Home
SDI7262P16 - Oil India Limited
Contents
1. 1 and type 2 as per the schematic diagram provided in Annexure through 10GbE ports 8 6 The Firewall appliance must support at least 1000 VLANS 8 7 The Firewall appliance must support OSPF v1 v2 v3 BGP and Static route support from day 1 8 8 The Firewall appliance must support IPv6 from day 1 8 9 Out of band management Serial Console USB and 10 100 1000BASE T Ethernet port Page 4 of 15 must be present in the appliance Required cables must be provided along with 8 10 The firewall must support fine grained application control policies to allow or deny traffic based on dynamic application name or group names 8 11 Predictive firewall throughput At least 15 Gbps The Firewall must be able to identify applications and tunneled applications independent of protocol and port numbers 8 12 Minimum Concurrent connections supported 2 Million 8 13 Minimum Connections per second 100K The Firewall appliance must support the following 8 14 Integrated signature based IPS Intrusion Prevention System support 8 15 Zoning support 8 16 Stateful Protocol Inspection 8 17 Address Translation Support Source NAT with Port Address Translation PAT Static NAT Destination NAT with PAT NAT64 8 18 Screening of DoS DDoS replay attack 8 19 It must be able to provide real time protection based on daily and emergency IPS signature updates 8 20 It must be able to inspect SSL encrypted traffic 8 21 It must be able to do
2. any firmware Operating System Update software update Patch released by the OEM during the maintenance and Support Services period for the offered solution Such updates must be provided free of cost 7 There will be a single point of contact for reporting any problem related to the offered solution It must be possible to report problems over both phone and email or online These details must be provided along with the escalation matrix along with the bid 8 Remote assistance support must be provided within 2 hours of reporting any problem related to the supplied items For problems which cannot be resolved over remote support bidder s personnel must visit the site 9 Maintenance and Support Services charges will be paid quarterly after completion of the quarter The successful bidder must submit appropriate invoices to Head IT IT Department Oil India Limited Duliajan Assam 786602 on a Quarterly basis clearly mentioning the OIL Purchase Order no and period of billing 10 Maintenance and Support Services charges for a quarter will have the following components Page 13 of 15 1 Fixed quarterly charges 2 Charges for visits by bidder s personnel for maintenance and Support related work if any during the quarter Since all the equipment are under warranty for a period of 5 years concurrent with the maintenance and Support Services period cost of any replacement or repair for defective item shall not come under mainte
3. be hoisted on OI s website www oil indiaccom and in the e portal https etenders srm oilindia in irj portal only and no separate notification shall be issued Page 1 of 5 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 fill 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 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 a Bidder should have experience of successfully executing one similar order of Net
4. required software licenses and content update licenses must be provided in soft hard copy at the time of delivery 14 The warranty period will start from the date of issue of commissioning certificate by OIL 15 Acceptance Test Protocol The acceptance tests will have to be carried out at IT Data Centre Duliajan Following broad guidelines have to be followed for conducting the accepting tests 15 1 Power on Test All the received equipment will be powered on and physical specifications of the hardware supplied will be checked against the NIT specifications 15 2 Feature testing demonstration of Ethernet switch Type 1 1 CPU Routing Engine Redundancy Failover sould be should be stateful and transparent 2 Separation of data and control planes Forwarding should not stop when failover from one routing engine to other happens 3 Hot swapping the switching modules 4 Routing Protocols OSPF v1 v2 v3 Policy Based routing 5 VRRP or equivalent Both the Type 1 switches must be configured and demonstrated in active active active standby stateful failover HA mode 6 Virtual routing and forwarding virtual router routing instances 7 Per port QoS 8 IPV6 Support 9 Management support SNMP v1 v2 v3 RADIUS TACACS SSH 10 NTP Page 10 of 15 15 3 15 4 11 Port mirroring 12 Out of band management demonstration Feature testing demonstration of Ethernet switch Type 2 1 CPU Routing Engine Redund
5. 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 For evaluation of bids cost of all items shall be considered together B COMMERCIAL i To evaluate the inter se ranking of the offers Assam Entry Tax on purchase value will be loaded as per prevailing 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
6. 4 of 4 TECHNICAL SPECIFICATIONS WITH QUANTITY Tender No amp Date SDI7262P16 Dated 22 05 15 ANNEXURE IA Complied Not Complied Remarks if any Introduction Oil India Limited OIL is a premier Indian National Oil company under the administrative control of Ministry of Petroleum and Natural Gas Govt of India engaged in the business of exploration development and production of crude oil and natural gas transportation of crude oil and production of LPG intends to replace its Data Centre Network Switches General Terms 1 The bidder should provide an Undertaking of authenticity for the equipment to be supplied The sample format for reference is provided in Annexure IL 2 Bidder shall have to quote for all the items as specified in tender Partial offers will be considered as non responsive and will be rejected 3 The bidder must provide unpriced bill of materials along with the bid 4 The bidder must provide OEM Technical datasheet brochure relevant to the offered solution along with the bid 5 The proposed solution must have minimum of 5 years of end of support end of life from the date of bid closing OEM certificate to this effect must be submitted along with the bid OEM should also certify for the availability of spares for next five years 6 The bidder must provide technical details of their offered solution by filling in the relevant sections as below a Part 2 Hardware Specifications o
7. Annexure I I 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 E Tender No Bid Closing Opening Date Item Description SDI7262P16 02 07 2015 Network Switch Tender fee Non refundable Rs 1 000 00 Bid Closing Opening Time 11 Hrs IST 14 Hrs IST Period of sale of documents Till one week prior to bid closing date 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 F A Government of India Enterprises 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 SDI7262P16 Dated 22 05 15 Tender Fee Rs 1 000 00 Bid Security Amount Rs 4 49 000 00 Bi
8. 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 Companies Act 1956 having its registered office at hereinafter referredtoas 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 referred 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 A
9. 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 Page 2 of 5 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 SSI units are provided tender documents Free of Cost as per govt guidelines however they have to apply to OIL s designated office 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 documents related to the tender are uploaded in the Technical RFx Response gt User gt Technical Bid only The TECHNO COMMERCIAL UNPRICED BID shall contain all techno commercial details except the price
10. QoS Quality of Service prioritization for both encrypted and unencrypted traffic Application based QoS prioritization must be supported 8 22 Administration interface It must support both GUI Web and CLI Command Line Interface based user interface for administration and monitoring of the device 8 23 Logging Support It must support logging security events user activity and system events 8 24 If any of the specification listed above requires purchase of separate software license and or Content update subscription apart from the base hardware it must be specified in the technical specification response sheet 8 25 The bidder must supply the necessary software licenses and or content update subscriptions to meet the stipulated specifications 8 26 The software license provided by the bidder must be perpetual in nature there must not be any requirement for renewal of the license 8 27 The Content update subscription provided by the bidder must be for a period of 5 five years from the date of commissioning of the hardware Page 5 of 15 8 28 Form Factor of the Firewall appliance 19 inch rack mountable Item No 2 Ethernet Switch Type 2 Quantity 03 Nos General Requirement Ethernet Switch Type 2 9 1 Bidder must specify Make and Model number of the switch offered in the bid Relevant product datasheet must be submitted along with the bid 9 2 Form factor Rack mounted architecture 9 3 The switch must
11. ancy Failover should be should be stateful and transparent 2 Separation of data and control planes Forwarding should not stop when failover from one routing engine to other happens 3 Hot swapping the switching modules 4 Routing Protocols OSPF v1 v2 v3 Policy Based routing 5 Support for VLAN xSTP LLDP 6 Virtual routing and forwarding virtual router routing instances 7 DHCP Server 8 Per port QoS 9 IPV6 Support 10 Management support SNMP v1 v2 v3 RADIUS TACACS SSH 11 NTP 12 Port mirroring 13 Out of band management demonstration 14 ACL VLAN Port 15 RMON Feature testing demonstration of Firewall appliance 1 Routing protocol OSPF v2 v3 2 IPv6 support 3 Out of band management 4 Demonstration of application control policies 5 HA active active active standby with stateful failover 6 Demonstration of IPS capabilities Page 11 of 15 7 Demonstration of zoning support 8 Demonstration of Stateful Protocol Inspection 9 Demonstration of Address Translation Support 10 Demonstration of Screening of DoS DDoS replay attack 11 QoS 12 Administration interface 13 Logging Support 15 5 Demonstration of licenses installed in each of the item 15 6 Cable dressing with proper tags 15 7 Demonstration of procedure for raising Service Request 15 8 Integration test Interconnectivity with the existing OIL Enterprise network 16 Cable dressing and management with tagging The bid
12. ant 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 they act in a specific manner refrain from action or tolerate action 6 The Monitor will submit a written report to the Chairperson of the Board of the Principal within 8 to 10 weeks from the date of reference or intimation to him by the Principal and should the occasion arise submit proposals for correcting problematic situations Page 4of5 7 If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of a
13. ation 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 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 feat
14. be completed within 60 days of placing the purchase order b Installation configuration and integration Installation configuration and integration amongst supplied items and with existing infrastructure of OIL of the items must be completed within 30 days of delivery Immediately after successful completion of this step the bidder must submit design installation and configuration documentation to OIL in soft copy c Acceptance Test OIL personnel along with the OEM certified engineers will carry out acceptance testing of the supplied solution as per the Acceptance Test Protocol This must be completed within 20 days of completion of Installation configuration and integration of the items Acceptance Test will start after receipt of design installation and configuration documentation of the solution d Commissioning certificate will be issued to the vendor after successful completion of the Acceptance Test 2 Address for delivery of equipment amp installation is IT DEPARTMENT R amp D COMPLEX OIL INDIA LIMITED DULIAJAN ASSAM 786602 3 Installation and commissioning has to be carried out by an OEM certified installation engineer 4 The bidder will be responsible for design installation and configuration of the solution as per Oil India Ltd s requirements The detailed design document to be prepared in consultation with Oil India Ltd fulfilling OIL s requirements must be submitted to OIL at least 7 days prior to commencing
15. ciliation 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 jurisdiction 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 connecti
16. ck Technical RFx Response Clogye Save Verify signature of Response Sign Response RFx Response Number 60006452 RFx Number TEST2 Status thdrawn Submission Deadline 13 04 2013 11 00 00 INDIA i RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Response Version Number 2 RFx Version Number 5 Sum Area for uploading Techno Commercial Unpriced Bid Assigned To Category Text Preview A a Adda Clear Area for uploading Priced Bid Sign Attachment Add Attachment Edit Description Versioning Delete Create Qualification Profi Assigned To Category Description File Name Version GJ The table does not contain any data Note Processor 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 to be s
17. dding Type SINGLE STAGE TWO BID SYSTEM Bid Closing on As mentioned in the e portal Bid Opening on do Performance Security Applicable Integrity Pact Applicable OIL invites Bids for Network Switches 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 The tender will be governed by a b c d e General Terms amp Conditions for e Procurement as per Booklet No MM LOCAL E 01 2005 for E Procurement LCB Tenders Technical specifications and Quantity as per Annexure 1A The prescribed Bid Forms for submission of bids are available in the Technical RFx gt External Area gt Tender Documents 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 All corrigenda addenda amendments time extension clarifications etc To the tender will
18. der will be responsible for cable dressing and management with tagging for all the interconnecting cables within the solution scope Necessary Cable ties cable channels and cable lacing cord tag marker etc must be supplied by the bidder 17 Installation and commissioning cost has to be quoted separately Item No 6 Training Oty 1 AU 1 In order to ensure optimal utilization of the solution the successful bidder must impart training to 3 three IT personnel of OIL after the successful commissioning of the equipment The training content must include at least the following a Features and capabilities of the supplied product b Administration and management of the supplied product c Troubleshooting and maintenance of the supplied product d Lab sessions 2 The training must be divided into 3 training modules as below 1 Training on Ethernet switch type 1 Minimum duration 3 days 2 Training on Ethernet switch type 2 Minimum duration 3 days 3 Training on Firewall appliance Minimum duration 3 days 3 The bidder must arrange for necessary training infrastructure to be conducted by OEM certified instructor The bidder is free to impart the training in any location of their choice in India The training facility must be OEM authorized for imparting training on the offered solution Page 12 of 15 4 Cost of transportation and accommodation of the OIL Personnel for training will be borne by OIL 5 T
19. e 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 Page 3 of 4 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 Security 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
20. elay 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 iv The Bank Guarantee should be allowed to be encashed at all branches within India v 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 vi 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 vii 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 viii Technical RFx Response folder is meant for Technical bid only Therefore No price should be given in Technical RFx Response folder otherwise the offer will be rejected ix Price should be maintained in the online price schedul
21. f the offered solution b Part 3 Other Terms amp Conditions c List of various documents to be submitted by the Bidder in various stages of the Order are specified in Part 4 Please fill in this sheet to indicate whether or not you have submitted the documents required in Bid Submission Stage Scope of Work The scope of work in this order involves the following a Supply of equipment and required licenses b Installation Integration Acceptance Testing and Commissioning of the solution Page Lof15 c Training d Maintenance and Support Services Item No 1 Ethernet Switch Type 1 Quantity 2 Nos General Requirement Ethernet Switch Type 1 1 1 Bidder must specify Make and Model number of the switch offered in the bid Relevant product datasheet must be submitted along with the bid 1 2 Form factor Rack mounted architecture 1 3 The switch must have separate dedicated data and control planes 1 4 The CPU Routing engine must have redundancy 1 5 The proposed single fabric architecture must have a single Management IP Image file and Configuration file 1 6 All modules chassis must have redundant and hot swappable power supplies and cooling 1 7 Power supplies supported 200 240 V AC 50 Hz Indian Standard Power cable must be supplied along with Performance Ethernet Switch Type 1 2 1 Non blocking architecture with dual CPU Routing Engine must offer minimum 3 Tbps aggregated switc
22. greement 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 without 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 fo
23. h bandwidth capacity 2 2 In the event of failure of one switching routing engine forwarding must not stop and failover from one engine to other must be stateful and transparent 2 3 The proposed architecture must support minimum 250 Gbps full duplex inter I O bandwdith 2 4 The switching modules must be hot swappable 2 5 The switch must support at least 100 000 IPv4 and 100 000 IPv6 aggregated routes 2 6 The switch must support at least 16 000 IPv4 and IPv6 aggregated multicast routes Physical Interfaces Ethernet Switch Type 1 3 1 Minimum 24 numbers of 10 100 1000 BASE T RJ 45 ports 3 2 The switch must have minimum 40 numbers of 1000 Base X SFP ports 40 numbers of 1000BASE SX 850 nm for up to 550 m transmission on MMF Gigabit Ethernet Optic transceiver SFP GBIC compatible with the 1000 Base X ports must be supplied as a part of the solution Page 2 of 15 3 3 The switch must have minimum 32 numbers of 10GbE ports 4 numbers of SFP GBIC 10GBASE LR 10 Gigabit Ethernet Optic transceivers 1 310 nm for 10 km transmission on SMF to be supplied These must be compatible with the supplied 10GbE interfaces 28 numbers of SFP GBIC 10GBASE SR 10 Gigabit Ethernet Optic transceivers 850 nm for up to 300 m transmission on multimode fiber optic MMF to be supplied These must be compatible with the supplied 10GbE interfaces Layer 2 Features Ethernet Switch Type 1 4 1 The switch must support the following IEEE sta
24. have separate dedicated data and control planes 9 4 The CPU Routing engine must have redundancy 9 5 All modules chassis must have redundant and hot swappable power supplies and cooling Performance Ethernet Switch Type 2 10 1 Non blocking architecture with dual CPU Routing Engine must offer minimum 1 5 Tbps aggregated switch bandwidth capacity 10 2 In the event of failure of one switching routing engine forwarding must not stop and failover from one engine to other must be stateful and transparent 10 3 The proposed architecture must support minimum 160 Gbps full duplex inter I O bandwdith 10 4 The switching modules must be hot swappable 10 5 The switch must support at least 10 000 IPv4 IPv6 aggregated routes Physical Interfaces Ethernet Switch Type 2 11 1 Minimum 48 numbers of 10 100 1000 BASE T RJ 45 ports populated with appropriate line card modules 11 2 Minimum 72 numbers of 1000 Base X SFP ports as below 48 numbers of 1000BASE LX GbE optic transceivers 1 310 nm for 10 km transmission on SMF SFP GBIC to be supplied with each Ethernet Switch Type 2 These must be compatible with the supplied 1000 Base X interfaces 24 numbers of 1000BASE SX 850 nm for up to 550 m transmission on MMF Gigabit Ethernet Optic transceivers SFP GBIC to be supplied with each Ethernet Switch Type 2 These must be compatible with the supplied 1000 Base X interfaces 11 3 Minimum 8 numbers of 10GbE SFP ports as below For one Ether
25. he circumstances of the case in particular the number of transgressions the position of the transgressions within the company hierarchy of the Bidder and the Page 2 of 5 amount of the damage The exclusion will be imposed for a minimum of 6 months and maximum of 3 years 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 If the Bidder Contractor can prove that he has restored recouped the Damage caused by him and has installed a suitable corruption prevention system the Principal may revoke the exclusion prematurely A transgression is considered to have occurred if in light of available evidence no reasonable doubt is possible Section 4 Compensation for 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 co
26. he bidder must provide details of training centers with the bid 6 The training must be completed within one 1 month of successful commissioning of the solution 7 Training material as per curriculum must be provided either in hardcopy or softcopy 8 Training cost has to be quoted separately Item No 7 Maintenance and Support Services for 60 Months Qty 60 Months 1 The Support Services shall start after successful completion of Installation amp Commissioning 2 The maintenance and Support Services shall be for a period of five 5 years 3 The bidder must have a service agreement with the OEM for providing maintenance support for the solution for a period of five 5 years The bidder must submit a copy of the service agreement to OIL immediately after the placement of Purchase Order and before commencing installation and commissioning 4 During the maintenance and Support Services period any failed device under warranty shall have to be repaired replaced with a new standby one within 72 hrs of reporting the failure Necessary configuration of the replacement device for proper operation of the device will be the responsibility of the successful bidder 5 During the maintenance and Support Services period the engineer attending the call shall have to submit a call report to OIL The report has to be duly signed by OIL s IT engineer and then only the call shall be considered attended 6 The bidder must supply and implement
27. inal intensions TUHIN ROY DEPUTY MANAGER MATERIALS IP For the Principal For the Bidder Contractor Place Duliajan Witness 1 Sinteetitcemecees Date 25 05 2015 Witness 2 ciccncitirercnewidecnensucerd Page 5 of 5 Bidders Response Sheet Annexure FFF Bidders Name Bid Security Submitted if applicable Details of Bid Security Submitted to OIL if applicable a Bid Security Amount In Rs b Bid Security Valid upto c Name and Full Address of Issuing Bank pae E O Ses 12 Confirm that the Bid Security submitted In case of Bank Guarantee is in toto as per format provided in the tender Bid Security if Not submitted reasons thereof a Ps a ee Whether you shall submit Performance Security in the event of placement of order on you if applicable Integrity Pact Submitted if applicable Confirm that the Integrity Pact submitted is in toto as per format provided in the tender Whether submitted documents in support of General Qualification criteria of NIT If bidder is Small scale unit whether you are eligible for purchase preference NOTE Please fill up the greyed cells only Technical Bid Checklist Annexure EEE Bidder s Name Compliance by Bidder a a l ETT SL NO BEC TENDER REQUIREMENTS Confirmed Not applicable unpriced bid or Comments 1 Bidder to confirm that he has not taken any exception deviations to the bid document specificat
28. incipal will enter into agreements with identical conditions as this one with all Bidders Contractors and Subcontractors 3 The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its provisions Section 7 Criminal charges against violating Bidders Contractors Subcontractors If the Principal obtains knowledge of conduct of a Bidder Contractor or Subcontractor or of an employee or a representative or an associate of a Bidder Contractor or Subcontractor which constitutes corruption or if the Principal has substantive suspicion in this regard the Principal will inform the Vigilance Office Section 8 External Independent Monitor Monitors three in number depending on the size of the contract to be decided by the Chairperson of the Principal 1 The Principal appoints competent and credible external independent Monitor for this Pact The task of the Monitor is to review independently and objectively whether and to what extent the parties comply with the obligations under this agreement 2 The Monitor is not subject to instructions by the representatives of the parties and performs his functions neutrally and independently He reports to the Chairperson of the Board of the Principal 3 The Contractor accepts that the Monitor has the right to access without restriction to all Project documentation of the Principal including that provided by the Contractor The Contractor will also gr
29. installation and commissioning activities 5 The bidder must integrate the supplied solution with existing infrastructure of OIL The Bidder shall provide necessary assistance to integrate the supplied solution with the server infrastructure 6 The bidder must clearly specify the rack and power requirement of the offered solution as a part of the technical bid 7 Ethernet type 1 switches and Firewall appliances must be configured in active active HA failover mode 8 The successful bidder has to make his own arrangements for transportation and accommodation of the installation engineer at Duliajan Page 9 of 15 9 The bidder must provide documentation for installation and configuration after successful installation and integration of the solution The documentation must include step by step procedures to configure the devices schematic diagram of the solution showing details of the interconnection and OEM serial number service tags of the supplied equipment This document must be submitted to OIL prior to commencement of Acceptance Test 10 All interconnecting cables as per requirement connecting Ethernet Type I switch Type II switch and Firewalls must be supplied by the vendor 11 The bidder must provide soft copy hard copy of the OEM product documentation and configuration manual at the time of delivery 12 The Bidder should provide OEM warranty certificate for supplied items at the of delivery 13 All the
30. ions Confirm that the Offer has been made with Bid Bond Bank Guarantee Earnest Money along with the offer Wherever Applicable E nn ae 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 biding format been filled in by the bidders for the items quoted by them 7 Confirm that the the price bid is in conformity with OIL s online bidding format 8 __ Confirm that the Bid comply with allthe terms condiions 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 10 CONFIRM THAT YOU HAVE SUBMITTED THE DULY SIGNED INTEGRITY PACT DOCUMENT Wherever Applicable 11 CONFIRM THAT YOU HAVE 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 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 Reg
31. ions 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 1 The Bidder will be classified either as OEM or non OEM Non OEMs should submit authorization letter from their respective OEMs to quote against this enquiry The sample format for reference is provided in Annexure I 2 Non OEM bidders shall confirm that their OEM s will provide support during the entire duration of the purchase order i e up to 5 years of warranty support 3 The OEM of the offered switches must feature in the Leaders Challengers Visionaries segment of the Gartner Magic Quadrant for Data Center Networking published in year 2014 or 2015 4 The OEM of the offered Firewall must feature in the Leaders Challengers Visionaries segment of the Gartner Magic Quadrant for Ente
32. istration 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 Counter 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
33. ly 13 4 Internet Protocol v6 must be supported 13 5 Virtual Router Redundancy Protocol VRRP or equivalent must be supported 13 6 The switch must be capable of acting as DHCP server for the LAN users QoS Features Ethernet Switch Type 2 14 1 Must support IEEE 802 1p Class of service CoS prioritization 14 2 Per port quality of service QoS configuration Eight queues per port must be supported 14 3 IP differentiated service code point DSCP must be supported 14 4 Classification and marking based on full Layer 3 and Layer 4 headers must be Page 7 of 15 supported Management and other features Ethernet Switch Type 2 15 1 The switch must support the following e SNMP v1 v2 v3 e RADIUS e TACACS SSH 15 2 The switch must have CLI based management interface 15 3 The switch must support port mirroring 15 4 Out of band management Serial or Console or USB and 10 100 1000BASE T Ethernet port must be present in the switch Required cables must be provided along with Security Ethernet Switch Type 2 16 1 Dynamic ARP inspection must be supported 16 2 IP source guard must be supported 16 3 DHCP snooping must be supported 16 4 Access Control List ACLs on all ports router ACLs on all ports VLAN ACLs Port ACLs must be supported 16 5 802 1x user authentication must be supported 16 6 Configuration backup via FTP TFTP secure copy must be supported 16 7 Remote Monitoring RMON software agent t
34. n offence under relevant Anti Corruption Laws of India and the Chairperson has not within reasonable time taken visible action to proceed against such offence or reported it to the Vigilance Office the Monitor may also transmit this information directly to the Central Vigilance Commissioner Government of India 8 The word Monitor would include both singular and plural Section 9 Pact Duration This Pact begins when both parties have legally signed it It expires for the Contractor 12 months after the last payment under the respective contract and for all other Bidders 6 months after the contract has been awarded If any claim is made lodged during this time the same shall be binding and continue to be valid despite the lapse of this pact as specified above unless it is discharged determined by Chairperson of the Principal Section 10 Other provisions 1 This agreement is subject to Indian Law Place of performance and jurisdiction is the Registered Office of the Principal i e New Delhi 2 Changes and supplements as well as termination notices need to be made in writing Side agreements have not been made 3 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 orig
35. nance and Support Services billing 11 Maintenance and Support Services cost for the solution must be quoted separately Item No 8 Support Engineer Visit Charges 10 Nos The bidder must quote for the cost of single visit by 1 one bidder s personnel to Duliajan For the purpose of evaluation of the bids bidder must incorporate cost of 10 ten such visits in the maintenance and Support Services cost for the solution Payment Terms 1 Payment against the equipment cost will be as per the following schedule 50 After delivery of material and physical inspection by OIL 40 After completion of Installation Acceptance Test and Commissioning 10 After completion of training 2 Training charges will be paid on submission of invoices after successful completion of training 3 Installation and commissioning charges will be paid on submission of invoices after successful completion of training 4 Maintenance and support charges will be paid Quarterly after completion of the Quarter The successful bidder must submit appropriate invoices to Head IT IT Department Oil India Limited Duliajan Assam 786602 on a quarterly basis clearly mentioning the OIL Purchase Order No and period of billing The amount will be paid after deduction of penalty if any for this period of billing Penalty Terms 1 During the maintenance and support period any failed device shall have to be repaired replaced with a new standb
36. nce 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 lof 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 other Bidders into any undisclosed agreement or understanding whether formal or informal This applies in particular to prices specifications certifications Subsidiary contracts submission or non submission of bids or any other actions to restrict competitiveness or to introduce 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 n
37. ndards 802 1Q VLAN Tagging 802 1d STP 802 3ad 802 1w RSTP 802 1s MSTP IEEE 802 lab Link Layer Discovery Protocol 4 2 The switch must support 100 000 MAC addresses 4 3 The switch must support minimum 4000 active VLAN Layer 3 Features Ethernet Switch Type 1 5 1 The following must be supported 1 Static Routing 2 RIP v1 v2 RIPng 3 OSPF v1 v2 v3 4 Policy Based routing 5 BGP 7 PIM SM PIM SSM PIM DM 5 2 Virtual Router Redundancy Protocol VRRP or equivalent must be supported Both the Type 1 switches must be configurable in active active active standby stateful failover HA mode 5 3 Internet Group Management Protocol IGMP v1 v2 v3 must be supported 5 4 The switch must support virtual routing and forwarding virtual router routing instances which will allow multiple instances of a routing table to exist in a router and work simultaneously 5 5 Internet Protocol v6 must be supported from day one QoS Features Ethernet Switch Type 1 6 1 Must support Per port QoS configuration 6 2 Must support IEEE 802 1p Class of service CoS prioritization 6 3 Must support at least 15K traffic rate limiting policers Management and other features Ethernet Switch Type 1 Page 3 of 15 7 1 The switch must support the following e SNMP v1 v2 v3 e RADIUS e TACACS SSH 7 2 The switch must have CLI based management interface 71 3 The switch must have NTP server support 7 4 The switch must support p
38. net Switch Type 2 6 numbers of SFP GBIC 10GBASE SR 10 Gigabit Ethernet Optic transceivers 850 nm for up to 300 m transmission on multimode fiber optic MMF and Page 6 of 15 2 numbers of SFP GBIC 1OGBASE LR 10 Gigabit Ethernet Optic transceivers 1 310 nm for 10 km transmission on SMF to be supplied These must be compatible with the supplied 10GbE interfaces For the other two Ethernet Switch Type 2 8 numbers of SFP GBIC 1O0GBASE LR 10 Gigabit Ethernet Optic transceivers 1 310 nm for 10 km transmission on SMF to be supplied with each switch These must be compatible with the supplied 1OGbE interfaces Layer 2 Features Ethernet Switch Type 2 12 1 The switch must support the following IEEE standards 802 1Q VLAN Tagging 802 1d STP 802 3ad 802 1w RSTP 802 1s MSTP IEEE 802 1lab Link Layer Discovery Protocol 12 2 The switch must support 30 000 MAC addresses 12 3 The switch must support minimum 4000 active VLAN 12 4 IGMP snooping v1 v2 and v3 must be supported Layer 3 Features Ethernet Switch Type 2 13 1 The following must be supported 1 Static Routing 2 RIP v1 v2 RIPng 3 OSPF v1 v2 v3 4 Policy Based routing 5 BGP 7 PIM SM 13 2 Internet Group Management Protocol IGMP v1 v2 v3 must be supported 13 3 The switch must support virtual routing and forwarding Vvirtual router routing instances which will allow multiple instances of a routing table to exist in a router and work simultaneous
39. ntract 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 Tl approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process If the Bidder makes incorrect statement on this subject he can be disqualified from the tender process or the contract if already awarded can be terminated for such reason Section 6 Equal treatment of all Bidders Contractor Subcontractors 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 Page 3 of 5 2 The Pr
40. o support four RMON groups history Statistics alarms and events for enhanced traffic management monitoring and analysis must be supported Item No 3 As many 19 Inch Racks required to accommodate 2 Nos of Ethernet Switch Type I Firewalls and 1 No of Ethernet Switch Type H Oty 1 AU EIA 310 Standard compliant rack s must be supplied which can accommodate the supplied 2 nos of Ethernet switch type 1 1 no of Ethernet switch type 2 and 2 nos of Firewall appliances The supplied rack must include removable side panels top and bottom covers with cable entry provisions The rack must be fitted with appropriate rack power distribution unit suitable for the supplied equipment Note One Ethernet switch type 2 shall be installed in an existing 19 rack Bidder must specify the make model and quantity of the rack to be supplied Relevant datasheet must be submitted along with the bid Page 8 of 15 Item No 4 Warranty for 60 months Qty 60 Months 1 Warranty will start after successful completion of Installation amp Commissioning 2 The bidder must provide warranty for all the hardware and software provided under this order for 60 months The warranty must cover replacement of defective hardware Item No 5 Delivery Installation Acceptance Test and Commissioning Oty 1 AU 1 Delivery installation and commissioning will be divided into the following steps a Delivery Delivery of items must
41. of extension 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 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 Performance Security The successful Bidder will have to provide Performance Security 10 of total cost of Equipments Installation amp Commissioning Training Maintenance amp Support Services for 5 years The Performance Security must be valid for 5 years from the date of successful commissioning of the equipment Page 2 of 4 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 d
42. ommercially and technically acceptable shall be opened for further evaluation 9 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 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 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 10 0 The 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 Crite
43. on 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 addition 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 Madeon___ at Place On behalf of OIL On behalf of Signature Signature Name Name Designation Designation Page 6 of 6 Price Breakup Tender No amp Date SDI7262P16 Dated 22 05 15 ANNEXURE HHH A B C AXB D E C D Sl Product Descriptions Make Qty Unit Total Price Applicabl Total Price No Price Excluding e Taxes Including Taxes Model In Taxes In In of In Rs Rs Rs C l Ethernet Switch Type I 2 Nos with Firewall Appliance 2 Ethernet Switch Type 3 Nos I 3 As many 19 Inch Racks 1 AU required to accommodate 2 Nos of Ethernet Switch Type I Firewalls and 1 No of Ethernet Switch Type I 4 Wa
44. ort mirroring 7 5 Out of band management Serial or Console or USB and 10 100 1000BASE T Ethernet port must be present in the switch Required cables must be provided along with Firewall Appliance Features 8 1 The solution must implement firewall filtering using external appliances At least 2 external firewall appliances must be supplied as part of the solution supporting active active active standby with stateful failover 8 2 Bidder must specify Make and Model number of the Firewall offered in the bid Relevant product datasheet must be submitted along with the bid 8 3 The firewall appliance must be from any of the OEMs featured in Leaders Challengers Visionaries Quadrant as per Gartner s Magic Quadrant for Enterprise Network Firewalls for the year 2014 2015 other than Check Point Software Technologies OIL has layered security with appliances from Check Point Software Technologies installed in one of the layers OIL needs multiple OEMS while implementing layered security hence appliances from Check Point Software Technologies must not be offered as part of this solution 8 4 The Firewall appliance must have redundant power supply and cooling 8 5 The Firewall appliance must have minimum 6 numbers of 1OGbE 4 SR transceivers and 2 LR transceivers compatible with the 1OGbE ports must be supplied each Firewall appliance and 6 numbers of 10 100 1000 BASE T RJ 45 ports The appliance must support the connection to Ethernet switch type
45. ot 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 or to terminate the contract if already signed for such reason 1 If the Bidder Contractor has committed a transgression through a violation of Section 2 such as to put his reliability or credibility into question the Principal is entitled also to exclude the Bidder Contractor from future contract award processes The imposition and duration of the exclusion will be determined by the severity of the transgression The severity will be determined by t
46. r 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 nature 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 cooper
47. ria 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 11 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 12 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 MATERIALS IP FOR HEAD MATERIALS Page 5 of 5 Annexure CCC Tender No amp Date SDI7262P16 Dated 22 05 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 condit
48. rprise Network Firewalls published in year 2014 or 2015 B COMMERCIAL i Validity of the bid shall be minimum 120 days from the Bid Closing Date ii Bid security Page 1 of 4 iii v The bid must be accompanied by Bid Security of Rs 4 49 000 00 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 i e upto 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
49. rranty for 60 N A 60 months Months 5 Delivery Installation N A 1 AU Acceptance Test and Commissioning 6 Training N A 1 AU 7 Maintenance and N A 60 Support Services for 60 Months Months 8 Support Engineer Visit N A 10 Nos Charges Total Freight Charge including applicable taxes In Rs Insurance Charge including applicable taxes In Rs Any Other Charges including applicable taxes In Rs Total FOR Destination Price In Rs Page 1of2 NOTE a AU Activity unit Bidders should quote total price of the items wherever unit is 1 AU b Bidders should fill up sign and upload the price breakup of all the items as per Annexure HHH under Notes amp Attachments gt Attachments only The filled up price breakup 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 Page 2 of 2 Annexure DDD INTEGRITY PACT Between Oil India Limited OIL hereinafter referred to as The Principal And Name of the bidder acicciscsiicstseredonmenck hereinafter referred to as The Bidder Contractor Preamble The Principal intends to award under laid down organizational procedures contract s for Tender No SDI7262P16 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 it
50. s 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 Display RFx Response Edit PrintPreview Technical RFx Response Closel_ _witharay RFx Response Number 60006452 RFx Number TEST2 Status Submitt RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Response V Go to this Tab Technical RFx p Response for Uploading Techno es commercial Unpriced Bid lt Event Parameters Service and Delive Currency Indian Rupee Incoter Detailed Price Information Price w ith Conditions Go to this Tab Notes and Attachments for Uploading Priced Bid files and Statist Terms of Payment 9010 90 against despatch 10 after receipt Created C Created E Last Processed C Last Processed E Details SendEMail Call Clear Function Number Name Valid fr GJ The table does not contain any data On EDIT Mode The following screen will appear Bidders are advised _to Upload Techno Commercial Unpriced Bid and Priced Bid in the places as indicated above Page 3 of 5 Bid on EDIT Mode Edit RFx Response Submit Read Only Print Preview Che
51. s 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 Tl Following TI s national and international experience the Principal will appoint an external independent Monitor who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above Section 1 Commitments of the Principal 1 The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles 1 No employee of the Principal personally or through family members will in connection with the tender for or the execution of a contract demand take a promise for or accept for him herself or third person any material or immaterial benefit which he she is not legally entitled to 2 The Principal will during the tender process treat all Bidders with equity and reason The Principal will in particular before and during the tender process provide to all Bidders the same information and will not provide to any Bidder confidential additional information through which the Bidder could obtain an advantage in relation to the tender process or the contract execution 3 The Principal will exclude from the process all known prejudiced persons 2 Ifthe Principal obtains information on the conduct of any of its employees which is a criminal offe
52. ubmitted 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 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 6 0 Bidders must ensure that their bid 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 7 0Bid must be submitted electronically only through OIL s e procurement portal Bid submitted in any other form will be rejected Page 4 of 5 8 0 SINGLE STAGE TWO BID SYSTEM shall be followed for this tender and only the PRICED BIDS of the bidders whose offers are c
53. ures 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 Information 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 an
54. work Items e g Switches Routers Firewalls amounting to Rs 1 35 Crores during last 3 years b Annual financial turnover of the firm in any of the last 3 financial years or current financial year should not be less than Rs 4 49 Crores Note Documentary evidence in respect of the above should be submitted in the form of copies of relevant Purchase Orders along with copies of any of the documents in respect of satisfactory execution of each of those Purchase Orders such as i Satisfactory Inspection Report OR ii Satisfactory Supply Completion Installation Report OR iii Consignee Receipted Delivery Challans OR iv Central Excise Gate Pass Tax Invoices issued under relevant rules of Central Excise VAT OR v any other documentary evidence that can substantiate the satisfactory execution of each of the purchase orders cited above For Annual financial turnover Enclose the audited Annual Reports or balance sheet certified by a chartered accountant 2 0 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 Application shall be accepted only upto one week prior to the bid closing date or as amended in e portal The envelope containing the application for participation should clearly indicate REQUEST FOR ISSUE OF USER ID AND PASSWORD
55. y device within 72 hrs of reporting the failure Necessary configuration of the replacement device for proper operation of the device will be the responsibility of the successful bidder In case of failure on the part of the bidder to rectify the problem within 72 hrs of reporting a penalty of Rs 5000 00 per day per device will be levied However maximum penalty will not exceed 15 of the total maintenance and support charges 2 During the maintenance and support period any reported problem other than failed device shall have to be resolved within 72 hrs of reporting the problem In case of failure on the part Page 14 of 15 of the bidder to rectify the problem within 72 hrs of reporting a penalty of Rs 5000 00 per day per device will be levied However maximum penalty will not exceed 15 of the total maintenance and support charges Confidentiality Agreement OIL Confidentiality and Non Disclosure Agreement NDA will be applicable and bidder has to submit Non Disclosure Agreement as per given format duly signed amp Sealed by the authorized signatory of the bidder along with the bid 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 15 of 15 NON DISCLOSURE AGREEMENT BETWEEN Oil India Ltd OIL a company incorporated under the Companies Act 1956 and having its registered office at
56. y 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 between 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 Con
Download Pdf Manuals
Related Search
Related Contents
Devline User Manual Untitled Katherm QK.qxd - AE SUNTEK VENETO Datasheet - Texas Instruments PreSonus StudioLive 312AI User Manual for the LMD Martian Atmospheric General Circulation Toe Blood Pressure (TBP) assessments using industrial pumps - Pentair Water Literature Copyright © All rights reserved.
Failed to retrieve file