Home

SINGLE STAGE TWO BID SYSTEM

image

Contents

1. Adda Clear Assigned To Category Area for uploading Priced Bid Sign Attachment Add Attachment Edit Description Versioning Delete Create Qualification Profi Assigned To Category Description File Name Version Processor i amp The table does not contain any data Note 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 submitted manually in sealed envelope super scribed with Tender_no and Due date to Head Page 4 of 6 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
2. 11 Operating systems Latest version of UNIX Operating System should be provided Features should be as follows a Logical Volume Management b Workload Management Software should be offered c Should be capable of running the latest Oracle database version amp the next release of Oracle version d The offered server should be capable of running Oracle database version 10G 11g amp above e The Unix Operating Systems should be licensed to support unlimited users 12 Installation Requirement 2 of the Database server should be installed as high availability active passive cluster at the Operating system level While third one will be installed as a normal database server 13 Optional connectivity 10 Gigabit Ethernet 4X Infinite Band iSCSI Expansion Card Support for 4 and 8 Gbps Fibre Channel connectivity 14 Others Redundant fans and power supplies necessary power amp interface cables etc needs to be provided Item No 3 _2 Way Blade Server Qty Nos 1 CPU 2x Intel Xeon Hexa Core CPU 2 0 GHz or higher or equivalent 2 Cache L3 A minimum 12MB of L3 Cache 3 Chipset Compatible Intel or OEM Chipset 4 Memory 64GB DDR 3 ECC Memory Upgradeable to 128 GB 5 Memory protection ECC Chip kill Memory Mirroring Memory Sparing 6 SCSI Controllers Integrated Hardware Raid Controller to supports Hardware Raid 0 1 7 Disk Drives 2 x 600GB 6Gbps 10K SAS Hard Disk Drive 8 Graphics Con
3. malfunctioning of the systems The list of the spares to be kept must be provided with the bid VII In any case of failure of hardware amp software it should be attended and solved within 48 hrs VIIL For delay beyond 48 hrs the penalty clauses will be levied Item No 12 Annual Maintenance Contract AMC for 2 years Oty 1 AU I The bidder has to quote for 2 years comprehensive Annual Maintenance Contract AMC for the entire solution Il AMC will start immediately after successful completion of warranty period I All services under AMC have to be provided at site IV During the AMC period an OEM authorized experienced engineer needs to be deputed onsite The personnel should be able to maintain the entire setup Critical spares must be kept onsite for any break down malfunctioning of the systems Page 11 of 15 V The charges for AMC should be quoted on yearly basis and 2 years AMC charges in total will be considered for commercial evaluation VI Bidder shall have to supply and install all upgrades firmwares released for the supplied softwares hardware during the AMC period at no extra cost to OIL VII In case of failure to rectify any failure of services within 48 hours penalty will be levied as per penalty clause 4 0 OTHER TERMS amp CONDITIONS I Bidder should provide documentary evidence of supplying similar products amp services for the past 3 years II An OEM author
4. He reports to the Chairperson of the Board of the Principal 3 The Contractor accepts that the Monitor has the right to access without restriction to all Project documentation of the Principal including that provided by the Contractor The Contractor will also grant the Monitor upon his request and demonstration of a valid interest unrestricted and unconditional access to his project documentation The same is applicable to Subcontractors The Monitor is under contractual obligation to treat the information and documents of the Bidder Contractor Subcontractor with confidentiality 4 The Principal will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the Principal and the Contractor The parties offer to the Monitor the option to participate in such meetings 5 As soon as the Monitor notices or believes to notice a violation of this agreement he will so inform the Management of the Principal and request the Management to discontinue or heal the violation or to take other relevant action The monitor can in this regard submit non binding recommendations Beyond this the Monitor has no right to demand from the parties that they act in a specific manner refrain from action or tolerate action 6 The Monitor will submit a written report to the Chairperson of the Board of the Principal within 8 to 10 weeks
5. 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 Page 1 of 4 ii iii iv v vi 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 Bid security Bid security of Rs 2 29 000 00 shall 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 If bid security in ORIGINAL of above mentioned amount is not received 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 Bid Security shall be valid for 10 months from the date of bid opening Performance Securi
6. also provided through OIL s web site www oil india com Note PSUs and SSI units are provided tender documents Free of Cost as per govt guidelines however they have apply to OIL s designated office to issue the tender documents before the last date of sale of tender document mentioned in the tender OIL INDIA LIMITED 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 SDI9738P14 dated 03 05 13 Tender Fee Rs 1 000 00 Bid Security Amount Rs 2 29 000 00 Bidding 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 Date of pre bid conference 27 06 13 amp 28 06 13 Venue of pre bid conference Hotel Nakshatra Beltola Opp Sankardev Netralaya Guwahati 781028 Assam India OIL invites Bids for Blade Servers amp Virtualization 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 Auct
7. 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 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 Page 2 of 5 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 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 equiva
8. contract execution The Principal will exclude from the process all known prejudiced persons 2 If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the relevant Anti Corruption Laws of India or if there be a Page 2 of 6 substantive suspicion in this regard the Principal will inform its Vigilance Office and in addition can initiate disciplinary actions Page 1 of 5 1 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 he 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 com
9. from the date of reference or intimation to him by the Principal and should the occasion arise submit proposals for correcting problematic situations 7 the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an offence under relevant Anti Corruption Laws of India and the Chairperson has not within reasonable time taken visible action to proceed against such offence or reported it to the Vigilance Office the Monitor may also Page 4 of 5 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 the Contractor is a partner
10. 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 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 RCAD Controller of Certifying Authorities CCA of India The bid signed using other than Class 3 with Organisation s Name digital certificate will be rejected 7 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 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 foll
11. 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 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
12. 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 iii 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 NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions Page 4 of 4 Oracle 10g DB Servers Oracle 11G Appl Servers File server Enterprise Linux Web Servers Windows 2003 2 Existing Set Up O com om oo om Cr SOO CD ee CON ooo SAN Storage FAN 16 Proposed Set Up No Virtualization Required Others NAS Box SAN Storage To be connected to the existing Backup Solution Virtualized into 8 servers 2 Application Servers 4 Webservers 2 Kept for future Use Unix DB Servers Clustered in Active Passive Mode Normal UNIX DB Server powinbay uonezi enuiA Proposed Set Up Annexure DDD INTEGRITY PACT Between Oil India Limited OIL hereinafter referred to as The Principal And Name of the bidder hereinafter referred to as The Bidder Contractor Preamble The Principal intends to award under laid down organizational procedur
13. 15 of the invoiced amount for that period IV Payment for AMC shall be made to the bidder on quarterly basis at the end of the period Any penalty levied on the 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 Page 12 of 15 V The Performance Security Deposit bank guarantee will be refunded to the Contractor after satisfactory completion of the warranty AMC period but a part or whole of which shall be used by the Company in realization of liquidated damages or claims 11 any or for adjustment of compensation or loss due to the Company for any reason This Performance Security Money shall not earn any interest 6 0 PENALTY TERMS I In case bidder fails to provide maintenance support under warranty AMC mentioned in warranty AMC services clauses within 48 hours from the time of reporting the breakdown a penalty Rs 3000 00 per day will be levied II If for any reason the bidder fails to provide services replacement within 3 successive days from the date of reporting the period of warranty AMC shall be extended by that many number of days at no extra cost to OIL in addition to the above penalty subject to a maximum of 15 of the total material value for the warranty period or a maximum of 15 of the AMC invoice for that period as applicable 7 0 A Layout of T
14. OIL INDIA LIMITED A Government of India Enterprise P O Duliajan 786602 Assam India FAX 91 0374 2800533 E mail material oilindia in OIL INDIA LIMITED invites Indigenous Competitive Bid e tenders through its e Procurement portal https etender srm oilindia in sap bc gui sap its bbpstart for following e tender E Tender No B C Date Material Description amp Quantity SDI 9738P14 P4 Dtd 03 05 2013 SINGLE STAGE TWO BID SYSTEM 11 07 2013 BLADE SERVERS Application showing full address email address with Tender Fee Non refundable of Rs 1 000 00 Excepting PSUs and SSI units registered with NSIC 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_upto 20 06 13 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
15. a 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 is NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions Yours Faithfully Sd T ROY SENIOR PURCHASE OFFICER IS FOR HEAD MATERIALS Page 6 of 6 ANNEXURE IA Tender No amp Date SDI9738P14 dated 03 05 13 Complied Not Complied Remarks if any 1 0 SCOPE OF WORK I Oil India Limited intends to procure the following hardware software and services as below 1 Blade Chassis Quantity 1 Nos 2 Database Servers Unix Blade Quantity 3 Nos 3 2 Way Blade Server Quantity 4 Nos 4 NAS Servers Quantity 1 Nos 5 SAN Switch Quantity 2 Nos 6 Storage Devices Quantity 1 Nos 7 Server Virtualization Software Qty 1 Nos 8 Server Management Software Qty 1 Nos 9 42U Floor Standing Server Rack Qty 1 Nos 10 Migration Integrat
16. al perforated back doors with locks 3 Top and bottom cover with cable entry roof mounted minimum 4 fans Earth continuity kit modular PDU control units for the whole rack to host 2U servers with dual power supply to each server 4 Cable manager for a minimum of 60 UTP cables Should have the provision to connect the Page 10 of 15 two racks side wise also 5 Redundant fans and power supplies necessary power amp interface cables etc needs to be provided Item No 10 Installation amp Commissioning Data Migration Qty 1 AU I Along with the installation amp Commissioning data migration is to be done from the current systems to the new systems followed by testing IL Integration of the servers with existing backup solution HP Data procetor Item No 11 Warranty for 3 years Qty 1 AU I The bidder has to quote for 3 years Warranty for the entire solution IL Three years comprehensive onsite warranty for entire solution shall be provided II The warranty period will start from the next day of the date of successful commissioning of the solution IV Bidder shall have to supply and install all upgrades released for the supplied software firmware during the warranty period V During the warranty period an OEM authorized experienced engineer needs to be deputed onsite The personnel should be capable to maintain the entire setup VI Critical spares must be kept onsite for any break down
17. alization software 11 Should offer support Virtual LAN POWER Hypervisor Micro Partitioning Virtual I O Server with Integrated Virtualization Manager Shared Dedicated Capacity 18 Ports A minimum of 8 Auto sensing 10 100 1000 Ethernet ports amp a minimum of 2 FC ports of 4 Gbps 19 Others Redundant fans and power supplies necessary power amp interface cables etc needs to be provided Item No 4 NAS Servers Qty 1 No i Rack mount Rack mounted Servers i1 Processor The requirement is for NAS with Dual processor I1 RAM 128GB RAM or higher scalable to 512GB RAM iv Hard Drives Should be supplied with minimum of 4TB usable capacities after RAID 5 using SAS SATA drives OS drives of the NAS solution shall be configured in Raid 1 0 v Storage Scalability NAS Storage subsystem should be scalable to 10TB or more in capacity for data through SATA drives in Raid5 vi Software amp Drivers All the necessary softwares amp drivers should be provided on original Page 6 of 15 CD DVD media vii Network Connectivity 4x 1Gbps and NIC Ports per Node viii Network support TCP IP ISCSI FTP CIFS HTTP NFS Web Dev etc ix Fault Tolerance Should support Windows 7 Windows 2008 or latest version UNIX amp Linux x Manageability Advanced web interface with following a Software with web interface for network management b Remote management through Remote desktop as wel
18. ation 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 2005 for E Procurement LCB Tenders and Amendment No to General Terms and Conditions for Indigenous E Tender 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 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 Limi
19. entire power bus 10 Redundancy in Power Modules Chassis should have fans on the power supplies and should be able to provide reconfiguration of fans and power supplies without manual intervention 11 Power Management Chassis should have an integrated tool that can provide a view of the actual power used as opposed to benchmarked power consumption and can effectively Page 3 of 15 allocate match and cap power and thermal limits in the data centre at the system chassis and rack 12 CD Diskette USB Chassis should be configured with Internal external CD ROM DVD ROM Drive which can be shared among all the blade servers The chassis should have minimum Two USB 2 0 ports 13 Failure Alerting Mechanism The chassis should be able to alert impending failures on maximum number of components like Blades bridge switch modules I O modules management modules power modules blower modules media tray 14 System Management Should provide support for remote console management power on off blades should monitor power status operating system temperature disks blowers power Modules system diagnostic programs provided through the Management Software 15 System Panel Chassis should have LED LCD panel to provide power on location over temperature information and system error conditions 16 Support for RISC EPIC Servers The chassis should be able to support Blade Servers with x86 and RISC EPIC architecture proce
20. es contract s for Tender No SDI9738P14 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 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
21. ge high performance shared storage to centralize virtual machine file storage for greater manageability flexibility and availability 5 It should allow heterogeneous support for Operating systems like Windows client Windows Server Linux Solaris x86 and Novell Netware 6 It should have provision for profile driven storage which will enable rapid and intelligent deployment amp placement of virtual machines based on SLA availability performance or other requirements and provided storage capabilities 7 It should have the ability to migrate files from one storage array to another without any downtime Support migration from one storage protocol to another eg FC iSCSI NFS DAS 8 It should be able to dynamically allocate and balance computing capacity across hardware resources 9 It should provide dynamic power management amp comply the Industry Standard Advanced Configuration and Power Interface ACPI specifications to save power in an automated or manual or scheduled manner 10 It should have High Availability capabilities for the virtual machines in the sense if in case one server fails all the Virtual machines running on that server shall be able to migrate to another physical server running same virtualization software The feature should be independent of Operating System Clustering and should work with FC iSCSI SAN and NAS shared storage 11 It should have the provision to provide zero downtime zero data loss and con
22. he Existing Setup and the Proposed Architecture is attached for reference NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions Page 13 of 15 Annexure I Sample authorization 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 Authorisation Certificate Ref Your tender enquiry No Dated We hereby authorize M s to quote supply install commission provide onsite warranty support AMC for the above tender on our behalf This certificate is valid up to 66 months from the date of submission of offer Yours faithfully For type name of the firm here Signature of Authorized Signatory Name Designation Phone No Place Date Page 14 of 15 Annexure II Sample undertaking of authenticity letter from OEM To be typed on the letterhead of the Issuing Company 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 products being quoted to you vide our quotation No cited above we hereby undertake that all the components parts assembly software used in the products under the above shall be original new components part
23. he overall integration of the Servers Storage and the integration with existing Backup solution at OIL Duliajan HI The scope of work will not be limited only to supply installation commissioning testing and integration of servers storage infrastructure along with associated software peripherals and accessories The bidder also needs to perform a complete system study and plan for a seamless migration to the proposed hardware IV The production and development database servers to be migrated to UNIX systems The production database server should be configured for high availability in active passive mode V The application and web servers to be migrated to virtual environment and all the virtual servers should be configured in high availability mode VI There should be 4 numbers of Web Server instance and 2 numbers of application server instance configured in virtual environment and 2 Nos of general purpose servers VII The central storage should be connected to all servers through redundant paths as per requirement and proposed solution VIII The bidder should also configure a NAS server to be accessed by end users Approx 2000 IX Backup should be configured for the entire landscape with the existing backup solution X The bidder is required to provide training to three 3 OIL engineers on 1 blade technology 11 Virtualization amp virtualization management Software 111 storage with reference to the provided solution a
24. ion Installation amp Commissioning Qty 1 AU 11 Comprehensive Warranty for 3 years Qty 1 AU 12 Annual Maintenance Contract for 2 years Qty 1 AU II All the above to be supplied installed tested amp commissioned by single vendor IL The 2 Way Blade Servers need to be virtualized into 8 windows servers 4 webservers Latest IIS version and 2 application servers Oracle 11G amp 2 general purpose servers IV Two of the Unix database servers need to be installed in an active passive cluster the other needs to be installed as a normal database server V The data migration to be done from the current systems to the new systems followed by testing VI Integration of the above servers with existing backup solution HP Data protector VII 3 year comprehensive warranty as per the warranty terms VIIL 2 years AMC as per AMC terms 1 1 EXISTING SETUP I There are two UNIX database servers IBM Power series Oracle 11G II 4 webservers and 2 application servers are there OS Windows 2003 IL The webservers contain a few portals and web applications The Application servers are running Developer 2000 Forms6i amp Forms 10G and R ponse Reports 10G Reports 11G age 1o 1 2 GENERAL REQUIREMENTS I The specifications indicated in the Tender are minimum and the Bidder is required to comply and quote for all equipment and services mentioned in the Tender IL Bidder should be responsible for t
25. ion 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 specifications and 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 should provide documentary evidence of supplying similar products amp services for the past 3 years failing which their offer will be rejected Acceptable documents will include completion certificates Purchase Order Copy long with invoice copy pay Receipt document etc from the customers Self certifications will not be accepted 2 The Bidder should be ISO 9001 2000 or higher certified for providing Hardware amp software based Solutions Documentary evidence for the above has to be submitted with the Bid failing which their offer will be rejected 3 Bid s which do not complying with Delivery installation amp commissioning warranty AMC penalty clauses will be rejected 4 The bidder should quote for all the items mentioned in the tender failing which their offer will be rejected B COMMERCIAL i Bids are invited under
26. ions The details of items tendered can be NOTES 1 A Pre Bid Conference with the Parties will be held in Guwahati India on 27 06 13 amp 28 06 13 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 Tender Fee Payment i e 20 06 13 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 should come fully prepared to the Pre bid Conference and submit their queries to OIL in the Pre bid Conference for clarification The set of queries may also be sent to OIL at least 7 seven Page 1 of 6 days before the Pre bid Conference for study by OIL 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 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 4 Parties immediately after the purchase of the Tender documents shall inform OIL at the following address about their particip
27. ions to bids received after the bid closing date amp time will not be considered viii 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 ix 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 x Price should be maintained in the online price schedule only The price submitted other than the online price schedule shall not be considered x1 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 returned by the bidder along with the technical bid duly signed digitally by the same signatory who signed the bid i e who is duly authorized to sign the bid Any bid not accompanied by Integrity Pact Proforma duly signed digitally by the bidder shall be rejected straightway Uploading the Integrity Pact with digital signature will be con
28. ized experienced engineer must be deputed onsite for any eventuality II In any case of failure of hardware amp software it should be attended and solved within 48 hrs IV For delay beyond 48 hrs the comprehensive warranty AMC period will be extended on pro rata basis V All the services DB Webservices etc should be available 24X7 without any downtime VI There must be a single point of contact for any eventuality The escalation matrix must be provided with the bid VII The bidder must be an OEM Joint venture of OEM business partner of OEM authorized dealer of OEM authorized system integrator or implementer of OEM For bidders other than OEMs an original letter from the OEM must be submitted authorizing the bidder to quote against this tender as per Annexure I amp Annexure II of this document 5 0 PAYMENT TERMS I 70 of the material cost will be made on delivery IL Rest 30 of the material cost and migration installation amp commissioning cost will be made after successfully implementation amp migration of the solution OIL will issue a commissioning certificate only after completion of all the activities listed under Scope of Work II Payment for warranty period shall be made to the bidder on quarterly basis at the end of the period Any penalty levied on the bidder during the period shall be deducted from the payment for that period However maximum total penalty for the period shall be limited to
29. l as through HTTP x1 Data replication Software for NAS to NAS optimised data replication xii Operating System Microsoft Storage Server 64 bit edition NAS optimized including powered OS drivers or equivalent XIII File screening and quota management Offered NAS should have support for file screening and Quota management Software for same should be provided xiv Snapshots Point in time copies of your data to guard against data corruption xv File Server resource Management Should include File server resource management component for both on demand and scheduled reports for detailed storage use xvi Power Supply and FAN Offered NAS shall have dual redundant power supply and load sharing FAN Item No 5 SAN Switch Qty Nos 1 Ports a Should have 24 Port b Minimum 8 active ports at 8 Gbps or higher 2 Cables Fiber cables and accessories for connecting minimum 8 Nos of Blade Servers with redundant connectivity of the servers to the SAN storage 3 Operating System supported Support for multiple OS Microsoft Windows Linux UNIX etc 4 Others Redundant fans and power supplies necessary power amp interface cables etc needs to be provided 5 Management Software System Diagnostics 1 Web based management software for administration and configuration ii Built in diagnostics power on self test command level diagnostics 6 Others Redundant fans and power supplies necessa
30. lent to 3 of the value of the offer or the amount equivalent to Earnest Money Deposit Bid Security whichever is higher 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 process 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 Sec
31. lure iii Should provision for LUN masking LUN mapping and SAN security iv Should support online logical drive expansion amp capacity expansion v Should support non disruptive online firmware upgrade for Controllers amp disk enclosures vi Should include proactive diagnostics performance monitoring amp remote management vii Support for Operating System Platforms amp Clustering including Windows Sun Solaris UNIX LINUX etc 10 Storage Management Software Should provide GUI based storage management software to configure and manage the storage space RAID configuration logical drives allocation for the total supported storage capacity 11 Others Redundant fans and power supplies necessary power amp interface cables etc needs to be provided Item No 7 Server Virtualization Software Qty 1 No Page 8 of 15 A standard and licenced virtualization software needs to be provided with the following features 1 It shall provide a Virtualization layer that sits directly on the bare metal server hardware with no dependence on the OS for greater reliability and security 2 It should be able to boot from iSCSI FCoE and Fibre Channel SAN etc 3 It should have the capability to create Virtual servers with 12 processors or more for all the operating system supported by the hypervisor 4 It should be integrate with NAS FC FCoE iSCSI SAN and standard infrastructure from all vendors Levera
32. modate minimum of 8 Full Height Hot Pluggable Blade Servers 3 1GB Ethernet Switch Modules Chassis should be configured with dual Redundant hot Swappable Ethernet Pass through Modules with minimum of 14 uplink ports and 14 downlink ports connecting to each Blade server inside the chassis 4 10GB Ethernet Switch Modules Chassis should be configured with dual Redundant hot swap 10GB Ethernet switch module with minimum of 14 Internal ports to connect to every blade server and minimum of 8 or more 10GB uplink ports The 10GB switch should have L2 3 capabilities 5 Fibre Channel Switch Module Chassis should be configured with dual Redundant Hot Swap 8GB Intelligent Pass through Fibre Channel Switch Modules and should provide no single point of failure FC switch should have minimum of 6 x 8GBPS External uplink Ports 6 Management Modules Chassis should be configured with dual Redundant Hot Swap Management Modules to provide IP KVM functionality Management should be software independent 7 Total No of Switch bays Chassis should have minimum 8 I O bays 8 Blower Modules Chassis should be configured with Hot Swap amp Redundant variable speed rear access blowers fan Modules 9 Power Modules Dual Power Supply to cater power for the blade servers redundant No single point of failure for Power Delivery Chassis should have dual power connectors on each blade server for power input and no single fault should take down the
33. nd should intelligently allocate available resources among virtual machines Item No 8 Server Management Software Qty 1 No A standard and licenced Virtual Machine Management Software Suite needs to be provided with the following features 1 It should provide a single view of all virtual machines allow Monitoring of system availability performances and automated notifications with email alerts 2 It should have integrated Physical Host and Virtual Machine performance monitoring including CPU Memory Disk Network Power Storage Adapter Storage Path Cluster services Virtual machine data stores 3 It should provide reports based on real time amp historical data collection for performance and utilization of Virtual Machines It should co exist and integrate with leading system management softwares 4 It should provide capability to monitor and analyse virtual machines and server utilization and availability with detailed performance graphs 5 It should allow to move a powered off virtual machine from one physical server to another by dragging and dropping the virtual machine icon 6 It should console should allow cloning of both powered on and powered off virtual machines Item No 9 42U Floor standing OEM Server Rack Qty 1 No 1 Rack should have the required width amp depth to house the above servers storage etc 2 Should contain 19 equipment mounting angle Single perforated front amp du
34. owed 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 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 returned by the bidder along with the technical bid duly signed digitally by the same signatory who signed the bid i e who is duly authorized to sign the bid Any bid not accompanied by Integrity Pact Proforma duly signed digitally by the bidder shall be rejected straightway Uploading the Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been signed by the bidder s authorized signatory who sign the Bid b The name of the OIL s Independent External Monitors at present are as under i SHRI GOPLASWAMI LA S Retd Former Chief Election Commissioner of India E mail Id gopalaswamin gmail com ii SHRI RAMESH CHANDRA AGARWAL IPS Retd Former Director General of Police E mail Id rcagarwal rediffmail com Page 5 of 6 11 0The tender shall be governed by the Bid Rejection amp Bid Rejection Criteria given in enclosed Annexure CCC However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteri
35. petitiveness or to introduce cartelisation in the bidding process 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 or to terminate the contract if already signed for such reason 1 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
36. red Validity of Bid as per NIT Technical Bid Checklist Annexure EEE Tender Bidder s Name Compliance by Bidder Ce Dome UO SL NO BEC TENDER REQUIREMENTS Confirmed Not applicable unpriced bid or Comments Bidder to confirm that he has not taken any exception deviations to Confirm that the product offered strictly conform to the technical A Confirm that the Offer has been made with Bid Bond Bank Guarantee Earnest Money along with the offer Wherever LL o Applicable Confirm unconditional validity of the bid for 120 days from the date of _ _ Confirm that the prices offered are firm and or without any Confirm that all relevant fields in the on line biding format been filled See Waem e 7 Confirm that the the price bid is in conformity with OIL s online bidding format Confirm that the offers and all attached documents are digitally signed using digital signatures issued by an acceptable Certifying Authority i CA as per Indian IT Act 2000 CONFIRM THAT YOU HAVE SUBMITTED THE DULY SIGNED INTEGRITY 3 1 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 RS NOTE Please fill up
37. ry power amp interface cables etc needs to be provided Page 7 of 15 Item No 6 Storage Device Oty 1 No 1 RAID Controller 1 Dual redundant RAID controllers with multi pathing amp load balancing 11 3 GB total usable read write DRAM cache per controller pair for data Cache should be mirrored across two controllers ili In case of extended power failure cache data should be protected for at least 15 days 2 Host interface Aggregate 32 Gbps host side bandwidth with 4 8Gbps host side ports 3 Drive interface Minimum 4 FC drive ports 4 RAID Must support RAID 5 or above 5 Storage Disk Capacity System should be configured with 20 TB usable net space after RAIDS or above 6 Supported drives Should support i 300GB or above with minimum 15K RPM Fibre Channel hard disk 1 ITB 218 HDD 11 A minimum of 300 GB SAS or equivalent drives in the same enclosures 7 Storage partitions 1 Should support minimum 8 partitions and scalable upto 128 partitions 11 112 Fibre Channel SED SAS SAS NL SSD or SATA drives using Expansion Units 8 Maximum Disk support Should be scalable to support 25000 disk IOPS publicly available reference should be included 9 Storage Features 1 Optional pointer based copy amp full clone copy the total supported storage capacity 11 Should provide automatic rerouting of I O traffic between the storage system amp hosts in case of primary path fai
38. s assembly only from respective OEMs of the products and that no refurbished duplicate second hand components parts assembly software are being used or shall be used In case of default and we are unable to comply with above at the time of delivery or during installation for the IT Hardware Software billed we agree to take back the products without demur if already supplied and return the money if any paid to us by you in this regard 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 Page 15 of 15 Annexure CCC 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 Evaluat
39. ship 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 SR PURCHASE OFFICER For the Principal For the Bidder Contractor Place Duliajan Witness 1 Date 03 05 13 Witness 2 Page 5 of 5 Response Sheet Annexure FFF Tender No Bidders Name Bidders Response Sheet 1 Delivery Period in weeks from placement of order Complied to Standard Payment Terms of OIL or not 10 Bid Security Submitted if applicable 11 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 Bid Security if Not submitted reasons thereof o OE 13 Whether you shall submit Performance Security in the event of placement of order on you if applicable Integrity Pact Submitted if applicable ee Whether submitted documents in support of General Qualification criteria of NIT If bidder is Small scale unit whether you have quoted your own product heal 17 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 7 Offe
40. ssors 17 Others Redundant fans and power supplies necessary power amp interface cables etc needs to be provided Item No 2 UNIX Servers Two main servers and one Additional Server ty 3 Nos 1 Server RISC EPIC Based 64 Bit Processor architecture blade Server 2 CPU Speed 3GHz or higher Vendor should offer the highest clock speed and cache supported on the offered model with latest supported server chipset at the time of bidding and offered Servers should have Hardware Service Processor Support and Diagnostics 3 System Performance The populated Server should offer 500000 TPMC ratings and TPMCs claimed by each vendor must be derived from published benchmark for the system offered If the benchmark for the system is not available on the website then the TPMC claimed should be in line with the published benchmark for a more high end system than the offered server 4 Total Cache At least 16MB per Chip 5 Memory 64 GB DDR3 upgradeable to 256 GB DDR3 6 Disk storage 2 no s of 300 GB Serial Attached SAS 10K rpm in RAID 1 configuration 7 LAN Connectivity Atleast 2 nos of Auto sensing 10 100 1000 Ethernet ports upgradable to 4 such ports 8 SAN Connectivity Atleast 2 nos of 4 Gbps Fibre Channel ports upgradable to 4 such ports 9 Systems management Integrated systems management processor Led Guided diagnostics Predictive Failure Analysis Page 4 of 15 Serial Over LAN IPMI compliant
41. strued that all pages of the Integrity Pact has been signed by the bidder s authorized signatory who sign the Bid 2 0 BID EVALUATION CRITERIA BEC The bids conforming to the technical specifications 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 1 The bids conforming to the technical specifications will be considered for further evaluation as per the Bid evaluation criteria after subjecting to the Bid rejection criteria as given below 2 For evaluation of bids the total cost including Hardware software installation and commissioning comprehensive warranty 3 years AMC 2 years charges for Implementation amp Integration shall be considered Page 3 of 4 3 All Servers UNIX Servers 2 Way Blade Servers NAS Server Chassis Rack Storage should be of the same OEM B COMMERCIAL 1 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 11 To ascertain the substantial responsiveness of the bid OIL reserves the right
42. sword 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 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 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 sho
43. t 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 Page 3 of 6 Display RFx Response Edt Print Preview Technical RFx Response Ciosel withdrgy vd RFx Response Number 60006452 RFx Number TEST2 Status 5 Commercial Unpriced Bid RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Response V Go to this Tab Technical RFx Response for Uploading Techno tems Notes and Attachments lt Conditions Service and Delive Event Parameters Currency Indian Rupee Incoter Detailed Price Information Price with Condilio 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 E Last Processed C Last Processed 8 Details Send EMail Call Clear Function Number Name I The table does not contain any data Valid fr 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 RFx Response Number 60006452 RFx Number TEST2 Status Withdrawn Submission Deadline 13 04 2013 11 00 00 INDIA Owner WIPRO_TEST1 Total Value 0 00 INR RFx Respdnse Version Number 2 RFx Version Number 5
44. t the OEM facility for a minimum period of 1 week XI Acceptance testing as per criteria defined during project kick off will be prime responsibility of the bidder for successful completion of the project XI The installation commissioning virtualization data migration needs to be carried out by OEM authorized experienced engineer only XII There must be comprehensive 3 years warranty During which an OEM authorized experienced engineer needs to be deputed onsite The personnel should be able to maintain the entire setup XIV Critical spares must be kept onsite for any eventuality The list of the spares to be kept must be provided with the bid XV Any other items required for implementation of the solution will be provided by the bidder XVI All the necessary softwares amp drivers for the entire solution should be provided on original CD DVD media Page 2 of 15 2 0 TIME SCHEDULE The jobs mentioned in the scope of work needs to be completed within 3 months from the date of placement of the PO 3 0 TECHNICAL SPECIFICATIONS WITH QUANTITY Item No 1 High Performance Blade Chassis ty 1 No 1 Midplane High Availability Dual Path Midplane or Passive Midplane for providing two way communication paths for Ethernet Fiber Channel KVM Switches Power Supply and Management Signals and should support four 10GB High Speed Ethernet Switches or dual Infinite band 2 Blade Bays Blade Chassis to accom
45. ted or such other person or persons contracting through Oil India Limited f 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 documentary evidence to be provided along with the bid in Technical RFx gt External Area gt Tender Documents as on the Bid Closing Date Page 2 of 6 a Bidder should have experience of successfully executing similar order of Rs 68 41 Lakhs 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 228 06 Lakhs 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 _ 20 06 13 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 pas
46. tinuous availability for the applications running in virtual machines in the event of physical host failure without the cost and complexity of traditional hardware or software clustering solutions 12 It should have the ability to manage virtual switches at a cluster level by creating a distributed switch that can span an entire cluster It should support features like NetFlow Port mirror etc and protocols like Link Layer Discovery Protocol LLDP Cisco Discovery Protocol CDP etc 13 It must support built in storage amp multi pathing 14 It should provide quality of service capabilities for storage I O so as to ensure that the most important virtual machines get adequate I O resources even in times of congestion The feature Page 9 of 15 should be available for FC iSCSI and NFS storage etc 15 It should support configurable VLANS which are compatible with standard VLAN implementations from other vendors 16 It should allow dynamic adjustment of the teaming algorithm so that the load is always balanced across a team of physical network adapters 17 It should provide network traffic management controls to allow flexible partitioning of physical NIC bandwidth between different network traffic types and allow user defined network resource pools enabling multi tenancy deployment and to bridge virtual and physical infrastructure 18 It should be able to continuously monitor utilization across virtual machines a
47. tion 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 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
48. troller 64MB SDRAM 9 Ethernet Adapter 1 X Dual port with TCP IP Offload Engine TOE Wake on LAN Serial over LAN PXE 2 and 1 X Dual Port 10 Gb Ethernet Adapter 10 Fiber Channel HBA Connectivity 2 x Dual Port 8Gbps Fibre Channel Expansion Card 11 I O Expansions 2 x8 PCIe expansion slots 12 Power Supply From the Blade Chassis via Dual Redundant Power Connectors 13 Failure Alerting Mechanism The server should be able to alert impending failures on Page 5 of 15 maximum number of components The components covered under alerting mechanism should at least include Processor memory HDDs and expansion cards 14 Systems management capabilities Server should support system management capabilities like 1 SSL and LDAP Support 11 Serial Over LAN 111 IPMI over LAN iv Windows blue screen capture v Should support remote CD and Virtual floppy vi Automatic Service Restart vii High speed remote redirection of PCI video keyboard and mouse VIII NMI SMI detection and generation ix Highly secure remote power on off x System reset control 15 Server Management Software A server management software needs to be provided and it should be capable of managing amp monitoring all management capalibities from console as well as remotely 16 OS Latest version of Microsoft windows server version 17 Virtualization 1 Should be vitualized into 8 virtual servers using standard licenced virtu
49. ty The successful Bidder will have to provide Performance Security as below a 1 Performance Security 10 of total value of the materials shall be submitted after receipt of order The Performance Security shall be valid for entire period of warranty of 3 years from the date of commissioning b 2 Performance Security 10 of AMC value shall be submitted before expiry of 1 Performance Security The Performance Security shall be valid for entire period of AMC of 2 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 Validity of the bid shall be minimum 120 days from the Bid Closing Date 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 Page 2 of 4 be treated as non responsive and rejected vii Bids received after the bid closing date and time will be rejected Similarly modificat

Download Pdf Manuals

image

Related Search

Related Contents

CDF3000    Compressor de Ar  Black & Decker DCM100BC Use & Care Manual    Lexmark Warranty Extension Service Pack for OptraT610n  Affichage  G Data AntiVirus  électrostimulateur ceinture multifonction électrodes - Sport  ponceuse vibrante manuel d`utilisation 4 sheet sander user`s  

Copyright © All rights reserved.
Failed to retrieve file