number of the contact person who will be responsible for warranty support.

4.3 In case of any fault in any of the device/ software supplied during the warranty period, and if the same cannot be solved through telephonic support, vendors engineer has to report at Oil, Duliajan office within 7 days of reporting the problem.

4.4 The bidder will have to supply any upgrade of OS/ Software supplied against this tender at free of cost to OIL, if the same is released during warranty period.

4.5 In case of any system integration problem during the warranty period, it will be the responsibility of the vendor to rectify the same.

5.0 Annual Maintenance Contract (AMC):

Oil India Limited may enter in to Comprehensive Annual Maintenance Contract for all hardware and software supplied for a period of 1 (one) year with provision for extending the same for another 4 (four) years after the initial warranty period of one year is over.

5.1 The bidder to quote for 5 (Five) years Comprehensive Annual Maintenance Contract for all hardware

and software supplied. 5.2 AMC will start after successful completion of warranty period.

Tender SDG0109P11/09 Page 12 of 23

5.3 AMC will include supply of any spares required for maintenance and manpower required for

maintenance. During the AMC period, any upgrade of OS/ Software to be supplied at free of cost to OIL.

5.4 Supplier’s engineer must visit OIL, Duliajan at least once in six months for preventive maintenance of the equipments and also once in a year for at least one week for software related issue.

5.5 In case of any software/ hardware / OS / System integration problem during AMC period, vendors engineer must report at Duliajan within 7 days of reporting the call.

5.6 For AMC support, OIL will liaise only with a single point of contact of the vendor. The bidder has to mention the contact address, phone number of the contact person who will be responsible for AMC support.

5.7 In case vendors fails to rectify a problem within 6 days of reporting a call, a penalty of Rs. 10,000/- (or equivalent currency) per day will be levied for the time period beyond 6 days. However, total penalty amount will be limited to 15% of the total AMC contract amount.

5.8 AMC should include each software upgradation as and when upgradations are available. 5.9 AMC charges will be paid half yearly after successful completion of the AMC services for that period.

Any penalty amount levied on the vendor will be adjusted from that periods AMC charge. 5.10 Charges for Comprehensive Annual Maintenance Contract (AMC) after the initial warranty period up to

5 (five) years with year wise break up, must be quoted separately which shall be considered for evaluation of offers.

6.0 Delivery – All items need to be despatched/shipped within Ninety (90) days from the date of receipt of

order / opening of L/C. Bidder to confirm the same while quoting. 8.0 The bidder must submit a written undertaking that they would be able to provide Installation, Training to

OIL’s personnel, Warranty and AMC services as mentioned above. The responsibility for providing the services during warranty and Annual Maintenance Contract (AMC) period should lie with the supplier irrespective of any change in Indian agency, if applicable.

8.1 Installation charges & Commissioning charges, Training charges and Comprehensive Annual

Maintenance Contract charges, if any, should be quoted separately (and should not be clubbed together with main item/ software) which shall be considered for evaluation of the offers..

8.2 While quoting Installation, on-site Training and Annual Maintenance Contract charges above, bidder

should take into account all charges including to and fro fares, boarding/lodging, local transport at Duliajan, Assam and other expenses of supplier's personnel during their stay at Duliajan. OIL may provide accommodation on Chargeable basis subject to availability. Bidder should confirm about providing all these services in their Bid. However, OIL reserves the right to avail such services at its own discretion.

9.0 Payment: Payment shall be released as follows:

i) 80 % of the supply made by the supplier shall be paid against proof of despatch/shipment of the goods. ii) Remaining 20 % of the supply value along with commissioning charges shall be paid after successful commissioning and acceptance of the unit by OIL.

Tender SDG0109P11/09 Page 13 of 23

iii) OIL may also consider making 100 % payment towards supply of the units against proof of despatch provided bidders agree to pay interest for 20 % of the order value and also submit Bank Guarantee for the amount equivalent to 20 % of the order value. This is in addition to the 10 % of the order value towards Performance Security as per the NIT requirement. Any offer not complying with the above shall be loaded at one percent above the prevailing Bank Rate (CC rate) of State Bank of India for evaluation purpose.

10.0 Tax & Duties:

(i) All taxes, stamp duties and other levies imposed outside India shall be the responsibility of the Bidder/Seller and charges thereof shall be included in the offered rates.

(ii) All Taxes & levies imposed in India, for the services including installation & commissioning, shall be to the Bidder/Seller's account.

(iii) Income Tax on the value of the Services rendered by the Bidder /Seller in connection with installation, commissioning, training etc. shall be deducted at source from the invoices at the appropriate rate under the I.T. Act & Rules from time to time.

11.0 To ascertain the substantial reponsiveness of the bid OIL reserves the right to ask the bidder for

clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadline given by the company, failing which the offer will be summarily rejected.

11.1 The items covered by this enquiry shall be used by Oil India Limited in the PEL/ML areas which are

issued/renewed after 01/04/99 and hence Nil Customs Duty during import will be applicable. Indigenous bidder shall be eligible for Deemed Export Benefit against this purchase. Details of Deemed Export are furnished vide Addendum to MM/GLOBAL/E-01/2005 attached.

11.2 Other terms and conditions of the tender shall be as per “General Terms & Conditions” for e-

Procurement as per Booklet No. MM/GLOBAL/E-01/2005 for E-procurement (ICB Tenders). However, if any of the Clauses of the Bid Rejection Criteria (BRC) / Bid Evaluation Criteria (BEC) mentioned here contradict the Clauses in the “General Terms & Conditions” for e-Procurement as per Booklet No. MM/GLOBAL/E-01/2005 for E-procurement (ICB Tenders) of the tender and/or elsewhere, those mentioned in this BEC / BRC shall prevail.

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

Tender SDG0109P11/09 Page 14 of 23

Annexure II

Bid Rejection Criteria (BRC) & Bid Evaluation Criteria (BEC) (I) BID REJECTION CRITERIA (BRC)

The bids must conform to the specifications, terms, and conditions given in the tender. Bids shall be rejected in case the items offered do not conform to the required minimum / maximum 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: 1.0 Bidders must have commissioned at least 5 (Five) Processing/ Field Processing system in the

last 5 (Five) years preceding from the date of Bid closing of this tender. Documentary evidence for the same shall be submitted along with the bid.

2.0 All items as indicated in the material specification of the tender should be offered. If any of the

items are not offered by the bidder, the offer will be considered as non responsive and rejected. 3.0 Bidders must quote the specifications as per tender format and all the columns of the check list

and price should be filled properly in their commercial bid. However, prices should be kept blank in the technical bid.

4.0 Bidder bidders must submit a written undertaking that, in case of an order, they will provide

services for Installation/Commissioning of the entire system, Training at Duliajan (Assam) and Comprehensive Annual Maintenance Contract (AMC) as per the tender requirements. Any bidder not offering the same shall be considered as non responsive and 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) 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. Any offer not complying with the above will be rejected straightway.

Tender SDG0109P11/09 Page 15 of 23

2.0 Bid security of US $ 7,400.00 or ̀ 3,70,000.00 shall be furnished as a part of the TECHNICAL

BID. 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 and Conditions for Global Tender vide MM/GLOBAL/E-01/2005(enclosed). The Bid Security shall be valid for 240 days from the date of bid opening.

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 eighteen months from the date of shipment/dispatch or twelve months from the date of commissioning whichever is earlier 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 for one year from the date of receipt/acceptance of goods or 18 months from the date of shipment whichever is earlier. 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 commercial bids as per

bid format ( Summary ), given below : (i) Commercial Bid Format ( SUMMARY ) for Foreign Bidders : (A) Total material Value as per Price Schedule for the bidder - Profroma ‘A’ (B) Packing & FOB Charges (C) Total FOB Port of Shipment value (D) Air Freight Charges upto Kolkata, India (E) Insurance Charges (F) Total CIF Kolkata value (G) Installation & Commissioning (H) Training Charges (I) AMC Charges (J) Total Value, ( F + G + H + I ) above (K) Total value in words : (L) Gross Weight : (M) Gross Volume

Tender SDG0109P11/09 Page 16 of 23

(ii) Commercial Bid Format ( SUMMARY ) for Indigenous Bidders : (A) Total material Value as per Price Schedule for the bidder - Profroma ‘A’ (B) Packing and Forwarding Charges (C) Total Ex-works value (D) Excise Duty with Education Cess, (Please indicate applicable rate of Duty) (E) Sales Tax, (Please indicate applicable rate of Tax) (F) Total FOR Despatching station price (C + D + E ) above (G) Road Transportation charges to Duliajan (H) Insurance Charges (I) Assam Entry Tax (J) Total FOR Duliajan value (K) Installation & Commissioning (L) Training Charges (M) AMC Charges (N) Total Value, ( J + K + L + M ) above (O) Total value in words : (P) Gross Weight : (Q) Gross Volume :

Note : 1) Cost of individual items must be quoted separately. 2) All the items will be procured from the same source. Evaluation will be done taking the

prices of all items together as shown in the Profroma ‘A’. 3) Since the materials covered by this tender will be used by OIL in the PEL/ML areas

issued/renewed after 01/04/99, hence applicable Customs Duty for import of goods shall be ZERO and indigenous bidders shall be eligible for Deemed Export.

7.0 Offers received without Integrity Pact duly signed by the authorised signatory of the bidder will

be rejected. (II) BID EVALUATION CRITERIA (BEC) :

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 mentioned in Section D of “General Terms & Conditions” for e- Procurement as per Booklet No. MM/GLOBAL/E-01/2005.

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

Tender SDG0109P11/09 Page 17 of 23

Price Schedule for the bidder - Profroma ‘A’

Please fill relevant box and specify remarks properly. Sl No.

Item No. Item description Qty required Qty quoted

Unit cost Total cost Remarks

1 A PC based Workstation

1no.

External Devices B.1 LTO Tape Drive 1no. B.2 Large Format Plotter 1no. B.3 Network Switch 1no.

B.4 Online Interactive UPS 1no.

2

B.5 Laser Printer 1no. External Storage 3

C.1 Storage 1no. 4 D Software suite

including License etc.

1no.

Total cost for the Field Processing System

1 Installation and Commissioning

Lumpsum

ANNUAL MAINTENANCE CHARGE Charges for 1st year 1no.

Charges for 2nd year 1no. Charges for 3rd year 1no. Charges for 4th year 1no.

2

Charges for 5th year 1no. 3 Training Lumpsum

Tender SDG0109P11/09 Page 18 of 23

Annexure III ( A ) TECHNICAL CHECK LIST

Check List for the Bidder

Important: Please tick relevant box and specify remarks, if any. Use additional sheets for remarks if required.

NIT Item No.

Agree Any Deviation Remarks Technical Brochure Reference Page No.

A.1 A.2 A.3 A.4 A.5 A.6 A.7 A.8 A.9

A.10 A.11 A.12 A.13 A.14 A.15 A.16 A.17 A.18 A.19 A.20 B.1.1 B.1.2 B.1.3 B.1.4 B.1.5 B.1.6 B.1.7 B.2.1 B.2.2 B.2.3 B.2.4 B.2.5 B.2.6 B.2.7 B.2 .8

Tender SDG0109P11/09 Page 19 of 23

B.2.9 B.2.10 B.2.11 B.2.12

B.3 B.4 B.5

B.5.1 B.5.2 B.5.3 B.5.4 B.5.5 B.5.6 B.5.7 B.5.8

C.1 C.1.1 C.1.2 C.1.3 C.1.4 C.1.5 C.1.6 D .1 D .2 D .3 D .4 D .5 D .6 D .7 D .8 D .9

D .10 D .11 D .12 D .13 D .14 D .15 D .16 D .17 D .18

E .1 E .2 E .3 E .4 E .5 E .6

Tender SDG0109P11/09 Page 20 of 23

E .7 E .8.1 E .8.2 E .8.3 E .8.4 E .8.5 E .8.6 E .8.7 E .8.8

E.9 F .1 F .2

F .3

F .4

F .5

G .1

G .2

G .3

G .4

G .5

G .6

G .7

D .8

G .9

G .10

G .11

H .1

H .2

H .3

H .4

H .5

Tender SDG0109P11/09 Page 21 of 23

H .6

I .1

I .2

I .3

I .4

J.0

J.1.1

J.2

J.2.1

J.2.2

J.2.3

J.2.4

K.1

K.2

K.3

K.3.1

K.3.2

K.3.3

K.3.3.1

K.3.3.2

Tender SDG0109P11/09 Page 22 of 23

Annexure III

( B ) COMMERCIAL CHECK LIST THE CHECK LIST MUST BE COMPLETED AND RETURNED WITH YOUR OFFER. PLEASE ENSURE THAT ALL THESE POINTS ARE COVERED IN YOUR OFFER. THESE WILL ENSURE THAT YOUR OFFER IS PROPERLY EVALUATED. PLEASE SELECT "Yes" OR "No" TO THE FOLLOWING QUESTIONS, IN THE RIGHT HAND COLUMN.

Sl# REQUIREMENT COMPLIANCE

1.0 Whether bid submitted under Single Stage Two Bid System? Yes / No

2.0 Whether quoted as manufacturer ? Yes / No

2.1 Whether quoted as Supply House / Distributor. To Specify- Yes / No 2.2 If quoted as Supply House / Distributor, Yes / No

(a) Whether submitted valid and proper authorization letter from manufacturer confirming that bidder is their authorized Supply House for the product offered ?

(b) Whether manufacturer’s back-up Warranty/Guarantee certificate submitted?

3.0 Whether ORIGINAL Bid Bond (not copy of Bid Bond) Sent separately? If YES, provide details

(a) Amount : (b) Name of issuing Bank : (c) Validity of Bid Bond : 3.1 Whether offered firm prices? Yes / No 3.2 Whether quoted offer validity of Six months from the date of closing of tenders? Yes / No 3.3 Whether quoted a firm delivery period? Yes / No 3.4 Whether agreed to the NIT Warranty clause? Yes / No 3.5 Whether confirmed acceptance of tender Payment Terms of 80% against

shipment/dispatch documents and balance 20% after successful commissioning along with commissioning charges?

Yes / No

3.6 Whether confirmed to submit PBG as asked for in NIT? Yes / No 3.61 Whether agreed to submit PBG within 30 days of placement of order? Yes / No 3.7 Whether Price submitted as per Price Schedule as per Profroma ‘A’? Yes / No 3.8 Whether quoted as per NIT (without any deviations)? Yes / No 3.81 Whether quoted any deviation? Yes / No 3.82 Whether deviation separately highlighted? Yes / No 3.9 Whether indicated the country of origin for the items quoted? Yes / No 3.91 Whether technical literature / catalogue enclosed? Yes / No 3.92 Whether weight & volume of items offered indicated? Yes / No 4.0 For Foreign Bidders - Whether offered FOB / FCA port of despatch including sea / air

worthy packing & forwarding charges? Yes / No

4.1 For Foreign Bidders – Whether port of shipment indicated. To specify: Yes / No

4.2 For Foreign Bidders only - Whether indicated ocean freight up to Kolkata port (Excluding marine insurance ) ?

Yes / No

4.3 Whether Indian Agent applicable? Yes / No

Tender SDG0109P11/09 Page 23 of 23

If YES, whether following details of Indian Agent provided? (a) Name & address of the agent in India – To indicate (b) Amount of agency commission – To indicate (c) Whether agency commission included in quoted material value?

5.0 For Indian Bidders – Whether indicated the place from where the goods will be dispatched. To specify :

Yes / No

5.1 For Indian Bidders – Whether road transportation charges up to Duliajan quoted? Yes / No 5.2 For Indian Bidders only - Whether offered Ex-works price including packing/forwarding

charges? Yes / No

5.3 For Indian Bidders only - Whether indicated import content in the offer? Yes / No 5.4 For Indian Bidders only - Whether offered Deemed Export prices? Yes / No 5.5 For Indian Bidders only – Whether all applicable Taxes & Duties have been quoted? Yes / No 6.0 Whether all BRC/BEC clauses accepted? Yes / No 7.0 If Installation/ Commissioning charges applicable, whether separately quoted on

lumpsum basis? Yes / No

7.1 If Training charges applicable, whether separately quoted on lumpsum basis? Yes / No 7.2 Whether AMC (year wise) charges quoted? Yes / No 7.3 Whether to & fro air fares, boarding/lodging of the commissioning personnel at Duliajan,

Assam(India) included in the quoted charges ? Yes / No

7.4 Whether confirmed that all Service, Income, Corporate tax etc. applicable under Installation/ Commissioning & Training are included in the prices quoted ?

Yes / No

8.0 Whether Integrity Pact with digital signature uploaded? Yes / No

Signature _______________________ Name _______________________

Designation ______________________

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