61
NOTICE INVITING TENDER e-Tender No.SLI9401P14 Bid Closing Date: 17/06/2013 OIL INDIA LIMITED (OIL), a Govt. of India Enterprise, invites competitive bids from domestic bidders for DESIGNING AND SETTING UP OF A DATA CENTRE AT NEW OFFICE SITE PREMISES OF OIL INDIA LIMITED AT NOIDA through its e-Procurement portal https://etender.srm.oilindia.in/sap/bc/gui/sap/its/bbpstart/ !.Application showing full address and email address with Tender Fee (Non-refundable) of Rs.1,000.00 through DD in favour of M/s. Oil India Limited and payable at Noida/Delhi is to be sent to Chief Advisor(C&P), Oil India Limited, Plot No. 19, Sector-16A, NOIDA–201301 [email ID: corp_c&[email protected] ] only from 06/05/2013 to 10/06/2013 (PSUs and SSI units are exempted from tender fee). On receipt of application and 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 been also provided through OIL’s web site www.oil-india.com . The User ID is not transferable and only one User ID will be issued against any email ID.

NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

  • Upload
    hakhanh

  • View
    221

  • Download
    1

Embed Size (px)

Citation preview

Page 1: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

NOTICE INVITING TENDER

e-Tender No.SLI9401P14 Bid Closing Date: 17/06/2013

OIL INDIA LIMITED (OIL), a Govt. of India Enterprise, invites competitive bids from domestic bidders for DESIGNING AND SETTING UP OF A DATA CENTRE AT NEW

OFFICE SITE PREMISES OF OIL INDIA LIMITED AT NOIDA through its e-Procurement portal https://etender.srm.oilindia.in/sap/bc/gui/sap/its/bbpstart/!.Application showing full address and email address with Tender Fee (Non-refundable) of Rs.1,000.00 through DD in favour of M/s. Oil India Limited and payable at Noida/Delhi is to be sent to Chief Advisor(C&P), Oil India Limited, Plot No. 19, Sector-16A, NOIDA–201301 [email ID: corp_c&[email protected]] only from 06/05/2013 to 10/06/2013 (PSUs and SSI units are exempted from tender fee). On receipt of application and 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 been also provided through OIL’s web site www.oil-india.com. The User ID is not transferable and only one User ID will be issued against any email ID.

Page 2: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

2

OIL INDIA LIMITED

(A Govt. of India Enterprise)

C O V E R I N G N O T E

INVITATION TO e-BID UNDER SINGLE STAGE TWO-BID SYSTEM

TENDER 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, NOIDA 16A, UTTAR PRADESH 1.0 Oil India Limited (OIL), a Govt. of India Enterprise, invites sealed quotations from experienced and competent supplier, for the above mentioned supply / services. The bid document for the above services comprises of the following Sections:

SECTION– I : INVITATION FOR BIDS SECTION– II : INSTRUCTIONS TO BIDDERS SECTION–III : GENERAL TERMS AND CONDITIONS SECTION–IV : SCOPE OF WORK SECTION–V : BIDDING FORMAT SECTION–VI : BID REJECTION CRITERIA (BRC) / BID EVALUATION CRITERIA (BEC) SECTION-VII : COMMERCIAL CHECK LIST

2.0 You are requested to upload your most competitive bid in OIL’s e-procurement portal well before the scheduled bid closing date and time. For your ready reference, few salient points (covered in details in this Bid document) are high-lighted below:

i) Tender No. : SLI9401P14 Dt.03.05.2013 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 Opening Date

& Time : As Mentioned in the On-line Tender

vi) Commercial Bid Opening Date & Time

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

vii) Bid Opening Place :Office of Chief Advisor (Contracts &

Purchase) OIL INDIA LIMITED Plot No. 19, Sector-16A, NOIDA 201 301

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

Page 3: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

3

Original hard copy of Bid Security should reach the Office of Chief Advisor (Contracts & Purchase) OIL INDIA LIMITED, Plot No. 19, Sector-16A, NOIDA 201 301,before Bid opening date and time, otherwise Bid will be rejected. A scanned copy of this document should also be uploaded along with the Unpriced bid documents.

x) Amount of Performance Guarantee

: 10% of the total FOR Noida value of the order

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

xiii) INTEGRITY PACT: OIL shall be entering into an Integrity Pact with the bidders as per the format enclosed vide PROFORMA-I of the tender document. Each page of this Integrity Pact Proforma has been duly signed by OIL’s Competent Signatory. The Proforma has to be returned by the Bidder (along with the Technical Bid) duly signed by the same Signatory who sign the bid. Any bid not accompanied by the Integrity Pact Proforma duly signed by the Bidder shall be rejected straight away. All pages of the Integrity Pact is to be 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]

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. 3.1 Please ensure that Technical Bid / all technical related documents related to the tender are uploaded in the Technical RFx Response-> User - >Technical

Page 4: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

4

Bid only. The “TECHNO-COMMERCIAL UNPRICED BID” shall contain all techno-commercial details except the prices. Please note that no price details should be uploaded in Technical RFx Response. 3.2 The “PRICE BID” must contain the price schedule and the bidder’s commercial terms and conditions.The prices of the items should be quoted in Conditions Tab”. Details of Page 3 of 26 prices as per Bid format / Commercial bid can be uploaded as Attachment under the attachment option under “Notes & Attachments”. 3.3 A screen shot in this regard is given below. Offer not complying with above submission procedure will be rejected as per Bid Rejection Criteria mentioned in SECTION-VI.

On “EDIT” Mode- The following screen will appear. Bidders are advised to Upload

“Techno-Commercial Unpriced Bid” and “Priced Bid” in the places as indicated above:

Go to this Tab “Notes and

Attachments” for Uploading

“Priced Bid” files.

Go to this Tab “Technical RFx

Response” for Uploading

“Technocommercial

Unpriced Bid”.

Page 5: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

5

* 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 the Sign. On Signing a new file with extension .SSIG will be created. Close that window. Next click on Add Attachment, 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. 4.0 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. 4.1 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.

4.2 Bidder is responsible for ensuring the validity of digital signature and it’s proper usage by their employee.

4.3 The bid including all uploaded documents shall be digitally signed by duly authorized representative of the bidding company.

4.4 The bid including all uploaded documents shall be digitally signed by duly authorized representative of the bidding company.

Area for uploading Techno-

Commercial Unpriced Bid*

Bid on “EDIT” Mode

Area for uploading Priced

Bid**

Page 6: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

6

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

(Prasanta Das ) Chief Manager (Materials) For Chief Advisor (C & P) For Chairman & Managing Director

Page 7: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

7

SECTION – I

INVITATION FOR BIDS 1.0 Oil India Limited (OIL), a Govt. of India Enterprise, invites quotations under Single Stage Two Bid System through its online portal, from experienced and competent Contractors, for DESIGNING AND SETTING UP OF A DATA CENTRE AT NEW OFFICE SITE PREMISES OF OIL INDIA LIMITED AT NOIDA 1.1 Tender No. : SLI9401P14 Dated 02.05.2013 1.2 Bid Closing Date : As Mentioned in the On-Line Tender

& Time 1.3 Tender fee (Non-refundable) : Rs. 1,000.00 [PSUs and SSI units are exempted] 1.4 Bid Security : Rs.1,00,000.00 (non-interest bearing) 2.0 The supplier is responsible 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, Noida 16A, Uttar Pradesh as mentioned in Scope of Work( Section- IV) in all aspects.

3.0 Bidders interested to participate in the e-Tender are required to submit an application

showing full address/email address with Tender Fee (Non-refundable) of Rs. 1,000.00 (PSU and SSI Units are exempted) through DD in favour of M/s. Oil India Limited and payable at Noida/Delhi is to be sent to Chief Advisor(C&P), Oil India Limited, Plot No.

19, Sector-16A, NOIDA – 30 201 only from 06/05/2013 to 10/06/2013 .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 been also provided through OIL’s web site www.oil-india.com.

4.0 OIL reserves the right to reject any/all bids and cancel the tender without assigning

any reason whatsoever.

(END OF SECTION – I)

Page 8: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

8

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.

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

Page 9: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

9

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 should 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 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".

Page 10: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

10

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 30 days beyond the validity of the bid. 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.

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.

Page 11: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

11

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. Detailed Guidelines to bidders for participating in OIL's e-Procurement tenders are given in Appendix-A. Please ensure that TECHNO-COMMERCIAL UN-PRICED BID / ALL TECHNICAL DOCUMENTS RELATED TO THE TENDER along with INTEGRITY PACT are uploaded in the c-Folder link (collaboration link) under Techno-Commercial Bid Tab Page only. Please note that no price details should be uploaded in c-Folder link (collaboration link). Details of prices as per Bid format / Price-bid can be uploaded as Attachment in the attachment link under “Techno-Commercial Bid” under “General Data”. 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(i.e. clause No. 3.5.3.1.1, 3.5.3.2.2, 3.5.3.3, 3.5.3.4.1, 3.5.3.5.1,3.5.3.6,3.5.3.7.1,3.5.3.8.2,3.5.3.9.1,3.5.3.10.1,3.5.3.11.1, 3.5.3.12.1, 3.5.3.13, 3.5.3.14.4, 3.5.4.1, 3.5.4.2) as mentioned in scope of work of Section –IV. This should be a part of the Technical-bid.

12.3 Timely submission of the bids is the responsibility of the Bidders. Bidders should submit their

bid on-line before closing of the tender Date and Time.

12.4 Fax/E-mail/ Telephonic offers will not be accepted.

13.0 DEADLINE FOR SUBMISSION OF BIDS :

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 modify or withdraw its bid by written notice prior to

bid closing. After submission, for any modification, bids will be returned to the bidder for

resubmission against written request of the bidder. 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

Page 12: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

12

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.

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.

Page 13: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

13

18.0 EVALUATION AND COMPARISON OF BIDS :

18.1 The Company will evaluate and compare the bids as per Bid Evaluation Criteria (Section-X)

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.

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 INTENT (LOI):

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 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 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 )

Page 14: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

14

SECTION –III

GENERAL TERMS AND CONDITIONS

TRANSFERABILITY OF BID DOCUMENTS: 1.1 The Bid documents are non-transferable. The bid can only be submitted in the name of the bidder in

whose name the bid document has been issued.

1.2 Unsolicited offers will not be considered and will be straightway rejected.

1.3 Employees of Oil India Limited are prohibited from quoting and also from getting others to quote on

their behalf.

2.0 COST OF BIDDING: 2.1 The Bidder shall bear all costs associated with the preparation and submission of its bid and OIL will in

no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding

process.

3.0 AMENDMENT TO BIDDING DOCUMENTS:

At any time prior to the bid closing date, OIL may for any reason, whether at its own initiative or in

response to clarifications requested by the prospective bidder(s), modify the bidding document by

amendment(s). All prospective bidders who have received the bidding documents will be notified of the

amendments in writing.

4.0 CONTENTS OF OFFERS: 4.1 Offer should be in English and the bidders are required to indicate both Ex-works as well as FOR

Destination price by road. The Price Schedule shall be furnished by the bidder as per proforma vide

of the tender document. The prescribed proforma duly filled in and signed should be returned

intact whether quoting for any item or not. When any item is not being quoted by the Bidder, the

corresponding space should be filled up by the words “Not Quoting”. The Price Schedule shall be

complete and free from ambiguity, change or interlineations.

4.2 OIL reserves the right to place order on FOR (despatching station) or FOR (destination) terms. Offered

rates should be kept firm through delivery/despatch.

4.3 EXCISE DUTY: 4.3.1 Excise Duty, if any, should be quoted either as “extra” or as inclusive as the case may be. The Seller, if

happens to be a Supply House, should not quote “Excise Duty” as extra.

4.3.2 SSI Unit availing slabs rate of turnover for duty structure should specify the maximum Excise Duty

levies against the order at the time of delivery, if order is placed on them.

4.3.3 Bidders, who are manufacturers, should indicate the rate of Excise Duty, if any, separately for all

quoted items.

4.3.4 Any benefit/concession/exemption involved should be spelt out clearly by the bidders. In case such

information is not furnished in the Bid, the offer will be loaded with the maximum amount of Excise duty

applicable for the item for evaluation purpose. However, OIL reserves the right to place the order based

on the excise duty indicated in the Bid which will be binding on the Bidder.

4.3.5 Bidder should indicate the following in their offer: a) Address of the factory from where the goods will be dispatched. b) Chapter, Heading and Sub-heading of the Excise tariff for the material offered.

Page 15: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

15

4.4 SALES TAX: Any benefit/concession/exemption available at the time of delivery should be spelt out clearly by the

bidders. In case such information is not furnished in the Bid, the offer will be loaded with the normal

amount of tax applicable for the item for evaluation purpose. However, OIL reserves the right to place

the order based on the tax indicated in the Bid which will be binding on the Bidder.

4.5 Taxes, Excise duty, if any, should be shown separately. IF TAXES ETC. ARE NOT SHOWN

SEPARATELY THE OFFER WILL BE CONSIDERED TO BE INCLUSIVE OF ALL TAXES, DUTIES

ETC. AND WILL BE BINDING ON THE BIDDER.

4.6 OTHER TAXES & LEVIES: (i) All taxes, stamp duties and other levies for the services including installation/commissioning, Training

etc. shall be to the Bidder/Seller’s account.

(ii) Income Tax /Service Tax on the value of the Services rendered by the Bidder/Seller in connection with

installation/commissioning, training etc. shall be deducted at source from the invoices at the appropriate

rate under the I.T. Act & Rules from time to time.

4.7 STATUTORY VARIATION:

Any statutory variation (increase/decrease) in the rate of excise duty/sales tax/Customs Duty or any

statutory levy after the closing date of tenders/revised priced bid, as the case may be, but within the

contractual delivery/completion period will be to the account of OIL subject to documentary evidence.

However, any increase in excise duty/sales tax/Customs Duty or any statutory levy after the expiry of

the scheduled date of delivery shall be to the supplier’s account.

4.8 THIRD PARTY INSPECTION (When specifically called for in the tender):

4.8.1 All inclusive charges for Third Party Inspection must be indicated separately.

4.8.2 Offers without any mention about Third Party Inspection charges as specified above will be considered

as inclusive of Third Party Inspection charges. When a bidder mentions Third Party Inspection charges

as extra without specifying the amount, the offer will be loaded with maximum value towards Third Party

Inspection charges received against the tender for comparison purposes. If the bidder emerges as

lowest bidder after such loading, in the event of order on that bidder, Third Party Inspection charges

mentioned by OIL on the Purchase Order will be binding on the bidder.

4.9 SAMPLES (When specifically called for in the tender): 4.9.1 Bidder shall submit Samples of requisite quantity whenever called for. Each sample shall be sealed and

have a card affixed indicating

a) Bidder’s name, address, contact Telephone No. & Email address b) Tender No. and Bid Closing Date c) Product Name d) Item No. of the tender

4.9.2 Sample must be received on or before the Bid closing date failing which the will be rejected. The

unsuccessful bidder should take back the sample submitted within 90 days time from the date of bid

closing, failing which OIL would not have any responsibility towards safe custody of the sample.

4.9.3 Bidders who have been exempted from submission of tender sample through specific communication

from OIL, need not submit any sample. However, they will be required to enclose a photocopy of the

exemption letter along with their bid failing which their offers will be liable to be rejected.

4.10 TRAINING (When specifically called for in the tender): 4.10.1 Bidders shall indicate cost for training OIL’s personnel separately whenever called for.

Page 16: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

16

4.10.2 For training at Bidder’s premises, only the training fee should be indicated by the Bidder. All charges

towards to & fro fare, boarding/lodging and daily expenses etc. for OIL’s personnel shall be borne by

OIL.

4.10.3 For training at OIL’s premises, the Bidder should quote training charges which should be inclusive of all

charges of their personnel viz. to and fro air fares, boarding/lodging expenses and daily expenses etc.

for the entire period. Local transport for commuting to the site at the place of training will be provided by

OIL.

4.11 INSTALLATION AND COMMISSIONING (When specifically called for in the tender):

4.11.1 In the event installation and commissioning of the item by the technical experts of the bidders is

involved, the charges thereof should be quoted separately which should be inclusive of to and fro air

fares, boarding/lodging & daily expenses of the bidder’s technical personnel amongst others. Bidders

shall also indicate in their offer the total expected time required for installation/commissioning of the

items.

4.11.2 Offers without any mention about installation/commissioning and Training charges will be loaded with

maximum value towards installation/commissioning and Training charges received against the tender

for comparison purposes.

4.12 DISCOUNT

Prices should be quoted net of discount by the bidders. However, discount of any type, indicated

separately, will be taken into account for evaluation purpose. Conditional discount will not be

considered for evaluation purpose.

4.13 Any interlineations, erasures or overwriting shall be valid only if they are initialed by the person or

persons signing the bid.

4.14 Bidders should offer firm prices:

Offered prices shall be both in figures and words and in case of any discrepancy between these two,

the prices indicated in words will only be considered.

4.15 CHANGE IN QUANTITY:

OIL reserves the right to increase / decrease the quantity. It will be obligatory on the part of the Bidder

to supply ordered quantity at the offered rates.

4.16 TECHNICAL LITERATURE:

Relevant technical literature must be submitted along with the offer whenever called for without which

the offer would be liable to be rejected.

4.17 DELIVERY:

Offers should be for delivery at site as indicated, with firm delivery date. If delivery is not specifically

indicated by the bidders, it will be construed that the delivery quoted is as per delivery indicated in our

enquiry and will be binding on the bidder. The delivery will be counted from the date of receipt of the

letter of intent/order by the successful bidder.

4.18 VALIDITY:

Offers must be valid for acceptance for the minimum period of 120 days, unless otherwise specified,

counted from the Bid Closing Date as indicated in the covering page. Offers without the minimum

validity period will be liable for rejection. In the absence of any categorical mention regarding validity of

Page 17: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

17

the offer, it will be construed that the offer is valid as called for in the covering page and it will be

incumbent on the bidders to accept order, if any, when placed within such validity.

4.19 VAGUE AND INDEFINITE EXPRESSIONS:

Any vague and indefinite expressions such as “Subject to prior sale”, “Prices ruling at the time of

dispatch”, “Subject to availability of materials” etc. will not be considered.

4.20 WITHDRAWL OF OFFERS BY BIDDER :

In case any bidder withdraws their bid within the bid validity period, Bid Security ( wherever applicable)

will be forfeited and the party will be debarred for a period of 2( two) years.

4.21 CANCELLATION OF TENDER –REFUND OF TENDER FEE/ BID SECURITY :

In the event, a particular tender is cancelled the tender fee will not be refunded. In case the tender is

cancelled and refloated, tender will be issued free of cost to the bidders who purchased against

cancelled tender.

4.22 FURNISHING FRAUDULENT INFORMATION / DOCUMENT :

If it is found that a bidder has furnished fraudulent document/information, the bid security/Performance

Security (wherever applicable) shall be forfeited and the party will be debarred for a period of 3(three)

years from date of detection of such fraudulent act, besides the legal action. In case of major and

serious fraud, period of debarment may be enhanced.

4.23 BACKING OUT BY BIDDER AFTER ISSUE OF LETTER OF AWARD

In case the bidder does not accept the LOA / Purchase order issued within validity of their offer , the bid

security (wherever applicable) shall be forfeited and the firm shall be forfeited and the firm shall be

debarred for 2( two) years.

5.0 CLARIFICATION IN RESPECT OF INCOMPLETE OFFERS:

Prospective bidders are advised to ensure that their bids are complete in all respects and conform to

OIL’s terms, conditions and bid evaluation criteria of the tender. Bids not complying with OIL’s

requirement may be rejected without seeking any clarification.

6.0 BID SECURITY:

(NOTE: This clause is applicable only in case of tenders wherever specifically mentioned.)

6.1 All the Bids must be accompanied by Bid Security ( wherever applicable) for the amount as mentioned

in the NIT and shall be in the prescribed format ( Annexure-IV) in one of the following forms:

i) A Bank Guarantee from any nationalised scheduled Indian Bank. The Bank Guarantee shall be valid

for six months from the bid closing date and shall be enforceable at Noida/Delhi.

ii) Bank draft / Cashier cheque in favour of OIL INDIA LIMITED and payable at NOIDA.

Note: In case of extension of bid closing date against any tender where a bidder has already submitted

his bid with requisite bid security within the original BC date, such bidders will be asked to confirm

extension of their bid security after opening of the bids. Offers from such bidders will be considered if

they extend bid security for the corresponding period of extension of BC date upon request from OIL.

6.2.1 The bidders will have to submit the Bank Guarantee from any of the scheduled Indian banks and on

non - judicial stamp paper of requisite value, as per the Indian Stamp Act, purchased in the name of the

issuing banker.

6.2.2 The Bank Guarantee issued by a Bank amongst others must contain the following particulars of such

Bank:

Page 18: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

18

(a) Full Address (b) Branch Code (c) Code Nos. of the authorized signatory with full name and designation (d) Phone Nos./Fax Nos./E-mail address

6.2.3 In case, any such Bid Security in the form of a Bank Guarantee is found to be not genuine or issued by

a fake banker or issued under the signatures of fake official of the Bank, the bid submitted by the

concerned bidder shall be rejected forthwith and the bidder shall be debarred from participating in future

tenders.

6.3 Any bid not accompanied by a proper Bid Security (in Original) in conformity with Clauses 6.1 and 6.2.1

will be rejected outright without any further reference.

6.4 The Bid Security of the unsuccessful bidders will be returned after finalization of tender whereas the Bid

Security of the successful bidder will be discharged on such bidder’s furnishing the Performance

Security to OIL in the prescribed format against the Purchase Order secured by the bidder within the

stipulated time frame. The successful bidder will however, ensure that the validity of the Bid Security till

such time the Performance Security in conformity with Clauses 7.0 below as the case may be, is

furnished.

6.5 The bidders will extend the validity of the Bid Security, if and whenever specifically advised by OIL, at

the bidder’s cost.

6.6 Bid Security will not accrue any interest during its period of validity or extended validity.

6.7 The Bid Security ( wherever applicable) will be forfeited: a) If a bidder withdraws his bid during the period of validity of bid or any extension thereof duly agreed

by the bidder,

OR b) If the successful Bidder do not accept the order or fails to furnish the Performance Security within 30

days of placement of order or before the expiry of Bid Security (unless extended), whichever is earlier.

c) If a bidder furnished fraudulent document/information in their bid.

6.8 Exemption of Bid Security: 6.8.1 Small Scale Units registered with NSIC/Directorate of Industries are exempted from submitting bid

security provided they submit an attested copy of their valid registration with Corporation / directorate of

Industries which indicates the category of items being tendered for and if the total tender value is less

than the monetary limit for which the unit is registered. Documentary evidence of the monetary limits

should be enclosed without which the bidder will not be entitled for exemption.

6.8.2 Public Sector undertakings are exempted from submitting Bid Security. 7.0 PERFORMANCE SECURITY:

(NOTE: This clause is applicable only in case of tenders wherever specifically mentioned.)

7.1 The successful bidder shall furnish the Performance Security in the form enclosed (APPENDIX )

herewith within 30 days of the receipt of Letter of Intent / order / LOA / Contract failing which OIL

reserves the right to cancel the order / contract and forfeit the Bid Security. Bidders should undertake in

their bid to submit Performance Security as stated above.

7.2 In the event of Seller’s/Bidder’s failure to discharge their obligations under the contract, the

Performance Security shall be encashed and the proceeds thereof shall be forfeited without any further

reference to the Seller/Bidder.

7.3 The Performance Security shall be denominated in the currency of the contract and shall be in the form

of a Bank Guarantee.

7.4 The Bank Guarantee will have to be given from the scheduled banks on non-judicial stamp papers of

requisite value, as per the Indian Stamp Act, and stamp papers should be in the name of the issuing

bank.

Page 19: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

19

7.5 The Bank Guarantee issued by the Bank amongst others must contain the following particulars of the

Bank:

(a) Full Address (b) Branch Code (c) Code Nos. of the authorized signatory with full name and designation (d) Phone Nos./Fax Nos./E-mail address

7.6 In case, the Performance Security in the form of a Bank Guarantee is found to be not genuine or issued

by a fake banker or issued under the signatures of fake official of the Bank, the LOI/Purchase Order

issued/placed on the Supplier shall be treated as cancelled forthwith and the bidder shall be debarred

from participating in future tenders. Further, the Bid Security submitted by such Supplier shall be

invoked without any further reference.

7.7 The Bank Guarantee shall be enforceable at NOIDA/DELHI or as specified in the order.

7.8 Performance Security for capital nature items like plant and machinery etc. shall be valid for 12 months

from the date of commissioning or 18 months from the date of despatch whichever concludes earlier.

However, for consumables like chemicals, cement, tubular etc. the Performance Security shall be valid

for 12 months from the date of despatch. The validity requirement of Performance Security specified in

the main order is assuming despatch within stipulated delivery period. In case of any delay in despatch,

validity of the Performance Security is to be extended suitably as aforesaid.

7.9 Performance Security will be discharged by the Purchaser and returned to the Seller, within 30 days of

its expiry of validity including any extension sought thereof in case of no claim on seller by the

purchaser.

7.10 Performance Security amount will not accrue any interest. 7.11 Exemption of Performance Security: 7.11.1 Small Scale units registered with NSIC/Directorate of Industries are exempted from submitting

Performance Security if the order/contract value is less than the monetary limits for which the firm is

registered. In absence of monetary/quantity limit in the NSIC/Directorate of Industries certificate,

bidders should submit Capacity Assessment Certificate issued by concerned NSIC/District Industries

Centres. Otherwise the unit will not be eligible to avail exemption for Performance Security.

7.11.2 The bidders will extend the validity of the Performance Security, if and whenever specifically advised by

OIL, at the Bidder/Seller’s cost.

8.0 DOCUMENTS COMPRISING THE BID: The bid prepared by the bidder shall comprise the following components, duly completed:

a) Technical Bid

b) Price Bid c) Bid must accompany necessary literature/catalogue of the equipment as well as of the spare parts

catalogue thereof, wherever required.

d) Exceptions/Deviations Statement, if any e) Authorisation letter for attending Tender Opening (Refer APPENDIX-III) f) Bid Security, wherever required. g) Confirmation about the Performance Security, wherever required

9.0 SUBMISSION OF OFFER: 9.1 SEALING AND MARKING OF BIDS: 9.1.1 Offers should be sent in triplicate in double sealed envelope. 9.1.2 The original offer in bidders own original letterhead duly signed by authorised signatory and stamped

should be marked as ORIGINAL and the two copies as DUPLICATE & TRIPLICATE. All the three

Page 20: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

20

copies of offer should be put in a sealed envelope bearing the following details on the left hand top corner: i) Oil India Ltd.’s Enquiry No. ii) Bid closing date iii) Brief Description of materials iv) Bidder’s Name, official address with Phone Nos. & Email address.

NOTE: Bidder’s Name, Address, Phone Nos., e-mail address as described above should be indicated

on the inner envelope to enable OIL INDIA LTD to return the late bid to the bidder, if necessary.

9.1.3 The sealed inner envelope containing the offers should then be put in another envelope bearing the

following address:

Chief Adviser (C & P) OIL INDIA LIMITED Plot No. 19, Sector 16A Noida - 201301

9.1.4 In the event of receipt of only a single offer against the tender within the B.C. date OIL reserves the

right to extend the B.C. date as deemed fit by the company. During the extended period, the bidders

who have already submitted the bids on or before the original B.C. date , shall not be permitted to

revise their quotation.

9.2 Special methods of marking & sealing where tender is called under “TWO BID SYSTEM” &

“TWO STAGE BIDDING SYSTEM”:

9.2.1 In case of TWO BID SYSTEM, bidders shall prepare the technical and commercial bids in triplicate

separately and shall put these in two separate envelopes marked as “Techno-commercial “Unpriced

Bid” and “Priced Bid”. Both the envelopes containing the “Unpriced Bid” and “Priced Bid” should be

supersribed with Bid Closing Date., enquiry no, bidder`s name and brief description of materials, and

sealed and then put inside another envelope superscribing the enquiry no., Bid Closing Date, bidder`s

name and brief description of materials. The “Unpriced Bid” shall contain all techno-commercial details

except the prices which shall be kept blank. The “Priced Bid” must contain the price schedule and the

bidder’s commercial terms and conditions. The bid bond in original should be submitted along with the

technical bid.

9.2.2 Under TWO STAGE BIDDING SYSTEM, bidders are required to submit only the Techno-commercial

“Unpriced Bids” in the first stage. The “Priced Bids” will be submitted at a later date when called for by

OIL.

9.3 Any offer not complying with the above submission procedure will be rejected.

9.4 Bidders, in their own interest, are advised to drop their offers personally in “LOCAL TENDER BOX” at C

& P department at NOIDA. Alternatively they may send the same through Registered Post/courier. Oil

India Limited will not be responsible for any delay, wrong delivery or non-delivery of the offers. No offer

will be accepted after the bid closing date and time.

9.5 Bids must be submitted in original. No offer should be sent by Telex / Cable / Fax / E-mail/telephone

unless specifically asked for in writing. Bids not complying with above will be rejected.

10.0 DEADLINE FOR SUBMISSION OF BIDS: 10.1 Offers must be received at the office of the Sr. Advisor(C & P), Oil India Limited at NOIDA by the Bid

Closing Date & time mentioned in the Notice Inviting Tender (NIT).

10.2 Timely delivery of the offer at the above address is the responsibility of the bidder.

Page 21: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

21

11.0 MODIFICATIONS AND CLARIFICATIONS OF BIDS: 11.1 Offers or modifications to offers received after the Bid Closing Date and time will not be considered. No

unsolicited correspondence after submission of the offer will be taken cognizance of or responded to.

11.2 After the opening of the bid, OIL may at its discretion ask the bidder for clarification of its bids. The

request for clarification and response shall be in writing and no change in the price or substance of the

Bid shall be accepted. The reply of the bidder should be restricted to the clarifications sought.

12.0 EXTENSION OF BID SUBMISSION DATE:

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.

13.0 RETURN OF LATE BIDS: 13.1 Bids received after Bid Closing Date & time will be treated as “Late Bids”. In case of tenders where Bid

Security has been called for, the late bids shall be returned to the bidders on request. In all other cases,

the late bids will be destroyed by OIL.

14.0 OPENING OF TENDERS: 14.1 Bidder or their authorised representative (only one person per bidder) will be allowed to be present at

the time of opening of the Bids. However, a letter must be produced to the Tender Opening Officer at

the time of opening of tenders. Unless this letter is presented, the representative will not be allowed to

attend the tender opening.

14.2 In case of any unscheduled holiday/Bandh on the bid opening date, the Bids will be opened on the next

working day. Accordingly, Bid Closing Date / time will get extended up to the next working day.

15.0 COMPLIANCE WITH TENDER: 15.1 Bidder’s offer must conform in all respects with the applicable specifications, drawings and terms and

conditions of the tender. Any deviation from the tender specifications or terms and conditions must be

clearly and explicitly stated. In order to be considered responsive, bidder’s offer must specifically

include the following statement:

We certify that our offer complies with all NIT requirements and Specifications except for the

following:

List exception

If none, state “None”

15.2 OIL reserves the right to accept / reject any deviation in bidder's offer pertaining to the materials

specifications or to the terms and conditions stipulated in this tender without assigning any reason other

than Bid Rejection Criteria specified in the Bid document.

16.0 PURCHASER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS: 16.1 OIL reserves the right to accept / reject or prefer any offer either in full or in part or annul the bidding

process and reject all bids at any time prior to award of contract without thereby incurring any liability to

the affected bidder (s) or any obligation to inform the affected bidder (s) of the ground for OIL`s action.

OIL also reserves the right to split the order between two or more parties.

17.0 INSPECTION AND TEST: 17.1 All materials to be supplied shall be subject to inspection and test by OIL at its discretion at any stage of

manufacture and before despatch by mutual arrangement. Inspection and tests shall be carried out

either by OIL’s personnel or through a third party nominated by OIL. Seller has to arrange for the

Page 22: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

22

inspection through the nominated third party (whenever applicable) and obtain the necessary inspection

certificates.

17.2 OIL reserves the right to inspect the material through any of the Third Party Inspection Agencies. While

appointing the Third party Inspection Agency (from OIL’s approved agencies), the bidder shall pass

instruction to the appointed Third Party Inspection Agency to comply and respond to the advice/queries

made by OIL directly with the inspection agency in connection with the inspection.

17.3 Bidder must extend the required facility for inspection by Third Party Inspection Agency. The bidder will

be responsible for arranging the third party inspection and must submit the inspection certificate in

Original to OIL alongwith the despatch documents. The certificate issued by the Third Party Inspection

Agency must specify that the inspection has been carried out for the material to be supplied to OIL

INDIA LIMITED and inspection has been carried out as per the scope of inspection stipulated in OIL’s

Purchase Order. The certificate should also specify OIL’s Purchase Order Number.

18.0 PACKING: 18.1 Packing of goods must be sufficiently robust to withstand multiple handling during transit for delivery to

their final destination so that contents do not get damaged. Protection of the plant and equipment

against corrosion or deterioration must be given special attention.

18.2 Machined steel and iron parts are to be heavily greased / varnished as a prevention against rust.

18.3 In the case of internal combustion engines, compressors and similar equipment, internal parts are to be

sprayed with an inhibitor or water splitting preservative and all openings covered with tape to prevent

ingress of water.

18.4 Boxes / Packing cases containing electrical / electronic equipment are to be waterproof lined.

18.5 All items must have their respective identification marks painted / embossed on them.

18.6 Crates or boxes should have a list of items contained therein secured to the exterior by means of an

enveloping piece of tin sheet nailed to the wood. A duplicate list should also be included inside the crate

with the contents.

18.7 The Seller shall be responsible for damage of goods either in full or in part and for corrosion and/or

deterioration of the plant and equipment during transit due to inadequate/insufficient packing or due to

non-compliance with the above Para Nos. 18.1 to 18.4 depending upon the nature of items and as such

shall be obligated to repair or replace the damaged goods or plant or equipment in full or in parts

thereof, at free of cost to OIL within a reasonable period of time.

18.8 WEIGHT AND SIZE LIMITATION OF PACKAGES:

Normal limiting dimensions and weights are as under:

Category Length Width Height Capacity

Truck 5.185 Mtrs. 1.98 Mtrs 1.98 Mtrs 9 MT

Normal Trailer 10.98 Mtrs 2.44 Mtrs 2.44 Mtrs 18 MT

Semi Low Bed Trailer 10.98 Mtrs 3.05 Mtrs 3.05 Mtrs 20 MT

Low Bed Trailer 6.71 Mtrs 3.05 Mtrs 3.81 Mtrs 18 MT

This dimensional restriction must not be violated without prior approval from OIL. The finished packing

should be in the form of a Box under the limited dimensions.

19.0 DESPATCH : 19.1 Road Despatch: 19.1.1 In the event of an order other than FOR Destination terms, the material will be required to despatch

through OIL’s approved transporter (which will be specified in the order) on “Door Delivery” basis.

Page 23: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

23

19.1.2 For orders placed on FOR Destination basis, the material will be required to despatch through reputed

Bank approved transporters only on Door Delivery basis. In case OIL is required to collect the material

from transporters godown, extra expenditure incurred thereof will be recovered from the Bidder/seller.

19.2 Rail Despatch:

In case of Rail despatch, the Bidder will be fully responsible for arranging required railway wagons/rake.

Tubular consignment will be despatched on open type wagons only. Height of the wagons should not

exceed 4.6 metres.

19.1 Successful suppliers will be given necessary permission to enter into the Company’s Area or

Company’s other operating areas to deliver the materials as per the timings given below:

a) Monday to Friday: Morning: 10:00 AM to 01.30 PM

Afternoon: 02.00 PM to 04.30 PM

20.0 INSURANCE: 20.1 Transit insurance will be arranged and paid for by OIL for all orders other than FOR Destination orders ,

if otherwise not mentioned anything in the tender.. The Bidder/seller will be required to intimate the

insurance agency (which will be specified in the Purchase Order) regarding the despatch details

immediately after despatch. The Sellers have to arrange the transit insurance at their cost in case of

orders placed on FOR Destination basis.

21.0 PAYMENT TERMS:

21.1 Payment terms where installation / commissioning and training are not involved :

21.1.1 Payment will generally be made against completed supply. Where phased delivery is indicated in the

order, payment will be made against each lot as per phasing.

21.1.2 In certain cases, payment to the extent of 90% maximum of the value of the supply will be made against

proof of dispatch presented through Bank or to OIL directly. Balance 10% of the value will be released

not later than 30 days of receipt of goods at OIL’s site. Adjustments, if any, towards liquidated damage

shall be made from the balance 10% payment. OIL may consider releasing 100% payment against

despatch documents for suppliers having good track record with OIL and where 10% Performance

Security is submitted in time and no installation/commissioning is involved.

21.2 Payment terms where installation /commissioning and Training are involved :

Wherever installation / commissioning and Training are involved, 70% payment will be made against

supply of materials and balance 30% after satisfactory commissioning at site along with the installation

& commissioning charges after adjusting liquidated damages, if any. Payment towards training will be

released after successful completion of training.

21.3 Payment against trial orders :

In the event of placement of trial orders, payment will be made only on acceptance of goods after

successful field trial of the materials.

21.4 Payment to third party :

Request for payment/part payment to third party (i.e., other than the party on whom the order has been

placed) will not be entertained by OIL under any circumstances. The offers stipulating payment/part

payment to such third party will be considered as non-responsive and such offers will be rejected.

21.4 Banking Charges :

All banking charges will be to the bidder's account.

Page 24: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

24

21.5 Advance Payment:

21.5.1 Request for advance payment shall not be normally considered. Depending on merit and at the

discretion of OIL, advance payment may be agreed at an interest rate of 1% above the prevailing Bank

rate (CC rate) of State Bank of India compounding on quarterly basis from the date of payment of the

advance till recovery /refund.

21.5.2 Advance payment if agreed to by the Company shall be paid only against submission of an acceptable

Bank Guarantee whose value should be equivalent to the amount of advance plus the amount of

interest estimated by OIL on the basis of contractual delivery period.

21.5.3 Bank Guarantee shall be valid for 3 months beyond the delivery period incorporated in the order and

same shall be invoked in the event of Seller's failure to execute the order within the stipulated delivery

period.

21.5.4 In the event of any extension to the delivery date, seller shall enhance the value of the bank guarantee

to cover the interest for the extended period and also shall extend the validity of bank guarantee

accordingly. 22.0 CONFIDENTIAL INFORMATION: 22.1 The Bidder / Seller shall treat as confidential all designs, drawings, data or information written or verbal,

supplied by OIL and shall use its best endeavors to ensure that such design, drawings, data or

information is not divulged to any third party except with the consent of OIL where necessary for the

purpose of performance of its obligation hereunder and subject to similar undertakings being obtained

from such third parties to treat such design, drawings, data or information in like confidence other than

designs, drawings, data or information which at the time of proposed disclosure are within the public

knowledge or in the Bidder’s/Seller's possession.

23.0 PATENT AND OTHER RIGHTS: 23.1 The Bidder/Seller shall fully indemnify OIL against any action, claim or demand, costs and expenses

arising from or incurred by reason of any infringement or alleged infringement of any letter, patent,

design, trademark or name, copy right or other legally protected rights in respect of any plant, work,

materials to be supplied or any arrangement, system or method of using, fixing or working to be

employed by the Bidder/Seller.

23.2 In the event of any claim or demand being made or action brought against OIL in respect of any of the

aforesaid matters, OIL shall notify the Bidder/Seller thereof as soon as possible and Bidder/Seller shall

conduct with the assistance of OIL if necessary, but at his own expense, all negotiation for the

settlement of such matter and any legal proceeding, litigation/ arbitration involved or which may arise

there from.

24.0 INDEMNITY AND INSURANCE: 24.1 The Bidder/Seller shall defend or hold OIL harmless from all actions, claims, suits and demands made,

against either or both of them in respect of injuries to or death of any person including employees of the

Bidder/Seller or non-compliance of any statutory/safety requirement.

24.2 The Bidder/Seller shall also defend and hold OIL harmless for loss of and damage to property arising

from the supply of any goods or materials or the erection, installation repair or operation for a period, of

any plant hereunder.

Page 25: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

25

25.0 ASSIGNMENT: 25.1 The Bidder/Seller shall not transfer, assign or sublet the consequent Contract or any part thereof

without the prior consent in writing from OIL. Any permitted transfer/assignment or subletting shall not

relieve the Bidder/Seller of any of his obligations which might have arisen before such permission was

given.

26.0 WARRANTY / GUARANTEE: 26.1 Goods, materials or plant (s) to be supplied hereunder shall be new, of recent make, of the best quality

& workmanship and shall be guaranteed by the Seller for a period of 18 (eighteen) months from the

date of despatch or 12 (twelve) months from the date of commissioning/receipt (where commissioning

is not involved) whichever is earlier against defects arising from faulty materials, workmanship or

design. Defective goods / materials or parts notified by OIL to the Seller shall be replaced immediately

by the Seller on F.O.R destination basis including payment of all taxes and duties at Seller's expense.

This guarantee shall survive and hold good not-withstanding inspection, payment for and acceptance of

the goods. However, for consumables like chemicals, cement, tubular etc. the guarantee shall be valid

for 12 months from the date of dispatch.

27.0 DEFAULT IN DELIVERY / LIQUIDATED DAMAGES: 27.1 Time will be of the essence of the contract. 27.2 In the event of the Seller’s default in maintaining the agreed delivery schedule set out in the order, OIL

shall have the right to cancel the order at any time after expiry of scheduled delivery date without any

reference to the Seller and make alternative arrangement at the discretion of OIL in which case extra

expenditure involved, will be recoverable from the Seller and OIL shall not be responsible towards such

cancellation or any damage that may be incurred by the Seller. The decision of OIL shall be final and

binding on the Seller.

27.3 As an alternative to Clause No. 27.2 above, OIL reserve the right to accept the materials but, the Seller

shall be liable to pay liquidated damages @ 0.5% per week or part thereof of the value of the goods in

respect of which default in delivery takes place subject to a maximum of 7.5 %. Should there be default

on the part of the Seller for more than 15 Weeks from the scheduled date to complete the delivery or to

complete the installation/commissioning & Training (wherever applicable) successfully, OIL shall have

the right, in addition to the provisions under Clause 27.2 to invoke the Performance Security without

causing any notice to the Seller to this effect. The amount of liquidated damage as stipulated above is a

pre-estimated genuine loss as agreed by both the parties and shall be payable without any demur and

shall not be open for any dispute whatsoever.

27.4 The liquidated damage as agreed by both the parties as a genuine pre-estimated loss shall be payable

on Landed Cost of the materials at NOIDA inclusive of all cost to the extent of default (undelivered

portion only in cases where part delivery is acceptable) and commissioning at site is not involved.

28.0 FORCE MAJEURE: 28.1 In the event of either of the parties being rendered unable, wholly or in part by force majeure to carry

out its obligations under the agreement when entered into, it is agreed that on such party giving notice

and full particulars of such force majeure in writing or by telegram / telex / fax to other party as soon as

possible (within maximum one week), after the occurrence of the cause relied on then the obligations of

the party giving such notice with proper documentary evidence so far as they are affected by such force

majeure, shall be suspended during the continuance of any inability so caused but for no longer period,

and such cause as far as possible be remedied with all reasonable effort.

28.2 The term “Force Majeure" as used herein shall mean ‘Acts of God’ including Landslides, Lightning,

Earthquake, Fires, Storms, Floods, declared Wars, Blockades, insurrection, riots, Government

Page 26: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

26

regulations etc., which are not within the control of the party claiming suspension of its obligations

within the meaning of the above Clause 29.1 and which renders performance of the contract by the said

party completely impossible.

29.0 DEFAULT: 29.1 In the event of an Contract with the Bidder, if the Bidder/Seller contravenes any of the provisions of the

Contract or neglects to carry out his obligations of the Contract, OIL may give notice in writing thereof

requiring the Bidder/Seller to remedy the breach within seven days, or within such period as OIL may

agree to be reasonable and in the event of Bidder’s/Seller's failing to do so, OIL will be at liberty to

purchase the goods elsewhere or have the work which the Bidder/Seller has neglected to do, carried

out by some other person at the Bidder’s/Seller's expense. In such an event OIL shall have the right to

terminate the Contract.

30.0 TERMINATION: 30.1 In the event of an Contract with the Bidder, OIL shall have the right to terminate the Contract giving 7

days notice or such reasonable time and in this event shall pay to the Bidder/Seller such sum as shall fully compensate the Bidder/Seller for work carried out by him in performance of the Contract prior to such termination.

31.0 APPLICABLE LAW:

The contract arising out of this tender shall be interpreted in accordance with and governed by the laws

of India.

32.0 ARBITRATION: 32.1 All disputes and differences whatsoever arising between the parties out of or relating to the

construction, meaning and operation or effect of this Tender and consequent Contract or the breach

thereof shall be mutually settled. However, in case no such mutual settlement is arrived at, the matter

shall be settled by arbitration in accordance with the provision of arbitration of the Indian Arbitration &

Conciliation Act, 1996 and any statutory modification or re-enactment thereof and the Rules made there

under and for the time being in force. The venue of arbitration shall be at NOIDA/DELHI unless

otherwise agreed by OIL.

32.2 In case of dispute with the Seller who happens to be a Public Sector Undertaking, the same shall be

resolved as per Department of Public Enterprises (DPE) guidelines.

33.0 BID REJECTION CRITERIA:

The bids must conform to the specifications, terms, and conditions given in the NIT. Bids shall be

rejected in case the items offered do not conform to the required minimum / maximum parameters

stipulated in the technical specifications and to the respective international/ national standards

wherever stipulated. Notwithstanding the general conformity of the bids to the stipulated specifications

and terms and conditions, the following requirements shall have to be particularly met by the bidders,

without which the offer will be considered as non-responsive and rejected:

33.1 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.

33.2 Offers with validity less than 120 days from bid closing date will be rejected. 33.3 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. 33.4 Offers received from unsolicited parties shall not be considered and rejected.

33.5 Bids shall be typed or written in indelible ink and Original bid shall be signed by the bidder or his

authorized representative on all pages failing which the bid shall be rejected.

33.6 Offers received through Telex / Cable / Fax / E-mail/telephone shall be rejected unless specifically asked for in writing. Similarly offers received as xerox/ photocopy which is not on original letterhead of the Bidder & not duly signed & stamped will be rejected.

Page 27: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

27

33.7 Bids shall contain no interlineations, erasures or overwriting except as necessary to correct errors made

by bidder, in which case such corrections shall be initialed by the person (s) signing the bid. Any bid not

meeting this requirement shall be rejected.

33.8 Any offer containing incorrect statement will be rejected. 33.9 Bids without original Bid Security as per Para 6.0 (wherever called for) and confirmation regarding

submission of requisite Performance Security as per Para 7.0 (wherever called for) shall be rejected.

33.10 Bids not submitted in compliance with Special methods of marking & sealing under Two Bid / Two

Stage Bidding system mentioned in Para 9.2 (whenever applicable) will be rejected.

33.11 Bids not submitted in compliance with Para 4.9.2 regarding submission of samples (whenever

applicable) will be rejected.

33.12 Any mention of price details in the technical bid in case of single stage two bid system.

33.13 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.

34.0 BID EVALUATION CRITERIA: 34.1 Bids which are found to be responsive and meeting the requirement both specification wise and terms

and conditions in the enquiry will be considered for final evaluation.

34.2 Each item shall be normally evaluated independently unless otherwise stated.

34.3 In the event of computational error between unit price and total price, unit price shall prevail and

adopted for evaluation.

34.4 Similarly, in the event of discrepancy between words and quoted figure, words will prevail.

34.5 Preference to Public Sector Undertaking and Small Scale Industries etc. will be given as per prevailing

Government Guidelines as applicable on bid closing date.

34.6 At the time of evaluation of the offers, past performance of similar equipment supplied by the bidder as

well as after-sales service, supply of spares, etc. in respect of such equipment by the concerned bidder

will be considered / evaluated. If the same are not found to be satisfactory as already communicated to

the bidder, the offer may be considered as unacceptable offer and rejected.

34.7 Considering the nature of the item, if the product offered by the lowest acceptable bidder is not field

proven in OIL, purchaser at its discretion may place a trial order to the extent of 25% (maximum) only

and balance quantity will be procured from other competitive bidders whose product has been field

proven in OIL.

35.0 COMPARISON OF OFFERS: 35.1 Comparison of the bids will be done on total F.O.R. destination cost basis to ascertain the lowest bid.

Railway freight in case of bulky consignments (forming rake loads) and road freight for others will be

considered for arriving at the FOR destination cost.

35.2 In case of any conflict between the Rejection/Evaluation criteria stipulated here with that given in the

Invitation for Bid, those mentioned in the Invitation for Bid will prevail.

36.0 SET OFF: “Any sum of money due and payable to the Contractor/Supplier (including security Deposit refundable to

them) under this or any other contract may be appropriated by the Company and set off against any

claim of the Company (or such other person or persons contracting through the Company) for payment

of a sum of money arising out of this contract or under any other contract made by the

Contractor/Supplier with the Company (Or such other person or persons contracting through the

Company)”.

Page 28: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

28

************* APPENDIX-I

FORM OF BID SECURITY (BANK GUARANTEE) To : Chief Advisor(C & P) OIL INDIA LIMITED Plot No. 19 Sector-16 A, NOIDA-201 301 Fax No. 91-120-2488327

WHEREAS, (Name of Bidder) ________________________ (hereinafter called “the Bidder”) has

submitted their Bid No.____________ Dated__________ against OIL INDIA LIMITED, Noida,

India (hereinafter called the the Purchaser)’s Tender No. : _____________ for the supply

of____________________ (hereinafter called “the bid”) KNOW ALL MEN BY these presents

that we ____________________ of _______________having our registered office at _____________

(hereinafter called “Bank”) are bound unto the Purchaser in the sum of _______________ for which

payment will and truly be made to the Purchaser, the Bank binds itself, its successors and assignes

by these presents.

THE CONDITIONS of this obligations are :

(1) If the Bidder withdraws/modifies their Bid during the period of Bid validity specified by the

Bidder; or

(2) If the Bidder, having been notified of acceptance of their Bid by the Purchaser during the

period of Bid validity:

(a) Fails or refuses to accept the order; or

(b) Fails or refuses to furnish the Performance Security

(3) if the Bidder furnish fraudulent document/information in their bid.

We undertake to pay to Company up to the above amount upon receipt of its first written demand (by

way of letter / fax/e - Mail), without Company having to substantiate its demand provided that in its

demand Company will note that the amount claimed by it is due to it owing to the occurrence of one or

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

This guarantee will remain in force up to three hundred (300 ) days from date of bid closing , and any

demand in respect thereof should reach the Bank not later than the above date.

Sealed with the Said Bank

This _____________ day of ____________________

Signature of the Bank

Page 29: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

29

APPENDIX-II PERFORMANCE BANK GUARANTEE

Oil India Limited, Plot No. 19,Sector 16A NOIDA-201301 Attn: Chief Adviser (Contracts & Purchase) WHEREAS ..................................................................................... (name of the Seller) hereinafter called ‘the Seller’ has undertaken, in pursuance of order No............ dated .................. to supply ......................................................................... (description of Goods and Services) hereinafter called ‘the Contract’. AND WHEREAS it has been stipulated by you in the said Contract that the Seller shall furnish you with a Bank Guarantee by a recognised Bank for the sum specified therein as security for compliance with the Seller’s performance obligations in accordance with the Contract. AND WHEREAS we have agreed to give the Seller a Guarantee : THEREFORE we hereby affirm that we are Guarantors and responsible to you, on behalf of the Seller, upto a total of ...................................................(amount of the Guarantee in words and figures) and we undertake to pay you, upon first written demand declaring the Seller to be in default under the contract and without cavil or argument sum or sums within the limits of ..................... (amount of Guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. This Guarantee is valid until the .................... day of ..........................

Signature of the Bank

APPENDIX-III

Page 30: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

30

To, Chief Adviser(C & P) OIL INDIA LIMITED Plot No. 19, Sector 16A Noida - 201301 Dear Sir,

Sub : Your Enquiry No......................................................... For .................................................. Mr. /Mrs. ........................................................ has been authorised to be present at the time of opening of the above Enquiry due on ............ At NOIDA on my/our behalf.

Yours faithfully, (Name) Designation Stamp / Seal

Page 31: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

31

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. 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.

Page 32: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

32

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. 2.7 The Bidder shall 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. 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 labelling 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

Page 33: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

33

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 like, UPS, Precision AC, Fire detection and Suppression System, VESDA System, Water Leak detection System, Rodent Repellent System, etc., before UAT sign off 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

Page 34: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

34

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. 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.

Page 35: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

35

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) 3.5.3.1.1Two 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 efficiency ( Minimum 4 star rated PAC)

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) – 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 Centre loads. The

third UPS will be kept as standalone UPS for serving PCs, Other equipment, etc.

Page 36: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

36

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

4. Backup at Rated Full Load

30 minutes 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.

3.5.3.3 Very Early Smoke Detection Apparatus (VESDA) System (Make: Xtralis, Siemens, Tyco) 3.5.3.3.1VESDA 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

Page 37: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

37

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) 3.5.3.4.1Fire 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 Signaling 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 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) 3.5.3.5.1Clean 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:

Page 38: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

38

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. It shall be possible to carry out refilling of the clean agent cylinder at site location.

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)

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) 3.5.3.7.1Surveillance 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 degress 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.

Page 39: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

39

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)

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 shall have a transaction storage capacity

2. The biometric reader shall have anti-microbial coating for the hygiene of users

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

4. 10 Proximity Cards compatible with the system shall be provided

5. The biometric reader shall interface with the BMS

6. The biometric reader shall have RS232 port for connection with a printer

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

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

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

3.5.3.9 Water Leak Detection (WLD) System (Make: Sontay, GE, Rittal) 3.5.3.9.1Water 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 6 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

Page 40: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

40

3.5.3.10 Rodent Repellent System (Make: Maser, Rscat) 3.5.3.10.1 Rodent repellent system shall be provided in the Data Centre 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. Sound output: 80 dB to 110 dB at 1 Mtr

8. Power output: 800 MW per Satellite

9. Power consumption: 15 Watt

10 Power supply: 230 V AC, 50 H

3.5.3.11 Air & Gas Purification System (Make: Ecoscrub, BryAir, Purafil) (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 centre 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.

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.

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.

Page 41: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

41

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).

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) 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, Canbus, Lonworks, Profibus, Modbus, 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 be future ready for integration with IP / SNMP based systems.

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

6 BMS shall have High Availability mode.

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

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

9.

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.

10. 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.

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

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

13.

BMS shall continuously monitor the following UPS parameters

• UPS Availability

• UPS Load

• Battery Status

• Battery Capacity

• Input Frequency

Page 42: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

42

• Input Voltage

• Output Current

• Output Frequency and Voltage

14. BMS shall provide alarms generated by the access control systems on the centralized management console and also provide reports of access granted or denied.

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

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

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.

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 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 30 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 as per drawings and cable schedule.

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.

Page 43: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

43

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 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. Electrical system shall be ‘intelligent’ type to enable their integration and monitoring by BMS

13.

Earthing of the equipment, Surge protector, including supply of earthing materials, if earthing provided is technically not suitable, etc. Earthing system shall be in accordance with IS: 3043-1966 Code of Practice for Earthing.

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

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

16. All the cabling are to be routed properly below false floor.

17.

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 structures 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

Page 44: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

44

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

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

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

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 5520 / 5540 with CSC SSM 40 Module in Active – Standby Mode 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

Page 45: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

45

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:

• 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.

Page 46: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

46

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 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 technology – 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 are 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.

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. 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-I. 5.2 The Annual Maintenance Contract would be for a period of 4 years, after successful completion of Warranty period of one year.

Page 47: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

47

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 @ 7.5% 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, Water Leak detection System, Rodent Repellent System, etc., at the beginning of each year of AMC.

Annexure-I

WARRANTY & ANNUAL MAINTENANCE SUPPORT

TERMS OF REFERENCE/ TECHNICAL SPECIFICATIONS

Page 48: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

48

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, Water Leak detection System, Rodent Repellent System, 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, Water Leak detection System, Rodent Repellent System, etc., before commencement of each year’s AMC.

1.2.7 The bidder shall furnish a Performance Guarantee @ 7.5% of annual AMC charges quoted before commencement of each year’s AMC. The bidder must furnish Performance Guarantee for 1

st year AMC one month before expiry of warranty period.

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.

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.

Page 49: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

49

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:

3.4.1Preventive / 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.

3.4.3 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. 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.

Page 50: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

50

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 4.7 The Bidder shall be permitted to take the defective part(s) out of OIL’s premises only after replacement with new part(s) and after issuance of gate pass by the authorised OIL’s personnel. 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 7.5% of the total maintenance charges for one year.

(END OF SECTION – IV)

Page 51: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

51

SECTION – V

BIDDING FORMAT

Sl. No.

Product Details Item No Quantity

(Nos.)

Unit Price (Rs)

Total Price (Rs.)

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 Cisco Layer 2 Switch 3.5.4.2.3 1

18 Cisco Layer 2 Switch 3.5.4.2.4 3

18 Cisco Firewall 3.5.4.2.5 2

18 UTP Patch Panel 3.5.4.2.7 4

18 Patch Panel F/O 3.5.4.2.8 1

18 UTP Patch Cord 3.5.4.2.10 100

18 UTP Patch Cord 3.5.4.2.11 200

18 F/O SFP to SFP Patch Cord 3.5.4.2.12 12

20. Structured Cabling 3.5.4.2.13 As per requirement

Page 52: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

52

21. Cable Containment System 3.5.4.2.14 As per requirement

22. Information Outlets 3.5.4.2.15 As per requirement

23. Face Plate 3.5.4.2.16 As per requirement

24 Any Other Items 3.5.4.2.17 As per requirement

25. Total Material Cost ( 1 to 24)

26. Packaging & Forwarding Charges

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

28 Excise Duty ( Please indicate applicable rate of Duty)

29 Sales Tax ( Please indicate applicable rate of Tax)

30 Total FOR OIL’s Office Premises at Sec-16A Noida Price (27+28+29)

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 in Rs. (30 to 35)

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.

(END OF SECTION – V)

Page 53: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

53

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. However, OEM shall authorize only one business partner to submit the bid on their behalf.

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

Page 54: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

54

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.

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 18 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. Offers received without Integrity Pact duly signed by the authorized signatory of the bidder will be rejected. Integrity pact has to be given in C folder only, along with technical 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.

Page 55: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

55

3. To ascertain the inter-se-ranking, the comparison of the responsive bids will be made as

under, subject to corrections / adjustments given herein. 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) Total FOR OIL’s Office premises, sector-16A, Noida value (C + D +E) above (G) Installation/Commissioning Charges ( including taxes) (H) AMC Charges ( Including taxes) for 4 years (I) Total value ( F + G + H )

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)

Page 56: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

56

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

Page 57: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

57

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 ----

----------------------------------. 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.

Page 58: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

58

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

Page 59: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

59

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

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

Page 60: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

60

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 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.

Page 61: NOTICE INVITING TENDER Bid Closing Date: … inviting tender e-tender no.sli9401p14 bid closing date: 17/06/2013 oil india limited (oil), ... fifth floor, fc-24, noida 16a, uttar pradesh

Tender No. SLI9401P14

61

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.

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 ……………