e-tender no. material description bid closing date sdi...

21
(A Govt. Of India Enterprise) OIL INDIA LIMITED P.O. Duliajan – 786602, Assam India FAX No.91-0374-2800533; E-mail : [email protected] 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-tenders : E-Tender No. Material Description Bid Closing Date SDI 4427 P12 Dated 21.12.2011 RFID based IT Asset Lifecycle Tracking System (2 Bid System) 16.02.2012 1.0 Application showing full address/email address and documents substantiating fulfillment of eligibility criteria alongwith Tender Fee of Rs. 1000.00 ( Non - refundable) per tender ( Excepting PSUs and SSI unit registered with NSIC) by crossed D/Draft in favour of M/s Oil India Limited and payable at Duliajan only is to be sent to Head-Materials, Oil India Limited, P.O. Duliajan, Assam-786602 only between 30.12.2011 and one week prior to Bid Closing date. On receipt of requisite tender fee and subject to fulfillment of eligibility criteria, 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 2.0 Eligibility criteria for issue of USER_ID and password and other details of NIT can be viewed using “Guest Login” provided in the e-Procurement portal. The link to OIL’S e-procurement portal has also been provided through OIL’s website www.oil-india.com . NOTE: Please go through eligibility criteria before applying for user ID & Password.

Upload: duongdat

Post on 25-Jun-2018

217 views

Category:

Documents


0 download

TRANSCRIPT

(A Govt. Of India Enterprise) OIL INDIA LIMITED

P.O. Duliajan – 786602, Assam India FAX No.91-0374-2800533; E-mail : [email protected]

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-tenders :

E-Tender No. Material Description Bid Closing Date

SDI 4427 P12 Dated 21.12.2011

RFID based IT Asset Lifecycle Tracking System (2 Bid System) 16.02.2012

1.0 Application showing full address/email address and documents substantiating fulfillment of eligibility criteria alongwith Tender Fee of Rs. 1000.00 ( Non - refundable) per tender ( Excepting PSUs and SSI unit registered with NSIC) by crossed D/Draft in favour of M/s Oil India Limited and payable at Duliajan only is to be sent to Head-Materials, Oil India Limited, P.O. Duliajan, Assam-786602 only between 30.12.2011 and one week prior to Bid Closing date. On receipt of requisite tender fee and subject to fulfillment of eligibility criteria, 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

2.0 Eligibility criteria for issue of USER_ID and password and other details of NIT can be viewed using “Guest Login” provided in the e-Procurement portal. The link to OIL’S e-procurement portal has also been provided through OIL’s website www.oil-india.com .

NOTE: Please go through eligibility criteria before applying for user ID & Password.

OIL INDIA LIMITED

(A Government of India Enterprises) PO : Duliajan – 786602

Assam (India)

TELEPHONE NO. (91-374) 2808719 FAX NO: (91-374) 2800533

Email: [email protected] ; [email protected] TENDER NO. SDI4427P12 DATE: 21/12/2011

INVITATION TO e-BID UNDER SINGLE STAGE TWO BID SYSTEM

Dear Sirs, OIL invites Bids for the supply of Supply of RFID based IT Asset Lifecycle Tracking System for OIL 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 tender document folder.

The general details of tender can be viewed at ‘Basic data’ under ‘Header data’ in Bid invitation screen. The details of items tendered can be found by clicking to ‘Item data’. The tender is invited with firm price for the specified quantity. Further details of tender are given in C FOLDER as ANNEXURE 1A

The tender will be governed by:

a) “General Terms & Conditions” for e-Procurement as per Booklet No. MM/LOCAL/E-01/2005 for E-Procurement LCB Tenders.

b) Technical specifications and Quantity as per Annexure – 1A.

c) The prescribed Bid Forms for submission of bids are available in the tender

document folder. Technical Checklist and Commercial Checklist vide Annexure VI

must be filled-up and submitted along with the technical bid.

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 Limited (or such other person or persons contracting through Oil India Limited).

Special Note:

1.0 Eligibility Criteria: To be eligible for participation in the above tender the applicant must meet the following qualifying criteria (documentary evidence to be provided). i). Successful execution of a single order of value not less than Rs 14.90 Lakhs for supply of

similar items during last five years. ii). Annual turnover of the firm in any of the last three financial years or current financial

year should be more than Rs 29.80 Lakhs. 2.0 Application showing full address/email address with Tender Fee ( Non - refundable) of Rs. 1000.00 ( Excepting PSUs and SSI unit registered with NSIC) by D/Draft 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 only between 02.1.2012

and one week prior to Bid Closing date. On receipt of requisite tender fee and subject to fulfillment of eligibility criteria, 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.

3.0 The tender is invited under SINGLE STAGE-TWO BID SYSTEM. The bidders are required to submit both the “TECHNICAL” and “COMMERCIAL” bids through electronic format in the OIL’s e-Tender portal within the Bid Closing Date and Time stipulated in the e-Tender. Please ensure that Technical Bid / all technical related documents related to the tender are uploaded in the c-Folder link (collaboration link) under Un-priced Bid Tab Page only. Please note that no price details should be uploaded as c-Folder link (collaboration link) under Un-priced Bid Tab Page. Details of prices as per Bid format / Commercial bid can be uploaded as Attachment in the attachment link under “Unpriced Bid” under “General Data”. 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-II

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 Materials, Materials Department, Oil India Limited, Duliajan- 786602, Assam on or before the Bid Closing Date and Time mentioned in the Tender.

a) b)

Original Bid Security .

c) Detailed Catalogue.

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. 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 (e-

commerce application) with organisation name as per Indian IT Act obtained from the licensed Certifying Authorities operating under the Root Certifying Authority of India (RCAI), Controller of Certifying Authorities (CCA) of India.

Details of prices as per Bid format / Commercial bid can be uploaded in this Attachment

C-FOLDER LINK

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.

8.0 SINGLE STAGE-TWO BID SYSTEM shall be followed for this tender and only the price-bids of the bidders whose offers are commercially and technically acceptable shall be opened for further evaluation.

Yours Faithfully Sd- (TUHIN ROY) SENIOR PURCHASE OFFICER (IS) FOR : HEAD-MATERIALS

OIL INDIA LIMITED

ANNEXURE-IA

Tender No & Date : SDI 4427 P12 dated 21.12.11 Tender Fee : INR 1000.00 Bid Security Amount : INR 60,000.00 Bidding Type : SINGLE STAGE TWO BID SYSTEM Bid Closing on : As mentioned in the Basic Data of e-portal Bid Opening on : -do- Performance Guarantee : Applicable

TECHNICAL SPECIFICATIONS WITH QUANTITY Installation and Implementation of RFID based IT Asset Lifecycle Tracking System for OIL

OIL INDIA LIMITED invites Indigenous tenders for items detailed below:

Item No

Brief Description UOM

10 Hardware & Software alongwith with Installation & Commissioning of all items: a) RFID Hand Held Reader Devices 5 Nos. b) RFID Fixed Reader Devices 2 Nos. (1 Reader + 2 Antenna) c) Passive RFID Tags 4000 Nos. d) Application Server 1 Nos. e) RFID based Integrated Asset 1 Lot Tracking Solution Software

1 No

20 a) Integration with SAP 1 AU b) MIS Report Development 20 Nos.

1 AU

30 AMC for supplied hardware and software for 3 years

1 AU

P.O. DULIAJAN-786602, INDIA ASSAM Phone : 0374-2808719 Fax : 0374-2800533 Email : [email protected] [email protected]

Page 2 of 10

NOTE: i) The total price of the above items should be quoted in the online price schedule only. The total price of the above items quoted in the online price schedule shall be considered only for evaluation. ii) The price break up of the above items should be uploaded as Attachment (as per Annexure BBB) in the attachment link under “Unpriced Bid” under “General Data” only. Please note that the Price breakup should not be uploaded in c-Folder link (collaboration link) under Un-priced Bid Tab Page. A. OBJECTIVES OF ASSET TRACKING: Oil India Limited (OIL), a public sector organization engaged in exploration, production and transportation of hydrocarbon. OIL has its operations across India and abroad. Its field headquarters is located at Duliajan, District: Dibrugarh, Assam. OIL Duliajan office has more than 3500 IT assets which includes Desktop Computers, Printers, Laptops, Workstation, Server, Storage devices and network devices like switches/ routers etc. Above IT asset is distributed over different office buildings of OIL within a campus spread over about 15 sq. km. area. OILs IT department is primarily responsible for procurement of IT assets. Once procured, same is issued to different departments as per their approved quantities. Maintenance of IT asset is carried out through Annual Maintenance Contract (AMC) with different service providers. IT department is responsible for management and day to day monitoring of maintenance services. Maintenance work is carried out at a central workshop of IT department. OIL would like to deploy RFID based Asset Lifecycle Tracking System for all its IT assets. Successful bidder for RFID based Asset Lifecycle Tracking System shall have to provide a turnkey solution including supply of software solution and compatible hardware having features answering to following requirements: 1. Generation of an unique Asset ID for all IT asset. 2. Real time movement tracking of IT Asset's available within OIL Duliajan Campus. 3. Identification of Base Location/Department/ownership/ Order No./ Vendor for / from which Asset was procured 4. On -Line access of Asset Configuration Data on OILs LAN (Processor/ Memory/ Storage Capacity etc.) 5. Ease in Tracking of Last Maintenance Activity done for specific Asset/ On-line IT asset tracking on OILs Intranet. 6. On-Line tracking of Maintenance Service Provider details for an asset on OILs Intranet. 7. Fast and Accurate Asset Physical Counting / Auditing 8. System based on-line Asset's Warranty Tracking and Maintenance alerts. 9. Supplier wise Asset Identification 10. Seamless Integration with ERP System for real time transactions B. SCOPE OF WORK: 1. Design of System Architecture 2. Develop and Implementation of RFID Based integrated IT Asset Lifecycle Tracking Solution to support Asset Management Transactions such as; Asset Receipt, Asset Transfer Activity (within or

Page 3 of 10

outside company), Asset Physical Counting/Auditing, On Demand Asset Search/Identification, Asset Life Cycle movement tracking and recording, AMC management. 3. Real time integration with SAP ERP (R3 4.7 running and planning to upgrade in to ECC 6.0) Asset Module 4. Supply and Installation of RFID Hardware Infrastructure at specified locations of Oil India premises. 5. Supply of suitable RFID Tags. 6. Supply and Installation of necessary Hardware Infrastructure for running on-line asset tracking application at Oil India Limited, Duliajan, Assam. 7. System based Analysis and MIS reports 8. Software User Training (role based) to Trainer Staff, Control Room Operators and other participating users 9. Post Implementation support for 1 year for both Hardware and Software Supplied. C. SYSTEM SCOPE: (i) System Architecture 1. System architecture should be client-server based and capable to flow information among various participants/users of the system. 2. The System with the RFID application package should be able to act as an stand alone system for all IT asset management and tracking functions. 3. System architecture should be able to seamlessly integrate with SAP ERP R3 4.7 System of OIL. 4. Application Server should be able to gather necessary information from SAP System as and when SAP System gets updated, operate on Information and passes necessary data to Last Layer i.e. RFID Readers. 5. RFID application Layer should act as a Data/Information Communication Bridge between SAP ERP and RFID readers. 6. Last Layer where Reader Application lay should perform all real time Asset tracking Business Scenarios. This Application should be installed on RFID Readers, which identify Asset by read RFID Tags applied on them. 7. RFID Tags should hold all necessary Asset Relevant Information on them. 8. The RFID application server should be able to work as standalone application, in case SAP ERP system is not available. (ii) Windows based Application system 1. RFID based Application should be a Desktop based Application, which should be capable to generate encoded RFID Tag IDs for new received Assets. Asset relevant information received from SAP System should be used by Application to generate Tag IDs such as Asset Code, Supporting Asset Document reference etc. In case relevant asset data is not available on SAP ERP System of OIL, facility for entering the same as a standalone application has to be provided. 2. RFID based Application should be capable of generating alerts for system administrators. 3. RFID Based Application should be capable of generating MIS Reports like comprehensive asset list, category wise asset list, asset maintenance report, asset warranty report, asset write-off report, location/ department wise asset availability report etc. Nature and quantity of MIS report will be decided in consultation with OILs IT department. However, total no. of reports will not exceed 20 (twenty Nos.). 4. RFID based application should be capable of communicating to Data / Information Server and RFID readers through Wi-Fi or wired network.

Page 4 of 10

5. RFID Application should be capable to simultaneously process input from multiple RFID readers and interface to enterprise applications. RFID Application should be able to correlate input from all readers with business rules that exist at a higher level. 6. RFID based Application should be capable to authenticate system users as per their role. Should be able to integrate with OILs Active Directory infrastructure. 7. RFID based Application should be capable to record Asset Life Time movements and retrieve them as and when required. 8. All user access should be web enabled. (iii) RFID Readers and their Application 1. RFID reader applications should be able to Transmit and Receive RF signals from Tags, after getting information transmits it to RFID Application 2. Reader Applications should be able to authenticate Users for writing Asset Information on RFID tag. 3. RFID Reader Applications should be capable to communicate with Windows based application using Wi-Fi/ Wired communication 4. RFID Reader Application should be capable to provide all asset relevant information to the field users based on their authentication. 5. Asset Search should be possible, so user can find out required Asset based on different criteria, like Asset Code, Vendor Code, and Serial No etc. 6. Asset Transactions should be done at field level and verified with ERP system. 7. Reader Application should support on field Asset Counting / Auditing. D. TECHNICAL REQUIREMENT AND COMPLIANCE STATEMENT FOR RFID HARDWARE: (i)RFID Handheld Reader: 5 (five) Nos. RFID Hand Held Reader Technical Evaluation Compliance i. PERFORMANCE CHARACTERISTICS a. Data capture options: Omni-directional 1D, 1D ER (extended range, US only) and 2D imaging engine reads symbologies and captures grayscale images and signatures with intuitive laser aiming. b. Expansion: Should Support Memory Expansion using SD/MMC card c. Memory : Minimum 128 MB d. Operating system (OS): Minimum Microsoft Windows Mobile 5.0 Premium Edition, e. Processor (CPU): Intel® XScale# Bulverde PXA270 processor at 624 MHz or better ii. RFID a. Antenna: Integrated, linearly polarized b. Field: Minimum 70-degree cone (approx.) measured from nose of device c. Frequency range: US: 902-928 mHz; Europe: 865.7-867.5MHz (ETSI EN 302 208) d. Nominal read range: Minimum 0.2 ft. to 10 ft./6.09 cm to 304.8 cm e. Nominal write range: Minimum 1 ft. to 2 ft./30.5 cm to 60.9 cm f. Output power: Minimum 1W (2W EIRP) g. Standards supported: Should support EPC Gen 2 DRM iii. REGULATORY SPECIFICATIONS a. EMC: FCC Part 15 Subpart B, EN 301 489-7, IEC 60601-1-2, EN 55024, EN 301 489-17, EN 55022, EN 301 489-1, ICES 003 Class B, EN 61000-3-2, EN 61000-3-3 b. Electrical safety: UL 60950-1, CSA C22.2 No. 60950-1, EN 60950-1, IEC 60950-1

Page 5 of 10

c. Environmental: RoHS Directive 2002/95/EEC d. Laser safety: EN 60825-1, IEC 60825-1, 21CFR1040.10 e. RF exposure: 787,788,789,2835 f. Radio: Radio EN 300 328, EN 301 511, EN 301 893 iv. USER ENVIRONMENT a. Charging temperature: 32° to 104° F/0° to 40° C b. Drop specification: Multiple drops to concrete: 6 ft./1.8 m across the operating temperature range (electronic enclosure, display, and keyboard) c. Electrostatic discharge (ESD): +/-15kVdc air discharge; +/-8kVdc direct discharge; +/-8kVdc indirect discharge Humidity 5% to 95% non-condensing d. Operating temperature: -4° to 122° F/-20° to 50° C e. Storage temperature: -40 F to 158 F / -40 C to 70 C v. WIRELESS DATA COMMUNICATIONS a. Antenna : Internal b. Data rate: Should support 802.11 a/b/g upto 54 Mbps c. Frequency range: 802.11a - 5.8 GHz, 802.11b - 2.4 GHz, 802.11g - 2.4 GHz d. Output power: 100 mW international, 100 mW US e. WLAN: 802.11 a/b/g f. WPAN (Bluetooth Support): Bluetooth v1.2 with BT Explorer (ii) RFID Fixed Reader: 2 Nos. RFID Fixed Reader Technical Evaluation Compliance i. USER ENVIRONMENT a. Humidity: 5% to 95% non-condensing b. Storage temperature:-40° to +70° C/-40° to +158° F @85% RH c. Operational: -20° to +55° C/-4° to +141° F d. Vibration: IEC 60068-2-6 e. Environmental Sealing: Should conform to IP53 ii. RFID a. Power output: Up to 30 dBm b. Standards supported: EPC Gen 2 (Dense Reader Mode) c. Tag protocol: EPC Gen 2 (Dense Reader Mode) iii. CONNECTIVITY a. External interfaces: Control I/O (12) - DB15, RS232 Serial Console - DB9, USB Host - USB Type A, USB Client - USB Type B b. Network connectivity: 10/100 Base T Ethernet - RJ45 c. Read points: Up to 8 read points in single-port mode; up to 4 read points in dual-port mode iv. OS AND FIRMWARE MANAGEMENT: a. Firmware upgrade: Should support Web-based and remote firmware upgrade capabilities b. Host interface protocols: XML and Byte Stream c. IP addressing: Static and dynamic d. Management protocols: SNMP support, Future support for MSP e. Memory: Minimum 64 MB

Page 6 of 10

f. Operating system: Microsoft Windows CE 5.0 or later g. Synchronization: Network Time Protocol v. REGULATORY SPECIFICATIONS a. Electrical safety: UL 60950-1 b. Regulatory: ETSI EN 302-208 (iii)Passive RFID Tags: 4000 nos. RFID Tag Technical Evaluation Compliance i. Electrical characteristics a. Integrated Circuit (IC): EPC Class 1 Gen 2 compliant b. Memory: Should be sufficient to store data as per our scope of work c. Read Sensitivity: Min. 2.3 V/m ii. General characteristics a. Operating temperature (electronics parts): -40°C/+65°C, -40°F/+149°F b. ESD voltage immunity: +/- 1 kV peak, HBM c. Shelf life: Minimum 2 years from the date of manufacture d. Bending diameter (D): > 50 mm, tension less than 10 N e. Static pressure (P): < 10 MPa (10 N/mm2) iii. Delivery Form a. Transponder antenna material: Rust Proof b. Transponder adhesive " labeling temperature : min. +5°C, min. +41°F " operation temperature : min. -10°C-120°C, min. 14°F - 248°F " peel : min. 8 N/25mm (FTM 2) (iv) Application Server: 1 (One) No. Specification for Server: 1. Make/Model: Dell/HP/Compaq/Acer/Wipro/ HCL/ Lenovo 2. Processor: Minimum Intel Xeon 3400 series Dual Core processor with Minimum Clock Speed of 2.2 GHz 3. Motherboard: Min 4 DIMM slots for DDR3 1066 MHz Memory 4. Chipset: Minimum Intel 3420 Chipset 5. RAM: Minimum 8 GB 1066 MHz DDR3 6. HDD: a. 2 x 300 GB 10000 rpm (min) SATA/SAS in RAID 1 implementation for OS. b. 5 x300 GB 10000 rpm (min) SATA/SAS in RAID 5 (hardware implementation) for data 7. Raid Controller to be supplied along with the server. 8. Backup: LTO 4 backup solution, either external or in-built with required backup software 9. I/O Adapters: Minimum two(2) 100/1000 Mbps Ethernet Interface card. 10. I/O interfaces: Minimum 4 USB 3.0 (2 at the front end) 11. Optical Drive: Minimum 16X DVD + /-RW with Dual Layer Write Capabilities

Page 7 of 10

12. Adapters Slots: Minimum 2 Nos. free PCI /PCI-X Slots 13. Operating System: Microsoft Windows Server 2008 Standard (32-bit) on CD/DVD Media 14. Chassis: Tower Model. 15. Monitor: Minimum 17" LCD display monitor (1280x1024) 16. Other: Keyboard, Optical Mouse E. Warranty: 1. Minimum 1 (One) year comprehensive onsite warranty for all supplied hardware and software including all custom reports developed. Warranty will start after successful installation and commissioning of the project. F. Annual Maintenance Contract: 1. The bidder has to quote for 3 (years) comprehensive Annual Maintenance Contract (AMC) for all supplied hardware/ software and custom reports for the RFID based IT Asset Management System. 2. AMC will start after successful completion of warranty period. 3. All services under AMC have to be provided on site. 4. AMC will include supply and replace of parts or whole equipment as required. 5. Maintenance engineer / Software support engineer from successful bidder shall have to visit Duliajan for routine and preventive maintenance, loading of software upgrades etc. , at least once in every 6 (Six) month from start of AMC period. All travelling, boarding and lodging cost of bidders personnel shall have to be paid by the bidder. 6. Successful bidder shall have to supply and install all upgrades released for the supplied software applications during the AMC period. 7. In case of any hardware breakdown/ software malfunction, a call will be logged to bidder by phone & e-mail in designated phone no. / e-mail address provided by the successful bidder for this purpose. The date and time of lodging the call will be recorded. 8. Maintenance personnel from successful bidder shall have to report at Oil India Limited, Duliajan within 36 hrs. of reporting the call. 9. The hardware / software problem shall have to be rectified within 72 hrs. of reporting the call. 10. All travelling, boarding and lodging expenses for bidder's maintenance engineers visiting Duliajan for breakdown maintenance shall have to be borne by the successful bidder. 11. If a software/ hardware failure in the system is not rectified within 72 hrs. of reporting the call, a penalty of Rs. 3000/- (Rupees Three Thousand Only) per day shall be levied on the successful bidder. If for any reason, the bidder fails to provide services within seven successive days from the date of reporting, the period of AMC will be extended by that number(s) of days, at no extra cost, in addition to the above penalty. 12. Payment for AMC shall be paid to successful bidder on half-yearly basis at the end of the period. The bidder shall have to raise invoice after every six month after completion of the period. Any penalty levied on the successful bidder during that period shall be deducted from the payment of that period. However, total penalty for the period shall be limited to 15% of the invoiced amount for that period. 13. Successful bidder shall have to submit their single point contact information for the above AMC after completion of the warranty period. The contact information shall include name of contact person, designation, telephone nos. (land line and mobile) and e-mail address. 14. Successful bidder shall have to submit the escalation matrix for above mentioned AMC at the time of start of the above AMC.

Page 8 of 10

G. Payment Term: 1. 70% of material value after receiving the material. 2. 30 % of material value after Installation & Commissioning. 3. Payment for Integration with SAP will be done after successful completion of job. 4. Payments for MIS Report will be done on actual reports preparation as per our requirement.

---------------------------------------------------------------- AA. Standard Notes: 1) The tender is invited under SINGLE STAGE-TWO BID SYSTEM. The bidder has to submit both the “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 Unpriced Bid is to be submitted as per Scope of Work & Technical Specification of the tender and Priced Bids as per the Online Commercial Bid format. 2) In Technical Bid opening, only Collaboration Folder ( C folder ) will be opened. Therefore, the bidder should ensure that Unpriced Bid is uploaded in the c-Folder link (collaboration link) under Un-priced Bid Tab Page only. No price should be given in above C folder, otherwise the offer will be rejected. Please go through the help document in detail before uploading the document. 3) The original bid security ( amount is mentioned above and also in Basic Data of the tender in OIL’s e-portal) should reach us before bid closing date and time of the technical bid. Bid without original Bid Security will be rejected. The bidders who are exempted from submitting the Bid Bond should attach documentary evidence in the Collaboration folder as per clause 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 six months from the date of bid opening. 4) OIL reserves the right to allow Small Scale Sectors registered with NSIC purchase preference facility as admissible as per existing Government Policy. The bidders are requested to check the latest position on the subject on their own and OIL does not accept any liability whatsoever, on this account.

Page 9 of 10

Annexure-A Sample authorisation 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: Authorisation Certificate Ref: Your tender enquiry No._________ Dated ______. We hereby authorize M/s_________ to quote and provide onsite warranty support, including replacement of spares, for the above tender, on our behalf. This certificate is valid up to ___________ (18 months from the date of submission of offer). 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 10 of 10

Annexure-B 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 Equipments being quoted to you vide our quotation No. ................. cited above, we hereby undertake that all the components/ parts/ assembly/ software used in the Equipments under the above like Hard disk, Monitors, Memory, etc., shall be original, new components/ parts/ assembly only, from respective OEMs of the products and that no refurbished/ duplicate/ second hand components/ parts/ assembly/ software, are being used or shall be used. We also undertake that in respect of licensed operating system, it shall be sourced from the authorised source (Authorised Microsoft Channel). 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 Equipments 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 & 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 1 of 3

Annexure - II BID REJECTION CRITERIA (BRC) / BID EVALUATION CRITERIA (BEC) Other terms and conditions of the enquiry shall be as per General Terms and Conditions vide MM/LOCAL/E-01/2005 for E-Procurement LCB Tenders. However, if any of the Clauses of the Bid Rejection Criteria / Bid Evaluation Criteria (BEC / BRC) contradict the Clauses of the tender or MM/LOCAL/E-01/2005 elsewhere, those in the BEC / BRC shall prevail. 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

viii). The Bidder has to be OEM/Joint Venture of OEM/Subsidiary of OEM/Authorized Dealer of OEM. Joint Venture companies, subsidiaries and authorized dealers must submit Authorisation certificate (in original) from OEM, as per Annexure-A, attached herewith, stating that the OEM will provide support directly or through the particular dealer during the warranty period including

: i). Bidder should have experience of providing RFID Based Asset Management solution in at-least 2 (two) projects. Documentary evidence for above has to be submitted with the Bid, failing which, their offer will be rejected. ii). The Bidder should be ISO 9001:2000 or higher certified for providing software based Solutions. Documentary evidence for above has to be submitted with the Bid, failing which, their offer will be rejected. iii). Bidder must have minimum 3 years experience in installation and commissioning of RFID Based Systems in Indian Market as on bid closing date. Documentary evidence for above has to be submitted with the Bid, failing which, their offer will be rejected. iv). Bidder must have minimum 3 nos. of orders received during last 3 years for design, Development and deployment of RFID based Solutions. Out of these, at least one project order value should be of more than Rs 10 Lakhs. The bidder may provide order reference of deployment of any RFID based project (may not be specific to Asset Management), for which they have received minimum 3 orders in last 3 years. Documentary evidence for above in the form of order copy and / or Project completion certificate has to be submitted with the Bid, failing which, their offer will be rejected. v). Bidder must have experience in integrating RFID solution with SAP ERP R3 4.7 solution. Suitable documentary evidence for above has to be submitted with the Bid, failing which, their offer will be rejected. vi). Bid(s) not complying with Delivery, installation & commissioning, warranty, penalty, and AMC clauses will be rejected. vii). The bidder should quote for all the items mentioned in the tender, failing which, their offer will be rejected.

Page 2 of 3

replacement of spares and the validity of the certificate should be for a minimum period of 18 months from the date of submission of offers/bids, failing which, their offer will be rejected. ix). The Bidder should provide an Undertaking of authenticity of IT Hardware/Software supplies,(in original), from OEM, as per Annexure-B, should be attached, stating that no refurbished/ duplicate/ second hand components/ parts/ assembly/ software, shall be used, failing which, their offer will be rejected. (B)

i). Bids are invited under “Single Stage Two Bid System”. Bidders have to submit both the “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 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.

COMMERCIAL :

ii). Bid security:

Bid security of Rs 60,000.00 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 , the bid submitted through electronic form will be rejected without any further consideration.

iii). Performance Bank Guarantee:

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 six months from the date of bid opening.

(i) The successful Bidder will have to provide Performance Bank Guarantee @ 10% of Total cost of all supplied hardware/ software and custom reports for the RFID based IT Asset Management System. (ii) The successful Bidder will have to provide Performance Bank Guarantee @ 10% of 3 years AMC charges. The PBG for AMC shall be submitted prior to expiry of 1 year warranty period. For exemption for submission of Performance Bank Guarantee, please refer Clause No. 9.12 of General Terms and Conditions vide MM/LOCAL/E-01/2005 for E-Procurement LCB Tenders. The Performance Bank Guarantee for capital nature items like plant and machinery etc. shall be valid for 12 months from the date of commissioning or 18 months from the date of despatch whichever concludes earlier. However, for consumables like chemicals, cement, tubular etc. the Performance Bank Guarantee shall be valid for 12 months from the date of despatch.

iv). The Bank Guarantee should be allowed to be encashed at all branches within India. v). Validity of the bid shall be minimum 120 days from the Bid Closing Date.

Page 3 of 3

vi). 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.

vii). Bids received after the bid closing date and time will be rejected. Similarly, modifications to bids received after the bid closing date & time will not be considered.

viii). All the Bids must be Digitally Signed using “Class 3” digital certificate (e-commerce application) as

per Indian IT Act obtained from the licensed Certifying Authorities operating under the Root Certifying Authority of India (RCAI), Controller of Certifying Authorities (CCA) of India. The bid signed using other than “Class 3” digital certificate, will be rejected.

ix). C folder is meant for Technical bid only. Therefore, No price should be given

in C 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.

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 : i) For evaluation of bids, the cost of the material including installation, commissioning, warranty, Integration with SAP, MIS Reports and 3 year AMC charges are to be considered together.

ii) The bids conforming to the technical specifications and considered to be responsive will be further evaluated as per the Bid evaluation criteria after subjecting to the Bid rejection criteria.

(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). 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. 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".

-----xxxx-----

ANNEXURE-BBBTender No & Date : SDI 4427 P12 dated 21/12/2011

Price break up -

Item No Brief Description UOM Unit Price (In Rs)

Total Price (In Rs)

RFID based IT asset Lifecycle Tracking system: Hardware & Software alongwith Installation and commissioning charges:

1 No

a. RFID Hand Held Reader Devices 5 Nob. RFID Fixed Reader Devices (1 Reader + 2 Antenna) 2 Noc. Passive RFID Tags 4000 Nod. Application Server 1 Noe. RFID based Integrated Asset Tracking Solution Software 1 Lota. Integration with SAP 1 AUb. MIS Report Development 20 No

3 AMC for 3 years – 1 AU

2

1

NOTE:i) The total price of the above items should be quoted in the online price schedule only. The total price of the above items quoted in the online price schedule shall be considered only for evaluation.

ii) The price break up of the above items should be uploaded as Attachment (as per Annexure VI) in the attachment link under “Unpriced Bid” under “General Data” only. Please note that the Price breakup should not be uploaded in c-Folder link (collaboration link) under Un-priced Bid Tab Page.

Taxes as applicable on above items = Rs ........................

Sl No. Description Remarks1 Name of Bidder2 Place of Despatch (Ex- Works)3 Make of quoted Product4 Validity of Bid from Bid Closing Date5 Delivery Period in weeks from placement of order6 Payment Terms7 Bid Bond Submitted8 Bid Bond if Not submitted reasons thereof9 Whether you shall submit PBG in the event of placement of

order on you

Bidders Response Sheet

Tender No. Annexure VI

Matrix for Technical & Commercial EvaluationNote :- Only white coloured boxes are to be filled by the bidder

Name of Bidder :

SL. NO. BEC / TENDER REQUIREMENTSIndicate 'Confirmed' / 'Not Confirmed' / Not applicable

Indicate Corresponding page ref. of unpriced bid

1 Bidder to confirm that he has not taken any exception/deviations to the bid document .

2 Confirm that the product offered strictly conform to the technical specifications.

3 Confirm that the Offer has been made with Bid Bond / Bank Guarantee / Earnest Money along with the offer ?

4 Confirm unconditional validity of the bid for 120 days from the date of opening of techno-commercial bid.

5 Confirm that the prices offered are firm and / or without any qualifications?

6 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 all the terms & conditions ? 9 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

11 CONFIRM THAT YOU HAVE SHALL SUBMIT PERFORMANCE BANK GUARANTEE AS PER NIT IN THE EVENT OF PLACEMENT OF ORDER ON YOU

Compliance by Bidder