Home
SDI7910P16 - Oil India Limited
Contents
1. ii was known by the Receiving Party prior to its disclosure by the Disclosing Party provided that the Receiving Party gives proper evidence of such prior knowledge or iii has been rightfully obtained by the Receiving Party from a third party without any breach of a confidentiality obligation towards the Disclosing Party or iv has been independently discovered or developed by the Receiving Party without using Confidential Information so long as such independent discovery or development can be documented and verified v is required to be disclosed as per any law in force in India or under order of any competent court Confidential Information shall not be deemed to be or fall within exceptions i to v merely because it is embraced by more general information in the public domain or by more general Page 3 of 6 information thereafter acquired or developed by the Receiving Party In addition any combination of features items information data shall not be deemed to be within the foregoing exceptions merely because individual features items information data are in the public domain or in the possession of the Receiving Party ARTICLE 4 RETURN OF DOCUMENTS Upon the expiration of this Agreement or at the Disclosing Party s request the Receiving Party shall promptly return to the Disclosing Party all documents including but not limited to copies abstract extracts samples notes or modules embodying Confidential Informatio
2. 1 BLADE SERVER Qty 4 Nos Note The blade servers will host at least two application nodes two database nodes both running in load balancing and failover mode one backup server and one restore testing platform all configured as virtual machines Page 10 of 19 A Make amp Model To be quoted by bidder B Minimum 2 x Intel Xeon E5 2600 V3 series Min 12 Core 2 3 GHz C L3 Cache Minimum 20 MB D RAM Minimum 128 GB DDR4 E HDD 2 x 300GB 15K RPM SAS hot swappable F Network Controllers 1 Minimum two 1 Gigabit Ethernet ports ii Minimum two dual port 10 GbE iSCSI HBA with driver software G I O interfaces Minimum 1 USB 3 0 H Operating System Microsoft Windows Server 2012 R2 Enterprise Edition 64 bit or higher version on CD DVD Media I Virtualization must be done using Microsoft Hyper V for Windows Server 2012 R2 Enterprise Edition J The required number of all relevant licenses including virtualization licenses required for supporting up to 4 virtual machines per physical blade servers and any other licenses if required must be provided by bidder software drivers firmware must be provided by bidder on CD DVD media K Virtualization must support list of features is indicative and not exhaustive i Live migration of virtual machines from one host to another without the operations of virtual machines being affected ii Dynamic allocation of memory across virtual machines in a phys
3. Media Type Paper and film 11 Scan file format Should support all standard file format e g PDF TIFF JEPG etc 12 Operating System Microsoft Windows 7 32 and 64 bit Windows 8 32 and 64 bit or higher 13 Floor Stand Should have floor stand along with document basket 14 Others i USB Cable ii Power Cord If power supplied through power cable ili User s Manual iv All drivers on CD DVD media v Scanning Software in CD DVD media PO ON E Item No 7 SAN STORAGE 1 SAN STORAGE Qty 1 No A Make amp Model To be quoted by bidder B Form Factor Rack Mounted SAN Storage C Capacity Min 100 TB Usable with RAID 5 expandable up to 200 TB without removing the installed drives D High Availability Dual active controller with automated I O path failover Automatic drive failover and detection and rebuild using global hot spare drives Battery backed up mirrored cache E Cache Minimum 24 GB across dual controller F Ports Minimum four 10 Gbps iSCSI ports per controller G Fan and Power Supply Hot swappable redundant power supply and cooling fans H Power input Single phase 230 V AC 50 Hz power supply with Universal Power Plugs power cables I Storage Management Software The storage system must have graphical web based management software to carry out management monitoring and configuration tasks J OS amp Clustering Support Windows 2008 R2 or higher version VMware support above OS in cluster
4. SINGLE STAGE TWO BID SYSTEM Bid Closing on As mentioned in the e portal Bid Opening on do Performance Security Applicable Integrity Pact Applicable Date of pre bid conference 09 09 2015 and 10 09 2015 Time of pre bid conference 09 00 AM onwards Venue of pre bid conference Kolkata Guwahati OIL invites Bids for Document Management System through its e Procurement site under SINGLE STAGE TWO BID SYSTEM The bidding documents and other terms and conditions are available at Booklet No MM LOCAL E 01 2005 for E Procurement LCB Tenders The prescribed Bid Forms for submission of bids are available in the Technical RFx gt External Area gt Tender Documents The general details of tender can be viewed by opening the RFx Tender under RFx and Auctions The details of items tendered can be NOTES 1 A Pre Bid Conference with the Parties will be held at Kolkata Guwahati to discuss on the technical specifications and other terms and conditions of the tender All the Parties who purchase the Tender Document within the Last date of issue of user id and password i e 08 09 2015 or amended otherwise will be eligible to attend the Pre Bid Conference The exact venue and time of the Pre Bid conference will be intimated to the Parties at a later date 2 Clarification on the technical specifications and other terms amp conditions of the tender shall be provided to the parties during the Pre bid Conference Parties
5. Installation of scanners g One virtual machine needs to be configured for demonstration of backup solution Bidder must demonstrate the backup solution in the virtual machine configured above before going live of the backup process h Sample run of digitization and scanning process for each specified size of document including from a remote Desktop Computer 1 Overall testing of the functionalities of the software including integration with various modules of SAP ECC 6 0 running in OIL j Installation and commissioning shall be considered to be completed after all the activities mentioned in point a to 1 covered under this clause are successfully finished k The entire DMS Solution should be commissioned at all the mentioned locations by the bidder within 120 days of the placement of firm order by OIL Item No 12 Annual Maintenance Contract Hardware amp Software for 4 years Oty 1AU a The bidder has to quote for 4 years comprehensive on site Annual Maintenance Contract AMC for all supplied software amp hardware and custom reports for Document management system b AMC will start after successful completion of warranty period for the entire DMS Solution hardware and software c Successful bidder shall have to supply and install all upgrades released for the supplied software applications during the AMC period at no extra cost to OIL Supply and upgrading of any DMS application patches bug fixes database re
6. MATERIALS IP FOR HEAD MATERIALS Page 6 of 6 Annexure CCC Tender No amp Date SDI7910P16 Dtd 21 07 15 BID REJECTION CRITERIA BRC BID EVALUATION CRITERIA BEC The following BRC BEC will govern the evaluation of the bids received against this tender Bids that do not comply with stipulated BRC BEC in full will be treated as non responsive and such bids shall prima facie be rejected Bid evaluation will be done only for those bids that pass through the Bid Rejection Criteria as stipulated in this document Other terms and conditions of the enquiry shall be as per General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria BRC BEC contradict the Clauses of the tender or MM LOCAL E 01 2005 elsewhere those in the BRC BEC shall prevail Criteria Complied Not Complied Remarks if any 1 0 BID REJECTION CRITERIA BRC The bid shall conform generally to the terms and conditions given in this document Notwithstanding the general conformity of the bids to the stipulated specifications the following requirements will have to be particularly met by the Bidders without which the same will be considered as non responsive and rejected A TECHNICAL a Bidder should have the capability to implement projects in terms of industry experience and manpower of required qualification amp exper
7. Materials Materials Department Oil India Limited Duliajan District Dibrugarh Assam 786602 C Scanning and Digitization of documents 1 The bidder will be responsible for a Receipt of the documents from the various departments for digitization b Serialization of pages c Applying transparent pages to torn pages transparent pages to be supplied by the bidder Page 2 of 19 d Scanning and uploading of documents as mentioned from point 1 to 5 under Line Item No 90 with heading Scanning and Digitization of Documents to the DMS system and making the documents available in the system e Digitization of documents as mentioned in point 6 under Line Item No 90 with heading Scanning and Digitization of Documents and making the digitized documents available in the system f Handing over the physical documents to the respective departments after scanning and digitization for documents mentioned in point 6 under Line Item No 90 with heading Scanning and Digitization of Documents is complete g Digitization facilities for conversion of physical paper based engineering drawings into AutoCAD format Any third party software required must be supplied along with the solution as stated earlier 2 Scanning and digitization for documents mentioned in point 6 under Line Item No 90 with heading Scanning and Digitization of Documents of the data as identified by the departments will be carried out by the b
8. be provided by OIL Proper soft copies of training manuals for each type of user will have to be supplied by the bidder before the training begins The relevant invoice for training will be submitted by the bidder to OIL after all types of training are completed successfully Item No 11 INSTALLATION COMMISSIONING AND INTEGRATION Qty 1AU The bidder must install the supplied software suite in the hardware supplied by them Commissioning certificate will be issued by OIL in accordance to the successful completion of the following activities by the bidder Page 14 of 19 a Supply of software in CD DVD amp hardware b Installation and commissioning of hardware and software at all locations mentioned in the delivery clause Out of two one medium duty scanner and one desktop computer delivered at location mentioned in point i of Delivery clause must be installed and commissioned at Oil India Limited SB tower 6th Floor Plot No 1A 1 Sector 16A NOIDA U P c Installation and configuration of hardware and software including SAN and backup solution d The Database Server and Application Servers must be configured in failover and load balancing mode The landscape should be configured for ensuring 95 uptime of the solution e Configuring administrative users IT administrators and users in other categories as per requirement Bidder should work in association with OIL IT Team for user authentication f
9. engineer will be levied on per day basis If for any reason the bidder fails to provide services within seven successive days from the date of reporting the period of Warranty or AMC will be extended by that number s of days at no extra cost to OIL in addition to the above penalty subject to a maximum of 15 of the total order value I Others 1 The bidder must deploy requisite number of digitization operators scanning operators and system administrators at customer s site for a period of one year after the successful completion of installation and commissioning Note a The main scanning and digitization team will have to be deployed at Duliajan b Apart from the above 1 one scanning operator each will have to be posted at all the other sites mentioned in the delivery locations except at E amp D and CEMG group 5th floor IT Infra Building FC 24 Noida 16 A UP where 2 two scanning operators will have to be deployed A scanning operator must also be deployed at SB tower 6th Floor Noida the full address of this location is given in point b under the heading Installation and Commissioning 2 The integration of the DMS with SAP will be carried out by bidder The related SAP modules will be identified by OIL with the help of the bidder 3 Random quality control of the digitized documents must be done by the bidder using Image Quality Analyzer s These must be regularly vetted by the OIL personnel who will be invo
10. 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 Ifthe 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 1 of 5 2 Section 2 Commitments of the Bidder Contractor 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 ot
11. should come fully prepared to the Pre bid Conference and submit their queries to OIL in the Pre bid Page 1 of 6 Conference for clarification The set of queries shall be sent to OIL at least 5 days before the Pre bid Conference for study by OIL 3 Any changes in the technical specifications and other terms amp conditions of the tender arising out of discussion in the Pre bid Conference shall also form part of the tender document In the Pre bid Conference specifications terms and conditions of the NIT will be frozen and no request for amendment to NIT shall be entertained after the pre bid conference 4 Bidders shall depute representatives who are competent enough and authorized to take on the spot decision At the most 2 Two representatives from each party shall be allowed to participate in the pre bid conference All costs for attending the pre bid conference shall be to the bidder s account 5 Bidders immediately after the purchase of the Tender documents shall inform OIL at the following address about their participation in the Pre Bid Conference with details of the persons to enable OIL to make arrangement for the Pre Bid Conference HEAD MATERIALS OIL INDIA LIMITED P O DULIAJAN PIN 786 602 DIST DIBRUGARH ASSAM INDIA FAX NO 91 374 2800533 E Mail tuhin_roy oilindia in The tender will be governed by a General Terms amp Conditions for e Procurement as per Booklet No MM LOCAL E 01 20
12. the authorized signatory of the bidder K CHECKLIST The bidder has to submit the checklist of the items as per the format given below 1 Quoted for all Software 2 Quoted for all Hardware 3 Agreed to Scope of Work 4 Agreed to Delivery Installation amp Commissioning Terms Agreed to Training Terms Agreed to Bid Evaluation Criteria Bid Rejection Criteria Agreed to Warranty Terms Agreed to Annual Maintenance Services Terms 9 Quoted Price as per Price Schedule Format Annexure III 10 Agreed to Payment Terms 11 Agreed to Penalty Terms 12 Submitted Authorization Letter from OEM of the DMS Software solution OEM of the Server OEM of the Tape Library and OEM of the SAN storage as per format Annexure A 13 Submitted Authentication Letter for the Quoted Server and Desktop Computer only in original from OEM two separate certificates if server and Desktop Computers are from different OEM as per format Annexure IL 14 Submitted duly filled Compliance sheet for scope of work and technical terms as per format Annexure IV and Annexure V respectively 15 Submitted Printed Technical Brochure Product Catalogue 16 Submitted duly signed and sealed NDA oN DAM Technical Specifications Item No 1 DMS SOFTWARE Qty 1 No TECHNICAL SPECIFICATIONS OF THE DMS SOFTWARE Criterion amp Description A General Features 1 Perform Image Enhancement Activities like de skewing de speckling amp noise
13. the same document F Searching and Retrieval of documents and folders with DMS software 1 The search module should support multiple search and retrieval methods These include general search index search search by metadata full text search searching on query keywords search phrase search Boolean search 2 Query response lists must be filtered by user permission level i e the user Page 8 of 19 can see only those results which she he is authorized to see G Image Management 1 The software should have a feature for full text search using OCR OCR engine should be licensed software Details of OCR engine should be furnished 2 It should be possible to import and export images in TIFF PDF PDF A DWG and XML formats etc H Architecture and Standards of the DMS software 1 System should be platform independent 2 DMS should comply with ODMA WebDAV standards I User Interface 1 The software should be available as a web based interface including the administrator interface without plug ins and fully integrate with OIL s Intranet so that user can go to the system from the intranet portal itself J Records Management 1 The software should comply with all necessary legal and statutory requirements K Number of named user License for DMS Application Suite 1 170 named licenses for DMS end users should be provided Item No 2 HEAVY DUTY SCANNER Qty 8 Nos A Make amp Model To be quot
14. to carry out workflow study as detailed in NIT failing which their bid will be rejected B COMMERCIAL i ii iii Validity of the bid shall be minimum 120 days from the Bid Closing Date Bid security The bid must be accompanied by Bid Security of Rs 7 91 Lakhs in OIL s prescribed format as Bank Guarantee or a Bank Draft Cashier cheque in favour of OIL The Bid Security may be submitted manually in sealed envelope superscribed with Tender no and Bid Closing date to Head Materials Materials Department Oil India Limited Duliajan 786602 Assam on or before the Bid Closing Date and Time mentioned in the Tender The Bank Guarantee towards Bid Security shall be valid for 10 months from Bid closing date Bid Security may also be paid online on or before the Bid Closing Date and Time mentioned in the Tender If bid security in ORIGINAL of above mentioned Amount and Validity is not received or paid online within bid closing date and time the bid submitted through electronic form will be rejected without any further consideration For exemption for submission of Bid Security please refer Clause No 8 8 of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders The format of Bank Guarantee towards Bid Security Annexure VII has been amended to Annexure VII Revised and bidders should submit Bank Guarantee towards Bid Security as per Annexure VII Revised only In case of extensi
15. will start after successful completion of installation and commissioning and must be completed within a year Page 3 of 19 F Warranty a Minimum 1 One year comprehensive onsite warranty for all supplied software and hardware This will include all custom reports developed by the bidder during implementation Warranty of hardware will start after successful commissioning of the equipment including backup solution and SAN and all necessary configuration of the same Software warranty will start the day after successful installation and configuration of the software supplied b Successful bidder shall have to supply and install all upgrades released for the supplied software applications during the warranty period c Any software or hardware problem shall have to be rectified within 72 hours of reporting the call else penalty will be levied as per Penalty clause in this document d The successful bidder will be wholly and solely responsible for the required uptime of the overall solution during the warranty period Successful bidder shall have to supply and install all upgrades released for the supplied software applications during the warranty period at no extra cost to OIL Supply and upgrading of any DMS application patches bug fixes database related patches OS patches or firmware will also be the responsibility of the successful bidder The bidder will be responsible for the upkeep of the entire hardware DMS soft
16. 05 for E Procurement LCB Tenders b Technical specifications and Quantity as per Annexure 1A c The prescribed Bid Forms for submission of bids are available in the Technical RFx gt External Area gt Tender Documents d In the event of receipt of only a single offer against the tender within 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 e All corrigenda addenda amendments time extension clarifications etc To the tender will be hoisted on OI s website www oil indiacom and in the e portal https etenders srm oilindia in irj portal only and no separate notification shall be issued in the press Prospective bidders are requested to regularly visit the website and e portal to keep themselves updated f Any sum of money due and payable to the contractor including Security Deposit refundable to them under this or any other contract may be appropriated by Oil India Limited and set off against any claim of Oil India Limited or such other person or persons contracting through Oil India Limited for payment of sum of money arising out of this contract or under any other contract made by the contractor with Oil India Limited or such other person or persons contracting through Oil India Limited g Bidder are advised to fi
17. Annexure II OIL INDIA LIMITED A Government of India Enterprise P O Duliajan 786602 Assam India E mail material oilindia in INVITATION FOR BID LOCAL COMPETITIVE BID OIL INDIA LIMITED invites Local Competitive Bid LCB through its e procurement portal https etender srm oilindia in irj portal for the following items Tender No Bid Closing Item amp Qty Opening Date SDI7910P16 DT 21 07 2015 24 09 2015 DOCUMENT MANAGEMENT SYSTEM Tender fee Non refundable Rs 1 000 00 Bid Closing Opening Time 11 Hrs IST 14 Hrs IST Period of sale of documents till 08 09 2015 The complete bid documents and details for purchasing bid documents participation in E tenders are available on OIL s e procurement portal https etender srm oilindia in irj portal as well as OIL s website www oil india com NOTE All addenda Corrigenda time extension etc to the tenders will be hosted on above website and e portal only and no separate notification shall be issued in the press Bidders should regularly visit above website and e portal to keep themselves updated OIL INDIA LIMITED A Government of India Enterprises i PO Duliajan 786602 Assam India TELEPHONE NO 91 374 2808719 FAX NO 91 374 2800533 Email tuhin_roy oilindia in erp_mm oilindia in FORWARDING LETTER Tender No SDI7910P16 Dtd 21 07 15 Tender Fee Rs 1 000 00 Bid Security Amount Rs 7 91 Lakhs Bidding Type
18. Govt of Assam guidelines as applicable on bid closing date Bidders may check this with the appropriate authority while submitting their offer ii 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 iii 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 NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT Page 5 of 5 ANNEXURE IA TECHNICAL SPECIFICATIONS WITH QUANTITY Tender No amp Date SDI7910P16 Dtd 21 07 15 Complied Not Complied Remarks if any 1 Preamble OIL INDIA LIMITED OIL is a Government of India NAVARATNA company engaged in Exploration Production and Transportation of Crude oil amp Natural gas and Production of LPG in India with participating interest in E amp P sector in various overseas projects 2 Objective of Document Management System DMS Since the rising volume of physical documents inside the organization is becoming difficult to manage Oil India Limited is p
19. Limited Plot No 19 Sector 16 A NOIDA UP 201301 ii 1 One Number of Desktop Computer amp 1 One Number of Medium Duty Scanner to be delivered at E amp D and CEMG group 5th floor IT Infra Building FC 24 Noida 16 A UP Gii 1 One Number of Desktop Computer amp 1 One Number of Medium Duty Scanner to be delivered at OIL House Plot No 2A Saraswati Nagar Basni Jodhpur Rajasthan iv 1 One Number of Desktop Computer amp 1 One Number of Medium Duty Scanner to be delivered at 11 4 7 3rd Floor Nookalamma Temple Street Ramaraopet Kakinada 533004 Andhra Pradesh v 1 One Number of Desktop Computer amp 1 One Number of Medium Duty Scanner to be delivered at General Manager PLS Oil India Limited Pipeline H Q Noonmati Guwahati 781171 vi 1 One Number of Desktop Computer amp 1 One Number of Medium Duty Scanner to be delivered at Head Calcutta Branch Oil India Limited 4 India Exchange Place Kolkata West Bengal 700001 vii 1 One Number of Desktop Computer amp 1 One Number of Medium Duty Scanner to be delivered at OIL Shipping Office Continental Chambers 15 A Hemanta Basu Sarani Kolkata 700001 viii 1 One Number of Desktop Computer amp 1 One Number of Medium Duty Scanner to be delivered at Centre of Excellence for Energy Studies INTEGRA Opposite PIBCO Rukminigaon G S Road Guwahati Assam Pin 781022 ix All other materials are to be delivered at Head
20. O 6 technology or latest C Number of drives Minimum 2 drives Page 13 of 19 D Should support 8 Gbps FC interface Min 4 ports E Cartridge Slots Minimum 20 Slots for holding tapes excluding the slots used for offloading tapes F Data Transfer Min 160 Mb sec native rate G Tape library should be rack mounted Rack mounting kit to be supplied H 100 Nos of LTO 6 Ultrium tapes or compatible tapes of higher LTO version for data amp 2 cleaning tapes to be supplied I Power Details all accessories including cables to be supplied Item No 9 Scanning and Digitization of Documents Scanning of Documents Srl No Item Quantity Unit 1 A4 document 4410000 NO 2 A3 document 90000 NO 3 AO map document 46000 NO 4 A2 document 1100 NO 5 Al document 19300 NO Digitization of Documents Srl No Item Quantity Unit 6 AO amp BO Sized 100 NO Civil Engineering Related Drawings Maps Item No 10 Training Oty 1 AU 1 The bidder must impart training to a End users b IT administrators 2 persons 2 There will be three types of end user a Those that will perform scanning and digitization of documents 50 persons b Departmental Administrator 50 persons c Users who will access the DMS 50 persons 3 The training will have to be conducted at OIL s premises and must be completed within three months from the date of completion installation and commissioning Necessary PCs connectivity will
21. accessories like connecting cables power cords etc to be supplied Item No 8 BACKUP SOLUTION BACKUP SOLUTION Qty 1 No A Make amp model of backup software to be quoted by bidder B Backup should be taken on tapes using LTO 6 or later technology C It should be possible to take backup of all the configured servers There should be a provision for restoring the backups from the tapes to any of the hosts of which the backup was taken or any equivalent server for example the restore testing server D Backup software must have provision for taking automatic scheduled as well as manually triggered backups These backups may be online database backup offline database backup full file system backup etc list is only indicative and not exhaustive E Backup software should support virtual platforms such as Hyper V etc F Backup software must have provision for viewing backup sessions viewing restore sessions configuring different kinds of backup configuring various kinds of restores G It should be possible to install backup clients if required on the servers There should be a provision to carry out the installation from the backup server H All the required licenses software must be provided by the bidder I Provision for viewing event logs and other reporting features J Provisions for viewing past sessions of a backup Tape Library Qty 1 No A Make and model to be quoted by bidder B Tape Drive LT
22. ct with the offer their bid shall be rejected straightway b The name of the OIL s Independent External Monitors at present are as under SHRI RAGHAW SHARAN PANDEY IAS Retd Former Secretary MOP amp NG e Mail ID rspandey_99 yahoo com SHRI RAJIV MATHUR IPS Retd Former Director IB Govt of India e Mail ID rajivmathur23 gmail com 11 0The tender shall be governed by the Bid Rejection amp Bid Evaluation Criteria given in enclosed Annexure CCC However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria as per Annexure CCC contradict the Clauses of the tender and or General Terms amp Conditions as per Booklet No MM LOCAL E 01 2005 for E procurement LCB Tenders elsewhere those in the BEC BRC shall prevail 12 0 To ascertain the substantial responsiveness of the bid OIL reserves the right to ask the bidder for clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadline given by the company failing which the offer will be summarily rejected 13 0 Please do refer the User Manual provided on the portal on the procedure How to create Response for submitting offer NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT Yours Faithfully Sd T ROY DEPUTY MANAGER
23. d OIL hereinafter referred to as The Principal And Name of the bidder cc ceecseeesseeeeeeeeees hereinafter referred to as The Bidder Contractor Preamble The Principal intends to award under laid down organizational procedures contract s for Tender No SDI7910P16 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 Organisation 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
24. d is uploaded in the system before the tender closing date and time Also they must ensure that above documents which are to be submitted in a sealed envelope are also submitted at the above mentioned address before the bid closing date and time failing which the offer shall be rejected 8 0Bid must be submitted electronically only through OIL s e procurement portal Bid submitted in any other form will be rejected 9 0 SINGLE STAGE TWO BID SYSTEM shall be followed for this tender and only the PRICED BIDS of the bidders whose offers are commercially and technically acceptable shall be opened for further evaluation 10 0 a The Integrity Pact is applicable against this tender Therefore please submit the Integrity Pact document duly signed along with your quotation as per BRC OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure DDD of the tender document This Integrity Pact proforma has been duly signed digitally by OIL s competent signatory The proforma has to be submitted by Page 5 of 6 the bidder along with the technical bid duly signed digitally by the same signatory who signed the bid i e who is duly authorized to sign the bid Uploading the Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been signed by the bidder s authorized signatory who sign the Bid If any bidder refuses to sign Integrity Pact or declines to submit Integrity Pa
25. ddition to all other remedies provided at law or in equity the Disclosing Party shall be entitled to injunctive relief hereunder IN WITNESS WHEREOF the Parties have caused this Agreement to be executed by their duly authorized representatives on the date written hereunder Made on at Place On behalf of OIL On behalf of pet Signature Signature Name A Bahukhandi Name Designation Head IT aran Designation oles HEAD IT yo OIL INDIA LIMITED NA I T DEPARTMENT ti DULIAJAN DULIAJAN 786 6 oh 786602 Ja Page 6 of 6 Technical Bid Checklist Bidder s Name SL NO BEC TENDER REQUIREMENTS Bidder to confirm that he has not taken any exception deviations to the bid document 1 2 Confirm that the product offered strictly conform to the technical specifications Annexure EEE Compliance by Bidder Indicate Confirmed Not Indicate Corresponding page ref of Confirmed Not applicable unpriced bid or Comments Confirm that the Offer has been made with Bid Bond Bank Guarantee Earnest Money along with the offer Wherever Applicable Confirm unconditional validity of the bid for 120 days from the date of opening of techno commercial bid Confirm that the prices offered are firm and or without any qualifications Confirm that all relevant fields in the on line bidding format have been filled in by the bidder for the items quoted by them Confirm that the the price bid is in conf
26. ddress of Issuing Bank including Telephone Fax Nos and Email id of branch manager Bid Security if Not submitted reasons thereof Whether you shall submit Performance Security in the event of placement of order on you if applicable Integrity Pact Submitted if applicable Whether submitted documents in support of General Qualification criteria of NIT If bidder is Small scale unit whether you have quoted your own product If bidder is Small scale unit whether you are eligible for purchase preference as per Govt guideliness Whether filled up the bank details for online payment as per Annexure GGG NOTE Please fill up the greyed cells only ANNEXURE GGG TO BE FILLED UP BY ALL THE VENDOR IN THEIR OWN LETER HEAD ALL FIELDS ARE MANDATORY Tender No Name of Beneficiary Vendor Code Address Phone No Land Line Mobile No E mail address Bank Account No Minimum Eleven Digit No Bank Name Branch Complete Address of your Bank IFSC Code of your Bank a RTGS b NEFT PAN VAT Registration No CST Registration No Service Tax Registration No Provident Fund Registration I We confirm and agree that all payments due to me us from Oil India Limited can be remitted to our above mentioned account directly and we shall not hold Oil India Limited responsible if the amount due from Oil India Limited is remitted to wrong account due to incorrect details furnished by us Office Seal Signature of Vendor Cou
27. e of the Confidential Information and to cause them to comply with any and all terms of this Agreement Page 2 of 6 v to disclose confidential information to consultants engaged by receiving Party provided such consultant also executes a Non Disclosure Agreement with the receiving party that contains terms and conditions that are no less restrictive than these and with the prior consent of the disclosing party 2 2 Neither OIL nor shall disclose to the public or to any third parties i the fact that the cooperation described in the recitals above is taking place between them or ii the fact that Confidential Information have been made available to it or that it has inspected any portion of the Confidential Information without the prior written consent of the other party unless required to do so by applicable law or regulation In the latter case prior to disclosure of any information concerning the existence of the cooperation the party obliged to make a disclosure shall inform the other party of the reason and proposed content of such disclosure and shall written consent thereon ARTICLE 3 EXCEPTIONS The obligations set forth in Article 2 of this Agreement shall not apply to Confidential Information which i is in the public domain at the time of its disclosure by the Disclosing Party or thereafter falls into it without any breach of this Agreement and in that case only from the date on which it fell into the public domain
28. ed by bidder B Throughput Speed Min 50 A4 pages per minute C Optical Resolution Min 600 dpi D Max Document Size A3 E Minimum Document Size 2 5 inch x 3 5 inch or smaller F Feeder Min 150 sheet feeder G Duty Cycle Min 5000 pages per day H File format Outputs TIFF PDF JPG BMP PNG DOC etc I Operating System Windows 7 32 and 64 bit Windows 8 32 and 64 bit or higher J Electrical Requirements 220 V 50 Hz with Indian power plug K Interface Minimum 1 Hi Speed USB 2 0 L Software OCR amp Scanning Software with scanner driver utilities in CD DVD media M Others i Function Scan only Single Function ii Feature Duplex Scanning iii USB Cable iv Power Cord If power supplied through power cable v User s Manual vi All drivers on CD DVD media vii OCR amp Scanning Software in CD DVD media Item No 3 MEDIUM DUTY SCANNER Qty 50 Nos A Make amp Model To be quoted by bidder Page 9 of 19 B Throughput Speed Min 40 A4 pages per minute C Optical Resolution Min 600 dpi D Max Document Size A3 E Minimum Document Size 2 5 inch x 3 5 inch or smaller F Feeder Min 75 sheet feeder G Recommended Daily Volume Min 3000 pages per day H File format Outputs TIFF PDF JPG BMP PNG DOC etc I Operating System Windows 7 32 and 64 bit Windows 8 32 and 64 bit or higher J Electrical Requirements 220 V 50 Hz with Indian power plug K Interface M
29. elhi 2 Changes and supplements as well as termination notices need to be made in writing Side agreements have not been made 3 Ifthe 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 TUHIN ROY DEPUTY MANAGER MATERIALS IP For the Principal For the Bidder Contractor Place Duliajan Witness 1 cicesssacnsincececcetessntees Date 06 08 2015 WItNeSS 2 oo eeeeeeeeeeeeeeeeees Page 5 of 5 K OTHERS OTHER SOFTWARE 1 QTY NON DISCLOSURE AGREEMENT BETWEEN Oil India Ltd OIL a company incorporated under the Companies Act 1956 and having its registered office at Duliajan Assam 786602 hereinafter referred to as OIL which expression shall unless it be repugnant to the context or meaning thereof mean and include its successors in office and assignees of the ONE PART and AND a company incorporated under the 88 Companies Act 1956 having its registered office at hereinafter referred to as which expression unless repugnant to the context or meaning thereof be deemed to include its successors and assigns of the SECOND PART OIL and are hereinafter collectively re
30. er is meant for Technical bid only Therefore No price should be given in Technical RFx Response folder otherwise the offer will be rejected Page 3 of 5 ix Price should be maintained in the online price schedule only The price submitted other than the online price schedule shall not be considered xi Integrity Pact OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure DDD of the tender document This Integrity Pact proforma has been duly signed digitally by OIL s competent signatory The proforma has to be submitted by the bidder along with the technical bid duly signed digitally by the same signatory who signed the bid i e who is duly authorized to sign the bid Uploading the Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been signed by the bidder s authorized signatory who sign the Bid If any bidder refuses to sign Integrity Pact or declines to submit Integrity Pact with the offer their bid shall be rejected straightway xii A bid shall be rejected straightway if it does not conform to any one of the following clauses a Validity of bid shorter than the validity indicated in the Tender b Original Bid Security not received within the stipulated date amp time mentioned in the Tender c Bid Security with i Validity shorter than the validity indicated in Tender and or ii Bid Securit
31. etion of installation amp commissioning as defined in this document c Payment for digitization and scanning of documents will be made on quarterly basis on actuals The bidder will submit invoices on the actual quantum of work done during the previous quarter The invoice must clearly mention the period concerned OIL s Purchase Order No and the individual Page 4 of 19 items being billed for as per Price Schedule format The bidder must also enclose the scanning certificates and digitization certificates for documents mentioned in point 6 under line item No 90 with heading Scanning and Digitization of documents collected from respective departments Payment will be processed for the number of documents as mentioned in the scanning certificates and digitization certificates in case of digitization d Payment of training charges will be made after successful completion of training e Payment for AMC shall be made to successful bidder on quarterly basis at the end of the period taking into account any applicable penalties for that period H Penalty Terms In case of default by the bidder penalty will be imposed as follows a Delay beyond 72 hours in providing maintenance support either during watranty period or during tenure of AMC Rs 3000 00 per day beyond the stipulated period 72 hours of reporting In case of absence of the engineer for more than 24 hours without replacement a penalty of Rs 500 per
32. ferred to as the Parties WHEREAS the Parties intend to engage in discussions and negotiations concerning the establishment of a business relationship between themselves In the course of such discussions and negotiations it is anticipated that each Party may disclose or deliver to the other certain or some of its trade secrets or confidential or proprietary information for the purpose of enabling the other party to evaluate the feasibility of such business relationship hereinafter referred to as the Project The Parties wish to ensure that all such confidential information disclosed by either party will be held by the party who has received it in confidence and used solely in connection with their cooperation NOW THEREFORE in consideration of the foregoing premises and the mutual covenants contained herein the Parties hereby agree as follows Page 1 of 6 ARTICLE 1 DEFINITION For the purpose of this Agreement ARTICLE 1 CONFIDENTIAL INFORMATION Confidential Information shall mean and include any information of any nature commercial technical marketing financial etc in any form including but not limited to copy abstract sample note or module disclosed by either party the Disclosing Party to the other party the Receiving Party within the scope of the Project whether such information are disclosed through written documents electronic transmissions orally or visually and wit
33. h Bidder shall provide the complete bio data of the deputed personnel In case of not being satisfied with the performance of any of the persons deputed for the above categories of jobs OIL reserves the right to ask for change of any or all of the concerned persons The successful bidder will have to provide suitable replacement personnel within a maximum period of two weeks of such notice from OIL 1 Payment for AMC shall be made to successful bidder on quarterly basis at the end of the period The bidder shall raise invoices every three months following completion of the period Any penalty levied on the successful bidder during that period shall be deducted from the payment for that period However maximum total penalty for the period shall be limited to 15 of the invoiced amount for that period j Successful bidder shall have to submit their single point contact information for the above AMC after completion of the warranty period The contact information shall include name of contact person designation telephone numbers and e mail address An escalation matrix must also be provided to OIL by the successful bidder within two months of the commissioning of the system k A minimum inventory of necessary hardware spares must be maintained at Duliajan so that there is no downtime due to sourcing of spares when the situation arises Item No 13 OTHER SOFTWARE Qty 1 Lot 1 Database Oracle SQL Server DB2 Database software with re
34. her 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 cartelisation 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 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 o
35. here should be a check in check out feature enabling the user to allow or not allow other users to modify the document when it is being examined C Taxonomy and Batch Management features 1 The software should let user create document types 2 The user should be able to assign document type to each document by a drop down list or any convenient method of selecting the type 3 There should also be a provision for importing and exporting batches of document files into and from the DMS system 4 Provision to drag and drop documents from a local or a mapped drive to a folder in the DMS system and vice versa would be preferred D Indexing and Linking of Documents 1 Scope for single page indexing and multiple page indexing It should be possible to search any page using at least eight fields such as name of the file keywords etc This list is only indicative and not exhaustive 2 Certain indices like date of creation with time stamp should be automatically created The latest activity modification date must also be automatically retained 3 DMS should support various metadata types like numeric float alphanumeric etc 4 The indices may be modified or deleted when required by the authorized user 5 Provision of linking documents to other documents Structured data need to be linked with scanned files using defined parameters E Version Control in the DMS software 1 Must have provision for storing multiple versions of
36. hout it being necessary for the Disclosing Party to specify the confidential nature of such information ARTICLE 2 CONFIDENTIALITY 2 1 The Receiving Party hereby agrees to consider and treat as strictly confidential during the term of this Agreement the Confidential Information of the Disclosing Party This paragraph shall survive after any expiration or termination of this Agreement and shall bind Receiving Party its employees agents representatives successors heirs and assigns The Receiving Party agrees in particular i ii iii iv not to publish in any manner or otherwise disclose to any third party any Confidential information or part of it and to treat all Confidential Information at least with the same degree of care as it applies to its own files of a confidential nature not to use Confidential Information even partially for the benefit of any third party or for its own account except for the sole purpose of the business arrangement described in the recitals above not to decompile disassemble decode reproduce redesign reverse engineer or manufacture any information code process products or equipment of the Disclosing Party or any part thereof and to disclose Confidential Information only to those of its employees and Affiliates who have a reasonable need to know in connection with the business arrangement described in the recitals above to inform such employees of the confidential natur
37. ical host iii Hot Add of Virtual RAM in virtual machines iv Hot Add of virtual CPUs to virtual machines L OS Support Red Hat Enterprise Linux Server M Chassis Blade Server N Power cables and other accessories 2 CHASSIS Qty 1 No A Make amp Model To be quoted by bidder B To be fitted in the 36 U Rack as mentioned below The chassis should be able to support the blade servers supplied with complete redundancy of all components like power cooling I O 3 RACK Qty 1 No A Make amp Model To be quoted by bidder B 36U OEM rack with 8 port KVM switch and all necessary rack mounting accessories and software for the KVM switch The above mentioned chassis should be fitted in the rack 4 DISPLAY CONSOLE Qty 1 No A Make amp Model To be quoted by bidder B 17 or better Rack console foldable LED display with keypad amp touch pad To be fixed in the Rack Item No 6 WIDE SCANNER Qty 1 No 1 Make amp Model Make amp Model must be mentioned Ze Optical Resolution 600 dpi Minimum Page 11 of 19 Media Scan Width Length Minimum 42 inch Accuracy 0 1 1 pixel Bit Depth Color Mono 48 bit 16 bit Interface Minimum 1 USB 2 0 Power 220V 240V 50Hz Scanning Speed a 400 dpi Color 3 0 inch sec min b 400 dpi Mono 12 inch sec min 9 Document Productivity a 200 dpi Color 200 documents hour min b 200 dpi Mono 700 documents hour min 10
38. idder and data will be uploaded into the system within the stipulated period 3 Bidder shall be responsible for receipt of physical documents and handing them over to the respective departments after scanning and digitization for documents mentioned in point 6 under Line Item No 90 with heading Scanning and Digitization of Documents as and when required 4 Bidder has to collect a scanning certificate and digitization certificate for documents mentioned in point 6 under Line Item No 90 with heading Scanning and Digitization of Documents after every quarter from the respective department specifying the number of documents scanned and digitized The certificate shall also mention that these documents provided by the department to the bidder have been returned to the department D Integration with SAP 1 The bidder must integrate DMS with SAP SAP end users should be able to refer to and retrieve documents from DMS as and when required The following modules of ECC 6 0 namely HR FICO MM PS SD PM and ESS and also SRM must be integrated with DMS Components such as connector etc if used for integration must be SAP certified E TIME FRAME a The installation and commissioning of the complete DMS solution should be completed within 120 days of the placement of firm order by OIL as already stated b One year Warranty will start after completion of installation and commissioning c Scanning and digitization of documents
39. ience and project management skills Bidder should have implemented at least two Document management system projects within the last five years from the bid closing date Documentary evidence has to be provided for the same The projects should have included supply of software complete implementation of DMS with at least 50 users execution of workflow processes in DMS digitization of at least two million documents Certificates from customers should be submitted in support of this Self certifications will not be accepted b Bid s not complying with Delivery installation amp commissioning implementation and warranty training and AMC clauses of NIT will be rejected c The bidder should quote for all the items mentioned in the tender failing which their bid will be rejected d The Bidder has to be OEM Joint Venture of OEM Subsidiary of OEM Authorized Dealer of OEM Joint Venture companies subsidiaries and authorized dealers must submit an Authorization certificate in original from Page 1 of 5 OEM as per Annexure A attached herewith stating that the OEM will provide support directly or through the particular dealer during the warranty period and the validity of the certificate should be for a minimum period of eighteen 18 months from the date of submission of offers bids failing which their offer will be rejected In this clause OEM here refers to the OEM of the DMS Software solution e Bidder must assure
40. ing K Software Feature Dynamic Volume Expansion capability Ability to expand logical volumes without disrupting operations L Remote Volume Mirroring Ability to perform Synchronous and asynchronous local remote data replication M RAID Support should support RAID 0 1 1 0 5 and RAID 6 N All active components should be redundant and hot swappable O Disk Drives i Disk Drive should support SAS Nearline SAS and SATA disks Page 12 of 19 ii Drives 20 of the supplied disks must be SAS disks and 80 of the supplied disks must be Nearline SAS iii There should be provision for automatic tiering so that the most frequently accessed data is placed on SAS disks and less frequently used data is placed on Nearline SAS disks iv Cache Minimum 32 MB v Interface Support for at least 6 Gbps SAS vi Form Factor 2 5 inch vii RPM Min 15000 for SAS and minimum 7200 for Nearline SAS P All cables necessary for connecting the SAN box to the hosts must be supplied along with this order Connectivity to the hosts has to be in dual redundant mode 2 TOR switches Qty 2 Nos A Make and model to be quoted by bidder B Minimum eight 10 Gigabit Ethernet ports two 8 Gbps FC four 1 GbE ports C Both the switches should be configured in load balancing active active mode D Both the switches must connect the blade servers SAN storage and Tape library E Licenses if required to be supplied F Necessary
41. inimum 1 Hi speed USB 2 0 L Software OCR amp Scanning Software with scanner driver utilities in CD DVD media M Others i Function Scan only Single Function ii Feature Duplex Scanning iii USB Cable iv Power Cord If power supplied through power cable v User s Manual vi All drivers on CD DVD media vii OCR amp Scanning Software in CD DVD media Item No 4 DESKTOP COMPUTERS Qty 50 Nos A Make amp Model To be quoted by bidder B Processor Minimum 4th generation Intel Core i7 3 2 GHz C Chipset Q series chipset D RAM Minimum 8 GB 2 X 4GB DDR3 E HDD Minimum 1 TB SATA 3Gbps HDD 7200rpm F I O Adapters Minimum one 1 1 Gbps Ethernet interface card and IPv6 compliant G I O interfaces Minimum 3 USB 3 0 2 at the front end H Optical Drive Minimum 16X DVD RW with Dual Layer Write Capabilities I Adapters Slots Minimum 2 Nos free PCI Series slot J Operating System Preloaded Genuine Microsoft Windows 8 1 professional 64 bit OS or latest version with recovery CD DVD and latest service pack in DVD CD media amp documentation K Chassis Tower Model L Monitor OEM 18 5 diagonal viewable image size diagonal Flat Panel LED Monitor 1366 x 768 resolution M Other Keyboard Optical Mouse and other accessories N Power Supply Min 240 watts power supply with surge protection and 85 efficiency or better Energy Star 5 0 compliant Item No 5 Server Rack and Accessories
42. ion for the purpose of this Agreement ARTICLE 8 DURATION This Agreement shall come into force on the date written hereunder and shall remain in force for a period of four 4 years starting from such date The obligations set forth in Article 2 hereof shall survive the expiration of this Agreement for the period specified in such Article ARTICLE 9 COMPLETE AGREEMENT The Parties agree that this Agreement i is the complete and exclusive statement between the Parties with respect to the protection of the confidentiality of Confidential Information ii Page 5 of 6 supersedes all related discussions and other communications between the Parties and iii may only be modified in writing by authorized representatives of the Parties ARTICLE 10 PUBLICATIONS Neither Party shall make news releases public announcements give interviews issue or publish advertisements or publicize in any other manner whatsoever in connection with this Agreement the contents provisions thereof other information relating to this Agreement the Purpose the Confidential Information or other matter of this Agreement without the prior written approval of the other Party ARTICLE 11 REMEDIES The Receiving Party acknowledges that if the Receiving Party fails to comply with any of its obligations hereunder the Disclosing Party may suffer immediate irreparable harm for which monetary damages may not be adequate The Receiving Party agrees that in a
43. irm Signature of Authorized Signatory Name Designation Place Email Phone No Page 18 of 19 Annexure II Format of undertaking of authenticity letter from OEM To be typed on the letterhead of the OEM Ref No Date __ The Head Materials Oil India Limited Duliajan 786 602 Sir Sub Undertaking of authenticity of IT Hardware Software supply Ref Your tender enquiry No Dated With reference to the Servers Desktop Computers being quoted to you vide our quotation No E cited above we hereby undertake that all the components parts assembly software used in the Servers Desktop computers under the above like Hard disk Monitors Memory etc shall be original new components parts assembly only from respective OEMs of the products and that no duplicate second hand components parts assembly software are being used or shall be used We also undertake that in respect of licensed operating system it shall be sourced from the authorized source Authorized Microsoft Channel We also take full responsibility of both Parts amp Service SLA as per the content even if there is any defect by our authorized Service Centre Reseller SI etc Yours faithfully For type name of the firm here Signature of Authorised Signatory Name Designation Phone No Place Date Affix Seal of the Organization here if applicable Page 19 of 19 Annexure DDD INTEGRITY PACT Between Oil India Limite
44. k Type RFX OPENTWORK Sintus Saved Created On 08012015145454 CrestedBy ROY TimeZone M amp A Number of Suppli Version Number L EJ ho coloberation has yet been created Displa 9 Sunici P ifem P SDi587 E Micros SAPLP 4 Sha Z m Braa D Techni D Techn NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT Page 17 of 19 Annexure A Sample Format of authorization letter from OEM To be typed on the letterhead of the OEM Ref No Date __ Head Materials Oil India Limited Duliajan 786 602 Sub Authorization Certificate Ref Your tender enquiry No Dated Sir 1 We hereby authorize M s to quote supply and provide onsite warranty and AMC support including replacement of spares in case of hardware items for the above tender on our behalf 2 For software items only We hereby confirm that quoted model is not obsolete or near obsolescence and we will continue to provide support for the software for a period of 5 years from the date of Bid Closing 3 For hardware items only We hereby confirm that quoted model is not obsolete or near obsolescence and the essential spares and parts of the quoted model will be available in the market for a minimum period of 5 years from the date of Bid Closing Yours faithfully POR AE Type Name amp Affix Seal of the f
45. lanning to implement an Enterprise wide Document Management System for the purpose of scanning digitizing and uploading storing managing and accessing documents drawings and maps so that the users would enjoy secured rights based access to the documents Oil India Limited invites bids for the following a Supply of DMS solution software and hardware as described in this document b Installation amp commissioning of supplied solution c Warranty of the solution for one year d Training to various categories of users e Scanning and Digitization of documents for one year f Annual Maintenance of the supplied solution for four years as described in the AMC Clause of this document 3 Scope of Work A SUPPLY OF HARDWARE amp SOFTWARE 1 The Document Management System software amp hardware will be supplied by the bidder as part of a turnkey project 2 The installation configuration amp commissioning of all the supplied Hardware will be carried out by the bidder 3 The installation amp configuration of the DMS software as well as any associated software will be carried out by the bidder 4 Installation configuration scheduling of supplied backup software will be carried out by bidder B DELIVERY Materials are to be delivered as detailed below i 2 two Numbers of Desktop Computer amp 2 two Numbers of Medium Duty Scanner to be delivered at Page 1 of 19 OIL House Oil India
46. lated patches OS patches or firmware will also be the responsibility of the successful bidder The bidder will be responsible for the upkeep of the entire hardware DMS software as well as any third party software during the AMC period d Any software and hardware problem shall have to be rectified within 72 hours of reporting the call else penalty will be levied as per Penalty clause The problem may be due to hardware or software or both The successful bidder will be solely responsible for the uptime of the overall solution during the AMC period e The bidder must conduct a department wise study for finding out the type Page 15 of 19 of users their authorization levels etc The configuration of different types of users for all the departments will be done by the bidder in association with OIL Team f During the AMC period bidder must depute 2 two engineers one engineer for hardware maintenance and one engineer for DMS Solution Support exclusively at Duliajan against the order The bidders must state their agreement to this clause explicitly g The engineers deputed for AMC should report every OIL working day at 07 00 AM at OIL Duliajan In case the engineer is on leave a replacement engineer should be deputed within 24 hours for providing the warranty services If the engineer does not report for duty penalty as mentioned in penalty clause will be levied and necessary action as deemed fit will be initiated by OIL
47. ll up the Technical bid check list Annexure EEE and Response sheet Annexure FFF given in MS excel format in Technical RFx gt External Area gt Tender Documents The above filled up document to be uploaded in the Response Page 2 of 6 Special Note 1 0 General Qualification Criteria In addition to the general BRC BEC following criteria on Bidders Experience and their financial capabilities shall be considered as on the Bid Closing Date Criteria Complied Not Complied Documentary evidence submitted not submitted Annual financial turnover of the firm in any of the last 3 financial years or current financial year should not be less than Rs 7 90 Crores Note For Annual financial turnover enclose the audited Annual Reports or balance sheet certified by a chartered accountant 2 0 Vendors having OIL s User ID amp password shall purchase bid documents on line through OIL s electronic Payment Gateway Vendors who do not have OIL s User ID amp password shall obtain User ID amp password through online vendor registration system in e portal and can subsequently purchase bid documents through OIL s electronic Payment Gateway Alternatively application showing full address email address with Tender Fee Non refundable of Rs 1 000 00 in favour of M s Oil India Limited and payable at Duliajan is to be sent to Head Materials Oil India Limited P O Duliajan Assam 786602 Applicati
48. lved with the project In case digitization of any particular document batch of documents is not satisfactory the process shall have to be repeated at no extra cost to OIL Page 5 of 19 4 Client side software if any must be supplied installed and configured by the bidder 5 All patch upgrades version upgrades firmware upgrades bug fixes database related patches of the supplied software including any third party software provided with the DMS software must be supplied and installed by the bidder The bidder will be responsible for the upkeep of the entire hardware DMS software as well as any third party software during the entire duration of the PO 6 Any third party software if necessary to perform any of the aforementioned jobs has to be supplied installed and configured by the bidder at no extra cost to OIL 7 During the whole project period the bidder is required to carry out knowledge sharing as well as sharing of all configuration related documents with OIL 8 The bidder must submit the detailed resumes of the persons who will be deputed for the following along with the bid a Solution implementation personnel overall in charge of the project must have experience of at two similar implementations of the quoted DMS solution b Digitization personnel number to be decided by the bidder c Administrator should have at least two years of experience in configuration and administration of the q
49. ly 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 soonas 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
50. n of the Disclosing Party or at the option and direction of the Disclosing Party destroy all copies of the Disclosing Party s Confidential Information and certify in writing that such copies have been duly destroyed Until that date the Receiving Party shall keep such documents in a place permitting both their secrecy and their rapid recovery ARTICLE 5 NO OTHER RIGHTS OR OBLIGATIONS 5 1 Notwithstanding the disclosure of any Confidential Information by the Disclosing Party to the Receiving Party the Disclosing Party shall retain title and all intellectual property and proprietary rights in the Confidential Information No license under any trademark patent or copyright or application for same which are now or thereafter may be obtained by such Party is either granted or implied by the conveying of Confidential Information The Receiving Party shall not conceal alter obliterate mutilate deface or otherwise interfere with any trademark trademark notice copyright notice confidentiality notice or any notice of any 5 2 Nothing in this Agreement shall be construed as granting or conferring to either party any rights by license or otherwise in the Confidential Information except as expressly provided herein 5 3 Nothing in this Agreement shall be construed as i obligating either party to disclose any information which it does not wish to disclose or ii obligating either party to accept any offer or enter into any agreement be
51. nter Signed by Banker Seal of Bank Enclosure Self attested photocopies of the following documents 1 PAN Card 2 VAT Registration Certificate 3 Service Tax Registration 4 CST Registration 5 Provident Registration Certificate 6 Cancelled cheque of the bank account mentioned above in original 7 Bank Statement not older than 15 days on the date of submission
52. o be submitted manually in sealed envelope super scribed with Tender_no and Due date to Head Materials Materials Department Oil India Limited Duliajan 786602 Assam on or before the Bid Closing Date and Time mentioned in the Tender a Original Bid Security b Detailed Catalogue if any c Any other document required to be submitted _in_ original as per tender requirement All documents submitted in physical form should be signed on all pages by the authorised signatory of the bidder and to be submitted in triplicate 5 0 Benefits to Micro amp Small Enterprises MSEs as per prevailing Govt guidelines as applicable on B C date shall be given MSEs who are interested in availing the benefits will upload with their offer proof of their being MSE registered for the item tendered The MSE are also required to upload scanned copies of relevant documents indicating details of registration alongwith validity name of the registering organization and details of the item ownership etc failing which their offer may not be liable for consideration of benefits to MSEs 6 0 Bidders are requested to examine all instructions forms terms and specifications in the bid Failure to furnish all information required as per the NIT or submission of offers not substantially responsive to the bid in every respect will be at the bidders risk and may result in rejection of its offer without seeking any clarifications 7 0 Bidders must ensure that their bi
53. ocuments related to the tender are uploaded in the Technical RFx Response gt User gt Technical Bid only The Page 3 of 6 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 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 Annexure CCC Go to this Tab Technical RFx Response for Uploading Techno commercial Unpriced Bid Technical RFx Response Close Vg RFx Response Number 60006452 RFx Number TEST2 Status bmitt RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Response V Event Parameters Service and Delive Currency Indian Rupee Incoten Detaied Aice homain RENEE Go to this Tab Notes and Attachments for Uploading and Statist Terms of Payment 9010 90 against despatch 10 after receipt Priced Bid files Created C Created B Last Processed C Last Processed B Details Send EMail Call Clear Function Number Name Valid fr _ i The table does not contain any data On EDIT Mode The following screen will appear Bidders are advised to Upload Techno Commercial Unp
54. on of Bid Closing date against the tender where a bidder has already submitted his bid with requisite bid security validity within the original B C Date such bidders will extend validity of bid security covering the extended period of the bid closing date Bids are invited under Single Stage Two Bid System Bidders have to submit both the Techno commercial Unpriced Bids and Priced Bids through electronic form in the OIL s e Tender portal within the bid Page 2 of 5 v iv v vi vii viii Closing date and time stipulated in the e tender The Techno commercial Unpriced bid is to be submitted as per scope of works and Technical specification of the tender and the priced bid as per the online Commercial bid format For details of submission procedure please refer relevant para of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders Any offer not complying with the above shall be rejected straightway The successful Bidder will have to provide Performance Security as below a 1 Performance Security 10 of Software Hardware Digitization of document value shall be submitted after receipt of order The Performance Security shall be valid for entire period of warranty of 1 year from the date of commissioning b 2 Performance Security 10 of 4 years AMC value shall be submitted before expiry of 1 Performance Security The Performance Sec
55. on shall be accepted only upto 08 09 2015 or as amended in e portal The envelope containing the application for participation should clearly indicate REQUEST FOR ISSUE OF USER ID AND PASSWORD FOR E TENDER NO for easy identification and timely issue of user ID and password 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 No physical tender documents will be provided 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 NOTE a Tender Fee may also be paid online upto one week prior to the bid closing date or as amended in e portal b PSUs and MSE units are provided tender documents Free of Cost as per govt guidelines however they have to apply to OIL s designated office with supporting documents to issue the tender documents before the last date of sale of tender document mentioned in the tender 3 0 The tender is invited under SINGLE STAGE TWO BID SYSTEM The bidders are required to submit both the TECHNO COMMERCIAL UNPRICED BID and PRICED BID through electronic format in the 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 d
56. or Damages 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 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 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 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 proces
57. ormity with OIL s online bidding format Confirm that the Bid comply with all the terms amp conditions Confirm that the offers and all attached documents are digitally signed using digital signatures issued by an acceptable Certifying Authority CA as per Indian IT Act 2000 CONFIRM THAT YOU HAVE SUBMITTED THE DULY SIGNED INTEGRITY PACT DOCUMENT Wherever Applicable CONFIRM THAT YOU SHALL SUBMIT PERFORMANCE BANK GUARANTEE AS PER NIT IN THE EVENT OF PLACEMENT OF ORDER ON YOU Wherever Applicable 12 CONFIRM THAT YOU HAVE SUBMITTED DOCUMENTS AS PER GENERAL QUALIFICATION CRITERIA Confirm that you have submitted Name and Full Address of Issuing Bank including Telephone Fax Nos and Email id of branch manager where Bid security has been submitted as Bank Guarantee NOTE Please fill up the greyed cells only Response Sheet Annexure FFF Bidders Name Bidders Response Sheet Offered Validity of Bid as per NIT Delivery Period in weeks from placement of order Complied to Payment terms of NIT if applicable otherwise to Standard Payment Terms of OIL or not Bid Security Submitted if applicable a Bid Security Amount In Rs SINo Remarks a ae See 2 O Po 8 a ae a aa Sees 6 O Po a O PO lo Do Ef Details of Bid Security Submitted to OIL if applicable E C b Bid Security Valid upto U O B O Doo E a O O Do E If Bid security submitted as Bank Guarantee Name and Full A
58. quisite number of licences must be supplied 2 Backup Solution Bidder must also quote for a backup software that conforms to the following specifications A Make amp Model To be quoted by bidder B Backup software should have provision for manual backup as well as scheduled backup C Backup software should have facility for restoring entire DMS application and database D Licenses required for running backup software must also be provided by bidder 3 Converter to AutoCAD Software A Make amp Model To be quoted by bidder Page 16 of 19 B Bidder must also quote for 5 licenses required for running the converter to AutoCAD software 4 Any other software necessary to successfully implement the required solution must be supplied along with required number of licences Price Schedule Bidders should submit the price breakup of all the items as per Annexure Ii which has been uploaded under Notes amp Attachments gt Attachments as shown below The price breakup Annexure III should be filled up signed and uploaded under Notes amp Attachments gt Attachments only The filled up price schedule of all the items should not be uploaded in Technical RFx Response folder as it shall lead to rejection of the offer as per Bid Rejection Criteria AFx Number 505872M5 Number ofttems 1 Version Number Version Type Actve Version External AFx Name MPLS VPN Networ
59. r to terminate the contract if already signed for such reason 1 If the Bidder Contractor has committed a transgression through a violation of Section 2 such as to put his reliability or credibility into question the Principal is entitled also to exclude the Bidder Contractor from future contract award processes The imposition and duration of the exclusion will be determined by the severity of the transgression The severity will be determined by the circumstances of the case in particular the number of transgressions the position of the transgressions within the company hierarchy of the Bidder and the amount of the damage The exclusion will be imposed for a minimum of 6 months and maximum of 3 years Page 2 of 5 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 lf 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 A transgression is considered to have occurred if in light of available evidence no reasonable doubt is possible Section 4 Compensation f
60. reduction during and immediately after scanning 2 DMS software should support all kinds of industry standard TWAIN Direct APIs compatible scanners We may consider for TWAIN Direct APIs also 3 DMS should provide facility for back up of files and metadata on external drives 4 Batch wise file wise and page wise indexing of stored scanned documents digitized documents and data 5 There should be provision for outlook users to save email and email attachments in DMS repository Page 7 of 19 6 DMS must provide Lightweight Directory Access Protocol LDAP support for integration with Active Directory services for user authentication and single sign on However there should be provision for user authentication using standard user credentials B Administration and Management features 1 Multiple level user access 2 Role based access 2 1 There must be different categories of users based on their roles and privileges For example users may be classified into super admin Viewers Administrator Group Manager list is only indicative and not exhaustive 2 2 The software should also have provision for maintaining amp monitoring audit trails etc 3 Support multiple permissions like search read only read write delete etc 4 The software should provide solutions for managing users managing volumes descriptors managing folders and subfolders managing data class etc 5 Facility for changing password 6 T
61. riced Bid and Priced Bid in the places as indicated above Bid on EDIT Mode thdraw n Submission Deadline 13 04 2013 11 00 00 INDIA se Version Number 2 RFx Version Number 5 l RFx Response Number 60006452 RFx Number TEST2 Status F RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Respq Adda Clear Assigned To Category BO TOO O O oo Area for uploading Priced Bid i Sign Attachment Add Attachment Edit Description Versioning Delete Create Qualification Prof i Assigned To Category Description Fie Name version i 5 The table does not contain any data Processor Note Page 4 of 6 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 Atachment a browser window will open select the SSIG signed file from the PC and name the file under Description Assigned to General Data and clock on OK to save the File 4 0 Please note that all tender forms and supporting documents are to be submitted through OIL s e Procurement site only except following documents which are t
62. s lf 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 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 The Principal will enter into agreements with identical conditions as this one with all Bidders Contractors and Subcontractors Page 3 of 5 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 comp
63. they act in a specific manner refrain from action or tolerate action 6 The Monitor will submit a written report to the Chairperson of the Board of the Principal within 8 to 10 weeks from the date of reference or intimation to him by the Principal and should the occasion arise submit proposals for correcting problematic situations 7 If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an offence under relevant Anti Corruption Laws of India and the Chairperson has not within reasonable time taken visible action to proceed Page 4 of 5 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 D
64. tween the Parties Page 4 of 6 5 4 Other proprietary right of the Disclosing Party on any copy of the Confidential Information and shall reproduce any such mark or notice on all copies of such Confidential Information Likewise the Receiving Party shall not add or emboss its own or any other any mark symbol or logo on such Confidential Information ARTICLE 6 NO WAIVER OF RIGHT ON DELAY 6 1 No delay or omission by either party in exercising any rights under this Agreement will operate as a waiver of that or any other right A waiver or consent given by either party on any one occasion is effective only in that instance and will not be construed as a bar to or waiver of any right on any other occasion ARTICLE 7 APPLICABLE LAW JURISDICTION 7 1 All disputes arising in connection with this Agreement if not settled amicably by the Parties shall be finally settled under the provisions of the Indian Arbitration and Conciliation Act 1996 by three arbitrators appointed in accordance with the said Act 7 2 The arbitration shall be conducted in English The arbitral tribunal shall have its seat in Guwahati or any other place as may be mutually agreed by both the parties The arbitration award shall be final and binding on the Parties and the Parties agree to be bound thereby and to act accordingly The costs of arbitration shall be borne by the party as provided in the Act 7 3 The Courts of Dibrugarh shall only have the jurisdict
65. uoted DMS solution In case of not being satisfied with the performance of any of the persons deputed for the above categories of jobs OIL reserves the right to ask for change of any or all of the concerned persons The successful bidder will have to provide suitable replacement personnel within a maximum period of two weeks of receiving such a notice from OIL 9 Bidder must quote the price of the items as per the price schedule format given in Annexure III 10 The DMS solution must have provision for workflow implementation The bidder must undertake workflow study and OIL in consultation with the bidder may implement 5 workflows during the tenure of the PO 11 Printed Technical Brochure Product Catalogue for the make model offered must be attached with the Bid 12 The Bidder should provide an Undertaking of authenticity for the Quoted Server and Desktop Computer only in original from OEM two seperate certificates if server and Desktop Computers are from different OEM as per Annexure II should be attached stating that no duplicate second hand components parts assembly software shall be used in the Server Desktop Computer failing which their offer shall be liable for rejection J Confidentiality Agreement Page 6 of 19 1 OIL Confidentiality and Non Disclosure Agreement NDA will be applicable 2 The bidder must submit duly filled Non Disclosure Agreement as per given format duly signed amp Sealed by
66. urity shall be valid for entire period of AMC of 4 years The validity requirement of Performance Security is assuming despatch within stipulated delivery period and confirmation to all terms and conditions of order In case of any delay in despatch or non confirmation to all terms and conditions of order validity of the Performance Security is to be extended suitably as advised by OIL For exemption for submission of Performance Security please refer Clause No 9 12 of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders The Bank Guarantee should be allowed to be encashed at all branches within India The prices offered will have to be firm through delivery and not subject to variation on any account A bid submitted with an adjustable price will be treated as non responsive and rejected Bids received after the bid closing date and time will be rejected Similarly modifications to bids received after the bid closing date amp time will not be considered All the Bids must be Digitally Signed using Class 3 digital certificate with Organisation s name 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 with Organisation s Name digital certificate will be rejected Technical RFx Response fold
67. ware as well as any third party software during the warranty period An escalation matrix must also be provided to OIL by the successful bidder within two months of the commissioning of the system e A minimum inventory of hardware spares must be maintained at Duliajan so that there is no downtime due to sourcing of spares when the situation arises f The bidder must conduct a department wise study for finding out the type of users their authorization levels etc The creation of different types of users for all the departments will be done by the bidder g During the warranty period bidder must depute 2 two engineers one engineer for hardware maintenance and one engineer for DMS Solution Support at Duliajan exclusively against this order h The engineers deputed for warranty services should report every OIL working day at 07 00 AM at OIL Duliajan In case the engineer is on leave a replacement engineer should be deputed within 24 hours for providing the watranty services If the engineer does not report for duty penalty as mentioned in penalty clause will be levied G Payment Terms a Payment for 70 of the cost of Software amp Hardware will be paid on delivery of the same b Payment for 30 of the cost of Software amp Hardware and 100 of installation commissioning and integration charges will be made after successful installation and commissioning of the solution OIL will issue a commissioning certificate only after compl
68. y amount lesser than the amount indicated in the Tender d In case the Party refuses to sign Integrity Pact e Average Annual Turnover of a bidder lower than the average Annual turnover mentioned in the Tender 2 0 BID EVALUATION CRITERIA BEC The bids conforming to the terms and conditions stipulated in the tender and considered to be responsive after subjecting to the Bid Rejection Criteria as well as verification of original of any or all documents documentary evidences pertaining to BRC will be considered for further evaluation as per the Bid Evaluation Criteria given below A TECHNICAL a Prior to the detailed evaluation company will determine the substantial responsiveness of each bid to the requirement of the Bidding Documents A substantially responsive bid is one which conforms to all the terms and conditions of the Bidding Document without material deviations or reservation b The bids conforming to the technical specifications and considered to be responsive will be further evaluated as per the Bid evaluation criteria after subjecting to the Bid rejection criteria as given above c The total of all the items quoted including four 4 years AMC charges will be considered for commercial evaluation Page 4 of 5 d All items shall be procured from the same source B COMMERCIAL i To evaluate the inter se ranking of the offers Assam Entry Tax on purchase value will be loaded as per prevailing
Download Pdf Manuals
Related Search
Related Contents
準備編 - 取扱説明書ダウンロード (平成24.4改定) [PDFファイル/1.32MB] Mode d`emploi Copyright © All rights reserved.
Failed to retrieve file