46
NOTICE INVITING TENDER e-Tender No.SLI0814P14 Bid Closing Date: 14.10.2013 OIL INDIA LIMITED (OIL), a Govt. of India Enterprise, invites competitive bids from domestic bidders for designing and setting up of a data center at FC-24, 5th Floor, IT Infrastructure Building of Oil India Limited at Noida through its e-Procurement portal https://etender.srm.oilindia.in/irj/portal. Application showing full address/email id with Tender Fee ( Non - refundable) of Rs.1,000.00 (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 13.09.2013 and one week prior to Bid Closing date. The envelope containing the application for participation should clearly indicate “Request for participationfor 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] Web Site: www.oil-india.com

NOTICE INVITING TENDER Bid Closing Date: 14.10 - Oil India · OIL INDIA LIMITED (OIL), a Govt. of ... from domestic bidders for designing and setting up of a data center at FC-24,

  • Upload
    lymien

  • View
    215

  • Download
    0

Embed Size (px)

Citation preview

NOTICE INVITING TENDER

e-Tender No.SLI0814P14 Bid Closing Date: 14.10.2013

OIL INDIA LIMITED (OIL), a Govt. of India Enterprise, invites competitive bids from domestic bidders for designing and setting up of a data center at FC-24, 5th Floor, IT Infrastructure Building of Oil India Limited at Noida through its e-Procurement portal https://etender.srm.oilindia.in/irj/portal. Application showing

full address/email id with Tender Fee ( Non - refundable) of Rs.1,000.00

(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 13.09.2013 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]

Web Site: www.oil-india.com

Tender No. SLI0814P14 DT. 13.08.2013 Page 2 OF 46

INDEX

S U B J E C T

SECTIONS

(a) Forwarding letter - Section -I Page 3-6

(b) Instruction to Bidders - Section II Page 7-13

(c) General Terms and Conditions - Section III Page 14

(d) Terms of Reference/Technical specification/Scope of Works

- Section IV Page 15-34

(e) Schedule of Rates ( Bidding Format)

- Section-V Page 35-36

(f) Bid Evaluation Criteria/Bid Rejection Criteria

- Section-VI Page 37-39

(g) Commercial check list - Section-VII Page 40

(h) Exception & Deviation - Proforma-I Page 41

Tender No. SLI0814P14 DT. 13.08.2013 Page 3 OF 46

SECTION- I

Forwarding letter

SUB: OIL’S E-TENDER NO. SLI 0814P14 DATED 13/08/2013 FOR DESIGNING AND SETTING UP OF A DATA CENTRE INCLUDING SUPPLY, HANDLING, INSTALLATION, CONFIGURATION, TESTING, INTEGRATION OF THE SYSTEMS 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 you to submit your firm quotation for designing and setting up of a data center 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 service providers. One complete set of bid document for hiring of above services is given herewith. You are requested to submit your most competitive bid through OIL’s e-tender portal well before the scheduled bid closing date and time as mentioned in the portal against this tender. For your ready reference, few salient points (covered in detail in this bid document) are highlighted below:

i) Tender No. : SLI 0814P14 DATED 13/08/2013 ii) Type of Bid : Single Stage - Two Bid System iii) Cost of Bid Document : Rs. 1,000.00 (Non-refundable)

[PSUs and SSI units are exempted]

iv) Bid Closing Date & Time : As Mentioned in the On-line Tender v) Technical Bid( Techno-

commercial un-priced bid ) Opening Date & Time

: As Mentioned in the On-line Tender

vi) Priced Bid Opening Date & Time

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

vii) Bid Opening Place OIL INDIA LIMITED FC-24, 5th Floor, IT Infrastructure Building, Sector-16A, NOIDA 201 301

viii) Bid Security Amount : Rs.1,00,000.00 (non-interest bearing) 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.

x) Amount of Performance : 10% of the total FOR Noida value of the

Tender No. SLI0814P14 DT. 13.08.2013 Page 4 OF 46

Guarantee Contract

xi) Bid Validity :Minimum 120 days from the date of Technical Bid closing Date

xii) Time Schedule :The total turnkey execution of infrastructure works and supply, handling, installation, configuration, testing, integration of the systems at site shall be completed within 16 weeks from the date of firm order/contract

xiii) 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]

2.0 To ascertain the substantial responsiveness 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.

3.0 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

Tender No. SLI0814P14 DT. 13.08.2013 Page 5 OF 46

not complying with above submission procedure will be rejected as per Bid Rejection Criteria mentioned in Section – V.

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”.

Area for uploading Priced

Bid**

Area for uploading Techno-

Commercial Unpriced Bid*

Bid on “EDIT” Mode

Go to this Tab “Notes and

Attachments” for Uploading

“Priced Bid” files.

Tender No. SLI0814P14 DT. 13.08.2013 Page 6 OF 46

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.

3.1 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.

3.2 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.

3.3 Bidder is responsible for ensuring the validity of digital signature and it’s proper usage by their employee. 3.4 The bid including all uploaded documents shall be digitally signed by duly

authorized representative of the bidding company. 4.0 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 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) For Chairman & Managing Director

(END OF SECTION – I)

Tender No. SLI0814P14 DT. 13.08.2013 Page 7 OF 46

SECTION – II

INSTRUCTIONS TO BIDDERS

1.0 Bidder shall bear all costs associated with the preparation and submission of bid. Oil India Limited, hereinafter referred to as Company, will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

A. BIDDING DOCUMENTS

2.0 This bidding document includes the following: (a) A forwarding letter highlighting the following points: (i) Oil India Limited 's Tender No. (ii) Type of Bidding (iii) Cost of Bid Document (iv) Bid closing date and time. (v) Bid opening date, time and place. (vi) Bid submission and opening place.

(vii) The amount of Bid Security. (viii) The amount of performance guarantee. (ix) Time Schedule

(b) Invitation for Bids (Section - I) (c) Instructions to Bidders (Section - II)

(d) General Terms and Conditions (Section - III) (e) Scope of work (Section -IV) (g) Bidding Format (Section - V) (h) Bid Evaluation Criteria/Bid Rejection Criteria (BEC/BRC)-(Section - VI) (i) Commercial Check List ( Section-VII) 2.1 The bidder is expected to examine all instructions, forms, terms and specifications

in the Bid Document. Failure to furnish all information required as per the Bid Document or submission of a bid not substantially responsive to the Bid Document in every respect will be at the Bidder's risk & responsibility and may result in rejection of their bid.

3.0 AMENDMENT OF BIDDING DOCUMENTS: 3.1 At any time prior to the deadline for submission of bids, the Company may, for any

reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the Bid Document through an Addendum.

3.2 The Addendum will be sent in writing or by Fax/E-mail/Courier/Post to all

prospective Bidders to whom Company had issued the bid documents. The Company may, at its discretion, extend the deadline for bid submission, if the Bidders are expected to require additional time in which to take the Addendum into account in preparation of their bid or for any other reason.

Tender No. SLI0814P14 DT. 13.08.2013 Page 8 OF 46

B. PREPARATION OF BIDS 4.0 LANGUAGE OF BIDS: 4.1 The bid as well as all correspondence and documents relating to the bid

exchanged between the Bidder and the Company shall be in English language, except that any printed literature may be in another language provided it is accompanied by an English version which shall govern for the purpose of bid interpretation.

5.0 DOCUMENTS COMPRISING THE BID: 5.1 The bid submitted by the Bidder must be under Single Stage Two Bid System and

shall comprise of the following components:

I. TECHNICAL BID

i) Documentary evidence in accordance with the Bid Rejection Criteria (BRC) as per Section-VI

ii) A scanned copy of the Bid Security in accordance with para 9.0 below may be uploaded along with the Unpriced bid documents. [Original hard copy of Bid Security should reach the Office of Chief Advisor (Contracts & Purchase), NOIDA before Bid closing date and time].

iii) Statement of compliance against each clause mentioned in scope of work of Section-IV.

iv) Commercial Check List as per Section – VII

v) Integrity Pact as given in Proforma-I, duly signed by the same signatory who signs the bid.

II. COMMERCIAL (PRICED) BID

Bidding Format as provided in Section-V.

6.0 BIDDING FORMAT: 6.1 The bidder shall complete the Bidding Format as provided vide Section – V. 7.0 BID PRICE: 7.1 Prices should be quoted on-line and filled in Bidding Format vide Section - V to be

uploaded as attachment to the Bid. 7.2 Price quoted by the Successful Bidder must remain firm during its execution of this

turnkey project and is not subject to variation on any account. 7.3 All duties and taxes, corporate income taxes and other levies payable by the

supplier under the Contract for which this Bid Document is being issued, shall be included in the rates, prices and total Bid Price submitted by the bidder. Evaluation and comparison of bids shall be made accordingly. For example, personal taxes

Tender No. SLI0814P14 DT. 13.08.2013 Page 9 OF 46

and/or any corporate taxes arising out of the profits on the contract as per rules of the country shall be borne by the bidder. Applicable Service Tax shall be reimbursed by the Company.

8.0 DOCUMENTS ESTABLISHING BIDDER'S ELIGIBILITY AND

QUALIFICATIONS: 8.1 These are listed in Bid Rejection Criteria vide Section – VI. 9.0 BID SECURITY:

9.1 Pursuant to Para 5.0 above, the Bidder shall furnish as part of its Technical bid, Bid

Security in the amount as specified in the "Covering Note". 9.2 The Bid Security is required to protect the Company against the risk of Bidder's

conduct, which would warrant the security's forfeiture, pursuant to sub-para 9.7 below.

9.3 The Bid Security shall be denominated in the currency of the bid or another freely

convertible currency, and shall be in the form of Demand Draft, Banker’s Cheque or a bank guarantee issued by a scheduled Indian Bank or a foreign bank through its Indian branch in the form provided in the Bid Document and valid for 120 days beyond the validity of the bid i.e. minimum 300 days from date of BC date against this tender. The bank guarantee should be so endorsed that it can be invoked at the issuing bank's branch located at Noida or alternatively at Delhi.

9.4 Any Bid not secured in accordance with above-mentioned subparagraphs 9.1 to 9.3

will be rejected by Company as non-responsive. However, Public Sector undertakings (central or state) are exempted from submission of bid security. Parties registered with Government Departments are not exempted from submission of bid security against this tender.

9.5 Unsuccessful Bidder's Bid Security will be discharged and/or returned within 30

days of expiry of the period of bid validity.

9.6 Successful Bidder’s Bid Security will be discharged upon the Bidder's signing of the contract and furnishing the performance security.

9.7 The Bid Security will be forfeited:

(a) If any Bidder withdraws their bid during the period of bid validity (including any subsequent extension) specified by the Bidder on the Bid Form, or

(b) If a Successful Bidder fails:

i) To sign the contract within reasonable time and within the period of bid

validity, and /or,

ii) To furnish Performance Security. 10.0 PERIOD OF VALIDITY OF BIDS:

10.1 Bids shall remain valid for 120 days from the Bid closing date prescribed by the

Company.

Tender No. SLI0814P14 DT. 13.08.2013 Page 10 OF 46

10.2 In exceptional circumstances, the Company may solicit the Bidder's consent to an

extension of the period of validity. The request and the response thereto shall be made in writing (or by Fax or E-mail). A Bidder may refuse the request without forfeiting their Bid Security. A Bidder granting the request will neither be required nor permitted to modify their bid but shall arrange suitable validity extension of their bid security provided under para 9.0 above.

11.0 FORMAT AND SIGNING OF BID: 11.1 The bid and all uploaded documents must be Digitally signed using “Class 3” digital

certificate [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.

11.2 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.

11.2.1 Bidder is responsible for ensuring the validity of digital signature and it’s proper

usage by their employee. 11.2.2 The bid including all uploaded documents shall be digitally signed by duly

authorized representative of the bidding company.

C. SUBMISSION OF BIDS: 12.0 UPLOADING OF BIDS:

12.1 “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. Please ensure that TECHNO-COMMERCIAL UN-PRICED BID / ALL TECHNICAL DOCUMENTS RELATED TO THE TENDER along with INTEGRITY PACT are uploaded in Technical RFx Response. Please note that no price details should be uploaded in Technical RFx Response . Details of prices as per Bid format / Price-bid can be uploaded as Attachment under the attachment option under “Notes & Attachments. A screen shot in this regard is given in para 3.0 of the Covering Note. Offer not complying with above submission procedure will be rejected as per Bid Rejection Criteria mentioned in Section – VI.”

12.2 All the conditions of the order to be made with the successful bidder are given in

various Sections of this document. Bidders are requested to state their compliance/ non-compliance to each clause as per PROFORMA – I. This should be a part of the Technical-bid.

12.3 Timely submission of the bids through OIL’s e-tender portal is the responsibility of the Bidders. Bidders should submit their bid on-line before closing of the tender Date and Time.

12.4 Physical offers submitted by fax/e-mail/post etc. will not be accepted. 13.0 DEADLINE FOR SUBMISSION OF BIDS :

Tender No. SLI0814P14 DT. 13.08.2013 Page 11 OF 46

13.1 No bid can be submitted after the submission dead line is reached. Bids are to be submitted before the Bid Closing Date and Time mentioned in the “Invitation for Bid” in the System. The system time displayed on e-procurement web page shall decide the submission dead line.

14.0 MODIFICATION AND WITHDRAWAL OF BIDS : 14.1 The Bidder after submission of bid may withdraw and modify their bids within the

Original Bid Closing Date and Time. However, it is the responsibility of the bidder to re submit before the closing date and time. The bidder should mention the Bid Number and User ID well in advance before closing time for withdrawal or resubmission of bid.

14.2 No bid can be modified subsequent to the deadline for submission of bids. 15.0 No bid may be withdrawn in the interval between the deadline for submission of

bids and the expiry of the period of bid validity specified by the Bidder on the Bid Form. Withdrawal of a bid during this interval shall result in the Bidder's forfeiture of its Bid Security.

16.0 BID OPENING AND EVALUATION 16.1 Company will open the Bids, including submission(s) made pursuant to para 14.0,

in the presence of Bidder's representatives who choose to attend at the date, time and place mentioned in the Forwarding Letter. However, the Bidder’s representative must produce an authorization letter from the bidder at the time of opening of tenders. Unless this letter is presented, the representative will not be allowed to attend the opening of tenders. The Bidders' representatives who are allowed to attend the bid opening shall sign in a register evidencing their attendance. Only one representative against each bid will be allowed to attend.

16.2 Bid (if any) for which an acceptable notice of withdrawal has been received

pursuant to para 14.0 shall not be opened. On opening the remaining bids Company will examine them to determine whether the same are complete, requisite Bid Securities have been furnished, documents have been properly signed and the bids are generally in order.

16.3 At bid opening, Company will announce the Bidders' names, written notifications of bid modifications or withdrawal, if any, furnishing of requisite Bid Security, and such other details as the Company may consider appropriate.

16.4 Company shall prepare, for its own records, minutes of bid opening including the

information disclosed to those present in accordance with the sub-para 16.2. 16.5 To facilitate examination, evaluation and comparison of bids the Company may, at

its discretion, ask the Bidder for clarifications of its bid. The request for clarification and the response shall be in writing and no change in the price or substance of the bid shall be sought, offered or permitted.

16.6 Prior to detailed evaluation, the Company will determine the substantial

responsiveness of each bid to the Bidding Document. For purpose of these paragraphs, a substantially responsive bid is one which conforms to all the terms and conditions of the Bidding Document without material deviations. The Company’s determination of bid's responsiveness is to be based on the contents of the Bid itself without recourse to extrinsic evidence.

Tender No. SLI0814P14 DT. 13.08.2013 Page 12 OF 46

16.7 A Bid determined as not substantially responsive will be rejected by the Company

and may not subsequently be made responsive by the Bidder by correction of the non-conformity.

16.8 The Company may waive minor informality or nonconformity or irregularity on a bid

that does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any Bidder.

16.9 Normally no request for extension of Bid Closing Date will be entertained. However, in case of any changes in the specifications, inadequate response or for any other reasons, OIL may at its discretion, extend the bid closing date and/or time.

17.0 OPENING OF PRICE-BIDS 17.1 Company will open the Price-bids of the technically qualified Bidders on a specific

date in presence of interested qualified bidders. Bidders will be intimated about the bid opening date in advance.

17.2 The Company will examine the Priced-bids to determine whether they are

complete, any computational errors have been made, required sureties have been furnished, the documents have been properly signed, and the bids are generally in order.

17.3 Arithmetical errors will be rectified on the following basis. If there is a discrepancy

between the unit price and the total price (that is obtained by multiplying the unit price and quantity) the unit price shall prevail and the total price shall be corrected accordingly. If any Bidder does not accept the correction of the errors, his bid will be rejected. If there is a discrepancy between words, and figures, the amount in words will prevail.

18.0 EVALUATION AND COMPARISON OF BIDS : 18.1 The Company will evaluate and compare the bids as per Bid Evaluation Criteria

(Section-VI) of the tender document. 19.0 CONTACTING THE COMPANY : 19.1 Except as otherwise provided in para 14.0 above, no Bidder shall contact

Company on any matter relating to its bid, from the time of the bid opening to the time the order is placed except as required by Company vide para 16.5.

19.2 An effort by a Bidder to influence the Company in the Company’s bid evaluation,

bid comparison or order placement decisions may result in rejection of their bid.

D. PLACEMENT OF ORDER : 20.0 CRITERIA: 20.1 The Company will place the order to the bidder whose bid has been determined

to be substantially responsive and has been determined as the lowest evaluated bid, provided further that the Bidder is determined to be qualified to perform the order/contract satisfactorily.

Tender No. SLI0814P14 DT. 13.08.2013 Page 13 OF 46

21.0 COMPANY’S RIGHT TO ACCEPT OR REJECT ANY BID: 21.1 Company reserves the right to accept any bid and to reject any or all bids. 22.0 LETTER OF AWARD(LOA): 22.1 Prior to expiry of the period of bid validity or extended validity, the company will

issue LOA booking firm order on the successful Bidder through E-MAIL/ registered letter / courier or by fax (to be confirmed in writing by registered / courier letter) that his bid has been accepted.

23.0 PAYMENT TERMS :

23.1 70% of the value of supply of materials shall be paid against delivery of the

equipment, viz., (UPS + Batteries, Network Items, Precision ACs, Air and Gas Purification Systems, Fire Alarm and suppression system, VESDA System, Water Leak Detection System, Rodent Repellent System, BMS, etc.)

23.2 On successful completion of the project including all installations, commissioning and after UAT and sign off by OIL, the balance amount along with the installation & commissioning charges excluding AMC charges after adjusting liquidated damages, if any shall be paid.

24.0 PERFORMANCE GUARANTEE : The successful bidder shall be required to furnish a Performance Bank Guarantee

@ 10% of total order value as per OIL’s format given in GENERAL TERMS AND CONDITIONS (SECTION-III) within 30 days of the receipt of Letter of Intent/order/Contract failing which OIL reserves the right to cancel the order and forfeit the Bid Security. The Performance Bank Guarantee shall be valid for a period of 12 (twelve) months from the date of successful commissioning/ completion of the entire solution ( PBG shall remain valid for entire duration of warranty period).

( END OF SECTION – II )

Tender No. SLI0814P14 DT. 13.08.2013 Page 14 OF 46

SECTION –III

PLEASE REFER GENERAL TERMS AND CONDITIONS ( MM/TENDER/LP/E01/CEMG)

ATTACHED SEPARATELY IN THE C-FOLDER

Tender No. SLI0814P14 DT. 13.08.2013 Page 15 OF 46

SECTION – IV

SCOPE OF WORK

1.0 INTRODUCTION 1.1 Oil India Limited (OIL) is a premier Indian National oil company under the administrative control of Ministry of Petroleum and Natural Gas, Govt. of India. OIL is engaged in the business of Exploration, Development and Production of Crude Oil and Natural Gas, Transportation of Crude Oil and Production of LPG. 2.0 PROJECT REQUIRMENT 2.1 The present requirement under this tender is in connection with setting up of a 420 sq ft Data Center with an UPS room of size 220 sq ft which is planned to be setup at new office premises of Oil India Ltd on the fifth floor of FC-24, Sector-16A, NOIDA. 2.2 The Data Centre design should meet the Tier II Data Centre requirements. Existing automatically operated DG set of the building has already been designed to supply power to the data center at the time of load shading. Supply of raw power to the existing electrical panels is responsibility of Oil India Ltd. 2.3 The suggested Office Network Layout is given below:

2.4 Data Centre is the location where OIL will host their equipment that would be required to run OIL’s Critical and non-critical applications. The equipment shall include servers, storage, network components, backup devices, etc installed in racks. The facilities / requirements are detailed in the Technical Requirement mentioned herein. 2.5 The bidder is required to offer total turnkey solution for the comprehensive responsibilities of design, supply, installation, commissioning, warranty support, and post warranty comprehensive Annual Maintenance Contract (AMC) of the total solution comprising of hardware and software along with perennial licenses as per scope of work. 2.6 The Bidder shall provide all necessary infrastructure components that would be necessary as per the defined requirements and maintain the same throughout the warranty and Annual Maintenance Contract period.

Tender No. SLI0814P14 DT. 13.08.2013 Page 16 OF 46

2.7 The Bidder may make a visit to the site with prior appointment for seeking any clarifications from OIL’s IT personnel, prior to submission of bid. 2.8 PROJECT COMPLETION SCHEDULE 2.8.1 The total turnkey execution of infrastructure works and supply, handling, installation, configuration, testing, integration of the systems at site shall be completed within _16__ weeks from the date of firm order. 3.0 SCOPE OF WORK OIL will provide 420 sqft of area with false flooring of approximately 460mm, false ceiling of 500-550 mm with 2.3 meter of clear height (from false ceiling to roof). An area of 220 sqft without any false flooring and ceiling has been provisioned for housing UPS System with battery bank and BMS. 3.1 OIL will provide three units of 2 tons split air conditioners in the room identified for UPS. The required 3 phase AC raw power will be provided by OIL. Electrical panels for UPS already exist. 3.2 The Bidder shall execute the entire Scope of Work covered under these on a turnkey basis. Supply, installation, implementation, testing, commissioning and warranty services for equipment supplied as per the proposed design and to meet the desired objectives. The broad scope of work of the project will include, but is not limited to, the following activities: 3.2.1 Site Preparation: Visit and study the civil and other infrastructure available on the site and perform required civil works essential for installing/implementing various Data Centre Infrastructure systems / components under the scope of this tender. 3.2.2 Supply / create Infrastructure comprising of civil works and interiors as per the detailed technical specifications provided in Technical specification section. The selected Bidder will only use the acceptable materials and brands with good workmanship qualities to provide Class A finish which is long lasting and easily maintainable. 3.2.3 Supply / create Infrastructure facilities comprising of AC, UPS, Electrical works, Fire Safety Systems including Very Eary Smoke Detection Apparatus, Access Control, CCTV Surveillance, Rodent Repellent, Building Management Systems, etc., as per the detailed specifications provided in Technical specification section. 3.2.4 Installation and integration shall mean to install and configure every component and subsystem component(s), integrating the Building Management System with the required components, integrating the facility components. 3.2.5 User Acceptance Test (UAT) shall cover the entire Data Centre including UPS room. A detailed test plan shall be defined by the Bidder in consultation with respective OEMs and this plan shall be submitted to OIL for review and approval. OIL reserves the right to modify the type and / or number of parameters being tested. Approved test plan will be given back to the Bidder for execution in consultation with respective OEMs. 3.2.5.1 All documentation (as built drawings, equipment labeling details, cable routes, manuals, data sheets, software, maintenance schedule, communication and escalation details etc.) related to the Data Centre shall be completed and submitted to OIL, in hardcopy, before the final acceptance test. 3.2.5.2 The training requirements as mentioned in below training section shall be completed after the final acceptance test; the schedule shall be decided in consultation with OIL. 3.2.5.3 The UAT shall include all hardware and software items installed at Data Centre as per the layout drawings and technical specifications and availability of all systems shall be verified. The Bidder shall be required to demonstrate all the features / facilities / functionalities. The Bidder will arrange the test equipment required for performance verification and will also provide documented test results. 3.2.5.4 The bidder shall provide documentary proof of back-to-back support with OEMs of the third party products of major items like, switches, firewalls, UPS, Precision AC, Fire detection and Suppression System, VESDA System, CCTV Surveillance etc., before UAT sign off.

Tender No. SLI0814P14 DT. 13.08.2013 Page 17 OF 46

3.2.6 Training: The Bidder shall conduct training to familiarize its technical team with the operations and maintenance procedures of the Data Centre. OIL in consultation with the Bidder shall decide the detailed scope and schedule of training. All the training material will be provided by the Bidder. The training shall cover all the systems involved in the build of the Data Centre. 3.2.7 Documentation: Bidder shall provide documentation, which follows the ITIL/ISO20000 standard. This documentation shall be submitted as the project undergoes various stages of implementation Indicative list of documents includes but is not limited to: 3.2.7.1 Training: Training material shall be provided (hard copy), which shall include the presentations used for training and also the required relevant documents for the topics being covered. 3.2.7.2 Process documentation: The Bidder shall be responsible for preparing process documentation related to the operation and maintenance of each component of the Data Centre. The prepared process document shall be formally approved and signed off by OIL before commencement of UAT.

a) Operation and Maintenance Manuals: Two copies of all final operating and maintenance manuals

will be supplied in A4 binders. b) Operating Manuals will comprise instructions on equipment safety checks, startup and close-

down procedures, daily operation and full descriptions of operating features. Diagrams will show the full diagrammatic (network structures, outstations and peripherals) and physical layout of the system and components.

c) Maintenance Manuals will comprise full descriptive and maintenance details on each and every

item of equipment supplied. Suppliers and spare parts references, contacts, telephone numbers, and addresses will be supplied where relevant.

d) Wiring Schematics: The contractor will submit wiring schematics, either on A1 or A0 size of

drawing sizes. Detailing individual subsystem-wise cabling including data and electrical cabling and will be appropriately colour coded. The layout shall detail location of all components.

e) Equipment Configurations: Configuration details of individual equipment will be recorded and

presented as a part of the documentation. f) All the documents will be presented in hard copy (2 sets) and soft copy (2 sets) formats.

3.2.7.3 The Bidder shall be responsible for preparing documentation required for certification wherever applicable or as required by OIL. 3.3 Maintenance Service: The Bidder shall provide maintenance services for a period of 5 years (one year warranty and four years AMC) from the date of UAT sign off. . 3.3.1 Physical infrastructure system maintenance service: The objective of this service is to support and comprehensively maintain the entire Physical Infrastructure of the Data Centre supplied and installed as per manufacturer’s practice. 3.3.2 Proactive and reactive maintenance, repair and replacement of defective components (hardware and software). This includes carrying out the necessary repairs and replacement of parts whenever needed to keep the service and operations levels in tune with the requirements. The cost of repair and replacement shall be borne by the bidder. 3.3.3 The bidder shall carry out scheduled preventive maintenance activities to keep all the Data Centre Infrastructure systems in optimum working conditions. Preventive maintenance should be carried out at least once in every quarter, which includes but is not limited to: 3.3.3.1 Checking for any loose contacts in the cables and connections. 3.3.3.2 Run diagnostics tests on equipment 3.3.3.3 Cleaning and removal of dust and dirt from the interior and exterior of the equipment. 3.3.3.4 Updating wiring and connection diagrams, whenever modifications are made.

Tender No. SLI0814P14 DT. 13.08.2013 Page 18 OF 46

3.3.3.5 Checking and listing all wear and tear of the equipment and site environment. 3.3.3.6 Ensuring no flammable material is present in Data Centre area. 3.3.3.7 Clearing up of any unnecessary items / spares. 3.3.3.8 The bidder shall maintain records of all maintenance (preventive & breakdown) of the systems and shall maintain a logbook on site that may be inspected by OIL at any time. 3.3.3.9 The bidder shall stock and provide adequate onsite and offsite spare parts and spare components to ensure that the Uptime commitment as per the SLA is met. 3.3.3.10 The bidder shall have back to back SLA with the OEMs of the supplied systems to ensure timely supply of spares and technical support. 3.3.3.11 The bidder shall provide a copy of the SLA signed with respective OEMs for the entire contract period at the time of UAT. 3.4 Resource Requirement:: The bidder shall prepare and submit to OIL a detailed Project Plan covering various milestones, project organization chart, planned resources deployment, Project Manager and other key resources identified for the project execution, escalation matrix, implementation methodology etc., during the project Kick-off meeting. The project kick-off meeting shall be held within 15 days/ One week from the date of issue of LoI. 3.4.1 The Bidder shall be responsible for the deployment, transportation, accommodation and other requirements of all its employees / contractors required for the execution of the work and for all costs/charges in connection thereof. 3.4.2 The Bidder shall provide and deploy, on the Site for carrying out the work, only those manpower resources who are skilled and experienced in their respective trades and who are competent to execute or manage/supervise the work in a professional manner and within given timelines. 3.4.3 The Bidder shall maintain backup personnel and shall promptly provide replacement of every person removed, pursuant to this section, with an equally competent substitute from the pool of backup personnel. 3.4.4 In case of change in its team composition owing to attrition, the Bidder shall ensure a reasonable amount of time-overlap in activities to ensure proper knowledge transfer and handover/takeover of documents and other relevant materials between the outgoing and the new member. The exiting team member should be replaced with an equally competent substitute from the pool of backup personnel. 3.5 Technical Specifications 3.5.1 This section describes the technical requirements of the Data Centre and the specifications of the systems/components required to fulfill the requirements. The detailed technical specifications for various systems/subsystems required for building the Data Centre are given below. These technical specifications are minimum required and items with better specifications are acceptable. The bidder shall indicate its compliance to each and every point in the technical specifications in the column marked as “Compliance”. 3.5.2 Technical Requirements 3.5.2.1 The Data Centre will cater to internal IT requirements, i.e., applications and users and also provide an isolated high performance computing environment and network for E & P Databank. 3.5.2.2 The bidder shall be responsible for designing and setting up of all the infrastructure requirement of the Data Centre. The bidder shall carry out all the following infrastructure related works of the Data Centre. 3.5.3 Infrastructure preparation for the Data Centre: 3.5.3.1 Precision Air Conditioning (PAC) (Split & Air cooled) – 2 Units (Make: Emerson-Liebert, APC, Uniflair, Blue Star or Equivalent)

Tender No. SLI0814P14 DT. 13.08.2013 Page 19 OF 46

3.5.3.1.1 Two units of 6.5 tons (1 x 6.5 TR Running + 1 x 6.5 TR standby) to maintain a suitable environment and desired temperature (18-23 degree C) for critical IT equipment (at any time one will be running), shall be installed with necessary insulation, electrical panels and wiring. The PAC shall be integrated with Building Management System (BMS) for monitoring and Fire panel to shut down the units in case of a fire incident. The technical specifications of precision cooling units are given below.

Sl. No.

Equipment Specification Compliance

1. Energy efficient Compressor

2. Return Air temperature: 21+-1 Deg C

3. Return Air Humidity: -50 +-5 % RH

4. Max ambient temperature: -45 Deg C

5. PAC unit shall have coded security access for set point parameter adjustment.

6 PAC unit shall have networking functions such as standalone or zoning.

7 Refrigerants: PAC unit shall be designed with eco-friendly refrigerant i.e. R407 C/R410 A.

8 PAC unit shall be fitted with the Ethernet card for monitoring status of PAC

9 PAC system should be on n+1 configuration.

10 PACs should be installed in such a way that switching of PAC after 12 hours are done automatically.

3.5.3.2 Uninterrupted Power Supply (UPS) (Make: Rittal, Emerson, New Wave, APC, Eaton, or Equivalent) – 3 Nos.

3.5.3.2.1 The UPS shall provide high quality AC power for sensitive electronic equipment loads. It should also supply clean power automatically without any break in the supply in the absence of raw power. The desired arrangement should be such that under no circumstances the protected systems should get direct supply from the raw mains.

3.5.3.2.2 Two UPSs are to be configured in load sharing mode to meet the Data Center loads. The third UPS will be kept as standalone UPS for serving PCs, Other equipment, etc.

Sl.No.

Item/Feature Equipment Specification Compliance

1. Type 3 Phase Tru Online UPS

2. Voltage Rectifier input : 380-415 volts – 3 phase Bypass input : 380-415 volts – 3 phase

Output : 415 volts, 3 phase, 50 hz

3. Output Load Capacity

Minimum 30 KVA per UPS

4. Backup at Rated Full Load

inutes battery backup for total of 60 KVA consisting of two battery banks (30KVA for servers and 30 KVA for other equipment)

5. Rectifier Input voltage 415 volts AC+/-15% 3 phase Input frequency : 50 hz Power Factor: 0.9 or more

6 Battery Requirements Battery banks should be designed to provide 30 minutes back up at full load. Battery should be sealed maintenance free type. (Make of Battery is Exide/ Rocket 120AH). The UPS module should have the battery circuit breaker mounted near to the batteries. When this breaker is opened no battery voltage should present in the UPS enclosure. The UPS module should be automatically disconnected when the battery reaches to the minimum discharge voltage level or when signaled by other control functions. Remote tripping of battery circuit breaker facility should be also incorporated. The batteries should be housed in suitable racks.

Tender No. SLI0814P14 DT. 13.08.2013 Page 20 OF 46

3.5.3.3 Very Early Smoke Detection Apparatus (VESDA) System (Make: Xtralis, Siemens, Tyco or Equivalent) 3.5.3.3.1 VESDA system shall be installed in the Data Centre to provide a very early notification regarding fire thus allowing operations team a bigger time window to check the incident and take appropriate actions. The VESDA system shall be integrated with fire panel. The technical specifications of VESDA system are given below:

Sl. No.

Equipment Specification Compliance

1.

The installation of the VESDA system shall comply to one or more of the following codes and standards:

• NFPA Standard, USA

• British Standard, BS 5839 Part I

2.

The equipment shall be designed, tested, approved and listed by

• LPCB (Loss Prevention Certification Board), UK

• FM (Factory Mutual), US

• UL (Underwriters Laboratories Inc.), US

• UL (Underwriters Laboratories Canada), Canada

3. The system shall consist of a highly sensitive LASER-based smoke detector, aspirator and filter.

4. The system shall provide very early smoke detection and provide multiple output levels corresponding to Alert, Action, and Fire

5. The system shall monitor for filter contamination automatically

6. The system shall have a clean air supply to maintain laser chamber cleanliness all the time

7. Monitoring contamination of the filter (dust & dirt etc.) and to notify automatically when maintenance is required.

8.

The Detector, Filter, Aspirator and Relay Outputs shall be housed in a mounting box and shall be arranged in such a way that air is drawn continuously from the fire risk area by the aspirator and a sample passed through the Dual Stage Filter and then to the detector

9. Equipment shall include a high level interface with the fire alarm system & BMS

10.

All Media / filters required for smooth functioning of air and gas purification systems, VESDA systems, has to be supplied by the bidder as and when required, for the entire period of Warranty and AMC.

3.5.3.4 Fire Detection & Alarm System (Make: Simplex, Cooper, EST, Bentle or Equivalent) 3.5.3.4.1 Fire detection system shall be installed in all the areas and all the voids to detect fire incident and to take appropriate actions to prevent its outbreak to unaffected areas and to suppress fire. The fire panel shall be integrated with VESDA, Access control system, Fire suppression system and cooling units. The technical specifications of fire detection system are given below.

Sl. No.

Equipment Specification Compliance

1.

Fire detection system shall conform to the following standards / codes

• “UL” 864 Control Panels

• “UL” 268 Smoke Detectors

• “UL” 268A Smoke Detectors (HVAC)

• “UL”1076 Security

• “UL” 1971, Standard for Visual Signalling Appliances

2. Fire detection system shall be a complete, electrically supervised fire detection and notification system and shall have a microprocessor based operating system

4. The system modules shall communicate with an RS 485 network

Tender No. SLI0814P14 DT. 13.08.2013 Page 21 OF 46

communications protocol.

5.

LED displays shall indicate Power, Audible On or Silenced, and Partial system disabled. Systems not having the above LED’s shall provide separate LED’s within the control panel enclosure with appropriate labels. Selection buttons shall be backlit to aid the operator in the selection process.

6. Multipoint Addressable Fire alarm panel with minimum of 10 detectors with communication port for BMS and synchronizing with Gas Suppression

7. MOD Bus compatible control panel along-with other control and annunciating devices.

8. Wall mounted Manual Call Points of at least 2 Nos.

9. Hooter cum Strobes

10. Response Indicator 3.5.3.5 Gas based Fire Suppression System for Data Center (Make: UTC, Tyco or Equivalent) 3.5.3.5.1 Clean agent based fire suppression system shall be installed in the server farm to suppress any outbreak of fire. This system shall be integrated with the fire panel. The technical specifications of clean agent fire suppression system are given below:

Sl. No.

Equipment Specification Compliance

1. NOVEC 1230 shall be used as fire suppressant.

2.

Clean Agent and design of Fire protection system for computer rooms should follow the Standard on “Clean Agent Extinguishing systems NFPA Standard 2001 (Edition 2004) including its safety guidelines with respect to “Hazards to Personnel”, electrical clearance and environmental factors in line with environmental considerations of Kyoto Protocol.

3. The clean agent shall also comply with the requirements of the “Ozone Depletion Substances Regulation & Control Rules 2000, Ministry of Environment & Forests, and Government of India.

4. All the components of the system shall be capable of withstanding heat of fire and severe weather conditions.

5. The clean agent shall have Zero Ozone Depleting Potential.

6.

For safety reasons the clean agent fire suppression system cylinder, valve, discharge hose, nozzles, fire detection detectors and panels, etc. must be provided from the same manufacturer to ensure proper performance as a system with UL / FM approvals, thereby giving a confidence that a third party has tested the performance of the whole unit as a system.

7. Clean Agent System shall preferably be a low pressure system. Refilling, if required, is to be done at PESO (petroleum & Explosive safety Organisation ) approved filling station.

8. The tank shall have a pressure gauge and low pressure switch to provide visual and electrical supervision of the container pressure.

3.5.3.6 Fire Safety Signs (Make: Cease Fire, Panduit, Autoglo, Prolite or Equivalent)

Sl. No.

Equipment Specification Compliance

1. The Signs shall have capacity to absorb light in the course of normal working day and glow in the dark once the lights have gone out.

2. Shall be used for guiding employees and visitors and rescue team for evacuation

3. Shall also ensure the path for locating nearest fire extinguisher.

4. Escape Route Marking Signs: These signs shall serve as clear indicators of Fire Exits on the premises in case of an emergency.

3.5.3.7 Surveillance System (Make: Bosch, Pelco, Schlage, Axis, Sony, Honeywell or Equivalent)

Tender No. SLI0814P14 DT. 13.08.2013 Page 22 OF 46

3.5.3.7.1 Surveillance cameras shall cover all the areas of the Data Centre and UPS room (2 in Data Centre and 1 in UPS room). Surveillance system shall include cameras, video management software and online storage. Storage shall be sized to keep feed of all cameras online for 30 days. After 30 days the surveillance feed will be moved to a backup storage (NAS). The technical specifications of surveillance cameras are given below:

Sl. No.

Equipment Specification Compliance

1. 2 MegaPixel IP Dome camera

2. The sensor should be 1/3" CMOS Progresive Scan technology.

3. Min illumination for camera should be 0.5 Lux@ F1.2.

4. The cameras should produce viewing angle of min 101~30.4 degree and lens should be min 2.7~9mm MP lens.

5. The camera should carry vari focal lens.

6. Camera should support H.264,MPEG4 & MJPEG compression.

7. The camera should support maximum resolution of 1600x1200 resolution.

8. The cameras should be capable of triggering alarm in scenario such as Motion Detection, Video Loss, Network Disconnect, Storage exception and IP address conflict.

9. The software and hardware should be of same make.

10. The network protocols supported should be TCP/IP, HTTP, DHCP, DNS, DDNS, RTP/RTSP, PPPoE, SMTP, NTP

11. Communication interface should be RJ45 10 M/100 M Ethernet port and RS-485 interface

12 Certification: CE, FCC,C-tick

3.5.3.8 Access Control System (Brand: SOLUS, SPECTRA, BOSCH and HID, Honeywell or Equivalent)

3.5.3.8.1 Biometric finger print and proximity card readers shall be installed at the entrance of Data Centre and UPS room to restrict entry of unauthorised persons and to enforce access control policies. 3.5.3.8.2 The access control system shall be integrated with BMS for monitoring and Fire panel to disable the door contacts in case of a fire incident. The technical specifications of the access control system are given below:

Sl. No.

Equipment Specification Compliance

1. The biometric finger print and proximity card reader’s transactions are to be stored in the storage of access controller.

2. The reader should have certifications like FCC, CE and UL-294 rated

3. 10 Proximity Cards compatible with the system shall be provided

4. The biometric reader shall interface with the BMS through the controller.

5. All the necessary hardware, software with its cabling are to be supplied and installed

6. The access control mechanism must have biometric as well as proximity card readers

7. The control system should have facilities such that at no time both the doors of the data center can be kept open

Tender No. SLI0814P14 DT. 13.08.2013 Page 23 OF 46

3.5.3.9 Water Leak Detection (WLD) System (Make: Sontay, GE, Rittal or Equivalent) 3.5.3.9.1 Water leak detection system shall be installed in the Data Center and UPS room to detect and raise alarm regarding presence of water. The technical specifications of water leak detection system are given below:

Sl. No.

Equipment Specification Compliance

1. The WLD system shall comprise of Cable sensors, Water leak detection modules, I/O modules connected to a control panel

2. The control panel shall have a minimum of 4 zones

3. The WLD system shall have one serial interface to connect to BMS

4. The WLD module shall be a single zone type. The module shall be resistant to oxidation and erosion. The module shall have relay output for connection to the controller

3.5.3.10 Rodent Repellent System (Make: Maser, Rscat or Equivalent) 3.5.3.10.1 Rodent repellent system shall be provided in the Data Center and UPS room to protect the premises against any rodent infestation. The technical specifications of rodent repellent system are given below:

Sl. No.

Equipment Specification Compliance

1. VHFO system shall transmit high frequency sound waves (above the 20 KHZ frequency) which are inaudible and harmless to humans but audible and painful to pests thus driving them away.

2. VHFO system shall consist of one Master Console and 6 Satellites / Transducers.

3. Satellite unit shall cover an open floor area of approximately 300 Sqft

4. Satellite unit shall cover false ceiling area of approximately 150 Sft

5. The sound waves propagated shall be linear sine waves with constantly varying frequencies

6. Operating frequency: Above 20 KHz (Variable)

7 Power supply: 230 V AC, 50 H

8. Power output: 800 milliwatt per Satellite

3.5.3.11 Air & Gas Purification System (Make: Ecoscrub, BryAir, Purafil or Equivalent) (1 external & 1 internal) - 2 nos. 3.5.3.11.1 Data Center shall be designed to provide a contaminant-free environment by primarily maximizing the control of airborne particulates by filtration.

Sl. No.

Equipment Specification Compliance

1.

Two air and gas purification chemical filtration units employing one or more chemical filtration media (internal and external) with adequate capacity to control gaseous contaminant like, sulphur compounds in the air and to clean the emissions and airborne particulates shall be installed in order to maintain very low gas contaminant levels as low as ten parts per billion levels and for removal of corrosive contaminant gases and odours from the Data Centre.

2.

One unit shall be installed outside the data center to clean the emissions and airborne particulates and supply purified air from outside to data centre and another unit shall be installed to further filter the contaminants and circulate purified air inside the data center.

3. The bidder shall replace chemical media and particulate filters based on results and associated contaminant levels and also complete filter change out as and when needed.

Tender No. SLI0814P14 DT. 13.08.2013 Page 24 OF 46

3.5.3.12 Environment Condition Monitoring (ECM) System (Make: Rohrback Cosasco Systems, Purafil or equivalent) - 1 no. 3.5.3.12.1 Many of the gaseous contaminants targeted for control in data centers are corrosive in nature and can be easily measured using reactivity monitoring and for constant surveillance of the atmospheric environment installed inside the data center.

Sl. No.

Equipment Specification Compliance

1.

Real-time environment assessment reactivity monitor shall be installed inside the data centre with specially prepared copper and silver sensor strips to measure the metal loss and corrosion severity of copper and silver in angstroms (ten billionths of a meter).

2. The bidder shall replace the specially prepared copper and silver sensor strips based on results and associated metal loss and corrosion level, as and when needed.

3.5.3.13 Building Management System (BMS) (Make: Athenta, Siemens, Honeywell or Equivalent) 3.5.3.13.1 Building Management System (BMS) shall be a unified system having capability to integrate with disparate systems irrespective of make or model. It shall be implemented for the monitoring and management of different systems of the Data Centre to provide a centralized monitoring and management platform. 3.5.3.13 The bidder shall host the management software of various systems on a Personal computer / server, together with a monitoring station of 21”. The technical specifications of the BMS are given below:

Sl. No.

Equipment Specification Compliance

1. BMS shall support the leading open standards such as BACnet, TCP/IP, Modbus, RS485, Rs232.

2. BMS shall provide centralized dashboard for all the systems implemented in the Data Centre

3. BMS shall be open to integration with present and future systems with minimal change in the existing system setup.

4. BMS shall provide a consolidated monitoring and management environment for components installed in physically separate locations.

5. BMS shall have High Availability mode.

6.. BMS shall have inbuilt mechanism to provide an integrated Dashboard for all the systems.

7. BMS shall have inbuilt mechanism to generate standard and customized reports.

8.

BMS shall have a centralized dashboard which shall provide a monitoring window using the actual view of the Data Centre. It shall show where the different devices of BMS are placed to aid in quick identification of the fault area in case of alarm generation.

9. BMS shall have inbuilt mechanism to provide load trends of energy distribution setup and to set up practical thresholds to get alerted on overload situations.

10. BMS shall continuously provide performance data of the critical statistics of the PAC system like the Inlet temperature, Return temperature, Air flow etc.

11. BMS shall present the environmental conditions in terms of temperature and humidity on the same dashboard as the operational parameters of the PAC.

12.

BMS shall continuously monitor the following UPS parameters

• UPS Availability

• UPS Load

• Battery Status

• Battery Capacity

• Input Frequency

Tender No. SLI0814P14 DT. 13.08.2013 Page 25 OF 46

• Input Voltage

• Output Current

• Output Frequency and Voltage

13. BMS shall provide live monitoring of the cameras and also map it on the Data Centre drawing as per their installation location

14. BMS shall integrate with the fire alarm system and provide the alarms generated by the system on the centralized Dashboard

15.

BMS shall be configured to set up control mechanism in case of fire alarm is activated. Some of the actions which might have to be enabled by the BMS tool are –

• Activation of hooter / flasher at different locations

• Deactivation of the access control doors, especially on the evacuation route.

• Switching OFF of some of the key components such as PAC units, Power supply etc.

16. Necessary computer hardware with required specifications and operation system shall be provided by the bidder

3.5.3.14 Electrical System 3.5.3.14.1 The electrical system is the backbone of the Data Center and the bidder shall ensure that the electrical system does not have any single point of failure in terms of component or delivery path. 3.5.3.14.2 The Bidder shall provide electrical wiring (copper cable only) from the UPS for the offered equipment. 3.5.3.14.3 The bidder shall be required to carry out all related activities such as, infrastructure and associated electrical work pertaining to equipment for the Data Centre. 3.5.3.14.4 The bidder shall use CPRI approved manufacturer’s electrical panels, wires from Polycab, or Kalinga, or ESC, or Havells, or RR Kabel and Switch and Sockets of Legrand, ABB, MK brands and Electrical Switchgear of either ABB, or Schneider, or Siemens, or L&T. The bidder need to provide additional minimum 10 numbers of 32 amps industrial sockets beneath the false floor for any additional loads. 3.5.3.14.4 Electrical work for the Data Center including testing of earthing, etc. shall be the responsibility of the Bidder. The bidder needs to consult with OIL’S representative for the same. The technical specifications of the electrical system are given below:

Sl. No.

Equipment Specification Compliance

1. Cables & Conduits: The Bidder shall install, terminate and connect up all cable and conduits.

2. All Cables shall be FRLS (Fire Retardant Low Smoke) type.

3.

Prior to laying of conduits/channels, the Bidder shall get approved the lay out indicating the route, number and size of channels, location of junction/ inspection/ pull boxes/ electrical panels, size and location of switch boxes, point outlets and other details. These layouts shall be approved by the OIL’S representative, then only work should be started.

4. The drawings shall be strictly followed except where obvious interference occurs. In such cases, the routing shall be changed as directed and / or approved by OIL’s representative

5.

The system of wiring shall consist of single/ multi core PVC insulated stranded copper conductor wires of suitable rating in metallic channels. All wiring shall be hidden in the access flooring, false ceiling for wiring done from the top and concealed in other areas.

6. Cable Laying: Cable shall generally be installed in ladder type; site fabricated / pre-fabricated trays except for some short run in rigid / flexible conduit for protection or crossing.

7. Cable Tag & Marker: Each cable shall be tagged with numbers

8. Cables shall be tagged at entrance and exit from any equipment and junction box.

9. The location of cable joints, if any, shall be clearly indicated with cable

Tender No. SLI0814P14 DT. 13.08.2013 Page 26 OF 46

marker with an inscription ‘cable-joint’.

10. Cable Termination: The termination and connection of cables shall be done strictly in accordance with manufacturer’s instruction, drawings and /or as directed by OIL’s representative

11. Channels/M.S. conduits, electrical panels and wirings, switches and sockets etc. shall conform to Indian Standards for specifications and should be approved by OIL’s representative.

12. Earthing of the equipment, Surge protector, including supply of earthing materials, if earthing provided is technically not suitable for the computer equipment.

13. Lightening arrester and any other electrical safety measures, if required.

14. The resistance from any part of the lightning protection system to earth shall not exceed 1 ohm.

15. All the cabling is to be routed properly below false floor.

16.

All the electrical panels, switches boxes, sockets, wires, etc. required for the Data Center to be provided. All fittings should conform to Bureau of Indian Standards.

3.5.3.15 Civil & Masonry Work 3.5.3.15.1 This shall include levelling, dismantling, and repairing civil structure/False Flooring as required and / or as directed by OIL’s representative. 3.5.4 Hardware & Software for the Data centre: 3.5.4.1 The bidder is required to supply, handling, installation, configuration, testing and commissioning the ordered Hardware and Software along with perennial licenses, on turnkey basis and as per details given in this document. The bidder shall carry out the following activities:

Sl. No.

Equipment Specification Compliance

1. Facilitate inspection and acceptance of the material by OIL’s representative.

2. The bidder shall arrange handling and lifting of material at site i.e. FC-24, Oil India Ltd, Sector-16A, NOIDA-201301

3.

Licenses: The bidder shall provide perennial software licenses for all the supplied software in the name of Oil India Ltd.

• All the renewable software licenses should be valid at least for the entire period of warranty and AMC

• Any license required to use/operate any of the supplied hardware/ports have to be provided by the bidder along with the solution

• The bidder should submit the hard copies of the licenses of all the supplied software with validity dates before acceptance of the solution

3. The bidder shall also provide insurance cover for the equipment till successful installation, commissioning and acceptance of the equipment.

4. The bidder shall arrange required test and measuring equipment as required for acceptance testing and measuring the various parameters of the systems.

5. Any other items (hardware, software or license) including tools, etc. required to make system fully operational shall be within the scope of work.

Tender No. SLI0814P14 DT. 13.08.2013 Page 27 OF 46

3.5.4.2. Networking Switches, Routers, firewall and cables

Sl. No.

Equipment Specification Compliance

1.

Rack (42U) for switches and networking equipment: Plan the physical layout of the minimum of four numbers of 42 U appropriate standard racks to mount servers, Storage Area Network (SAN), Network switches. and other equipment like, EPABX, etc. to be supplied, along with all necessary rack mounting accessories.

2.

Layer 3 Switch – Qty. 1 No.

Cisco Catalyst 3750G-24TS-1U or equivalent with 24 10/100/1000 Layer 3 RJ 45 ports and 4 SFP Fiber Uplink Ports.

3.

Layer 2 Switch – Qty. 1 No.

Cisco Catalyst 2960S-24TS-L or equivalent with 24 10/100/1000 Layer 2 RJ 45 Ports with 4 SFP Fiber Uplink Ports

4.

Layer 2 Switch - Qty. 3 Nos.

Cisco Catalyst 2960S-48TS-L or equivalent with 48 10/100/1000 Layer 2 RJ 45 Ports with 4 SFP Fiber Uplink Ports

5.

Firewall - Qty. 2 Nos.

Cisco ASA 5540 with CSC SSM 40 Module in Active – Standby Mode or equivalent along with perennial software license in the name of Oil India Limited. The renewable software licenses should be valid at least for the entire period of Warranty and AMC period, i.e., (Five years).

6

CAT6A Patch panel: • CAT6A Patch Panel shall be 24 ports 1U, angular, loaded patch

panel.

• CAT6A Patch Panel shall have IDC Connectivity at rear end & RJ-45 jack on front panel and shall be 19" rack mountable.

• CAT6A Patch Panel shall confirm or exceed TIA/EIA-568-B.2-1 and ROHS Compliant standard requirements for CAT6A Patch panel.

• CAT6A Patch Panel shall confirm to EIA/TIA 568 B wiring pattern.

• Necessary UTP patch panels to be mounted on the appropriate rack.

7. UTP Patch panel – Qty. 4 Nos. 24 Port UTP Patch Panel

8. Patch panel F/O: - Qty. 1 no. 12 Port SFP F/O Patch Panel

9.

CAT6A Patch cord: • CAT6A Patch Cord shall confirm to or exceed TIA/EIA-568-B.2-

• CAT6A Patch Cord shall have factory crimped patch cord RJ-45 plugs at both ends.

• All plastics used in construction of the connector bodies of the CAT6A Patch Cord shall be fire retardant with a UL flammability rating of 94V-0.

10. UTP Patch cord - Qty. 100 Nos. 5 Mtr. Length

11. UTP Patch cord - Qty. 200 Nos. 3 Mtr. Length

12. F/O SFP to SFP Patch cord - Qty. 12 Nos.

Min 3 Mtr. Length

13. Structured Cabling:

Tender No. SLI0814P14 DT. 13.08.2013 Page 28 OF 46

• CAT6A structured cabling system shall be provided for inter rack connectivity

• CAT6A UTP system shall be backward compatible with CAT 6, 5e, and 5 systems and must provide a seamless migration path to 10GBASE-T performance.

• CAT6A UTP cable shall be a 4 Pair Cable, 23-24 AWG, copper with integral cross-member pair separator for uniform characteristic impedance

• CAT6A UTP cable shall be from ISO 9001 certified quality Manufacturer

• All Network Cabling work has to be Industry Standard Structured Cabling conforming to ISO 11801 standard.

• All fibre optic cables should be 62.5/125 µm multimode. All indoor OFC cables must provide 100% redundant cores.

• All network cables used must conform to IEC 332-3-c. IEC 754, IEC 1034 cable fire performance standard.

14.

Cable Containment System:.

• Suitable cable containment system to be considered are: � Raceway � Conduit � PVC trunking � Built-in under floor duct � Raised floors

� Following considerations must be taken into account while

designing the cable containment system:

• The density and volume of cables to be organized

• The aesthetic appearance of the cabling within offices, wards, laboratory and other visible areas.

• Proximity to power cables and other potential sources of interference

� Fire stopping

� The cable containment system should conform to EN 50174 Information technology – cabling installation standard.

15.

CAT6A UTP Information Outlets:

• CAT6A UTP Information Outlets shall meet or exceed the requirements for channel per TIA 568-B.2-10, shall be cULus Listed and shall be NOM and ACA compliant.

• CAT6A UTP Information Outlets shall have high-impact, fire retardant plastic rated UL 94V-0.

• CAT6A UTP Information Outlets shall be compliant with FCC Part 68; UL Listed; and independently verified.

• CAT6A UTP Information Outlets shall accommodate installation color codes for T568A and T568B wiring schemes.

• CAT6A UTP Information Outlets shall include an alien crosstalk attenuation cover (Cone of Silence) to protect the termination field from induced noise from adjacent connectors

• CAT6A UTP Information Outlets shall exceed all channel performance requirements in TIA-568-B.2-10 from 1 MHz to 500MHz to support the IEEE 802.an standard for 10 Gigabit Ethernet over UTP Cable.

16.

Face Plate:

• The wall plate housing shall be a one-piece, dual-gang flush mount style that is compatible with British Standard BS 4662 for flush-mount electrical boxes and BS 5733 for surface mount electrical boxes

• The wall plate shall be made of high-impact, fire-retardant plastic rated UL 94V-0 and compliant with TIA/EIA-568-B specifications.

17.

Any other Items: � All necessary configuration of the network devices including

routers, firewalls, VLAN’s, switches, VPN’s, etc. will be the responsibility of the bidder. The integration of the Data center network with OIL’s WAN will also be the responsibility of the

Tender No. SLI0814P14 DT. 13.08.2013 Page 29 OF 46

bidder. However, the IP addressing scheme for the above shall be provided by OIL and should be carried out in consultation with OIL’s IT executives.

� All necessary patch cords (optic and copper) of sufficient length and media converters, if any, needed for complete inter-connection of the network items/ servers have to be supplied by the bidder. Any LIUs required have to be supplied along with and all necessary fiber terminations have to be carried out by the bidder.

� All tools required to carry out installation of the network items, including cabling, will be the exclusive responsibility of the bidder.

� The bidder has to execute the complete installation and commissioning. Any other additional items that may be required to complete the installation and commissioning has to be supplied by the bidder free of cost.

� The cable administration system must conform to EN 50174 Information technologies – cabling installation standard.

� All active and passive network devices should be properly grounded to avoid electric shock.

� All OFCs shall have to be tested using OTDR and reports shall have to be submitted to IT department for certification.

� All the cabling is to be routed properly below false floor. � All inter connecting cables / connectors needed for complete

installation and commissioning of the networking equipments / systems has to be supplied by the bidder along with the networking equipment.

18 All the network products as mentioned above need to be integrated seamlessly with our existing OIL’S network mainly having cisco equipment/product.

Common Specification for the network equipment mentioned in 2, 3, 4, 5 of 3.5.4.2 Above

Sl. No.

Equipment Specification Compliance

1 All the network equipment is to be Dual stack compliant with license to use IPv4, IPv6 and both.

2 Make : Cisco/Hp/Juniper

3 The bidder is to provide the technical comparison statement of Cisco model mentioned with the quoted model. (Attach the comparison sheets)

4 The bidder needs to quote all the network equipment of one make only ( i.e. Cisco/Hp/Juniper)

5 The equipment should be either TEC certified or IPv6 ready Logo certified.

4.0 Warranty 4.1 The comprehensive onsite warranty for one year for the entire solution / system(s) shall start only after successful completion and Acceptance Testing and signing off by OIL’s representative. 4.2 Preventive and corrective maintenance of all hardware supplied including replacement of defective parts, installation and configuration during warranty period. 4.3 Free upgrade of supplied software during Warranty period.

Tender No. SLI0814P14 DT. 13.08.2013 Page 30 OF 46

5.0 Annual Maintenance Contract (AMC) Terms 5.1 The bidder shall maintain the facilities and equipment covered in the scope of work for a minimum period of 4 years after completion of one year warranty, as per terms and conditions of “WARRANTY & ANNUAL MAINTENANCE SUPPORT” detailed in Annexure-IB. 5.2 The Annual Maintenance Contract would be for a period of 4 years, after successful completion of Warranty period of one year. 5.3 The Annual Maintenance Contract shall commence only after successful completion of all warranty obligations. 5.4 Payment against AMC charges will be paid on quarterly basis on completion of every three months AMC period. 5.5 The bidder shall furnish a Performance Bank Guarantee @ 10% of annual AMC charges quoted before commencement of each year’s AMC. 5.6 The bidder shall provide documentary proof of back-to-back support with OEMs of the third party products like, UPS, Precision AC, Fire detection and Suppression System, VESDA System, Network equipment etc., at the beginning of each year of AMC.

Tender No. SLI0814P14 DT. 13.08.2013 Page 31 OF 46

Annexure-IB

WARRANTY & ANNUAL MAINTENANCE SUPPORT

TERMS OF REFERENCE/ TECHNICAL SPECIFICATIONS

1.0 INTRODUCTION 1.1 Warranty 1.1.1 The comprehensive onsite warranty for the entire solution / systems, facilities

and equipment covered in the scope of work of the NIT, shall be for a period of one year.

1.1.2 The bidder shall provide documentary proof of back-to-back support with OEMs of the third party products like, UPS, Precision AC, Fire detection and Suppression System, VESDA System, Network Equipment etc., before commencement of Warranty

1.1.3 The warranty shall start only after successful completion and User Acceptance Testing sign off by OIL’s representative.

1.1.4 The bidder shall provide preventive and corrective maintenance of all hardware supplied including replacement of defective parts, installation and configuration during warranty period.

1.1.5 The bidder shall provide free upgrade of supplied software during Warranty period.

1.2 Annual Maintenance Contract (AMC) 1.2.1 The comprehensive onsite maintenance for the entire solution / system(s),

facilities and equipment covered in the scope of work of the NIT, shall be for a period of four years.

1.2.2 The AMC shall commence only after successful completion of all warranty obligations.

1.2.3 The bidder shall provide preventive and corrective maintenance of all hardware supplied including replacement of defective parts, installation and configuration during AMC period.

1.2.4 The bidder shall provide free upgrade of supplied software during AMC period. 1.2.5 Payment against AMC charges shall be paid on quarterly basis on completion of

every three months of AMC period. 1.2.6 The bidder shall provide documentary proof of back-to-back support with OEMs

of the third party products like, UPS, Precision AC, Fire detection and Suppression System, VESDA System, Network Equipment etc., before commencement of each year’s AMC.

1.2.7 The bidder shall furnish a Performance Bank Guarantee @ 10% of annual AMC charges quoted before commencement of each year’s AMC.

2.0 Scope of Services : 2.1 The scope includes, but not limited to, Infrastructure, network, network

equipment and software maintenance including supply of spare parts and consumables as part of complete support of the total solution offered by the bidder.

Tender No. SLI0814P14 DT. 13.08.2013 Page 32 OF 46

2.2 The entire solution / systems, facilities and equipment covered in the scope of work of the NIT, shall be covered for a period of five years (inclusive of one year warranty and four years AMC period).

2.3 The bidder shall be directly responsible for carrying out all necessary support services including that of third party OEMs during the entire contractual period with OIL. 2.4 The bidder shall rectify all the defects within the Next Business day, including

replacement of spares, etc., which is the minimum acceptable SLA.

2.5 The bidder shall follow the preventive maintenance schedule for each item, strictly throughout the period of contract.

3.0 Responsibilities / System Management Services 3.1 It is mandatory that the bidder shall follow well-defined set of processes and procedures to be able to provide quality services, as per Industry standard. 3.2 The bidder shall adhere to these processes and procedures to deliver consistent quality services throughout its contractual period in OIL. 3.3 Any hardware/software to meet the requirements under this section shall be provided by the bidder. 3.4 The bidder is expected to have the following system management controls in place:

3.4.1 Preventive / Corrective Maintenance: Onsite comprehensive preventive and corrective maintenance of complete system including repair / replacement of defective parts and systems within the Next Business Day. 3.4.2 Network Maintenance: The bidder shall ensure the availability of services related to network and network items like firewall appliance, routers, switches and configuration of network, as and when required, on call basis, free of cost during both Warranty and AMC period. 34.3 Infrastructure Maintenance: Onsite comprehensive preventive and corrective maintenance of UPS, Precision Air conditioning system, Fire protection and suppression system, other electrical fittings, systems, etc. including repair / replacement of defective parts, free of cost during both Warranty and AMC period. 3.4.4 Physical infrastructure system maintenance service: The objective of this service is to support and comprehensively maintain the entire Physical Infrastructure of the Data Centre supplied and installed as per manufacturer’s practice. 3.4.5 Proactive and reactive maintenance, repair and replacement of defective components (hardware and software). This includes carrying out the necessary repairs and replacement of parts whenever needed to keep the service and operations levels in tune with the requirements of resolution within the Next Business Day. The cost of repair and replacement shall be borne by the bidder. 3.4.6 The bidder shall carry out scheduled preventive maintenance activities to keep all the Data Centre Infrastructure systems in optimum working conditions. The bidder shall inform OIL 3 working days in advance and undertake the preventive maintenance activity with written consent of OIL. Preventive maintenance should be carried out at least once in every quarter, which includes but is not limited to: 3.4.6.1 Checking for any loose contacts in the cables and connections.

Tender No. SLI0814P14 DT. 13.08.2013 Page 33 OF 46

3.4.6.2 Run diagnostics tests on equipment 3.4.6.3 Cleaning and removal of dust and dirt from the interior and exterior of the equipment. 3.4.6.4 Updating wiring and connection diagrams, whenever modifications are made.

3.4.6.5 Checking and listing all wear and tear of the equipment and site environment. 3.4.6.6 Ensuring no flammable material is present in Data Centre area. 3.4.6.7 Clearing up of any unnecessary items / spares. 3.4.6.8 The bidder shall maintain records of all maintenance (preventive & breakdown) of the systems and shall maintain a logbook on site that may be inspected by OIL at any time. 3.4.6.9 The bidder shall stock and provide adequate onsite and offsite spare parts and spare components to ensure that the Uptime commitment as per the SLA is met. 3.4.6.10 The bidder shall have back to back SLA with the OEMs of the supplied systems to ensure timely supply of spares and technical support. 4.0 Other Terms and Conditions 4.1 The bidder 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 bidder. 4.2 The bidder shall resolve all complaints and rectify the faults within the Next Business Day. 4.3 The Bidder will have to provide the mobile number of a Single Point of Contact to facilitate immediate contact by OIL’s representative and he or she shall be responsible to liaise with all vendors for rectification of faults within the Next Business Day. 4.4 The bidder shall arrange its own transport facility for the maintenance engineers to attend to the maintenance calls and for movement of spares. 4.5 The bidder shall provide own maintenance equipment for carrying out the maintenance as and when required. 4.6 No cannibalization of any equipment will be permitted to carry out the maintenance services. 4.7 The bidder shall carry a delivery challan for all the spares which are brought inside the OIL’s premises.

Tender No. SLI0814P14 DT. 13.08.2013 Page 34 OF 46

5.0 Penalty 5.1 The bidder shall be charged a penalty of Rs.500/- per day for failure to replace

the defective part and/ or rectify the fault with the minimum acceptable period, i.e., Next

Business Day.

5.2 However, the total penalty shall not exceed 15% of the total maintenance

charges per quarter.

End of section IV

Tender No. SLI0814P14 DT. 13.08.2013 Page 35 OF 46

SECTION - V

Schedule of Rates

BIDDING FORMAT

Sl. No.

Product Details Item No Quantity

(Nos.) ( 1 )

Unit Price

(RS)

( 2 )

Total Price

(RS)

( 1X2)

1. Precision Air-conditioning units with its accessories

3.5.3.1 2

2. Uninterrupted Power Supply units with its accessories

3.5.3.2 3

3. VESDA System with its accessories

3.5.3.3 1

4. Fire Detection & Alarm System with its accessories

3.5.3.4 1

5. Gas based Fire Suppression System with its accessories

3.5.3.5 1

6. Fire Safety Signs with fixtures and fittings

3.5.3.6 As per requirement.

7. Surveillance System with its accessories

3.5.3.7 As per requirement

8. Access Control System with its accessories

3.5.3.8 As per requirement

9. Water Leak Detection System with its accessories

3.5.3.9 As per requirement

10. Rodent Repellent System with its accessories

3.5.3.10 As per requirement

11. Air & Gas Purification System with its accessories

3.5.3.11 As per requirement

12. Environment Condition Monitoring System with its accessories

3.5.3.12 As per requirement

13. Building Management System with its accessories

3.5.3.13 As per requirement

14. Electrical System with all its accessories

3.5.3.14 As per requirement

15. Civil & Masonry work 3.5.3.15 As per requirement

16. Rack (42U) for switches and Networking Equipment

3.5.4.2.1 As per requirement

17. Cisco Layer 3 Switch 3.5.4.2.2 1

18.1 Cisco Layer 2 Switch 3.5.4.2.3 1

18.2 Cisco Layer 2 Switch 3.5.4.2.4 3

18.3 Cisco Firewall 3.5.4.2.5 2

18.4 UTP Patch Panel 3.5.4.2.7 4

18.5 Patch Panel F/O 3.5.4.2.8 1

18.6 UTP Patch Cord 3.5.4.2.10 100

18.7 UTP Patch Cord 3.5.4.2.11 200

18.8 F/O SFP to SFP Patch Cord 3.5.4.2.12 12

19. Structured Cabling 3.5.4.2.13 As per

Tender No. SLI0814P14 DT. 13.08.2013 Page 36 OF 46

requirement 20. Cable Containment System 3.5.4.2.14 As per

requirement

21 Information Outlets 3.5.4.2.15 As per requirement

22. Face Plate 3.5.4.2.16 As per requirement

23 Any Other Items 3.5.4.2.17 As per requirement

24. Total Material Cost ( 1 to 23)

25. Packaging & Forwarding Charges

26. Total Ex-Works Value (24 +25)

27 Excise Duty ( Please indicate applicable rate of Duty)

28 Sales Tax ( Please indicate applicable rate of Tax)

29 Road transportation charges if any up to OIL’s office premises at Sector 16A

30 Total FOR OIL’s office premises at Sector 16A, Noida Price (26+27+28+29)

30. Insurance Charges

31. Installation & Commissioning Charges (inclusive of tax)

32. AMC Charges (inclusive of tax) for first year

33. AMC Charges (inclusive of tax) for second year

34 AMC Charges (inclusive of tax) for third year

35. AMC Charges (inclusive of tax) for fourth year

36. Total Value including Inst & Comm, Insurance and AMC in Rs. ( Sum (30 to 37) )

37. Total Value in words

Notes: 1. The Bidders shall indicate the applicable taxes towards services (Installation and

Commissioning and AMC) to be provided by them. 2. The Bidders shall quote for all items, failing which their offer will be considered incomplete

and rejected. 3. The bidder shall execute the complete installation and commissioning. Any other additional

items not quoted in the Price Schedule but may be required to complete the installation and commissioning shall be supplied by the bidder, free of cost.

4. The bidders shall include all to and fro fares, boarding / lodging and other expenses of their

personnel(s) during their stay at NOIDA, while quoting AMC charges, 5. The bidder shall bear all Income, Service, Corporate Taxes etc. towards the services

provided under installation / commissioning and AMC and shall be deducted at source at the time of releasing the payment.

The above price schedule after incorporating the prices to be uploaded in the Price Bid only and not in the technical bid. In the technical bid, the bidder has to confirm that they have quoted as per above price schedule. Otherwise, the offer will be rejected as mentioned in the BEC/BRC.

(END OF SECTION – V)

Tender No. SLI0814P14 DT. 13.08.2013 Page 37 OF 46

SECTION – VI

BID REJECTION CRITERIA (BRC) / BID EVALUATION CRITERIA (BEC)

I. BID REJECTION CRITERIA

In addition to BEC / BRC as per General Terms and Conditions vide SECTION-III, the following clause will be applicable against this tender. (A) TECHNICAL Bids not satisfying the following criteria will be rejected.

a) 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.

b) 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 and AMC period, including replacement of spares, failing which, their offer will be rejected.

c) Bidder shall have to quote for all items as specified in Price Schedule

d) Bidder shall have to extend Maintenance Support services for a period of four years after

completion of one year warranty, from the date of installation and commissioning.

e) 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( including one year warranty period) from the date of commissioning with regard to service, spares and consumables.

f) The annual turnover of the bidder in any of the last 3 financial years or current financial

years should not be less than Rs.104 lakhs

g) The bidder must provide necessary documentary evidence of design, supply of equipment and successful implementation of minimum one Data Centre as described above during last three years as on the bid closing date for the order amount not less than Rupees 32 lakhs. OIL reserves the right to visit such installation for necessary verification. If OIL demands, bidder has to obtain necessary permission from the competent authority for such visits.

(B) COMMERCIAL:

Priced bids of only those bidders will be opened whose offers are found technically acceptable. The technically acceptable bidders will be informed before opening of the "Priced bid".

1. Bidders must quote their offer in accordance with the format provided in Section – V. Bids received in any other form will be rejected. The Bidders shall quote for all items, failing which their offer will be considered incomplete and rejected.

2. Bid security of Rs.100,000.00 shall be submitted manually in sealed envelope super scribed with Tender no. and Bid Closing date to Chief Adviser (C&P),OIL INDIA LIMITED, Plot No. 19, Sector 16A, NOIDA – 201301 on or before the Bid Closing Date and Time mentioned in the Tender. If bid security in ORIGINAL of above mentioned amount is not received within bid closing date, the bid submitted through electronic form will be rejected without any further consideration. For exemption for submission of Bid Security, please refer Clause No. 6.8 of General Terms and Conditions (SECTION-III). The Bid Security shall be valid for 300 days from the date of bid closing.

3. Bidders shall offer firm price through delivery and not subject to variation on any account. Bids with adjustable price shall be treated as non responsive and rejected.

Tender No. SLI0814P14 DT. 13.08.2013 Page 38 OF 46

4. Validity of the Bids shall be minimum 4 months (120 days) from Bid closing Date. Bids with lesser validity will be rejected.

5. Bids received after bid closing date and time shall be rejected. Also, modification of Bids received

after Bid Closing date/time shall not be considered.

6. Bids received from unsolicited parties shall be rejected.

7. Any offer containing incorrect statement will be rejected.

8. Successful bidder will be required to furnish the Performance Bank Guarantee @ 10 % of the ordered value. The Performance Bank Guarantee must be valid for 12 months from the date of successful commissioning of the equipment. Bidder must confirm the same in their Technical Bid. Offers not complying with this clause will be rejected.

9. C folder is meant for Technical bid only. Therefore, no price should be given in C folder, otherwise, the offer will be rejected.

10. All the Bids must be Digitally Signed using “Class 3” digital certificate (e-commerce application) 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. The bid signed using other than “Class 3” digital certificate, will be rejected.

11. “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.”

12. Conditional offers will be rejected.

13. No deviation or exception will be accepted in the clauses covered under BRC/BEC.

14. To ascertain the substantial responsiveness 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.

Notes: If any clauses in the BRC contradict clauses elsewhere in the Bid Document, then the clauses in the BRC shall prevail.

II. BID EVALUATION CRITERIA (BEC) :

The bids conforming to the specifications, terms and conditions stipulated in the enquiry and considered to be responsive after subjecting to Bid Rejection Criteria, will be considered for further evaluation, as per the Bid Evaluation Criteria given below: 1. 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 BIDDING FORMAT ( SECTION-V)

2. In the event of computational error between unit price and total price, unit price shall prevail and adopted for evaluation. Similarly, in the event of discrepancy between words and quoted figure, words will prevail.

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

Tender No. SLI0814P14 DT. 13.08.2013 Page 39 OF 46

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

(A) Total Material Cost (B) Packing and Forwarding Charges (C) Total Ex-works value, ( A + B ) above (D) Excise Duty as applicable on ( C ) above (E) Sales Tax as applicable on ( C + D ) above (F) Transportation Charge upto OIL’s premises, Sector 16A (G) Total FOR OIL’s Office premises, sector-16A, Noida value (C + D +E+F) above (H) Installation/Commissioning Charges ( including taxes) (I) AMC Charges ( Including taxes) for 4 years (J) Total value ( G + H +I )

4. Installation/Commissioning: Installation / Commissioning charges should be quoted separately which shall be considered for evaluation. The commissioning charges should include amongst others to and fro fares, boarding/lodging of the commissioning engineers. All Corporate, Personal and Service taxes towards the services provided by the bidder shall be borne by the bidder and will be deducted at source. Bidder should also confirm about installation/commissioning in their Technical Bid.

5. Annual Maintenance Contract (AMC): Comprehensive AMC charges for each year up to 4 years after the expiry of Warranty period of one year, should be quoted separately, which shall be considered for evaluation. Supply of Spares and consumables under the AMC should be the responsibility of the bidder and therefore cost of the Spares and consumables should be considered while quoting for the AMC charges. AMC charges should include all the expenses of the bidder’s personnel, i.e. to and fro fares, boarding/lodging, transportation, etc. All Service Tax, Personal Tax, Corporate Tax, etc. towards the services provided under the AMC shall be borne by the bidder and will be deducted at source. Bidder should confirm and provide details about the AMC in the Technical Bid also.

6. Bidder should provide warranty for one year on all items from the date of commissioning of the item by the bidder. All defects are to be attended by the bidder immediately, at their own cost during this period.

7. All cost of replacement of the defective spares / inferior materials/ consumables should be borne

by the bidder.

*********

(END OF SECTION – VI)

Tender No. SLI0814P14 DT. 13.08.2013 Page 40 OF 46

SECTION – VII

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.

Offer ref ……………………………… Dated …………………………..

Sl. No.

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 Yes/ No

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

Yes/ No

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

Yes/ No

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

Yes/ No

a) Amount :

(b) Name of issuing Bank :

(c) Validity of Bid Bond :

Whether offered firm prices Yes/ No

3.2 Whether quoted offer validity of Six months from the date of closing of tender?

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 70% against delivery of the cost of equipment and balance 30% excluding AMC charges after successful installations, commissioning and training and after UAT sign off by OIL 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 Bidding Format? 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 all BRC/BEC clauses accepted? Yes/ No

4.0 Whether technical literature / catalogue enclosed? Yes/ No

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

Tender No. SLI0814P14 DT. 13.08.2013 Page 41 OF 46

PROFORMA-I

STATEMENT OF NON COMPLIANCE

(Only exceptions/deviations to be rendered)

SECTION NO.

(PAGE NO.)

CLAUSE NO.

SUB-CLAUSE NO.

COMPLIANCE/ NON

COMPLIANCE

REMARKS

(Authorized Signatory)

Name of the bidder_____________________

NOTE:

OIL INDIA LIMITED expects the bidders to fully accept the terms and conditions of the bid document. However, should the bidders still envisage some exceptions/ deviations to the terms and conditions of the bid document, the same should be indicated as per above format and submit along with their technical bids. If the proforma is left blank or not submitted, then it would be construed that the bidder has not taken any exception/deviation to the terms and conditions of the bid document

Tender No. SLI0814P14 DT. 13.08.2013 Page 42 OF 46

PROFORMA-I

INTEGRITY PACT

Between

Oil India Limited (OIL) hereinafter referred to as "The Principal"

And

(Name of the bidder)......................................................hereinafter referred to as "The

Bidder/Contractor"

Preamble:

The Principal intends to award, under laid down organizational procedures, contract/s for

TENDER NO. SLI0814P14.The Principal values full compliance with all relevant laws and

regulations, and the principles of economic use of resources, and of fairness and transparency in

its relations with its Bidder/s and Contractor/s.

In order to achieve these goals, the Principal cooperates with the renowned international Non-

Governmental Organization "Transparency International" (TI). Following TI's national and

international experience, the Principal will appoint an external independent Monitor who will

monitor the tender process and the execution of the contract for compliance with the principles

mentioned above.

Section: 1 -Commitments of the Principal

(1) The Principal commits itself to take all measures necessary to prevent corruption and to

observe the following principles:

1. No employee of the Principal, personally or through family members, will in

connection with the tender for, or the execution of a contract, demand, take a promise for

or accept, for him/herself or third person, any material or immaterial benefit which he/she

is not legally entitled to.

2. The Principal will, during the tender process treat all Bidders with equity and reason.

The Principal will in particular, before and during the tender process, provide to all

Bidders the same information and will not provide to any Bidder confidential/additional

information through which the Bidder could obtain an advantage in relation to the tender

process or the contract execution.

3. The Principal will exclude from the process all known prejudiced persons.

(2) If the Principal obtains information on the conduct of any of its employees which is a

criminal offence under the relevant Anti-Corruption Laws of India, or if there be a Page 2 of 6

substantive suspicion in this regard, the Principal will inform its Vigilance Office and in addition

can initiate disciplinary actions.

Tender No. SLI0814P14 DT. 13.08.2013 Page 43 OF 46

Section: 2 -Commitments of the Bidder/Contractor

(1) The Bidder/Contractor commits itself to take all measures necessary to prevent corruption.

He commits himself to observe the following principles during his participation in the tender

process and during the contract execution.

1. The Bidder/Contractor will not, directly or through any other person or firm, offer,

promise or give to any of the Principal's employees involved in the tender process or the

execution of the contract or to any third person any material or immaterial benefit which

h e/she is not legally entitled to, in order to obtain in exchange any advantage of any kind

whatsoever during the tender process or during the execution of the contract.

2. The Bidder/Contractor will not enter with other Bidders into any undisclosed

agreement or understanding, whether formal or informal. This applies in particular to

prices, specifications, certifications, Subsidiary contracts, submission or non-submission

of bids or any other actions to restrict competitiveness or to introduce cartelization in the

bidding process.

3. The Bidder/Contractor will not commit any offence under the relevant Anticorruption

Laws of India; further the Bidder/Contractor will not use improperly, for purposes of

competition or personal gain, or pass on to others, any information or document provided

by the Principal as part of the business relationship, regarding plans, technical proposals

and business details, including information contained or transmitted electronically.

4. The Bidder/Contractor will, when presenting his bid, disclose any and all payments he

has made, is committed to or intends to make to agents, brokers or any other

intermediaries in connection with the award of the contract.

(2) The Bidder/Contractor will not instigate third persons to commit offences outlined above or

be an accessory to such offences.

Section 3 -Disqualification from tender process and exclusion from future Contracts

If the Bidder, before contract award has committed a transgression through a violation of Section

2 or in any other form such as to put his reliability or risibility as Bidder into question, the

Principal is entitled to disqualify the Bidder from the tender process or to terminate the contract,

if already signed, for such reason.

1. If the Bidder/Contractor has committed a transgression through a violation of Section 2

such as to put his reliability or credibility into question, the Principal is entitled also to

exclude the Bidder/Contractor from future contract award processes. The imposition and

duration of the exclusion will be determined by the severity of the transgression. The

severity will be determined by the circumstances of the case, in particular the number of

transgressions, the position of the transgressions within the company hierarchy of the

Bidder and the amount of the damage. The exclusion will be imposed for a minimum of 6

months and maximum of 3 years.

2. The Bidder accepts and undertakes to respect and uphold the Principal's Absolute right

to resort to and impose such exclusion and further accepts and undertakes not to

challenge or question such exclusion on any ground, including the lack of any hearing

Tender No. SLI0814P14 DT. 13.08.2013 Page 44 OF 46

before the decision to resort to such exclusion is taken. This undertaking is given freely

and after obtaining independent legal advice.

3. If the Bidder/Contractor can prove that he has restored/recouped the Damage caused

by him and has installed a suitable corruption prevention system, the Principal may

revoke the exclusion prematurely.

4. A transgression is considered to have occurred if in light of available evidence no

reasonable doubt is possible.

Section 4 -Compensation for Damages

1. If the Principal has disqualified the Bidder from the tender process prior to the award

according to Section 3, the Principal is entitled to demand and recover from the Bidder

liquidated damages equivalent to 3 % of the value of the offer or the amount equivalent to

Earnest Money Deposit/Bid Security, whichever is higher.

2. If the Principal has terminated the contract according to Section 3, or if the Principal is

entitled to terminate the contract according to section 3, the Principal shall be entitled to demand

and recover from the Contractor liquidated damages equivalent to 5% of the contract value or the

amount equivalent to Security Deposit/Performance Bank Guarantee, whichever is higher.

3. The bidder agrees and undertakes to pay the said amounts without protest or demur subject

only to condition that if the Bidder/Contractor can prove and establish that the exclusion of the

Bidder from the tender process or the termination of the contract after the contract award has

caused no damage or less damage than the amount or the liquidated damages, the

Bidder/Contractor shall compensate the Principal only to the extent of the damage in the amount

proved.

Section 5 -Previous transgression

1. The Bidder declares that no previous transgression occurred in the last 3 years with any other

Company in any country conforming to the TI approach or with any other Public Sector

Enterprise in India that could justify his exclusion from the tender process.

2. If the Bidder makes incorrect statement on this subject, he can be

disqualified from the tender process or the contract, if already awarded, can be terminated for

such reason.

Section: 6 -Equal treatment of all Bidders/Contractor/Subcontractors

1. The Bidder/Contractor undertakes to demand form all subcontractors a commitment in

conformity with this Integrity Pact, and to submit it to the Principal before contract signing.

2. The Principal will enter into agreements with identical conditions as this one with all Bidders,

Contractors and Subcontractors.

3. The Principal will disqualify from the tender process all bidders who do not sign this Pact or

violate its provisions.

Section: 7 -Criminal charges against violating Bidders/Contractors/ Subcontractors

If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or of an

employee or a representative or an associate of a Bidder, Contractor or Subcontractor, which

Tender No. SLI0814P14 DT. 13.08.2013 Page 45 OF 46

constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal

will inform the Vigilance Office.

Section: 8 -External Independent Monitor/Monitors

(three in number depending on the size of the contract)

(to be decided by the Chairperson of the Principal)

1. The Principal appoints competent and credible external independent Monitor for this Pact. The

task of the Monitor is to review independently and objectively, whether and to what extent the

parties comply with the obligations under this agreement.

2. The Monitor is not subject to instructions by the representatives of the parties and performs

his functions neutrally and independently. He reports to the Chairperson of the Board of the

Principal.

3. The Contractor accepts that the Monitor has the right to access without restriction to all

Project documentation of the Principal including that provided by the Contractor. The Contractor

will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted

and unconditional access to his project documentation. The same is applicable to Subcontractors.

The Monitor is under contractual obligation to treat the information and documents of the

Bidder/Contractor/Subcontractor with confidentiality.

4. The Principal will provide to the Monitor sufficient information about all meetings among the

parties related to the Project provided such meetings could have an impact on the contractual

relations between the Principal and the Contractor. The parties offer to the Monitor the option to

participate in such meetings.

5. As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so

inform the Management of the Principal and request the Management to discontinue or heal the

violation, or to take other relevant action. The monitor can in this regard submit non-binding

recommendations. Beyond this, the Monitor has no right to demand from the parties that they act

in a specific manner, refrain from action or tolerate action.

6. The Monitor will submit a written report to the Chairperson of the Board of the Principal

within 8 to 10 weeks from the date of reference or intimation to him by the 'Principal' and,

should the occasion arise, submit proposals for correcting problematic situations.

7. If the Monitor has reported to the Chairperson of the Board a Substantiated suspicion of an

offence under relevant Anti-Corruption Laws of India, and the Chairperson has not, within

reasonable time, taken visible action to proceed against such offence or reported it to the

Vigilance Office, the Monitor may also transmit this information directly to the Central

Vigilance Commissioner, Government of India.

8. The word 'Monitor' would include both singular and plural.

Section:9 -Pact Duration

This Pact begins when both parties have legally signed it. It expires for the Contractor 12 months

after the last payment under the respective contract, and for all other Bidders 6 months after the

contract has been awarded.

If any claim is made/ lodged during this time, the same shall be binding and continue to be valid

despite the lapse of this pact as specified above, unless it is discharged/determined by

Chairperson of the Principal.

Tender No. SLI0814P14 DT. 13.08.2013 Page 46 OF 46

Section:10 -Other provisions

1. This agreement is subject to Indian Law. Place of performance and jurisdiction is the

Registered Office of the Principal, i.e. New Delhi.

2. Changes and supplements as well as termination notices need to be made in writing. Side

agreements have not been made.

3. If the Contractor is a partnership or a consortium, this agreement must be, signed by all

partners or consortium members.

4. Should one or several provisions of this agreement turn out to be invalid, the remainder of this

agreement remains valid. In this case, the parties will strive to come to an agreement to their

original intensions.

………………………………….. …………………………………...

For the Principal For the Bidder/Contractor

Witness 1: .............................

Witness 2: .............................

Place. NOIDA. Date