notice inviting tender for version upgrade of oracle e-business suite

150
TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 1 of 150 TENDER NO: REC/IT/ERP (R12)/117/2016/2 (ONLY THROUGH E-TENDERING MODE) QCBS (Quality cum Cost Basis) Notice Inviting Tender For Version Upgrade of Oracle E-business Suite (11i to R12) And Replacement of Hardware

Upload: dangthu

Post on 01-Jan-2017

237 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 1 of 150

TENDER NO: REC/IT/ERP (R12)/117/2016/2

(ONLY THROUGH E-TENDERING MODE)

QCBS (Quality cum Cost Basis)

Notice Inviting Tender

For Version Upgrade of Oracle E-business Suite (11i to R12)

And

Replacement of Hardware

Page 2: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 2 of 150

RURAL ELECTRIFICATION CORPORATION LIMITEDCORE-IV, Scope Complex, 7 Lodi Road, New Delhi 10003

Important Notice

1. An incomplete or ambiguous or conditional or late bid is liable to be summarily rejected.

2. The bidder must attest the original tender document with authorized signature and stamp as

an acceptance of the TENDER terms and conditions and submit the same along with the

tender response. In case of non- compliance, the bid is liable to be summarily rejected.

3. The submission and opening of bids will be through e-tendering process. Financial bidhas to be submitted on-line only (no hard copy). Tender Document is to be downloaded

directly from any of the following websites:

a. www.tenderwizard.com/REC

b. e-tender link in RECL Corporate Website, viz, http://www.recindia.gov.in

c. From Govt e-procurement portal (CPP) viz, www.eprocure.gov.in.

Note:

a. To participate in the E-Bid process, it is mandatory for the bidders to register

with 'TenderWizard' and to have valid user ID & Password.

b. For assistance/ any help to the bidders, detailed Bidder Manual for submission of E-

Bid is annexed to this tender document at Annexure H.

c. Prospective bidders are advised to obtain digital signature (Level 3) and register

themselves at www.tenderwizard.com/REC well in advance. Please note that RECL is

in no way responsible if a bidder fails to apply due to non-possession of Digital

Signature & non registration. Prospective bidders are also requested to escalate

problem, if any, well in advance. Last minute escalation of any such problem will not be

entertained.

Page 3: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 3 of 150

Tender at a Glance

1. Work Item Title/Description

Version Upgrade of Oracle E-business Suite And Hardware Replacement at RECL

2. Broad Scope Version Upgrade of Oracle E-business Suite [from 11i to the latest version ofR12 (hence forth to be referred to as R12) as on the last date of bid submissionfollowing standard up gradation procedure and replacement of Hardware alongwith stipulated warranty and support. There should be No Single Point OfFailure for Production Instance (NSPOF-PI) at REC Data Centre (DC) & RECDisaster Recovery (DR) Centre.

3. Tender ReferenceNo.

REC/IT/ERP(R12)/117/2016/2

4. Tender Type Open5. Tender Mode e-procurement/QCBS (Quality cum Cost Basis)

RECL may opt for e-Reverse Auction

6. Tender ReleaseDate

16.05.2016

7. Pre-Bid Conferencedate

25 - 26.05.2016 1130hrs

8. Last BidSubmission date

20.06.2016 1500hrs

9. Date of Opening ofEligibility and Pre-qualification Bid(Part-1)

20.06.2016 1530hrs

10. Location of Bidsubmission

Reception, RECL Corporate OfficeCORE-IV, Scope Complex, 7 Lodi Road, New Delhi – 110003

11. Location of BidOpening

RECL Corporate OfficeCORE-IV, Scope Complex, 7 Lodi Road, New Delhi – 110003

12. No. of Covers 3 (Three)1. Eligibility & Pre-qualification Criteria Bid2. Technical Bid3. Financial Bid

13. Tender Category Goods, Works, Services14. EMD Fee Rs.7,00,000/- in form of Bank Guarantee/Demand Draft / Banker’s cheque drawn on a

Indian Nationalised Bank in favour of ‘Rural Electrification Corporation Limited’payable at New Delhi

15. EMD ExemptionAllowed

Micro, Small and Medium Enterprises (MSME)National Small Industries Corporation Limited (NSIC)As applicable as per prevailing Government of India norms.

16. Bid Validity days 365 days17. Go Live Go Live-36 weeks from Date of Acceptance of Purchase Order by Bidder18. Project Period after

Go Live4 years extendable to further 2 years

19. Contact Details E – Tenderwizard:1. Help desk No - 011-49424365, [email protected]. Sh. Sandeep- 8800496478, [email protected]. Sh. Krishna – 8800900127, [email protected]:-1. Sh. Mohit Meena – 7834907788, [email protected]. Sh. Ajay Aggarwal – 9911334047, [email protected]. Ms. Navita Dubal – 9899754442, [email protected]. Sh. Abhijit Saha– 9899034655, [email protected]

Page 4: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 4 of 150

Abbreviations

In this contract, the following terms shall be interpreted as indicated:

a. “The Contract” means the agreement entered into between the RECL and the Bidder asrecorded in the Contract Form signed by the parties, including all the attachments andappendices thereto and all documents incorporated by reference therein;

b. “The Contract Price” means the price payable to the Bidder under the Contract forthe full and proper performance of its contractual obligations;

c. “The Goods” means benchmarked fully functional, Integrated & upgraded oracle ERPSoftware solution and equipment(s) and/or product(s) along with all manuals and/or othermaterial(s), which the Bidder is required to supply, install, commission and maintain,integrate, train and facilities management for the RECL under the Contract;

d. “The Services” means those services ancillary to the supply, installation, development,customization, integration, warranty maintenance, PPS etc of the Products, Goods, suchas transportation and insurance, and any other incidental services, such asinstallation, commissioning, maintenance, provision of technical assistance, training,system integration, facilities management and other obligations of the bidder coveredunder the Contract;

e. “The RECL” means the organization purchasing the equipment and/or product, i.e.,Rural Electrification Corporation Limited, located at Core 4,Scope Complex, 7 LodiRoad, New Delhi 110 003.

f. “The Bidder” means the firm(s) submitting the Bid or Firm to whom Letter of Award isissued.

g. “The Site” means any RECL premises/ RECL Data Centre and DR centre, which includesit’s Corporate Office, Annex Office, Zonal Offices, Project Offices and CIRE.

h. “Day” means calendar day

More abbreviations

1. AF – After noon2. AMC – Annual Maintenance Contract after completion of by default warranty3. AN – After noon4. ATP- Acceptance Test Plan5. ATS - Annual Technical Support :- ATS as per standard Oracle , Oracle (OEM) provides

functional & technical patches, localization patches, bug fixing, critical patches againstsecurity threats and handling of Service Requests, expert advice etc. from time to time.

6. ATP- Acceptance Test Plan7. BG – Bank Guarantee8. CEMLI - Configuration, Extension, Modification, Localization, and Integration - It is an

ERP software extension framework provided in Oracle Applications by Oracle Corporation.CEMLI is Oracle's published guidelines for developing and implementing custom extensionsto Oracle Applications.

9. CO - Corporate Office10. CR – Change Request11. DC - Data Centre12. DR – Disaster Recovery13. EMD- Earnest Money deposit14. ERA – e Reverse Auction15. EQA - External Quality Assurance16. FRS – Functional Requirement Specification of RECL’s Issues17. H/W - Hardware18. IQA - Internal Quality Assurance

Page 5: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 5 of 150

19. ISMS – Information Security Management System20. LDAP - Lightweight Directory Access Protocol21. MAF – Manufacturer Authorization Form22. NAS – Network - attached Storage23. NBFC - Non-Banking Financial Company24. OEM – Original Equipment Manufacturer25. OS – Operating System26. PBG – Performance Bank Guarantee27. PO – Project Office28. PPS - Post Production Support [for ERP Application]:- Support for customized development

and maintenance of customized software and also bug fixing of custom components andoperation, This support also covers incorporating changes suggested by Auditor on ERPand attend to Observations related to internal control and Improvement Opportunities in ERP,Reports, Continuous minor changes in the processing logic of modules.

29. PPS - Post Production Support [for Hardware]: Monitoring, trouble-shooting and support forthe entire proposed IT infrastructure to ensure smooth running of the ERP and other servicesusing this infrastructure as per prescribed performance standard for each item.

30. QCBS - Quality cum Cost Basis31. RAID - Redundant Array of Independent Disks32. RPO - Recovery Point Objective. Represents a measure of the maximum data loss that is

acceptable in the event of a failure or unavailability of the primary.33. RTO - Recovery Time Objective. Represents the amount of time it takes the system (DR) to

recover from failure or unavailability of the primary.34. SAN – Storage Area Network35. SDLC – Software Development Life Cycle36. SIT – System Integration Testing37. SLA – Service Level Agreement38. SNR – Site Not Ready for RECL ‘s reason39. S/W - Software40. UAT – User Acceptance Testing41. VSS - Visual SourceSafe42. ZO - Zonal Office

Page 6: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 6 of 150

TABLE OF CONTENTS

Chapters Details PageNumber

Chapter 1 Introduction 7

Chapter 2 Eligibility And Pre-Qualification Criteria 12

Chapter 3 Detailed Scope of Works 14

Chapter 4 Instructions to Bidders 26

Chapter 5 Evaluation of Bids 49

Chapter 6 Timelines & Payment Milestones 61

Chapter 7 Liquidity Damages 65

Chapter 8 Section 1-Existing Licenses 69

Section 2-Existing Hardware Detail 69

Section 3-Existing Backup & Replication Detail 70

Chapter 9 Integrity Pact 71

Chapter 10 e-Reverse Auction Guidelines 79

Annexures Annexures

A Bid Form along with Undertaking on compliance of Technicalspecification, Tender requirements and terms & conditions

83

B Eligibility Criteria Compliance Form 87

C Technical Specification Compliance Bid 89

D Proforma for Bank Guarantee 127

E Proforma for Bank Guarantee (EARNEST MONEY) 128

F Financial Bid 130

G Acceptance Form For Participating in e-RA 145

H Bidder Help Manual for E-Bidding 147

Page 7: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 7 of 150

CHAPTER 1INTRODUCTION

1.1 Introduction

Rural Electrification Corporation Ltd. (RECL), was incorporated on July 25, 1969 under theCompanies Act 1956. RECL is a Navratna company under Ministry of Power, Government ofIndia and is a Public Sector Enterprise with ‘AAA’ rating (Corporate website:www.recindia.gov.in).RECL has its Corporate Office (CO) at Core-4, SCOPE Complex, 7 Lodi Road, New Delhi110003, India and Annex at MTNL Building, Scope Complex, New Delhi. RECL has also 20Zonal / Project Offices/ Sub-Offices through-out India and one Training institute viz, CentralInstitute of Rural Electrification (CIRE) at Hyderabad. The detailed office addresses can beobtained from the RECL’s web site.

1.2 Current Environment Details

a. The Corporation has implemented Oracle based ERP application (Oracle EBS11i, version 11.5.10.2) (called ‘Business ERP’) to automate all majorfunctional areas at all offices of the Corporation with the objective to capture alltransaction at source of generation and to optimize the functional processes.The application runs on centralized Servers (on Oracle 11g database) and alloffices transact through the workstations provided at the offices on on-line andreal-time basis. Details of existing license are mentioned at Chapter 8.

b. The application has been implemented following Oracle ERP standardimplementation process. RECL has implemented Oracle E-Business Suite 11iwith India localization, which currently runs on EBS version 11.5.10.2. Modules inuse include:

o Finance related Accounts Payable Accounts Receivable General Ledger Fixed Assets Treasury Cash Management Banking Purchasing and Inventory Loan Management

o Project related Project Management (This has 5 sub-modules viz. Transmission &

Distribution (T&D), Generation, Deen Dayal Upadhyaya Gram JyotiYojana (DDUJGY), Medium Term Loan (MTL), Short Term Loan(STL))

o Claim related (Fully customised)

Claims

Page 8: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 8 of 150

o Credit Exposure Limit, Entity appraisal

o Pay related* Payroll CPF (Customized) Pension (Customized) Medical (Customized)

*Operation of these modules are in the process of shifting to the HR ERP systemwhich includes HR, Pay, CPF and pension modules. However, the PAY and CPFmodules along with data are to be migrated from present EBS 11i version to theproposed upgraded ERP so that reports and MIS related to past data can begenerated from the Business ERP in future.

Some of the modules viz, Project Management, Loan Management etc. arehaving customized codes over and above the standard module. RECL hasdone the CEMLI to achieve the business requirements. The following are theapproximate figure of the components which have been developed insystem:

550 Custom Reports 100 Form Personalisation 6 Interfaces 100 OAF/Forms 20 Workflow 250 Packages/Procedure/Function 180 SQL Loader/Control Files 1100 Table/Views/Synonyms/Triggers

o Reporting Tool: Oracle Discoverer

c. Other Systems running in REC which have interface with the Business ERP:

S.No.

System Name Type Applicationname Version

OS DB

1 HR ERP Product Ramco Virtualworks ver 5.1

Windowserver2012

MS SQLSERVER2012

2 DocumentManagementsystem

Product Fine docsV5.0.2,ASP.net 4.0

Windowserver2008

Oracle 11g

3 Borrower portal In-housedeveloped

C #-ASP .NET.NETFrameworkVersion : 4.0

Windowserver2012

Oracle 11g

4 SMS Gateway In-housedeveloped

C #-ASP .NET.NETFrameworkVersion : 4.0

Windowserver2008

Oracle 11g

5 Bill Tracking In-housedeveloped

JSP Windowsever 2008

Microsoftaccess

Page 9: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 9 of 150

d. Level of Integration with other systems

S.No.

SystemName

Purpose of Interface Data exchanged Direction

1. HR ERP To Integrate with HRERP data

Employee details, Inbound

2. HR ERP To Integrate with HRERP data

Payroll andMiscellaneouspayments

Inbound,Outbound

3. HR ERP To Integrate with HRERP data

Accounting details Inbound

4. DMS To access DocumentManagement repositoryfor Claims

Access Documentsstored in DMS

Link(Accessonly)

5. BorrowerPortal

To integrate withCustomer BorrowerPortal

Details of borrowersrelated to schemes,disbursements, etc.

Outbound

6. SMSGateway

To send SMS tocustomers / suppliers

Payment information Outbound

7. Bill Tracking(This is tobedeveloped)

To incorporate the BillNo. of BTS intoPurchase module ofERP

Bill No. Inbound

e. Instances being maintained in Existing ERP are as under:a. Productionb. Qualityc. Testd. Traininge. Developmentf. Supportg. Disaster recovery

f. Detail of the Production environment is given below:

i) Oracle E-business suite (11i) ver. 11.5.10.2ii) Oracle Database 11g R2 (11.2.0.3)iii) HTTP Loan Balancer (CISCO) for Application server (Ver. ACE30-MOD-K9, Model:

WS-C6504-E)iv) Oracle Real Application Cluster (RAC) ver. 11g R2 for Database serverv) Oracle Data Guard Ver. 11gR2vi) Microsoft-VSS Cafe 2005vii) IBM Tivoli Backup software ver. 6.1.0viii)Near DC NAS based centralized backup solution (Ver. Dell Power Vault NAS

Manager Ver. 2.0.7630)ix) Oracle Tuning and Diagnostics packs (Ver. 11.2.0.3)x) IBM AIX ver. 5.3LOSxi) Oracle Discoverer (Ver. 4i)

In addition to implementation of the above mentioned applications, RECL has also setup following ICT Infrastructure across the Corporation. This has helped RECL to remain inits growth path in line with mission and vision of the Corporation. The ICT infrastructure

Page 10: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 10 of 150

includes:i) A full-fledged Tier-III ERP Data Centre (DC) on co-location basis (NCR, Delhi).

The Data Centre has been certified for ISO/IEC 27001:2013 global securitycertification

ii) An MPLS-VPN based WAN connecting all offices of the Corporationiii) An ERP-DR (Disaster Recovery) Centre at Hyderabad, ISO 27001:2013 certified.iv) Structured Local Area Network at all offices (CO/ZO/PO/CIRE).v) Tape Library with automated backup solution at Data Centre for taking backup of

application, Data etc.vi) A fully functional on-line helpdesk to address any complaint related to IT

infrastructure across the Corporation.vii) The ICT infrastructure, in addition to enabling ERP operation also carry out

other operations like mailing services, internet services, application of otherlegacy systems etc.

viii) Corporate office building of the Corporation is Wi-Fi enabledix) Bridge based Video Conferencing solution across all offices of the corporation

g. The primary objective of implementing such enterprise-wide application is:

i) To Increase the speed of approval process and movement of information.ii) To maintain a centralized database consisting of all information and integrate all

business functional areas so that the latest information is always available to theemployees of the organization. This will also ensure accuracy, completenessand consistency of the business information. To re-engineer the existing processto establish best process/ practices.

iii) To enable management to respond quickly to market changes with informeddecision based on timely and accurate information.

1.3 Broad Scope of work (Detailed Scope Of work is available in Chapter 3):

Version Upgrade of Oracle E-business Suite [from 11i to the latest version of R12 (henceforth to be referred to as R12) as on the last date of bid submission following standardup gradation procedure and replacement of Hardware along with stipulated warrantyand support. There should be No Single Point Of Failure for Production Instance(NSPOF-PI) at REC Data Centre (DC) & REC Disaster Recovery (DR) Centre.

The major responsibilities of the bidder shall include the following

a) Hardware: Supply, Installation, Testing, Commissioning of hardware and system softwareas detailed in Annexure C along with on-site Comprehensive Warranty Maintenance,Post Warranty Support (AMC) and Post Production Support (PPS).

b) Software: Supply, Installation, Upgradation of the existing ERP version 11i to latestversion (Standard and Customised), Retrofitting of CEMLI objects (Configuration,Extension, Modification, Localization, and Integration), Development, Testing,Commissioning of upgraded version for DC and DR sites, along with stipulated licences,Annual Technical Support (ATS) and PPS.

c) Imparting different levels of training which includes training for Functional Core Users,Technical Core Users, End-Users, using Train the Trainer approach.

d) The specifications and sizing of hardware provided in this document are indicative

Page 11: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 11 of 150

and minimum only. The bidder has to ensure the application response and availabilitytime as specified in this document. If additional hardware and/or related software arerequired to be provided for the acceptable performance of the software, the bidder canquote in ‘other expenses’ in price schedule table. The quoted price will be deemed tobe inclusive of any such additional costs. In future during the contract period, if it isfound that any additional hardware/software is required to be installed to provideacceptable performance, the bidder will supply the same without any extra cost.

1.4 Other responsibilities shall include:

i. To prepare and submit detailed project plan (summary and detailed component-wise).Also provide the Quality Management plan and Risk management plan with mitigationstrategies.

ii. Seamless integration of the upgraded ERP version with existing legacy applicationsand ICT interface given in clause 1.2 above and interacting with other vendor likenetwork, security etc.

iii. Supply, Install, configure, commission and maintain all necessary and adequateaccessories for respective equipment and/or products supplied for establishment of astate-of-the-art IT Infrastructure at RECL.

iv. Undertake and fulfil the cabling requirement for system integration and overall solutionas per international networking standards.

v. System Integration and system tests (load/availability testing, penetration testing etc.)by qualified and trained engineers/personnel for the overall functional requirement ofERP upgrade project.

vi. Supply, install and commission Operating Systems and associated software, tools etc.in all equipment. Two copies of media of all related software shall be supplied.

Note: The responsibilities as specified above are indicative only and are not exhaustive in anymanner.

Page 12: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 12 of 150

CHAPTER-2

Eligibility & Pre-Qualification Criteria

The following are the Eligibility and Pre-Qualification criteria and bids of the Bidders not fulfillingany of the eligibility criteria shall be summarily rejected. The Criteria along with documents whichneed to be submitted in proof of compliance to each of the criteria is listed below:

1. 1Bidder shall be a company registered in India since the last five years(Certificate of incorporation or commencement of business).

2. i. The bidder shall be the single point of contact for RECL and shall be solelyresponsible for all warranties, upgrades, patches and guarantees etc. offered bythe Original Equipment Manufacturer (OEM) during entire tenure of contract.

(Please attach a self-undertaking by the bidder)ii. An undertaking from the OEM stating that the OEM will deliver as well as provide

support for the equipment at-least for a period of six years from Go Live eitherthrough the bidder or directly or through 3rd Party.

(Please attach an undertaking from the OEM in this regard).3. The bidder must have successfully implemented/upgraded Oracle ERP R12 software in

an organization consisting of at-least 300 end users and involving at least five modules inFinance/HumanResource/Projects/Treasury/Purchasing/Loans/Inventory/Payroll, as maincontractor, during the five year period ending with the Last Bid Submission Date. (Attachcopy of Documentary evidence in form of Purchase Order and Certificate in thisregard or any other document from Customer). The proof should be applicable tobidder and not for its group companies/subsidiary companies/parent company.

4. One ERP R12 implemented /upgraded project should be for Government/Semi-Government/State Government/State PSU/Central PSU/NBFC/Scheduled CommercialBank/Development Bank/RBI/Statutory Bodies/Autonomous Bodies in India as maincontractor during the five year period ending with the Last Bid Submission Date.(Attach copy of purchase/ work order and successful completion certificate fromthe client/ customer)

5. Bidder should have successfully implemented/upgraded ERP Project - at least OneProject having value of Rs 17 Cr or more; or at least Two Projects each having value of Rs10 Crores or more during the four year period prior to the Last Bid Submission Date.(Attach copy of purchase/ work order and successful completion certificate fromthe client/ customer)

6. The Bidder's average annual sales turnover should be at least Rs 500 Crore (RupeesFive hundred Crore Only) during the last four years ending 31st March of the previousFinancial Year as on Last Bid Submission Date. The turnover should be applicable tobidder and not for its group companies/subsidiary companies/parent company.(Attach copy of proof of audited financial statements)

7. The firm should be profit making during the past four years viz FY12-13, FY13-14,FY14-15, FY15-16. The profit should be applicable to bidder and not for its groupcompanies/subsidiary companies/parent company.(Attach copy of proof of audited financial statements and proof ofaudited/unaudited financial statements for FY15-16)

8. The bidder must be Platinum Partner of Oracle.(Attach Certificate in this regard)

9. The bidder must be an authorised partner of the server hardware OEM quoted in the bid.(Attach Certificate in this regard)

10. The bidder must submit authorization letter MAF (Manufacturer Authorization Form) fromthe Original Equipment Manufacturer (OEM) specifically addressed to Executive Director

Page 13: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 13 of 150

(IT), RECL mentioning tender number and date.(Attach Authorization letter in this regard)

11. Bidder shall submit valid documentary proof of Service Tax, VAT and the details ofIncome Tax Registration number (PAN).(Attach Certificate in this regard)

12. Bidder must not have been blacklisted by any Government Department/PSU/PSUBanks/Autonomous Bodies/Statutory Bodies in India at the time of submission of bid.(Self-declaration by bidder).

13. The Bidder must be an IT services provider having CMM/CMMi level 5 certification fordesign, development, implementation, testing and maintenance of application Software.(Attach Certificate in this regard))

Page 14: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 14 of 150

CHAPTER 3

DETAILED SCOPE OF WORKS

A) Scope of work for upgrade from Oracle ERP11i to latest version (‘Software’): TABLE I

S.No.

Scope of Work – Description

1. Supply, Installation, Upgradation of the existing ERP version 11i to latest version(Standard and Customised), Retrofitting of CEMLI objects (Configuration, Extension,Modification, Localization, and Integration), Development, Testing, Commissioning ofupgraded version for DC and DR sites, and related products with necessary andadequate patches, utilities, tools etc to achieve full functionality including existingand new features required in new upgraded latest version both at ERP-DC & ERP-DRwith automatic real-time replication of data and application between DC & DR as perdefined RPO & RTO.

2. Seamless integration of R12 with existing HR ERP and other applications implemented atRECL.

3. Provide new / upgraded “Oracle Diagnostic and tuning pack” and “Oracle Discoverer forthe upgraded ERP version/Database or configuration the existing one.

4. New Licenses – ATS to be provided for 2nd, 3rd & 4th year from M/s Oracle. The 1stYear ATS cost shall be included in new Licenses Cost in Price schedule at Annexure F.Bidder to ensure that the existing licenses that are already purchased by RECL for 11i willbe automatically upgraded to R12. Similarly bidder has to ensure that the existinglicenses procured for Oracle RDBMS version 11g R2 will be upgraded to 12c EnterpriseEdition.

RECL at its discretion may extend ATS for a further period of two years (5th & 6th year) atthe same rate and conditions as per the Fourth Year ATS Cost quoted in Price scheduleat Annexure F.

5. R12 Upgrade needs to address the functionality requirements given in FunctionalRequirement Specification (FRS) mentioned in Chapter-5 Evaluation of Bids.

6. All the existing business processes mapped in 11i as well as performance must not beadversely impacted due to R12 upgrade activity. Also the upgraded solution must offerbetter performance as compared to 11i set-up with respect to same functionality. For newfunctionalities, the performance and response time must be acceptable to RECL.

7. Supply of latest VSS software or equivalent version management tool and also managingand maintaining the same.

8. Ensure migration to new platform if required and also to ensure proper data migrationfrom existing to the proposed system and will fix any error, if any, found duringupgradation or in future during contract period.

9. The Upgradation will be done following standard oracle procedure of ERP. SystemIntegration Testing (SIT) will be done on Transition hardware. The User AcceptanceTesting (UAT), Dry run, Mock DR Drill, Go Live shall be done on Productionhardware.

10. Traininga. Conduct, provide and impart training(s) along with related material(s) to RECL users

as per details below:1. To Functional Core Users for implementation and configuration of functional

parameters2. To End Users for operational usage of the product.3. To Technical Core Users for System Administration and Techno Functional usage

Page 15: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 15 of 150

of the ERP application (including all modules implemented in RECL),Database and other tools, utilities etc.

b. Training will be imparted by professional trainers. The bidder shall provide extensiveand detailed lecture notes, hands-on training facilities and other trainingdocumentations to each of the participant.

c. The training to RECL Functional Core Users and End Users at Corporate Officeshall be conducted in one or more batches (maximum 6 batches), with durationspread over a maximum period of two days for each batch, including holidays ifrequired. The batch size and dates shall be as per the convenience and solediscretion of RECL.

d. The training to RECL End users at each Zone shall be held at the Zonal HeadQuarters at Hyderabad, Mumbai, Lucknow, Panchkula and Kolkata or at RECL CONew Delhi, depending upon the RECL requirement.

e. RECL shall provide the training space and systems required. All other expensesincluding travel, boarding and lodging of faculty, training bags, training material,documents etc. will be responsibility of the bidder.

f. The travel, boarding and Lodging for RECL employees shall be borne by RECL.g. The training curriculum & the schedules for the different levels of user should be

informed in writing to REC at least 2 weeks in advance. The schedule shall bedecided by RECL at its convenience.

h. The quoted prices for training shall be deemed to be inclusive of training charges atRECL Office in New Delhi and 5 REC Zonal offices at Lucknow, Panchkula, Kolkata,Hyderabad and Mumbai.

i. Relevant training shall be imparted to Technical Core Users, Functional Core Usersand End-Users, using Train the trainer approach as detailed below:

1. Functional Core Users: approximately 12 employees;

These core users have access to the full application with all rights for the specificmodule. These are the users drawn from various departments having the functionalknowledge and need to be trained in functional expertise for the respective moduleswith rights for editing, modifying and entering of data and generating various types ofreports. These functional experts in turn would support the end users of theirrespective department in understanding the functionality of the respective moduleTraining should include implementation and configuration of functional parameters.

2. Technical Core Users: approximately 13 employees;

System level training and Techno Functional training of the ERP-Application for allmodules, database and other tools, utilities etc. in one or more batches (maximumtwo batches).

3. End users:CO: approximately 50 employeesZO: approximately 60 employees

End users are the users who will be responsible for entering the data and updatingthe various forms, as well as generating reports as per rights provided. The roleswould be defined for various users with specific rights for accessing part(s) of theapplication. Training should be accordingly imparted.

j. To provide soft copies of all training material and course material to enable RECLto conduct further training to its staff/ users, if required at a later point.

Page 16: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 16 of 150

k. A detailed training plan shall be submitted to RECL, before the commencement ofthe training. This should include:

i. Course Objectives and pre-requisites, including learner profile.ii. List of courses and delivery mode (Hands-on component, self-learning

component and instructor-led component).iii. Infrastructure required for each training.iv. Course material being provided for each training.v. Feedback mechanism of training.

B) Scope of Work for Hardware: TABLE IIS.No.

Scope of Work – Description

1. a. Supply, Installation, Testing, Commissioning of hardware and system software asdetailed at Annexure C.

b. Buy back the existing ERP hardware as mentioned in Annexure F (Table VIII & TableIX).

c. Hardware infrastructure to be set-up with required servers, storage, software, toolsetc. and should integrate with existing set-up (like load balancer, switch etc.) otherthan which are under buy-back.

d. Hardware infrastructure to be set-up with No Single Point Of Failure for ProductionInstance (NSPOF-PI), high availability and reliability.

e. The hardware at DC & DR should be under Three years on-site ComprehensiveWarranty Maintenance.

f. On-site Comprehensive Warranty Maintenance to be provided which will start afterGo Live (GL) as per Chapter-6-Timelines and Payment Milestones.

g. Post Warranty Support (AMC) for the 4th year after completion of three years of on-site Comprehensive Warranty Maintenance also to be provided.

h. Maintain and ensure Spare parts & accessories availability of supplied hardware for6+3 years after Go-Live, out of which last 3 years on mutually agreed upon terms &conditions on discretion of RECL.

2. Warranty, Support, and Annual Maintenance Contract shall be the responsibility of thebidder. The warranty contract will be entered in to with the bidder and all payments will bemade directly to the bidder. The bidder shall be solely responsible for all warranties,upgrades, patches and guarantees etc. offered by the Original Equipment Manufacturer(OEM) during entire tenure of contract (Except in the situation wherein the bidder is notable to provide the support).

The scope under warranty shall cover to provide services as described below for all theequipment (including Hardware and Software) in this tender to ensure uptime andperformance levels of all the servers, Storage and other hardware & software as per SLAin the Landscape of ERP Environment:

a. 24X7X365 OEM support at NCR, Delhi, India and Hyderabad, Telengana, India.b. Warranty shall cover the following:

i. Repair / Replacement of ent ire Hardware and other items supplied.ii. Supply, Installation / Re-Installation / Configuration/ Maintenance of OS,

System software and other supplied software.iii. Supply, Installation, Configuration and Application of patches, upgrades,

service packs, security patches, bug fixes etc.iv. Performance tuning.

c. The support should have access to raise technical assistance requests /responses at hardware vendors/OEM website.

Page 17: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 17 of 150

3. Undertake cabling necessary for system integration and overall solution as perinternational IT standards.

4. Integrate the proposed solution with the existing MPLS-VPN network so that the system isavailable in the existing network.

5. Carry out performance tuning of the software and system testing inclusive of loadbalancing /High availability testing, penetration testing, failover/disaster recovery testing,diagnostic & health check testing, unit testing, integration testing etc. and submit all thetest & performance reports with corrective actions taken to RECL.

6. Each cluster should provide the ability to recover from additional failures by protectionagainst multiple component failures.

7. The Make & Model of Server(s) offered for use as Transition Server shall be same asProduction Server.

8. Prepare and submit facilities management policy and implement the same.9. The equipment should be delivered at designated locations (DC and DR) and include

arrangements for loading/unloading/movement/shipping and other logistics etc. A stickermentioning the service support call centre number should be pasted on each system.There will be proper labelling of all the IT assets including Racks with provision for lockingarrangement (rack).

10. The equipment is to be covered under transit insurance till transfer of ownership to RECL.11. All professional services of OEM required for complete installation and commissioning are

included in the scope of Work.12. The existing Earthing & Uninterrupted Power Supply quality shall be ensured. Any

corrective action required to be taken by RECL shall be informed.

13. Buy back option will be exercised as per following plan:

a. Non-production systems other than Development instance & Ancillary systems liketape library: After switch over to new version

b. Development instance: After Two months of switching over to new versionc. Production including storage: After 6 months of switch over to new version

All the E- wastes should be recycled/disposed - off in line with the E- waste (Management& Handling rules, 2011) vide Gazette Notification number S.O. 1125( E), dated 14.05.2010and subsequently furnish the undertaking and Form 2 that confirms the disposal has beendone as per aforesaid rules.

14. The solution shall be horizontally and vertically scalable and also have virtualizationcapability.The solution shall be designed with Open Industry Standards and not with OEM’sproprietary protocol.

Page 18: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 18 of 150

C) The scope of work of On-site Post production Support of Hardware: TABLE III

S.No

Scope of Work – Description

1. GeneralScope of PPS

Four years on-site centralized Post Production Support (PPS) at DC bycertified/ qualified and trained engineers/personnel both for DC & DR set-up to be provided for equipment after Go Live. Managing, monitoring,trouble-shooting and support for the infrastructure mentioned herein toensure smooth running of the ERP and other services using thisinfrastructure as per prescribed performance standard for each item. Alsoto interact with RECL users to address the operational issues with respectto the infrastructure.

2. GeographicalScope ofSupport

RECL DC at NCR and RECL-DR at Hyderabad & telephonic support for allRECL offices (CO/ZO/PO).

3. ManpowerLocation

At RECL DC

4. EducationalQualification

B.Tech/BE/MCA or equivalent and minimum two years of experience inrelevant field OR Full time Graduation with OS Certification and minimum 5years’ experience in relevant field.

5. FunctionalScope

Support during PPSa. 14X6 onsite Support (7.30 am to 9.30 pm for six days a week).b. Two number of Production Support personnel should be available

during 7:30 AM to 9:30 PM (in 2 shifts, one in each shift), all sixdays a week except Sunday and RECL Gazetted holidays. In caseof critical calls/ exigency of work during Sunday and RECL Gazettedholidays or beyond Office hours, the manpower shall either beavailable on-site or on telephone. Further, if required, during non-office hours the manpower should reach site within four hours forcritical calls.

c. RECL can change the size of on-site support team during thesupport period and accordingly price shall be paid by RECL.

d. RECL has the right to ask for a change of maintenancepersonnel without citing reasons. Replacement within 3 workingdays shall be arranged having the same or higher competencylevel.

e. Shall Undertake the following activities:a. Helpdesk Call Management activities (indicative):

a. Receiving calls through phone/e-mail/Call Managementsoftware

b. Logging of end user calls with details and generating troubleTickets using CA Unicenter helpdesk module provided byRECL or otherwise

c. Telephonic support to end user callsd. Onsite support to end user whenever required and resolve

problem and if required, escalating pending callse. Escalation of calls and tracking its resolution as per SLA with

RECL and coordinate with others vendors for resolution.

b. System AdministrationPerform all Server/equipment Administration Functions including thefollowing activities:

Page 19: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 19 of 150

i. Operating System administration and tuning. Configuringand maintaining file systems, volumes and apportioning diskspace.

ii. OS and software Re-installation in the event of systemcrash/failures

iii. Ensure proper configuration, monitoring, performancetuning, and maintenance of server / equipment parameterslike CPU utilisation, disk space, memory utilization, routerand switches utilization, I/O utilization, Central Storage etc.

iv. Addition, deletion, re-configuration of devices,additional users and printers etc.

v. Implementing OS patch, security patches on server/equipment at all Levels, as required.

vi. Orderly start-up and shutdown of servers/equipment asper laid down procedures.

vii. Ensure all critical services are running properly on theservers. Schedule and optimize the services.

viii. Resolving all server/equipment related problems.ix. Monitoring, logging, escalating, trouble shooting and

reporting of issues of equipment under operation asper SLA.

x. Periodic health checks of the systems and implementingproactive rectification measures.

xi. Managing user, roles and passwords of all the relevantsubsystems, including, but not limited to servers, OS,Storage, network, applications etc.

xii. Liaison with various vendors, OEMs, agencies and serviceproviders for equipment maintenance & related work.

xiii. Ensure regular analysis of events and logs generated inservers, operating systems, databases, applications etc.Ensure that the logs truncated at regular intervals.Undertake appropriate actions in accordance with theresults of the log analysis to ensure optimal performance

3. Storage Administrationi. Management of storage environment to maintain

performance at optimum levels.ii. Take regular and proper backups of all Servers & Storage

to protect against data losses.iii. Management of the storage solution including, but not

limited to, management of space, volume, RAIDconfiguration, configuration and management of disk array,storage, backup agents etc. as per mutually agreedstorage management policy. Regular maintenance ofall the media and the backup/storage devices

4. Backup and Restorei. 14X6 supports for file and volume restoration requests.ii. Take regular Backup of operating system, database and

application as per stipulated policies and time schedule.iii. Conduct periodic restore operation of backed up data.iv. Take backups of volumes, files and database applications,

whenever required.

Page 20: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 20 of 150

v. Real-time monitoring, log maintenance and reporting ofbackup status on a regular basis, shall ensure promptproblem resolution in case of failures in the backupprocesses..

vi. Provide MIS reports such as weekly reports on backupand restoration (failed reasons), monthly report on plannedbackup & backups actually taken and Quarterly report onnumber of restoration drill performed and percentage ofsuccess, health status of media and drive.

D) The scope of work of onsite Post production Support (Software): TABLE IV

S.No Scope of Work – Description1. General Scope a. Provide PPS support of the ERP system starting immediately after Go

Live.b. The composition of PPS team (support/development/DBA) will be

finalized by the Bidder in consultation with RECL and may undergochanges as per requirement of RECL. The number of personnel to bemaintained in the PPS team will be decided once every year for thatyear. The team shall generally consist of 10 personnel (with variationof +/- 30% based on requirement of RECL).

c. RECL can change the size of on-site support team during the supportperiod and accordingly price will be changed.

d. There will not be frequent change in the personnel deputed and willonly be changed after prior permission. However such changes shallbe restricted to the extent possible.

e. The PPS team will interact with the core functional team and IT teamfrom RECL and will follow the RECL Holiday Calendar.

f. The PPS for maintenance and support of ERP application will beprovided from RECL CO and will include the following:

i. Functional configuration supportii. Bug fixing of custom components, which have been developed or

retrofitted by bidder.iii. Development of new & modification of existing custom

components (RICE, OAF, Form, WEB-ADI, etc) as perrequirement.

iv. Keeping updated, versioned documents during entire periodof contract and all the documents, codes should be kept inVSS or equivalent tools.

v. All activities related to Administration of ERP Application &Database viz. Tuning, back up, cloning, restoring, patchmanagement, load balancing, maintaining rack, DR,maintaining audit trails of of users activities in Apps andDatabase, master tables and critical transactions by users,DR DC replication, etc.) In exceptional cases DBA supportcan be provided from offsite however, timely verifiedattendance sheet should be submitted by the successfulbidder

vi. QA should be snapshot standby of Production at predefinedfrequency.

vii. Providing Training to REC users, auditors as and when required

Page 21: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 21 of 150

by RECL at RECL CO office.viii. Bidder to use the Oracle Support account of RECL to co-ordinate

with Oracle for any Service Request or other issues related toOracle eBS product, raise SRs and follow up. In case of OracleSR converted to ER then bidder will do the customization/workaround to address the issue, except under exceptionalcircumstances.

ix. To incorporate changes suggested by Auditor on ERP and attendto Observations related to internal control and ImprovementOpportunities in ERP.

x. Continuous changes in the processing logic of modules anddevelopment of reports as per requirement.

xi. To attend to tickets / any calls of REC raised by REC users.xii. Change Request (CR): Any new requirement within the scope

of work will be treated as change request and will be dealtseparately using Change Management procedure as definedin RECL ISMS Change Management Document. No additionalcharges will be paid for CRs within the scope defined in thistender.

xiii. If RECL decides to go for certain new major developments as perrequirements which is out of the present scope, then RECLreserve the rights to get it developed by the bidder/third party.The rates of additional manpower shall be as per the ratesquoted in price schedule in Annexure F based on the effortestimate agreed upon by bidder and RECL for the development.For this work, payment shall be made separately.

2. MinimumEducationalQualifications

a. Technical consultant: (B.Tech/BE/MCA or equivalent and minimum2 years of experience in relevant field) OR (Full-time Graduate withOracle Apps (module/forms/reports) certification and at least 5 years’experience in relevant field).

b. DBA: B.Tech/BE/MCA or equivalent and minimum 2 years ofexperience in relevant field with Oracle DBA certification.

c. Functional consultant: At least one functional consultant who is aCharted Accountant having minimum 2 years’ experience in relevantfield.

d. Project manager: With above profile with minimum 10 years’experience.

E) Common Scope of Works & General Terms & Conditions related to Project Managementand Execution: TABLE V

S.No Scope of Work – Description

1. RECL at its discretion may extend Post Warranty Support (AMC) and Post ProductionSupport (PPS) for hardware and Software for further two years at the same rates and terms &conditions as per the ‘Post Warranty / PPS’ rate quoted in ‘Year4’ of Price Bid Annexure F[Total 4 + 2(RECL discretion)=6 years ].

2. Ensure high availability, security, reliability, data integrity, business continuity (as required byRECL policy).

Page 22: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 22 of 150

3. Providing all material, equipment and services specified or otherwise, which are required tofulfil the intent of ensuring performance, operability, maintainability and the reliability of thecomplete work covered under Scope Of Work. If any item, though not specifically mentioned,but is required to complete the project works in all respects for its safe, reliable, efficient andtrouble free operation shall also be taken to be included and the same shall be supplied,installed, configured, developed by the Bidder as per requirement.

4. Policy Relateda. Adherence to Best Practices, requirements and submitting compliance Reports as

required by RECL and to ensure and comply with ISMS (ISO 27001:2013), NationalCyber Security Policy requirements in RECL for the entire scope of work including allhardware, software.

b. Formulation and submission of appropriate new policies which are required to beprepared as per international standard as mentioned as above for secured andaffective running of the infrastructure.

c. Perusal of all the existing IT related policies of RECL and suggest for any changes asappropriate as per international standard like BS, ISO, ITIL, ITSM, CoBIT etc. to beincorporated in the policy documents. Educating RECL to implement the part of thepolicies which are related to RECL.

d. IEEE standards shall be followed wherever applicable during the project. If there is nocorresponding standard or any other standard is to be followed, then the biddershould get his/ her template formally approved by RECL before proceeding.

e. Comply with all conduct regulations in effect in RECL.5. Hardware & Software Warranty/Support

a. Maintenance of all the supplied products by the bidder during the warranty andmaintenance period. In case of OEM not supporting/ providing the required solution thenit is the selected bidder’s responsibility to design, develop, test and implement aworkaround for the problem/ bug/ error in hand. Warranty of all supplied products fromOEM is the responsibility of the bidder

b. It shall be as per standard terms and condition which includes acquisition, applyingfunctional & technical patches, localization patches, bug fixing, critical patches againstsecurity threats and handling of Service Requests, expert advice etc. from time to time.

c. The on-site comprehensive warranty maintenance would include, adaptive, preventive,corrective and emergency maintenance. A schedule will be drawn up for the same.

d. During the period of on-site warranty maintenance the vendor is liable to make thechanges in the supplied product and/or services and to suggest changes if any and whichare essentially required as well as adequate for efficient and effective functioning of ERPsolution. RECL reserves the right to decide on any such suggestion(s)

e. Shall fulfil the requirement as per ATS / warranty at its risk and cost, in case OEM fails todo so.

f. During the warranty period, besides service/ maintenance of hardware, networkingequipment and its peripherals and System Software, all software up gradation, removingvirus etc. bugs/patches and services shall also be provided at no extra cost.

g. The equipment models shall be supported by the OEM for a minimum period of six yearsand next three years(after six years) on mutually agreed upon terms & conditions ondiscretion of RECL.

6. In case of any issues relating to the baseline products/ OEM products/ Commercial Off-the-Shelf (COTS) supplied by the bidder are observed which may hamper the End-to-endfunctioning and working of ERP solution, the bidder shall implement a workaround toresolve the issue at bidder’s cost.In case of any issue relating to the supplied baseline products/ OEM products/ COTSversions, being the latest, are different from the ones specified at the time of ordering, thenand otherwise also the bidder should ensure compatibility and integration of all the baseline

Page 23: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 23 of 150

products while supplying and upgrading ERP software solution.7. Security Management

Configuring account policy, access rights, password control as per RECL’s security policy.All user management also to be done. Undertake all Access Control activities viz.:

i. User account Creation/deletion as per access policy of the organizationii. Creating/modifying/deleting groupsiii. Administrating user rightsiv. Maintaining data access security etc.

8. Reports:Shall Submit Management reports as per agreed formats and periodicity. At a minimum,these include:a. Status / Trend/maintenance reports.b. Annual state of the contract report covering all aspects of service delivery for the year and

a projected service management plan for the coming year.c. SLA Reports.d. Attendance Reports.e. System performance reports for both application as well as hardware.f. Root cause analysis reports for all performance, availability and operational related

issues. Formal root cause analysis will be delivered within 7 days of problemoccurrence, including:

i. Problem definitionii. Root cause of the problemiii. Actions taken to resolve the problemiv. Action plan to prevent re-occurrencev. Other reports As desired by RECL

9. Project Management

a. The bidder shall designate a single point of contact for the project, for RECL tointerface with, on all project issues.

b. The bidder shall intimate the contact details including mobile numbers and e-mailaddress etc. within two weeks of the letter of Award/ Intent to RECL.

c. All project work shall be carried out at RECL’s premises or as decided by RECL, at itssole discretion. In case RECL decides for carrying out work at its premises then RECLwill provide electricity, space & furniture, computers, printer, email access only and restall other logistics including additional equipment, software etc will be responsibility of thebidder.

d. Any additional equipment and/or product and/or accessories required by the bidder, willbe the bidder’s responsibility, subject to RECL’s approval. All risks and costs relatedto such equipment(s) will be borne by the bidder.

e. The bidder shall provide RECL with a work breakdown and project schedule for allactivities covered in Scope of work of this tender and any subsequent amendmentsand/or clarifications, within a week of the Letter of Award/ Intent.

f. Escalation Patha. The escalation path at RECL for the bidder to resolve any outstanding issues

is:i. Functional Core User -> Project Manager-Functional Project Directorii. Technical Core User -> Project Manager-Technical Project Director

b. Bidder has to submit its own Escalation path

Page 24: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 24 of 150

10. Project Review MechanismThe bidder shall ensure weekly project status reporting which will specify thefollowing:

a. Planned/Actual start date and end date for each activity derived from the Scope ofworks/Deliverables

b. Major Activities carried out in the previous week and Plan for next week including anymeetings/appointments required with REC users

c. Any scheduled slippages that have occurred, and corrective measures to bringthe project back on schedule.

d. Technical Change/replacement in every custom object and object which is modifiedfor R12 upgrade.

e. Any information/ review pending from RECL and Follow upsf. Any major issues/milestones to be highlighted.g. Challenges faced and mitigation plan/ support required from RECL management.

The bidder’s Project Manager shall have periodic meetings for review of the project withthe RECL nominated team.

11. In case of any change in the Hardware or Software platform, Bidder will carry out an impactanalysis of the same and necessary changes will be made at Bidder’s cost and efforts.

12. Quality audit mechanism will be ensured during the contract period. REC will also have thediscretion for quality audit in addition. Any observations and comments of the audit leading to acode change shall be done in mutual consultation of RECL and the bidder. All thedevelopment will go through proper documentations and SDLC phases as per standardprocess.

13. Close all audit issues and observations during the entire period of contract (statutory/thirdparty, security audits etc).

14. User Acceptance Test (UAT) for Application and Acceptance Test Plan (ATP) plan forHardware

User Acceptance Test (UAT) – ERP application

a. The location of the UAT shall be decided at the discretion of RECL in consultation withthe bidder. Based on Bidder readiness, RECL shall confirm the date of carrying out UAT.Tests shall be carried out as per the required OEM specifications specified.

b. Bidder will submit UAT plan and test cases to RECL for the purpose of UAT. Bidder willalso set up a mechanism for carrying out the observation/bugs etc of UAT within areasonable time period.

c. For UAT of upgraded ERP, primarily all Features, Interfaces, Integration with ExistingLegacy applications, Reports etc shall be checked by using live data / test data asdecided by RECL. The modification and customization, if any, required to be done as aresult of the UAT of the software is to be completed before the Go Live.

Acceptance Test Plan (ATP) – ERP hardware

a. RECL will perform acceptance of the entire set up including ERP up gradation, H/w andother components. The Bidder shall keep all the ordered equipment ready to carry outATP. Failure to fulfil any of the aforementioned conditions may entail rejection of theorder and forfeiture of the EMD/Security Deposit. Further RECL can procure same itemsfrom alternate sources at the risk and cost of the defaulting bidder.

b. The bidder will submit the comprehensive Acceptance Test Plan for all the componentsat least 1 weeks in advance of scheduled testing. This same will be reviewed andapproved by RECL.

c. The RECL or its representative shall have the right to inspect and/or test any

Page 25: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 25 of 150

components of the supplied System as per the approved acceptance test plan, toconfirm their good working order and/or conformity to the Contract at the point of deliveryand/or at the Project Site.

d. The individual system supplied shall be erected under the supervision of RECLby the bidder & shall be tested and commissioned for integrated operation as perapproved drawings & functional requirements, plan.

e. The bidder shall be responsible for any defective functioning/workmanship, if any and theresulting damages while conducting the test. Defects found during testing due to faultyerection shall be rectified by the bidder at his own cost and to the satisfaction of theRECL.

f. Physical Verification and Checking of the configuration as per the work order:g. Inspection of equipment would be done as per specifications of Tender document.h. Complete functionality of the system/hardware shall be tested as per the Scope of Work

& Technical Specification.i. Bidder will do the cross references of all the supplied equipment and configuration with

existing hardware etc. And provide the necessary documents/certificates.15. Co-ordination with all the stake holders in the project or any other vendor who may be

involved in the project in course of time.16. Approval of RECL to be taken before any replacement.

Page 26: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 26 of 150

Chapter 4

Instruction to Bidders

ClauseNo.

Heading Description/ Details

1. Cost of Bidding The bidder shall bear all costs associated with the preparation andsubmission of its bid, and RECL will in no case be responsible orliable for these costs, regardless of the conduct or the outcome ofthe bidding process.

2. The BiddingDocuments

a. The bidder is expected to examine all instructions, annexures,forms, terms and specifications in the bidding documents.Failure to furnish all information required and/or False/Incorrectinformation and/or submission of bid not substantially responsiveto the bidding documents in every respect will be at the Bidder’srisk and may result in rejection of its bid.

b. Bidders are advised to submit bids strictly based on the terms &conditions and specifications contained in the Tender Documentand not to stipulate any deviations.

c. Each bidder shall submit only one bid. A bidder who submitsmore than one bid will be rejected. Alternative bids will not beaccepted.

3. Amendment tothe BiddingDocuments

RECL may at its sole discretion amend the Bidding Documents atany time prior to the deadline for submission of bids. However incase of such amendment, the Bid submission date may beextended at the discretion of the RECL. Amendments made priorto submission of bid will be provided in the form of Addendum tothe Bidding Documents and shall be uploaded on the web site ofthe RECL. No separate communication would be sent to the bidderindividually in this regard and publishing of the clarifications/answers in the web site shall be deemed to have beencommunicated to the bidder and will be binding on them.

4. Invitation to Bid Bids will be submitted in three parts:

Part 1 Eligibility & Pre-qualification Criteria Bid: EMD, Eligibility Criteria Compliance Form, Bid form Masked Financial Bid

Part 2 Technical Bid: This bid comprises of TechnicalResponsePart 3: Financial Bid

The documents/details to be contained in each Part of the Bid isgiven in Clause 5,7,8,9,10 respectively and would form an integralcomponent of the respective Bids.

Page 27: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 27 of 150

ClauseNo.

Heading Description/ Details

5. Preparation ofBid

a. Eligibility & Pre-qualification Criteria bid (Part 1), Technicalbid (Part 2) and Financial Bid (Part 3) to be submittedthrough online mode on website www.tenderwizard.com/REC.

b. All enclosures/supporting documents of each Bid includingEMD shall be scanned and uploaded while submitting the bidsonline.

c. All these documents shall be digitally signed as perrequirement of E-Tender portal.

d. In addition, Bidder has to submit hard copies of only Part-1 andPart-2 Bids.

e. One sealed envelope containing two hard copies of the Part-1Bid and another sealed envelope containing two hard copies ofthe Part-2 Bid shall be submitted.

f. Each Envelop shall be addressed to the addressee as pertender document and shall clearly mention the TENDERname/number, bidder’s name & address, Bid part Number andname as per Clause 4.4.

g. FINANCIAL BID TO BE SUBMITTED THROUGH ONLINEMODE ONLY. In case of default, the entire Bid shall besummarily rejected.

h. The Part-1 & 2 Bids submitted in hard copy should be properlyindexed, and sequentially numbered irrespective of the natureof the content of the page in the format. All pages should besigned by the authorized signatory of the bidder and officiallystamped. Unsigned or Unstamped bid shall be summarilyrejected.

i. The bid should be submitted in binding without anyloose sheet.

6. Bid Validity a. The bids will be valid for a period of 365 days from the last date ofsubmission of bid.

b. Notwithstanding clause (a) above, RECL may solicit the bidder’sconsent to an extension of the period of bid validity. A bidder willneither be required nor permitted to modify its bid, whileconfirming extension of bid validity. A bidder may refuse therequest, in which case, the bid shall be considered a swithdrawn a n d RECL shall return/refund the bid security(EMD) at the earliest to such bidder(s).

7. Eligibility & Pre-QualificationCriteria Bid(Part 1)

The Part-1 Bid shall consist of:

a. Original Earnest Money Deposit (EMD)b. Bid Form as per Annexure-A along with Undertaking on

Compliance of Tender Specifications & Terms and Conditions ofTender Document (executed on Rs.100 stamp paper). This willbe accompanied by duly signed and stamped original tenderdocument.

c. Eligibility & Pre-qualification Criteria Compliance as perAnnexure-B along with all necessary Documentary proof/Certificates/ Undertakings/ Financial Statements/Orders/Authorisation letters etc.

Page 28: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 28 of 150

ClauseNo.

Heading Description/ Details

d. Masked Financial Bid. The bidder has to mention Yes/Noresponse indicating whether the price against that line itemhas been quoted or not in Financial Bid. The Masked PriceBid Format is available for online submission, after which aprintout of the same shall be taken and enclosed as hard copyalong with the technical bid.

8. Details of EMD a. Bid shall be accompanied by an Earnest Money Deposit ofRs.7,00,000/- (Rupees Seven Lakhs only) in the form of a BankGuarantee or Demand Draft / Banker’s cheque from a IndianNationalised Bank in favour of ‘Rural Electrification CorporationLimited’ payable at New Delhi with validity as per BID validityperiod. Cheques, Money Orders or Cash etc. shall not beaccepted as EMD. The bidders are requested to make sure toindicate the tender number, name and address of the bidder onthe reverse of EMD Draft / Banker’s cheque. Any failure tocomply with the same shall be at the risk of the bidder.

b. Any Bid submitted without a valid EMD shall be summarilyrejected.

c. No interest is payable on Earnest Money deposit.d. EMD of unsuccessful bidders shall be released on finalization of

the tenders and placement of orders. EMD of successful biddershall be retained by RECL till first PBG is submitted as perTender terms.

9. Technical Bid(Part 2)

a. This bid comprises of the following:

i. Technical Specification Compliance Bid will be as perAnnexure C, along with all supporting documents

Technical Specification Compliance Bid has three Sets (1, 2&3) of Hardware Equipment. The Bidder has to quote forHardware Set-1 along with Hardware Set 3 OR Hardware Set -2 along with Hardware Set-3. Quoting for both Set-1 & 2 willresult in rejection of Bid.

If the response is ‘No’ in ‘ Compliance[Yes /No] ‘ columnTechnical Specification Compliance Bid then the bid will berejected in Technical Evaluation Stage itself

ii. FRS Compliance as at Table-1 Chaper-5 Evaluation ofBids

iii. Supporting Documents as mentioned in Table-1Technical Score Chaper-5 Evaluation of Bids

b. The bidder shall offer only single Technical Solution tomeet the specifications and scope of work as per the tenderdocument.

c. All similar product of the solution should be from same OEM viz,all ERP servers or all SAN switches etc. should be of same OEM.

Page 29: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 29 of 150

ClauseNo.

Heading Description/ Details

d. Further, the following additional details need to be submitted bythe Bidder as Hard Copy:

i. Describe the bidders understanding of the requirement.ii. Provide the life cycle details of ERP up-gradation and

all the equipment etc. quoted by the bidder & detailedwrite-up of the proposed solution. RTO and RPOachievable from the solution , Backup durationachievable from the solution for eachdatabase, Application .

iii. Reliability, Availability, Serviceability (RAS) features.iv. CPU future Roadmap for the offered machine for the

next 6 years.v. Bundled Software details.

10. Financial Bid(Part 3)

a. The Financial Bid format is given in Annexure F.b. The Financial bid has to be submitted ONLINE ONLY through

RECL E-Procurement Portal.c. The Financial Bid will consist of the following major heads

under which the quote will be given by the Bidder:

1. Hardware (Servers and other equipment) –1.1 Cost of hardware along with necessary software both forPrimary Data Centre and DR centre. The rates include Threeyears on-site Comprehensive Warranty Maintenance.Further, Cost of Post Warranty Support (AMC) for the 4th yearafter completion of three years of on-site ComprehensiveWarranty Maintenance1.2 Cost of Four years on-site centralized Post ProductionSupport (PPS) at DC by certified/ qualified and trainedengineers/personnel both for DC & DR set-up.

2. Software2.1 Licences -(All licenses quoted should be full userlicenses and perpetual in nature. The licences provided shallbe adequate for the solution proposed by the Bidder as perthe Scope of Work of the Tender. In case of any shortfall atany point of time during the contract, the same shall beprovided at no extra cost)

2.1 Cost of New Licenses – This includes cost ofadditional ERP database licenses, cost of middleware,cost of RAC additional licenses, Discoverer R12compatible etc. The quoted cost in “Before Go Live”column in “Price Schedule” Table will include the cost ofall licenses along with one year ATS cost. ATS also to beprovided for 2nd, 3rd & 4th year from M/s Oracle.

2.2 Cost of Upgrade (Software Implementation) – Costof ERP up gradation by the bidder.

2.3 Training – This include cost of all training.2.4 Post Production Support (PPS) [for Software]–

Bidder has to quote PPS rates for four years effective

Page 30: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 30 of 150

ClauseNo.

Heading Description/ Details

from the formal commencement of the same with eachyear cost as per the Financial bid.

3. Other expenses –The cost of any other TransitionHardware/equipment etc., which are considered necessaryfor completion of the job as per Scope of Work but notspecifically mentioned in the price bid.

4. Buy Back Cost – Bidder has to provide buy back cost forexisting infrastructure that will not be reused.

11. Instructions forFinancial Bid

a. The financial bid shall indicate the Unit prices / slab prices(wherever applicable) and applicable taxes separately for theequipment/ systems/ product and/or services it proposes toprovide under the contract.

b. Quoted prices should be firm and inclusive of all requiredsupport, Interface cables, Power cables and related accessories,documentation of sub-assemblies of system, operating manualsof the systems, freight, packing, forwarding, handling, loading,unloading, insurance etc.

c. The price should also be inclusive of charges for all activities inscope of work for all equipment/systems/products and services,logistics and all other expenses related with the visits of theBidder’s personnel in connection with the performance of thecontractual obligations by the Bidder.

d. The prices shall be for delivery at desired destination/ locationsacross India including installation/ commissioning and completeoperationalization and statutory levies, if any.

e. Quoted prices shall also be inclusive of all costs towards carryingout any surveys, site visits by bidder’s personnel, boarding,lodging, incidental expenses, any interim hardware requiredduring up gradation /migration etc. required for Project work.

f. Prices quoted by the bidder shall be fixed during the bidder’sperformance of the contract and not subject to variation on anyaccount. A bid submitted with a conditional price will be treatedas non-responsive and will be rejected.

g. All costs and charges, related to the bid, shall be expressed inIndian Rupees only.

12. Submission ofBids

a. The bids complete in all respects should be submitted ONLINEthrough RECL E-Procurement Portal.

b. Hardcopy as detailed above above shall be delivered (bypost/courier/manually) to the following address latest by thestipulated time & date mentioned in the tender document:

Sh. Sunil KumarExecutive Director (IT)

Rural Electrification Corporation Limited

Page 31: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 31 of 150

ClauseNo.

Heading Description/ Details

Core-IV,Scope Complex,7, Lodhi Road , New Delhi - 110003.

RECL does not own any liability if the bid is not submitted on-lineand required hard copy does not reach the addressee within duedate and time:

RECL reserves the right to waive any irregularities; accept or rejectthe whole; accept or reject part of; any or all bids at its solediscretion without assigning any reason whatsoever.

The bidder shall bear all costs associated with the preparation andsubmission of its bid, and RECL will in no case be responsible orliable for these costs, regardless of the conduct or the outcome ofthe Tender process.

13. Deadline forsubmission ofBids

Bids must be received by RECL, both on-line and physical not laterthan the time and date specified on the cover page. In the event ofthe specified date for the submission of bids being declared aholiday for RECL, the bids will be received up to the appointed timeon the next working day.

The RECL, may at it’s discretion extend this deadline for submissionof bids by amending the tender document, in which case all rightsand obligations of the RECL and bidders previously subject to thedeadline will thereafter be subject to the deadline as extended.

14. Late and delayedBids

Any bid received by RECL after the deadline for submission of bidsprescribed by the RECL will be rejected and/or may be returnedunopened to the bidder, if so asked for. The decision of the RECLwhether to accept or not accept any bid without assigning reasonshall be final and no disputes shall be entertained with regard toexercise of such discretion of RECL.

15. Pre-BidConference

a. A Pre-Bid Conference will be held on date and time mentioned atcover page at RECL CO, Core-IV, Scope Complex, 7 Lodhi Road,New Delhi 110 003. All queries received ([email protected],[email protected], [email protected]) one day prior to thepre-bid conference will be deliberated upon. The prospectivebidder can also ask queries, if any, during Pre-Bid Conference bysubmission of the same in hard copy.

b. Relevant clarifications up to Pre-Bid Conference will bedeliberated by RECL, at its discretion. No clarification can besought and/or entertained by RECL after the pre-bid conferencein any sort / manner / kind.

c. Any Clarifications / Corrigendum / Addendums etc. subsequentto pre-bid conference will be posted on RECL website viz.http://www.recindia.gov.in and no individual communication willbe sent. Posting on the website would be deemed as if RECLhaving communicated to all prospective bidders.

d. The Clarifications / Corrigendum/ Addendums etc. thuscommunicated will form an integral part of the TENDER andsucceed the relevant clauses for future reference.

Page 32: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 32 of 150

ClauseNo.

Heading Description/ Details

e. Any irrelevant / ambiguous/ mischievous clarification asdetermined by RECL at its sole discretion will not beentertained and may not be clarified and/or deliberated.

16. Bid Opening a. Part 1 bid: RECL will first open Part 1 bid in the presence ofbidders’ representatives who are present at the time of bidopening. The bidders’ representatives present there, shall sign aregister evidencing their attendance. In the event of the specifieddate of the bid opening being declared a holiday for theRECL, the bids shall be opened at the appointed time andlocation on the next working day.

b. Part 2 bid : Will be opened only for those bidders who qualify inPart 1 bid.

c. Part 3 bid: Date of financial bid opening shall be intimated byRECL to the bidders who qualify in Part 2 bid and financial bidwill be opened only for the technically qualified bidders (Part 2)in presence of technically qualified bidders’ representative whochoose to be present.

d. The bidder’s name and price quoted by the bidder, and any otherdetails as RECL may consider appropriate will be read out at thetime of opening of financial bids.

e. All bids shall be opened on-line only and physical bid will bereferred in case of necessity, except EMD, which would bephysically opened and verified at the time of opening of Part 1 Bid.

f. Bid Opening will be done at REC Corporate Office. New Delhi17. Evaluation of Bids 1. Evaluation of Bids will be as per Chapter- 5

2. Further:a. RECL will determine whether each bid is complete, and is

substantially responsive to the Bidding Documents. For thepurposes of this determination, a substantially responsive bid isone that conforms to all the terms, conditions, and specificationsof the Bidding Documents without material deviations,exceptions, objections, conditionality or reservations.

b. If a bid is not substantially responsive, it will be rejected by theRECL and may not subsequently be made responsive by theBidder by correction of the nonconformity. The RECL’sdetermination of bid responsiveness will be based only on thecontents of the bid submitted.

c. For technical evaluation, Bidders have to ensure the availabilityof appropriate specialist, along with every type ofdocumentation, software(s) required, from their organization forinteracting with RECL. In case a bidder does not make therequired specialist along with proper documentation, equipmentand software(s) available, then such defaulting bidder shall betaken off the tender evaluation process and that bid will standrejected.

18. Verification ofTechnical biddocuments

RECL reserves the right to verify/confirm all original documentaryevidence, references submitted by the bidder in support of abovementioned clauses of eligibility criteria, failure to produce the samewithin the period as and when required and notified in writing byRECL shall result in summary rejection of the bids and/or

Page 33: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 33 of 150

ClauseNo.

Heading Description/ Details

termination of the contract with imposition of the contract clauseson the bidder by the RECL on the award of the contract and/or thecontract period extended or otherwise provided that the bidder isthe successful bidder and has been awarded the contract as perthe terms and conditions laid out in this tender document.

19. Clarification ofBids

a. During evaluation of t h e bids, the RECL may at its discretion,ask the Bidder for clarification of its bid. The bidder has tosubmit the clarification as desired by RECL. The request forclarification and the response shall be in writing and nochange in price or substance of the bid shall be sought, offeredor permitted.

b. No Bidder shall contact the RECL on any matter relating to itsbid, from the time of the bid opening to the time the contract isawarded. If the Bidder wishes to bring additional information tothe notice of the RECL, it should be done in writing.

c. Any effort by a Bidder to influence the RECL in its decisions onbid evaluation, bid comparison or contract award decisions mayresult in rejection of the Bidder’s bid and RECL will declare thefirm ineligible, for a stated period of time from participation infuture RFPs/tenders of RECL.

d. During the evaluation process, as per the ERP projectrequirements, in case RECL desires for selection of newsoftware features and/or system and/or equipment and/orproduct specifications/configuration based on market trendsor for the reasons of technological advances/changes,RECL will ask the eligible bidders and/or technicallyshortlisted Bidders (as per the current stage of evaluation) toresubmit the prices/financial bid based on new advancedspecifications/configurations/technologies and the Bidder(s)will be selected on the basis of procedure for evaluation ofbids as specified in the tender document. RECL may alsoa dd /delete some of t he optional items from the optionalitems list depending upon the availability of the item and ERPproject requirement.

e. The selected Bidder will be given the option to match prices ofoptional items with that of lowest quoted price by any bidder. Thecost quoted in Table X will not be considered for evaluation.

f. Unsolicited clarification to the Bid and/or change in priceduring its validity period would render the Bid liable for outrightrejection.

20. Award Criteria As per Chapter 5 Evaluation of BidRECL may opt for e-RA (e-Reverse Auction) at it’s discretion. Adetailed guideline for the same is provided at Chapter-10The evaluation shall be done considering the prices without taxes,however, the letter of award shall be at the quoted prices plus taxesas applicable.

21. Notification ofaward

a. Shall be intimated to bidder by Phone/ Email/Post.b. The notification of Award along with Tender Document (with

Corrigendum issued by RECL, if any) will constitute the formationof the Contract till signing of the formal contract agreement.

Page 34: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 34 of 150

ClauseNo.

Heading Description/ Details

c. RECL reserves the right to order any sub-set or super-set ofthe tendered items.

22. Signing ofAgreement

a. RECL will send along with the Purchase Order / work Order tothe successful Bidder, the draft Contract Agreementincorporating all agreement terms & conditions between theparties.

b. The successful bidder will sign the contract agreementwithin the stipulated period mentioned in this document.

c. REC on request from the bidder, may consider to enter intocontractual agreement with the OEM (s) if so required, as perstandard terms and Conditions of the OEM and industrypractice.

23. PerformanceSecurity/BankGuarantee

The selected Bidder shall furnish Three Performance BankGuarantees to RECL as per the following:

I. PBG-I: 10% of the Total Contract value upto Go-Live (S.no. 1to 13 of “ Timelines & Payment milestone” in Chapter 6) withvalidity upto Go-Live + 3 months + 3 months claim period.

II. PBG-II: 10% of the Total Contract value during PPS Phase(S.no. 14 to 18 of “Timelines & Payment milestone” inChapter 6) with validity upto end of 4 th Year of PPS + 3months claim period.

III. PBG-III: 10% of the Total Contract value during extended PPSPhase (S.no. 19 to 20 of “Time lines & Payment milestone” inChapter 6) with validity of 2 years + 3 months claim period.To be submitted three months before the commencement ofextended PPS phase.

a. EMD of the selected bidder will be retained till PBG is submitted.No payment will be released without submission of PBG. Till thetime of submission of the PBG, the EMD will work as the PBGand will be refunded only after submission of the PBG. Nonsubmission of PBG may lead to termination of contract andgetting the work done at bidder’s risk and cost includingforfeiture of EMD.

b. RECL can deduct as compensation from the PerformanceSecurity/Bank Guarantee for failures on the Bidder’s part tocomplete its obligation under the contract as per Chapter 7.

c. The PBG shall be in the form of a Bank Guarantee from aScheduled Commercial Bank (Annexure-D) having its branch atNCR Delhi or in the form of a Bank Draft in favour of RECLtd. drawn on a scheduled commercial bank, payable at NCRDelhi.

24. FunctionalGuarantees

The bidder guarantees that, once the system goes live, theSystem represents a complete solution to the RECL’s requirementsset forth in the Scope of Work and it conforms to all other aspects ofthe Contract. If the system fails in Acceptance, due to reasons entirelyattributable to the bidder, the RECL may consider termination of theContract, and forfeiture of EMD/invoking of PBG in Compensation forthe extra costs and delays likely to result from this failure

25. Labours & a. The Bidder shall have their own Provident Fund Account

Page 35: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 35 of 150

ClauseNo.

Heading Description/ Details

Industry Laws Numbers. If asked for, the Bidder will submit the proof ofdepositing the employees as well as employer’s PFcontribution periodically with the Regional Provident FundCommissioner (RPFC). If the contractor fails to recover PF theRECL shall be entitled to deduct the same from the bills of thecontractor in terms of the Employees Provident Fund (andMiscellaneous Provisions) Act 1952.

b. It shall be the sole liability of the Bidder (including theContracting firm/company) to obtain and to abide by allnecessary licenses/permissions from the authorities concernedas provided under the various labour license(s) obtained asper the provisions of the Contract Labour (Regulation &Abolition) Act, 1970.

c. The Bidder shall discharge obligations as provided undervarious applicable statutory enactment’s including the EmployeesProvident Fund & Miscellaneous Provision Act, 1952, theEmployees State Insurance (ESI) Act, 1948, the Contract Labour(Regulation and Abolition) Act,1970, the Inter-State Migrantworkmen (Regulation of employment & conditions of Services)Act,1979, the Minimum wages Act, 1948, the payment of WagesAct, 1936, the Workmen’s Compensation Act, 1923, and otherrelevant Acts, Rules and Regulations enforced from time to time.

d. The Bidder shall be responsible for required contributionstowards P.F, Pension, ESI or any other statutory payments to bemade in respect of the contract and the personnel employed forrendering service to RECL and shall deposit these amounts on orbefore the prescribed dates. The Bidder shall also beresponsible to pay and administrative/inspection chargesthereof, wherever applicable, in respect of the personnelemployed by him for the works of RECL.

e. The Bidder shall be solely responsible for timely payment ofwages and other dues to the personnel deployed by him. TheBidder shall be directly responsible and indemnify RECL againstall charges, dues, claims etc. arising out of the disputes relatingto the dues and employment of personnel deployed by him.

f. In case ESI is not applicable, bidder before commencement ofwork, shall submit Insurance Policy under Workmen’sCompensation Act,1923 covering all his employees to bedeployed for execution of the contract.

26. Employees StateInsurance Act

a. The Bidder agrees to and does hereby accept full and exclusiveliability for the compliance with all obligations imposed by theEmployee State Insurance Act 1948 and the Bidder further agreesto defend, indemnify and hold RECL harmless for any liabilityor LD which may be imposed by the Central, State or Localauthority by reason of any asserted violation by Bidder orSub-Bidder of the Employees' State Insurance Act, 1948, andalso from all claims, suits or proceeding that may be broughtagainst the RECL arising under, growing out of or by reasons ofthe work provided for by this Bidder, by third parties or by Centralor State Government authority or any political sub-division

Page 36: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 36 of 150

ClauseNo.

Heading Description/ Details

thereof.b. The Bidder agrees to fill in with the Employee's State Insurance

Corporation, the Declaration Forms, and all forms which may berequired in respect of the Bidder’s or Sub-Bidder 'semployees, who are employed in the work provided for or thosecovered by ESI from time to time under the Agreement. TheBidder shall deduct and secure the agreement of the SUB- Bidderto deduct the employee's contribution as per the first schedule ofthe Employee's State Insurance Act from wages and affix theEmployees Contribution Card at wages payment intervals. TheBidder shall remit and secure the agreement of SUB- Bidder toremit to the State Bank of India, Employee's State InsuranceCorporation Account, and the Employee's contribution as requiredby the Act. The Bidder agrees to maintain all cards and Recordsas required under the Act in respect of employees and paymentsand the Bidder shall secure the agreement of the SUB-Bidder tomaintain such records. Any expenses incurred for thecontributions, making contributions or maintaining records shall beto the Bidder’s or Sub- Bidder’s account.

c. RECL may retain such sum as may be necessary from the totalvalue of contract until the Bidder shall furnish satisfactory proofthat all contributions as required by the Employees StateInsurance Act, 1948, have been paid. This will be pending on theBidder when the ESI Act is extended to the place of work.

27. WorkmenCompensationand Employer’sLiabilityInsurance

Insurance shall be affected for all the Bidder’s employees engaged inthe performance of this Contract. If any of the work is sublet, theBidder shall require the Sub- Bidder to provide workman'sCompensation and employer's liability insurance for the latter’semployees if such employees are not covered under the Bidder’sInsurance.

28. Accident or Injuryto workmen

The RECL shall not be liable for or in respect of any damages orcompensation payable at law in respect or in consequence of anyaccident or injury to any workman or other person in the Employmentof the Bidder or any Sub-Bidder save and except an accident or injuryresulting from any act or default of the RECL, his agents or servantsand the Bidder shall indemnify and keep indemnified the RECLagainst all such damages and compensation (save and except andaforesaid) and against all claims, demands, proceeding, costs,charges and expenses, whatsoever in respect or in relation thereto

29. ComprehensiveAutomobileInsurance

This insurance shall be in such a form as to protect the Bidder againstall claims for injuries, disability, disease and death to members ofpublic including RECL’s men and damage to the property of othersarising from the use of motor vehicles during on or off the `site’operations, irrespective of the Employer ship of such vehicles.

30. ComprehensiveGeneralLiabilityInsurance

This insurance shall protect the Bidder against all claims arising frominjuries, disabilities, disease or death of member of public or damageto property of others due to any act or omission on the part of theBidder, his agents, his employees, his representatives and Sub-Bidder’s or from riots, strikes and civil commotion.

31. Insurance & Any Bidder shall at his own expense arrange secure and maintain

Page 37: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 37 of 150

ClauseNo.

Heading Description/ Details

Other InsuranceRequired UnderLaw OrRegulations Or ByEmployer

insurance for the entire asset supplied herein with reputableinsurance companies up to the satisfaction of the RECL and shallprovide the copy of the Insurance Policy to RECL from time to time.Insurance to be done till commissioning and acceptance of theequipment by RECL.Bidder shall also carry and maintain any and all other insurance(s)which he may be required under any law or regulation from time totime without any extra cost to RECL. He shall also carry and maintainany other insurance which may be required by the RECL.

32. SafetyRegulations

In respect of all labour, directly employed in the WORK for theperformance of Bidder's part of this agreement, the Bidder shall at hisown expense arrange for all the safety provisions as per safety codesof C.P.W.D., Indian Standards Institution. The Electricity Act, TheMines Act and such other acts as applicable. The Bidder shallobserve and abide by all fire and safety regulations of the RECL.Before starting work Bidder shall consult with RECL's safetyEngineers or site-in-charge/project coordinator and must make goodto the satisfaction of the EMPLOYER any loss or damage due to fireto any portion of the work done or to be done under this agreement orto any of the RECL's existing property.

33. Arbitration If any dispute (s) or differences (s) of any kind whatsoever arisebetween the Parties, the Parties hereto shall negotiate with a view toits amicable resolution and settlement through a committee appointedby CMD, RECL. In the event no amicable resolution or settlement isreached between the parties within 30 days after receipt of notice byone party, then the disputes or differences as detailed above shall bereferred to and settled by the Sole Arbitrator to be appointed by CMD,RECL. The arbitration proceedings shall be in accordance with theprevailing Arbitration and Conciliation Act, 1996 and Laws of India asamended or enacted from time to time. The venue of the arbitrationshall be New Delhi, India. The fee & other charges of Arbitrator shallbe determined by the arbitrator in terms of the Act and shall beshared equally between the parties. The arbitrator will give thespeaking and the reasoned Award. The parties will not be entitled toany pendent-lite interest during arbitration proceeding.Notwithstanding any references to Arbitration, the parties shallcontinue to perform their respective work/ obligation under thecontract.

34. Annulment ofbidding processand re-tendering

RECL reserves the right to annul the bidding process at any time priorto award of Contract including rejection of any or all bids after thesame have been received, without assigning any reason and withoutthereby incurring any liability to the affected bidder or bidders or anyobligation to inform the affected bidder or bidders on the ground ofRECL’s action.

In case circumstances warrant annulment of bidding process, beforethe deadline for bid submission, a “general notification‟ to this effectshall be issued through press advertisement (in case of open tenderinvited through press advertisement) and bidders, who have beenissued the bidding documents, shall also be intimated separately and

Page 38: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 38 of 150

ClauseNo.

Heading Description/ Details

bids, if any, received by that time shall be returned.

In case circumstances warrant annulment of bidding process, afterdeadline for submission of bids but before opening of the bids, thebidders who have been issued the bidding documents shall beintimated accordingly, the recourse under the provision to reject allthe bids and to go for re-tendering will be justified only as the lastresort, recording adequate justification for such action.

In case L-1 party backs out, there should be retendering.35. Corrupt or

FraudulentPractices

The Bidder shall observe the highest standard of ethics during theprocurement and execution of the contract. RECL will reject aproposal for award if it determines that the Bidder, recommended foraward, is engaged in corrupt or fraudulent practices in competing forthe contract in question.RECL will declare a firm ineligible, either indefinitely or for a statedperiod of time, to be awarded a contract if it at any time determinesthat the firm was engaged in corrupt or fraudulent practices incompeting for this bid, or in executing the contract.

36. IntellectualProperty Rights

“Intellectual Property Rights” means any and all copyright, moralrights, trademark, patent, and other intellectual and proprietary rights,title and interests worldwide, whether vested, contingent or futureincluding without limitation all economic rights and all exclusive rightsto reproduce, fix, adapt, modify, translate, create derivative worksfrom, extract or re-utilize data from, manufacture, introduce intocirculation, publish, distribute, sell, license, sublicense, transfer, rent,lease, transmit or provide access electronically, broadcast, display,enter into computer memory, or otherwise use any portion or copy, inwhole or in part, in any form, directly or indirectly, or to authorize orassign others to do so.a. CopyrightA.1 The Intellectual Property Rights in the ERP base products andStandard Materials shall remain vested in the owner of such rights.The purchaser will be granted non-exclusive and paid up license touse the ERP base products and standard materials includingmodifications thereto for the purposes agreed herein. For anymodification or bespoke development made to the software, the IPRshall belong to RECL. However, the purchaser has rights to transferthe ERP base products licenses to any of the RECL offices as perthe need of RECL.A.2 The RECL’s Contractual rights to use the ERP base product maynot be assigned, licensed, or otherwise transferred except inaccordance with the relevant license.A.3 All rights including the Intellectual Property Rights subsisting inany material including any tools, utilities or methodologies belongingto the bidder and used to perform the obligations under thisAgreement shall remain vested in the bidder (the bidder Properties)and any additional or new inventions made in the course ofperformance of services shall belong to the RECL.B. Confidential Information

Page 39: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 39 of 150

ClauseNo.

Heading Description/ Details

B.1 The RECL and the bidder shall each keep confidential and shallnot, without the written consent of the other party to this Contract(“the Disclosing Party”), divulge to any third party any documents,data, or other information of a confidential nature (“ConfidentialInformation”), that has been marked “Confidential” –(“ConfidentialInformation”) and

(a) furnished directly or indirectly by the Disclosing Party inconnection with this Contract; or

(b) where the bidder is the Receiving Party, informationgenerated by the bidder in the course of the performance ofits obligations under the Contract and relating to thebusinesses, finances, suppliers, employees, or othercontacts of the RECL or the RECL’s use of the System,whether such information has been furnished or generatedprior to, during, or following termination of the Contract(“Confidential Information”).

B.2 Notwithstanding the above the RECL may furnish ConfidentialInformation of the bidder:

(i) to its support service suppliers to the extent reasonablyrequired for them to perform their work under their supportservice Contracts; and

(ii) to its affiliates and subsidiaries in which event the ReceivingParty shall ensure that the person to whom it furnishesConfidential Information of the Disclosing Party is aware ofand abides by the Receiving Party’s obligations under thisClause as if that person were party to the Contract in place ofthe Receiving Party;

B.3 The RECL shall not, without the bidder’s prior written consent,use any Confidential Information received from the bidder for anypurpose other than the operation, maintenance and furtherdevelopment of the System. Similarly, the bidder shall not, withoutthe RECL’s prior written consent, use any Confidential Informationreceived from the RECL for any purpose other than those that arerequired for the performance of the Contract and in case of breach ofany condition, the receiving party shall be liable for any breach ofconfidentiality obligations by the receiving party as stated in sub-clauses (i) and (ii) above ofB.2

B.4 The obligation of a party under Clauses B.1, B.2, and B.3 above,however, shall not apply to that information which:

(a) now or hereafter enters the public domain through no faultof the Receiving Party;

(b) can be proven to have been possessed by the ReceivingParty at the time of disclosure and that was not previouslyobtained, directly or indirectly, from the Disclosing Party;

(c) otherwise lawfully becomes available to the Receiving Partyfrom a third party that has no obligation of confidentiality;

Page 40: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 40 of 150

ClauseNo.

Heading Description/ Details

(d) independently developed by the Receiving Party without theuse of that Information and without the participation ofindividuals who have had access to that Information;

(e) Required to be provided under any law, or process of lawduly executed.

B.5 The above provisions shall not in any way modify anyundertaking of confidentiality given by either of the parties to thisContract prior to the date of the Contract in respect of the System orany part thereof.

37. Defect Liability a. The bidder warrants that the delivered systems and Servicesprovided as per scope of work, shall be free from defects in thedesign, engineering, and workmanship that prevent the Systemand/or any of its components from fulfilling the TechnicalRequirements or that limit in a material fashion the performance,reliability, or extensibility of the System and/or Subsystems.Commercial warranty provisions of products supplied under theContract shall apply to the extent that they do not conflict with theprovisions of this Contract.

b. If during the Warranty Period any defect, as described in aboveClause, should be found in the design and workmanship of thesystem and other Services provided by the Bidder, the Bidder shallpromptly, in consultation and agreement with the RECL, and at itssole cost, repair, replace, or otherwise make good (as the Biddershall, at its discretion, determine) such defect as well as anydamage to the System caused by such defect. Any defectiveSubsystem that has been replaced by the Bidder shall remain theproperty of the Bidder/OEM as the case may be.

c. If the System or Subsystem cannot be used by reason of suchdefect and/or making good of such defect, the Warranty Period forthe System shall be extended by a period equal to the periodduring which the System or Subsystem could not be used by theRECL because of such defect and/or making good of such defect.

d. The warranties provided herein are in lieu of all other warranties,both express and implied, and all other warranties, includingwithout limitation that of merchantability or fitness for intendedpurpose is specifically disclaimed.

e. The bidder warrants that all the IT assets supplied as per thistender are clean and is free from any virus/malware/spyware etc. Ifduring the period of the contract, any such thing is found in any ofthe systems, the Bidder shall promptly, in consultation andagreement with the RECL, and at its sole cost, clean it and makegood for any damage caused to the system by such thing.

38. IntellectualProperty RightsWarranty

The bidder hereby represents and warrants that:a. the system as supplied, installed, tested, and accepted;b. use of the system in accordance with the Contract; andc. installation of the Software and copying of Materials provided

to the RECL;is in accordance with the Contract and does not infringe anyIntellectual Property Rights held by any third party and that it

Page 41: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 41 of 150

ClauseNo.

Heading Description/ Details

has all necessary rights or at its sole expense shall havesecured in writing all transfers of rights and other consentsnecessary to make the assignments, licenses, and othertransfers of Intellectual Property Rights and the warranties setforth in the Contract, and for the RECL to own or exercise allIntellectual Property Rights as provided in the Contract.Without limitation, the bidder shall secure all necessary writtenagreements, consents, and transfers of rights from itsemployees and other persons or entities whose services areused for development of the System.

39. IntellectualProperty RightsIndemnity

a. The bidder shall indemnify and hold harmless the RECL and itsemployees and officers from and against any and all losses,liabilities, and costs (including losses, liabilities, and costs incurredin defending a claim alleging such a liability), that the RECL or itsemployees or officers may suffer as a result of any infringementor alleged infringement of any Intellectual Property Rights byreason of:i. Installation of the system by the bidder or the use of the

System, including the Materials.ii. copying of the Software and Materials provided by the bidder

in accordance with the Agreement; andb. Such indemnity shall not cover

i. any use of the system including the Materials, other than for thepurpose indicated by or to be reasonably inferred from theContract,

ii. any infringement resulting from the use of the ERP System, orany products of the system produced thereby in association orcombination with any other goods or services not supplied bythe bidder, where the infringement arises because of suchassociation or combination and not because of use of thesystem in its own right.

iii. use of a superseded or altered release of the ERP System orany modification thereof furnished under this Agreementincluding, but not limited to, the RECL’s failure to usecorrections, fixes, or enhancements made available by thebidder;

iv. modification of the system, which is based on the RECL’sMaterial;

v. any change, not made by the bidder, to some or all of theSystem or any modification thereof.

c. If any proceedings are brought or any claim is made against theRECL arising out of the matters referred to in Clause (a), theRECL shall promptly give the bidders notice of such proceedingsor claims, the bidder shall have sole control on the conduct ofsuch proceedings or claim and any negotiations for the settlementof any such proceedings or claim and the RECL shall provide thebidder with the assistance, information, and authority reasonablynecessary to perform the above.

d. If the system, including the Materials is held or is believed by thebidder to infringe, the bidder shall have the option, at its expense,

Page 42: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 42 of 150

ClauseNo.

Heading Description/ Details

to (i) modify the system, including the Materials or the bidderProperty to be non-infringing, (ii) obtain for the RECL a license tocontinue using the System, or (iii) terminate the license for theinfringing part of the System and refund a pro rata portion of thefees paid for that portion of the System. This provides for thebidder’s entire liability and the RECL’s exclusive remedy forclaims of infringement of intellectual property rights related to theSystem and the bidder Properties.

40. Non-Disclosure The selected bidder shall not, without RECL’s prior written consent,disclose the Contract, or any provision thereof, or any specification,plan, software code, sample of information furnished by or on behalfof RECL or get access to in connection therewith, to any person otherthan a person employed by the Bidder in the Performance of theContract. Disclosure to any such employed person shall be made inconfidence and shall extend only so far as may be necessary forpurposes of such performance.

41. Jurisdiction The court of Delhi will have exclusive jurisdiction to entertain thedisputes between parties.

42. Force Majeure In the event of either party being rendered unable by Force Majeure toperform any obligation required to be performed by them under thecontract, the relative obligation of the party affected by such ForceMajeure shall be suspended for the period during which such causelasts.The term “Force Majeure” as employed herein shall mean acts of God,War, Civil Riots, Fire directly affecting the performance of the Contract,Flood and Acts and Regulations of respective government of the twoparties, namely RECL and the Contractor.Upon the occurrence of such cause and upon its termination, the partyalleging that it has been rendered unable as aforesaid thereby, shallnotify the other party in writing, the beginning of the cause amountingto Force Majeure as also the ending of the said clause by giving noticeto the other party within 72 hours of the ending of the causerespectively. If deliveries are suspended by Force Majeure conditionslasting for more than (two) months, RECL shall have the option ofcancelling this contract in whole or part at his discretion without anyliability at his part.Time for performance of the relative obligation suspended by ForceMajeure shall then stand extended by the period for which such causelasts.

43. Termination RECL may by written notice sent to the selected Bidder, terminate thepurchase order and/or the Contract, in whole or in part at any time ofits convenience. The notice of termination shall specify the reasons oftermination and the extent to which Contract is terminated, and thedate upon which such termination becomes effective. RECL reservesthe right to elect :a. to have any portion completed at the purchase order and/or the

Contract terms and prices; and/or.b. to cancel the remainder and pay to the selected Bidder an

agreed amount for partially completed Services.

Page 43: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 43 of 150

ClauseNo.

Heading Description/ Details

Termination for RECL’s Convenience-The RECL may at any timeterminate the Contract for any reason by giving the bidder 4 weeks ofwritten notice of termination.

a. Upon receipt of the notice of termination, the bidder shall eitherimmediately or upon the date specified in the notice oftermination

i. Cease all further work, except for such work as the RECLmay specify in the notice of termination for the solepurpose of protecting that part of the Facilities alreadyexecuted, or any work required to leave the Site in a cleanand safe condition.

ii. Terminate all subcontracts, except those to be assigned tothe RECL pursuant to paragraph (iv) (b) below

iii. Remove all bidder’s Equipment from the Site, repatriatethe bidder’s and its Sub bidders’ personnel from the Site,remove from the Site any wreckage, rubbish and debris ofany kind, and leave the whole of the Site in a clean andsafe condition

iv. In addition, the bidder, subject to the payment specifiedhereof, shalla) Deliver to the RECL the parts of the Facilities executed

by the bidder up to the date of termination.b) To the extent legally possible, assign to the RECL all

right, title and benefit of the bidder to the Facilities andto the Plant and Equipment as at the date oftermination, and, as may be required by the RECL,in any subcontracts concluded between the bidder andits Subcontractors.

c) Deliver to the RECL all drawings, specifications andother documents prepared by the bidder or itsSubcontractors as at the date of termination inconnection with the Facilities.

b. In the event of the termination of the Contract, RECL shall pay tothe bidder the Price, the Facilities executed by the bidder as ofthe date of termination. However, no consequential damagesshall be payable by the RECL to the bidder in the event oftermination.

c. Termination for bidder’s Default-The RECL, without prejudiceto any other rights or remedies, may terminate immediately, theContract forthwith in the following circumstances by giving awritten notice of termination and its reasons thereof to the bidder:

i) If the bidder becomes bankrupt or insolvent, has a receivingorder issued against it, compounds with its creditors, or, if thebidder is a corporation, a resolution is passed or order is

Page 44: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 44 of 150

ClauseNo.

Heading Description/ Details

made for its winding up (other than a voluntary liquidation forthe purposes of amalgamation or reconstruction), a receiveris appointed over any part of its undertaking or assets, or ifthe bidder takes or suffers any other analogous action inconsequence of debt.ii) If the bidder assigns or transfers the Contract or any rightor interest therein in violation of the provision.iii) If the bidder has

a) abandoned or repudiated the Contract.b) without valid reason failed to commence work on the

Facilities promptly or has suspended the progress ofContract performance for more than 4 (four) weeksafter receiving a written instruction from the RECL toproceed.

c) Persistently fails to execute the Contract inaccordance with the Contract or persistently neglectsto carry out its obligations under the Contract withoutjust cause.

d) Refuses or is unable to provide sufficient materials,services or labour (adequate resources) to executeand complete the Facilities in the manner specified inthe contract hereof, at rates of progress that givereasonable assurance to the RECL that the Biddercan attain Completion of the Facilities by the Timefor Completion.

44. No Suspensionof Work & RiskPurchase

Risk Purchase ClauseNotwithstanding what is stated above, it is agreed upon that thebidder will be responsible to RECL for implementation of thecontract. In case of non-performance of contract by the bidder or thebidder fails to take proper corrective action to perform the contractsatisfactorily within a reasonable period as given by RECL, RECL inaddition to levy of liquidated damages, may terminate the contractand award the same to any other party at the risk and cost of thebidder for carrying out the balance work after giving due notice tothe bidder. This clause may be invoked during the period of projectimplementation as well as maintenance period with effect from thedate of signing of the contract.

No suspension of WorkThe obligations of the RECL and the bidder shall not be altered byreasons of conciliation/ arbitration being conducted during theprogress of works. Neither party shall be entitled to suspend thework on account of conciliation/arbitration nor shall payments to thebidder continue to be made in terms of the contract.Subject to the above including the sub-clauses that is pendingconciliation or arbitration on any issue between the RECL and thebidder, it shall be agreed that the RECL shall be entitled to claimany amount as reimbursement as per the claim in writing for anyworks done by the RECL from the outside agency for the default

Page 45: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 45 of 150

ClauseNo.

Heading Description/ Details

of the bidder in respect of any item for which such conciliation orarbitration as stated above is pending and the bidder shall jointlyand severally be liable to pay such amount or amounts immediatelyon receipt of such demand from the RECL without demur, and incase of the award in such arbitration is given by the arbitrators infavour of the bidder, then the amount/s under the award shall berefunded to the bidder , as the case may be by the RECL,immediately on receipt of such award, if not challenged in a court oflaw.

If the selected bidder is not able to fulfil its obligations underthe contract, which includes non-completion of the work, the RECLreserves the right to accomplish the work through another bidderand EMD / Security Deposit of bidder will be forfeited. Also anycosts, damages etc. resulting out of the same shall have to beborne by the selected bidder. However the bidder will continue tooffer transition services.

45. Open sourceClause(OSS)

The bidder should consider OSS as a preferred option in comparisonto Closed Source Software (CSS) wherever possible. Bidder shallprovide justification for exclusion of OSS in their response.

46. Integrity Pact Bidder has to sign an Integrity pact contact with RECL as per formatgiven in Chapter-9

47. Micro, Small &MediumEnterprises(MSME)

The following facilities are extended to Micro & Small Scale Unitsregistered with National Small Industries Corporation & to bementioned in tender documents as & where required:-

i. Issue of Tender Sets free of costii. Exemption from payment of Earnest Moneyiii. Waiver of Security Deposit up to the monetary limit for

which the unit is registered;Further facilities shall be as per the Government of India (GOI)guidelines.

48. DomesticallyManufacturedElectronicProducts(DMEP)

Purchaser reserves the right for providing preference to (DMEP) interms of Ministry of Communications & Information Technology,Department of Electronics & Information Technology notificationnumber 33(7)/2015-IPHW dated 16th November 2015 amended fromtime to time with regards to preference to domestically manufacturedproducts.a. The Guidelines may be treated as an integral part of this tender

document.b. Under procurement governed by the said notification

approximately 30% of the contract value would be awarded to thecommercially lowest domestic manufacturer of electronic productswho is technically qualified, subject to matching with L1 if suchbidders are available. The remaining will be awarded to L1irrespective of whether he is a domestic manufacturer or not.

c. Only those bidders of DMEP whose bids are within 20% of the L1bid would be allowed an opportunity to match the L1 Bid

d. In order that a manufacturer qualifies for above preference theywill need to submit the compliance related to manufacturing as per

Page 46: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 46 of 150

ClauseNo.

Heading Description/ Details

prescribed specifications in the said notification.e. Further such a manufacturer shall submit certificates substantiating

the claim from STQC and other testing laboratories accredited bythe Department of Information Technology. In case of mis-declaration suitable penalties will be imposed and EMD will beforfeited.

49. Employee Non-solicitation

Successful Bidder and RECL each agree that during the term a bidderpersonnel or RECL employee is associated with the Services under anAgreement/purchase order/statement of work and for a period of sixmonths after such person ceases to be so associated, neither biddernor RECL shall, directly or indirectly, solicit for hire or knowingly hire orretain such personnel of the other party as an employee orindependent contractor, except with prior written consent of the otherparty.

50. OLA (Operationallevel agreement),SLA (ServiceLevel Agreement)

Successful bidder has to sign into OLA with other related vendors(either individually or combined) as per discretion of RECLSuccessful bidder has to sign SLA with RECL within 8 weeks of Letterof Award.

51. Agreement withOEM

RECL may consider signing separate agreement with required OEMas a part of standard Licensing requirement, if any, on request ofsuccessful bidder and OEM. The same will also be binding on thesuccessful bidder.

52. ISMS, NationalCyber SecurityPolicy, Prevailinglaws of Land

Successful bidder has to ensure and comply with REC ISMS (ISO27001:2013), National Cyber Security Policy requirements for theentire scope of work including all software and hardware both at ERP-DC & ERP-DR.Bidder/Successful bidder has to ensure and comply with Prevailinglaws of Land during entire period of tender/contract respectively.

53. Response Time The application response time will be measured with respect toexisting ERP application response time. It should be less than the 50%response time of the existing ERP system at the time of UAT and Go-Live. Further the response time will also be tested based on sampletest cases provided by RECL.

54. TechnicalSpecification/Design

a. The technical specifications mentioned are indicative only andnot exhaustive in any manner. The bidder shall be deemed tohave examined all requirements for successful implementation ofthe scope of the work.

b. RECL may verify the offered equipment with other Industrystandard benchmark(s) and if found unsatisfactory, bidder maybe asked to offer higher configuration on the same quoted rate,failing which bid may be rejected during technical evaluation.

55. Pre-delivery,Delivery related

a. RECL at its discretion may carry out pre-delivery Inspection. Onthe receipt of the purchase orders, the bidder(s) shall obtain intime all the necessary documents/arrangements for the StateEntry Permit, Bank, Custom and Excise duty, insurance,clearance fees, charges, post fees, clearing and forwarding agentfees/charges, inland transport charges, demurrages etc.wherever applicable, for complete and safe delivery of theordered products, at their own cost and efforts. Company will

Page 47: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 47 of 150

ClauseNo.

Heading Description/ Details

provide all reasonable assistance but the responsibility forclearance will rest on the Bidder.

I. Bidder must apply to the respective authority for issue ofroad permit/ waybill, Bank, Custom and Excise relateddocuments in time. “RECL will not Provide Any Formsetc”.

II. For Bank, Custom, Octroi and/or Excise relateddocuments no waiver or relaxation in delivery date shallbe allowed under normal circumstances at the discretionof RECL and liquidated damages, if any, as per tenderclause will be applicable.

III. The bidder shall obtain all statutory, legal, external (otherthan RECL) permissions which may be necessary forcompletion of the total scope of the work. RECL howeverwill assist or sign document which may be necessary forexecution of the same.

IV. Bidder will have to arrange his own accommodation for itsengineer/technician at New Delhi.

V. No cannibalization of any equipment will be permitted tocarry out the maintenance services.

b. All the equipment and systems are to be delivered at a singleagreed upon location viz. RECL DC/DR at the cost of the bidder.The bidder should deliver, install and commission all the items atabove specified site without any additional charge. RECL onrequest of bidder or convenience of inspection may take deliveryof the consignments at CO office, however, the consignment hasto be transferred to respective locations at Bidder’s cost andresponsibility.

c. During delivery and/or maintenance period, on OEM software/product, subassembly level if any item’s specifications / modelchanges and becomes non available due to obsolescence oftechnology, bidder within already approved cost has to offer, athis own cost, the item with equivalent or having better features interms of performance and specifications. The items so offeredwill be evaluated by RECL for its acceptance and installation.

d. All aspects of safe delivery shall be the exclusive responsibility ofthe bidder. After inspection and delivery at the site, the cartonswill be opened only in the presence of RECL representatives andBidder’s representative and the intact position of the Seal for notbeing tampered with together with actual receipt of the content ofthe carton in good condition, shall form basis for certifying thereceipt in good condition.

e. Bidder will have to arrange his own transport facility for themaintenance engineer/technician to attend to the maintenancecalls and for movement of spares.

56. Site Inspection The bidder may check the sites well in advance to makenecessary design and plan for installation of equipment atrespective locations. The responsibility of RECL is limited toproviding the required space at each location for these purposes.Bidder has to make good any damage to the building in the

Page 48: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 48 of 150

ClauseNo.

Heading Description/ Details

process of carrying out the work at no extra cost to RECL.57. Miscellaneous a. RECL is a Government organization, and its aims, structure and

way of working may differ from that of commercial enterprises.Potential bidders should be aware of the status and environmentof RECL, and must take particular note that intellectual propertyrights relating to any software, equipment, products and materialsacquired for this project are properly observed.

b. Alterations, if any in the bid document should be attested properlyby the bidder, failing which the bid is liable to be rejected.

c. The Bids prepared by the Bidder and all correspondence anddocuments relating to the bids exchanged by the Bidder andRECL, shall be written in the English language, provided that anyprinted literature furnished by the Bidder may be written inanother language so long as the same is accompanied by anEnglish translation in which case, for purposes of interpretation ofthe bid, the English translation shall govern.

d. The Bidder shall be entirely responsible for all duties, octroi, roadpermits, license fees, etc., incurred for performance of theservices.

e. RECL reserves the right to inspect the performance of the bidderprior to commencement or in between the work progress Theinspection may cover all areas related to the assigned purchaseorder, especially methodology, manpower, infrastructure etc.RECL reserves the right to cancel the purchase order assigned tothe bidder at any time which includes the time after thecompletion of assigned work without assigning any reason forthe same. In case the purchase order is cancelled then thecosts incurred will be borne by the bidder and under nocircumstances the bidder shall be eligible for any payment ordamages from RECL.

f. In the event the Bidder’s Company or the concerned Division ofthe company is taken over/bought over by another company, allthe obligations under the agreement with RECL, should bepassed on the compliance by the new company new Division inthe negotiation for their transfer.

g. The selected bidder automatically agrees with RECL forhonouring all aspects of fair trade practices in executing thepurchase orders placed by RECL.

h. If the name of the product is changed for describing substantiallythe same in a renamed form then all techno financial benefitsagreed with respect to the original product, shall be passed on toRECL and the obligations with RECL taken by the Bidder withrespect to the product with the old name shall be passed on tothe product so renamed.

Page 49: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 49 of 150

Chapter -5EVALUATION OF BIDS

Bidders meeting the Pre-qualification and Eligibility Criteria would be considered as qualifiedfor the following Technical Evaluation Criteria:

Table 1: Technical Score (Ts)S.No

Evaluation Criteria Requirements and Score SupportingDocument(s)

1 Financial Strength and Stability Max Score 3

The Bidder's average annualsales turnover ( not for its groupcompanies/subsidiarycompanies/parent company)during the last four years ending31st March of the previousFinancial Year as on Last BidSubmission Date.

>=500 Cr and<= 1000 Cr>1000 Cr and<= 3000 Cr>3000 Cr

(Amount in Rs.)

123

Audited FinancialStatements.

2 Oracle Experience Max Score 17

A Type of Oracle Partner PlatinumDiamond

1.53

Self-Declarationfrom the biddingcompany

B Number of Projects of Oracle ERPR12 softwareimplementation/upgradation in anorganization consisting of at-least300 end- users and involving atleast five modules inFinance/Human Resource/Projects/ Treasury/ Purchasing/Loans/ Inventory/Payroll as maincontractor during the five yearsperiod ending Last Bid Submissiondate..

1 project2 to 3 projects>=4 projects

124

Documentaryevidence in form ofPurchase Order andCertificate in thisregard or any otherdocument fromCustomer.

C Number of Projects of Oracle ERPR12 software implementation /upgradation for Government/Semi-Government/ StateGovernment/ State PSU/ CentralPSU/ NBFC/ ScheduledCommercial Bank/DevelopmentBank/ RBI/ Statutory Bodies/Autonomous Bodies in India as

1 project2 to 3 projects>=4 projects

124

Documentaryevidence in form ofPurchase Order andCertificate in thisregard or any otherdocument fromCustomer.

Page 50: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 50 of 150

S.No

Evaluation Criteria Requirements and Score SupportingDocument(s)

main contractor during the fiveyear period ending on Last BidSubmission Date.

D Implementation/ up gradation ofOracle ERP Loans module in India

Implementation/upgradation of Oracle ERPLoans module in India in anNBFC.

Implementation/upgradation of Oracle ERPLoans module in India inany organisation other thanNBFC.

3

1.5

Valid Documentaryevidence in thisregard.

E Implementation/up gradation ofOracle ERP Treasury module inIndia

Implementation/upgradation of Oracle ERPTreasury module in India inan NBFC.

Implementation/upgradation of Oracle ERPTreasury module in India inany organisation other thanNBFC.

3

1.5

Valid Documentaryevidence in thisregard.

3 Technical Proposal and SolutionOffered

Max Score 80(Breakup as under)

A Implementation and Support Max Score 15Bidder’s experience on providingcomprehensive PPS support fororacle ebiz suite (11i or above) forat least a period of one year.

Bidder’s experience on providingcomprehensive PPS support forERP hardware for at least a periodof one year.

Bidder’s experience on Providingcomprehensive Implementationand maintenance of DR using toolbased on-line data replication forat least a period of one year.

Bidder’s experience on

1 project> 1 project

1 project> 1 project

24

24

4

Valid Documentaryevidence in thisregard.

Page 51: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 51 of 150

S.No

Evaluation Criteria Requirements and Score SupportingDocument(s)

Implementation of Cluster basedSolution for ERP ProductionEnvironment.

Without RAC

With RAC

1

3

B Presentation by the bidder * Max Score 15

C Hardware solution Offered Max score 5

Spec int rating for ProductionInstance (App+DB) - abovethe minimum specifiedrequirement.

Upto 10%> 10%

25

D FRS Compliance** Max Score 45

Total Technical Score Ts1+2(A)+2(B)+2(C)+2(D)+2(E)+3(A)+3(B)+3(C)+3(D)

Maximum 100

* The presentation will be evaluated on the following aspects: Organization Strengths of the bidder and readiness for the project. Overall understanding of the project requirements. Proposed Solution, Project plan approach and methodology (hardware and software). Timelines. Team profile. Bidder’s expertise in handling such type of project.

**FRS Compliance- FRS is Functional Requirement Specifications pertaining to different modulesfor which solutions need to be addressed by the Bidder in the R12 upgrade. The Bidder has tospecify the type of Solution by which the issue will be addressed viz. Standard (S),Customisation/Third Party (C/T), Work Around (W) and Non Feasible (N). According to solution typemarks of 3,2,1,0 respectively are assigned.

Total marks for FRS compliance shall be the sum of marks obtained as above, convertedproportionately for 45(total marks obtained by bidder-as per Table 2 / maximum marks) X 45.

Maximum Marks that can be obtained (3x45) =135

The lists of issues are given at Table 2 of this chapter.

Page 52: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 52 of 150

Eligibility In Technical Score:

Only those bidders who score minimum 60% in Functional requirement specification (FRS) andminimum Technical score (Ts) of 60 marks out of 100 marks will be considered for the FinancialEvaluation stage.

Financial Score Fs

The total “Overall Cost” in “Price Schedule” Table in “Financial Bid” will be taken as the “Price quotedby the Bidder”.

The price quoted by each Bidder will be further normalised against the lowest price quoted asexplained below:

LQ1= Lowest quoted price as per price schedule tableB1 = Price quoted by bidder B1 as per price schedule table

Financial score of bidder B1 (Fs) = Round ((LQ1 x 100 /B1), 1)

For the above purpose, prices without taxes and duties shall be considered. However the bidder willfurnish detailed break-up of Taxes & Duties as on date of submission of the bid as per “Taxschedule” Table.

Total Score for Evaluation (S)

Total Score of any bidder will be determined based on 25% weightage for Technical Score (Ts) and75% weightage for Financial Score (Fs) as detailed below:

Total Score of Bidder (S) = 0.25 * Technical score of the Bidder (Ts) + 0.75 * Financialscore of the Bidder (Fs)

Note: - Contract shall be awarded only to the Bidder having highest evaluated Total Score (S). Incase of tie, bidder with highest financial score (Fs) will be selected for award of contract.

FRS COMPLANCE SHEET

Bidder need to provide Solution Type against each issue listed in Table-2 below and marks shall beassigned as per Table 1 accordingly for each issue.Against Each functionality bidder has to fill compliance as S, C/T,W,N as defined in below table.

Table 1Solution TypeOffered by Bidder forTable-2 issues Marks DescriptionStandard(S) 3 If the functionality is in standard productCustomization(C)/ ThirdParty Compliance(T) 2

If bidder will customize the standard product /use third party software tomeet the functionality

Workaround 1 If bidder will implement the solution by providing workaroundNot Feasible(N) 0 If the functionality is not feasible

Table 2

Page 53: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 53 of 150

S.No

Modules Issue SolutionTypeS,C/T,W,N

Marks

1 Banking In Case loan is taken on the last day of the month, systemdoes not accept interest payment for the same day whileentering the deal. Also, if there is change in interest rate,the effective date of such change is to be entered one dayprior to the actual date of change, only then the systemgenerates correct interest.

2 Banking In case of part payment of short term loan /WCDL, systemcalculates interest on the original loan amount whereasactual interest is paid on the repaid amount of loan.

3 Banking When a new deal for raising of loan is entered and theoption relating to days included in interest payment isselected as "both days" only then the interest of first monthis generated correctly. However If "first day" or "last day" isselected then system calculates one day less interest. Incase of repayment of loan (normal or prepayment)additional one day interest is calculated under all options.However, no interest is paid for the day on which therepayment is made. The system calculates one day extrainterest due to which adjustments are to be made.

4 Banking In case of Autoswap, system should pick Daily MIBOR fromNSE site and calculate interest automatically after addingthe spread.

5 Forex ERP does not support various Hedging products availablein the market. REC has entered into Call Spreads/principalonly swap for which there is no provision in ERP toaccommodate the same.- While accounting for Hedging transaction i.e. INR Loan,FX Loan gets closed. A new Loan is created with INRnotional. Ideally ERP should also show FX Loan separatelyand Hedging separately. The calculations on FX Loanshould also be done but no accounting to be done for thesame. Only outflows should be available so as to match thesame with the counterparty (Bank.)Due to this, through workarounds only, transactions areentered in the ERP. Thus there is incomplete/inaccuratethings are captured in ERP. Thus, reports being generatedare incorrect. in addition to internal requirement, the reportsare also required by external agencies such as CA&G,statutory auditors etc.

Page 54: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 54 of 150

6 Forex In case of principal only swap (POS) transaction(basicallyHedging of principal only and not interest for foreigncurrency Loan), two loans are shown, one in foreigncurrency converted to INR at the exchange rates prevailingat the end of the quarter/ period.Second Loan is shown with INR amount hedged.Though the interest amount calculated is correct but forOutstanding, two loans are shown and the Outstanding asper ERP does not tally with the actual outstanding.

7 Forex Manual entries are being done in ERP for agency chargesor any other recurring charges, (other than interest) as thereis no provision for the same in ERP.

8 Forex There should be a provision in ERP for making foreignexchange Gain/losses entry because at present entry of thesame is being done manually.

9 Forex Interest is calculated on FX loans on monthly basis and thesame is converted into INR at closing rate of the month.However, for the purpose of books of accounts, the interestis calculated on quarterly basis and converted at RBIreference rate at the end of the Quarter. This creates thedifference in interest cost for which manually entry isnecessitated.- e.g. we have to calculate interest for Apr-June, theninterest for Apr and may should be reversed in the month ofJune and cumulative Apr-June should be calculated with FXrate of June rather calculating interest for Apr , may andJune at three different currency rates

10 Forex There is no provision for multiple Holiday Calendars inERP. Presently it supports only one holiday calendar for theCurrency in which the deal is entered, however as per theterms of agreement, holiday calendar for more than onecountry is required. E.g. in one of the ECB agreements,business day shall be day which is not holiday in New York,London, New Delhi, Mumbai, Singapore.- In ERP, if we have entered deal in USD, it shall onlyconsidered New York holidays and not holidays of rest ofthe defined countries.- Also, in ECBs Saturdays is considered as holiday howeverin ERP Saturday is business day.- Business day is considered to make payments/enteringinto any transaction etc

11 Forex Interest accrual under 30/360 day convention shouldcalculate correctly

12 Forex There Should be a linkage of total Indian currency loanswith original Foreign currency hedged loans/ unhedgedloans.

13 Forex REC has to pay withholding tax on the ECBs raised basedon the existing tax laws. Presently, there is no provision tocalculate the same in ERP.

Page 55: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 55 of 150

14 Forex As per new guidance note on derivative (GN (A) 33 (Issued2015)), there shall be change in the accountingmethodology of derivatives which shall change the policiesof the company. New ERP system should be able to modifyitself to the changes in the accounting system. The newguidance note shall be effective from 1 Apr 2016

15 RetailBonds

Provision for payment instructions (like amount, BeneficiaryAccount) for servicing of brokerage and interest onapplication

16 RetailBonds

At present, interest and allotment date cannot be same inthe existing product whereas practically, it happens thatboth date are same, this provision need to be appropriatelytaken care in the product.

17 RetailBonds

Since allotment takes some time, therefore generallyallotment date and posting of such data in the Module tooksome time difference. At present, the calculation of accruedinterest and other expenses are not being done with actualallotment date. In fact, it calculates everything from thedate of posting. Provisions for calculation with actual dateof allotment need to be modified.

18 RetailBonds

Redemption and Interest servicing bank need to be definedat the time of posting of deal whereas this is a future actionand need to be captured at the time of payment. Thereshould be Provision to change the Servicing bank.

19 RetailBonds

There should be a provision to capture the details ofarrangers / bondholders etc and subsequent updation in therecords

20 RetailBonds

There should be a provision to capture the investor wisedata about allotment with various fields as per Bond HolderRegisters.

21 RetailBonds

At the time of payment of interest servicing, validation ofcoupon rate needs to be flexible so that product whereincoupon can arrived only at payment date could beappropriately amended.

22 RetailBonds

Interest payment – Due to some issue / instructions, somecases detained for future date. Such details need to becaptured separately in line with Redemption Model.

23 RetailBonds

While posting redemption entry, the system needs to queryabout detained cases so that appropriate accounting ofactual redemption could be ensured.

24 RetailBonds

There should be a provision to capture the details of unpaidentries on stale date or thereafter. Appropriate report forthe same. Subsequent payment could be flagged in thesystem.

25 RetailBonds

Interest on Application Money and TDS – calculation andreport is required.

26 RetailBonds

There should be a provision to capture the Brokers andInvestor details in ERP.

27 RetailBonds

There should be a provision to capture the Data pertainingto unpaid/ unclaimed amount in ERP investor wise.

28 RetailBonds

There should be a provision to calculate correct interestpayment during leap year.

Page 56: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 56 of 150

29 Retail/Institutional.Bonds

There should be a provision to capture partial redemption orstrip redemption. Also, interest expenses and interestaccrued on such bond requires reversal.

30 RetailBonds

REC has issue cumulative bond also, calculation ofcumulative interest and report investor wise is required inERP.

31 RetailBonds

At the time maturity of bonds, ERP must have system ofrechecking that in case there is some unpaid interestpayable to investor that shall also be paid together withprincipal amount

32 RetailBonds

Brokerage calculation including corresponding Taxcomponent of Service Tax and Tax Deducted at Source isrequired.

33 Loan There should be provision in the ERP to calculate andaccount delay and penal interest as per below requirement:- Delay & Penal Interest will be charged in the loan moduleat the time of recording of receipt. Delay Interest is to becalculated only on late payment of interest (delayed interestas well as penal interest) after the respective due date.Penal Interest is to be calculated on the late payment ofprincipal, interest (as well as delay and penal interest).However, unpaid amount and interest is calculated fromdue date or last receiving date whichever is later. Both theinterest rates are compounded. In case of overdue PI onprincipal, delay interest rate is same as interest rate on thedate on which the principal was due. Delay interest rate onoverdue amount (interest, DIPI on interest) is same asinterest rate of respective overdue interest transaction.However, in case of multiple rates of overdue interesttransaction, weighted average rate will be applicable.Weighted Rate is calculated as (in case of 2 ROI- x and y):-(x) (Interest amount calculated with ROI x) + (y) (Interestamount calculated with ROI y)

Total interest amount calculated with both ROI x and yDelay and penal interest will be calculated as on date forintimating the borrowers of sum due or for passing theclosing JV manually at GL level.

34 Loan Currently in the system, ROI can be changed more thanonce however it leads to amortization schedule missing.The requirement is to enable the user to change the ROIany number of times in a billing period without anyunexpected impact on amortization schedule. ROI will bechanged more than once either by running the floatingprogram or by rate reset program.

35 Loan There should be a provision in ERP to Interchange intranche balance. The requirement of interchange in tranchebalance is required for below two cases:-1) Interchanging the outstanding balances within theschemes of a borrower.2) Interchanging the outstanding balances of tranchesbetween two borrowers.

Page 57: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 57 of 150

36 Loan The business need is to consider the discount on thoseschemes of the set which exceeds the threshold limit fromthe cut-off date. PO user will specify the parametersborrower name, threshold limit, start date, discount rate,major category, period and the schemes against which thediscount is to be applied. Disbursements in the schemes ofthe set will get accumulated and when the threshold limit isreached, volume discount will be applicable to theseschemes. Volume discount will be applicable to all thetranches of the schemes disbursed during the specifiedperiod. Disbursements made during specified period will beavailable for discount even after the period specified in theset lapsed. In case, further rate reset is done on suchschemes for updating the circular rate, discount willcontinue to apply on the disbursements made during thespecifiedperiod.

Deletion/Addition of scheme from a volume discount set: -There are three scenarios for deletion of scheme/(s) in aset: -i) Before cutoff date: - Scheme can be deleted from avolume discount set before a cutoff date. In this case, oncethe scheme is deleted from a set, the same will not beconsidered for accumulation for threshold limit.ii) Threshold limit reached but billing is not run: - Schemecan be end dated from a volume discount set in casethreshold limit is reached but billing is not run with thediscounted rate.iii) After cut off date: - Scheme can be end dated from avolume discount set after a cut off date

37 Loan Instead of entering Loan term and moratorium period, userwill enter Zero date and Principal repayment period in Loandetails page, system will calculate Loan maturity date onbasis of them.

Formula:Effective Moratorium = (Zero date – Loan start date) +Moratorium (Z)Loan Term = Effective Moratorium + Loan RepaymentPeriod

Moratorium (Z) = Moratorium period from Zero dateEffective Moratorium = Time period during which noPrincipal amount is due from customer after Loan start date.

Functionality will require incorporation of three cases1) Zero date is after Loan start date2) Zero date is before Loan start date3) Zero date is equal to Loan start date

Page 58: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 58 of 150

38 Loan Passing JV at GL level leads to mismatch betweenborrower ledger and GL balances. As of now, followingscenarios are identified for passing JV at GL: -i) JV is passed in GL for DI&PI cases. Process of DI&PI JVfor closing purpose will remain same. However, DI&PI JV atthe time of receipt will now be routed through loan/ ARmodule and then flow to GL.ii) JV is passed in GL, in case the period gets closed due tothe time gap between the first installment due and theapproval of reschedule request.iii) Sometimes, JV is passed in GL for exception cases.There should be a provision to generate the aboveadjustment in Loan/AR module itself instead of passing amanual JV in GL

39 Loan In case borrower is unable to pay the principal amount andlater the moratorium period is extended to provide a time tothe borrower for repay of principal amount. System createsone payment number and line for principal and interest. Dueto this, if user wants to reverse the principal billing only,then user reversed both principal and interest transactions.This leads to extra activity of reversing the interest which isnot actually required.The requirement of the user is to reverse only theoutstanding principal transaction. The user is required toreverse the principal transactions of previous periods incurrent date at borrower level for a particular period.

40 Loan Business required to define the Custom RepaymentFrequency other than MM, QQ, YQ in system.

41 Loan Change in Scheme ParametersThere should be a provision in ERP system to allowsubsequent change in terms such as change of periodicityof repayment (e.g. YQ to QQ), tenure (e.g. change inmoratorium/Repayment period), after repayment hasstarted and overdue amount exist.

42 Loan There should be a provision of tranche wise ballooning onthe basis of defined parameters for structured repayment. Incase of Tranche wise structured repayment, differentMoratorium period is required at tranche level.

Page 59: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 59 of 150

43 Loan There should be provision in the system to split the loans incase of two scenarios: -i) Hedgingii) Demerger

i) Splitting in case of hedging: - This splitting is done alwaysat tranche level. Loan is hedged during servicing phase. Incase no repayment started, then the disbursed amount ofloan is divided as per hedged deal and where repaymentstarted, outstanding amount of loan is divided in the ratio ofdisbursed amount. Due to hedging, interest rate of loan isreduced for partial amount of loan. Therefore, new loan iscreated having reduced interest rate but all otherparameters remained same. Existing loan is not closed.ii) Splitting in case of demerger: - All outstanding balanceson the date of splitting are transferred to new borrowers.However, in case old borrower exists after demerger, thenpartial outstanding balance is transferred to new borrower/s

44 Loan In case borrower is unable to pay the principal amount thenfor giving relaxation to the borrower, repayment structure ismodified. Due to the change in the following, amortizationschedule is restructured i.e. ballooning is done: -i. Moratorium Period (MP)ii. Loan Maturity Dateiii. Change in Frequencyiv. Change in Principal repayment amount

Ballooning is done at scheme level or at tranche level. Atscheme level, ballooning is done in three methods: -i) Fixed Percentageii) Fixed Amountiii) Equally Proportionate

i. Percentage restructuring: - At scheme level, percentage isspecified by the user against due dates or installment no.Principal repayment of respective installment is calculatedas: - Disbursement Amount* (% against respectiveinstallment)/ (sum of % of Repayment Installments fallingdue immediately after respective disbursement). Thisfunctionality is to be processed at the time of eachdisbursement for respective tranche only. Principalrepayment structure is changed accordingly.ii. Fixed Amount Restructuring: - At scheme level, fixedamount is specified by the user against due dates. Principalrepayment is calculated by allocating fixed repaymentamount into tranches which will be based on tranche wiseoutstanding principal net of principal overdue (i.e.repayment already made due). Following formulae will beused for allocation of fixed repayment amount into tranche:- Repayment Amount of respective tranches = FixedRepayment Amount of relevant Installment * (Disbursed

Page 60: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 60 of 150

Amount of respective tranche LESS Repayment alreadydue i.r.o. respective tranche till date of such repaymentinstallment)/ (Total Disbursed Amount of Scheme LESSRepayment already due i.r.o. Scheme till date of suchrepayment installment). In case, outstanding principal islower than the amount specified against due date, thenoutstanding principal is taken as the base for principalrepayment. This functionality is to be processed for alltranches at the time of each disbursement in Scheme.

There should be a provision in the system to capture theabove requirement.

45 Loan Retrospective change in Rate of interest

In certain cases, the RoI has to be revised retrospectivelyleading to change in the rate of interest. Presently, thesame has to be updated by running the floating program.However, the system does not accept the effective datebeyond the last billed date.Example:Current RoI: 14%Frequency: YQLast billed date: 20-Dec-2015Revised rate: 13%Effective date for change in RoI: 10-Nov-2015

In the above case, ERP allows revision in the rate w.e.f. 20-Dec-2015 instead of 10-Nov-2015 as a result of which thedifferential impact of amount due change in rate cannot beascertained correctly.

Total Marks obtained by bidder in FRS Compliance

Page 61: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 61 of 150

Chapter 6Timelines & Payment Milestone

The timelines to be met by the bidder during the execution of the project and contract period.Payment of a phase to be released after submission of deliverables Table-I and Table-II below:

Table-I Timelines & Payment Milestone

S.No. Phase Milestone

Completion Payment milestone

Weeks*

1

Initiation andDiscovery

Issue of LOI to the selected bidder (LOI/LOW) T

2 Date of acceptance of Purchase Order by thebidder T1=T+1

3

Nominate team from RECL and selectedBidder, Kick-off meeting, System Study,Finalization of Project Plan, Delivery andInstallation of Transition Hardware, installationof ERP base instance, other software/toolsTransition Server and Signing of Contractincluding SLA between REC and the bidder

T1 + 8

10% of upgrade cost

Subject to submission ofPBG as per PBG-I.

4

Customization Analysis, R-12 upgrade andCustom component upgrade for SIT, NewDevelopment/Customization, R12 DeltaWorkshop, Functional and Technical ImpactAnalysis, Gap-Fitment

T1+22

10% of upgrade cost20% of other expenses

5

Hardware

ERP Hardware Delivery T1 + 20 20% of hardware cost

6 Installation of hardware at DC T1 + 23 30% of hardware cost

7 Acceptance and commissioning of hardware atDC T1 + 25

10 % of hardware cost50% of new licenses

8 Commissioning & Establishment of hardwareat DR T1 + 32 10 % of hardware cost

9SIT (SystemIntegration

Testing)

ERP- Iteration 1 (Bidder), ERP- Iteration2(RECL) T1 + 24

20% of upgrade cost10 % of hardware cost10% of new licenses

10 TrainingTrainingEnd User Training, Core User Training ,Functional User Training

T1 + 28100% of Training Cost

11 UAT UAT (User Acceptance Testing) T1 + 30

10% of upgrade cost60% of other expenses10% of new licenses

12Go-Live ofthe ERPUpgrade

Dry Run & MoC DR Drill T1 + 34Cut over plan T1 + 36

Go-Live of the ERP Upgrade GL = T1 +36

20% of upgrade cost20% of new licenses20% of hardware cost

20% of other expenses

Page 62: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 62 of 150

13

PPS Phase

Post Go-Live complete quarter periodclosure

30 % of upgrade cost10% of new licenses

14Post Production support Period starts (for 4years) for S/W GL

(Yearly S/W-PPS cost/12) on monthly basis

Subject to submission ofPBG as per PBG-II.

15Post Production support Period starts (for 4years) for H/W GL

(Yearly H/W-PPS cost /4)on Quarterly basis

16 On site Comprehensive Warranty Maintenanceof H/W starts (for 3 years) GL

17

Post Warranty Comprehensive Maintenance ofSW (ATS) Period starts (for 2nd , 3rd & 4th

Year)

(1st year ATS is inbuilt and Starting fromLicenses delivery date.)

U=Onexpiry for 1st

year ATS

SW -ATS cost on yearlybasis in advance

18 Post Warranty Comprehensive Maintenance ofHW starts (for 1 year )

GL + 3years

4th Year H/W-Warrantycost on Yearly basis

19

Extended PPS for H/W & S/W ,Post Warranty Comprehensive Maintenance

of HWStarts for 2 years as per RECL discretion onsame terms and conditions

GL + 4years

(Yearly H/W-PPS cost /4)on Quarterly basis

(Yearly S/W-PPS cost/12) on monthly basis

Post Warranty cost onYearly basis

Subject to submission ofPBG as per PBG-III

20Extended ATS for S/W starts for 2 years asper RECL discretion on same terms andconditions

U +3 Years SW -ATS cost on yearlybasis

* Each Week is equal to 7calendar days

Page 63: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 63 of 150

Table-II : List of DeliverablesPhase Milestone DeliverablesInitiation andDiscovery

3 Team Plan Project Plan (Summary, phase-wise & Detail) Quality Plan (EQA and IQA) Risk Mitigation Plan (Backup and Disaster Recovery

Guide) Joint Reports of delivery and installation of Transition

Hardware and Base instance by RECL and Bidder Detailed Data and application (customized) Migration

Plan Signed Contract Agreement between RECL and the

bidder.Initiation andDiscovery

4 List of pre-requisites Customisation Analysis Report Joint Reports of R12 upgrade and custom component

by REC and Bidder Updated and new Design Documents for

Customizations Customized Migration Checklist Updated Application Architecture and setup

Document Report of R12 DELTA WOKSHOP and related study

materials Functional Impact Analysis Report Technical Impact Analysis Report Gap fit Document Data Migration templates Data Migration reports

Hardware 5 Delivery Report of Hardware jointly by RECL and Bidder.Facility management policy

Hardware 6 Installation Report of Hardware jointly by RECL andBidder.

Hardware 7 Acceptance and commissioning of Report of Hardware atDC jointly by RECL and Bidder.

Licenses copy and DetailsHardware 8 Acceptance and commissioning of Report of Hardware at

DR jointly by RECL and Bidder.

SIT 9 Test cases by Bidder and RECL Test results(SIT) against Test cases by bidder Test results(SIT) against Test cases by RECL Joint Reports of SIT Completion by REC and Bidder

Page 64: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 64 of 150

Training 10 Training materials/ user manuals Training completion certificate from Bidder Training completion Report from Bidder and RECL

jointly

UAT 11 System Performance Report Joint Reports of UAT Completion by REC and Bidder

Go-Live of ERPUpgrade

12 Dry run report Cutover Plan DR Drill report Go-Live certificate from REC Production Migration Plan Patch Application Maintenance logs and Registrer Migrated & accepted latest Oracle EBS version

Production System - Configuration Document SR Tracking Register Issue Log & Fixes System Performance Report

PPS Phase 13 Certificate by RECL on complete quarter period closure

PPS Phase 14,15,16,17 Upon submission of reports mentioned in Chapter-3‘Detailed Scope of Works- TABLE V’

a. Payments shall be subject to deductions of any amount for which the Bidder is liable underthe agreement against this contract. Late delivery charges/Penalties will be deducted fromthe next due payment. Similarly late installation charges will deducted from the payment dueafter installation and commissioning etc. Further, all payments shall be made subjects todeduction of TDS (Tax deduction at Source ) as per the income-Tax Act, 1961 includingaddendums from time to time and any other taxes.

b. All Payment shall be made in Indian Rupees only.c. ED (IT), RECL or his representative would be the Engineer-In-Charge for the work and all

bills should be forwarded through him before submitting to payment. The decision of ED(IT/GM(IT)), RECL shall be final and binding on the Contractor.

d. The payments will be made on submission of invoice(s) to RECL after successful completionof services as per scope of work considering various SLAs and terms and conditions of thetender document and certification by RECL. Deductions towards non-compliance of theSLAs, if any, will be adjusted from the respective monthly invoice. Payment will be releasedwithin 30 days of submission of invoice(s) and clarification of all doubts.

e. Sales invoices being issued to REC should mention GE-ID of REC ie. GE11193 Along withVAT deposit certificates.

Page 65: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 65 of 150

Chapter-7

Liquidated Damages (LD)

7.1 Liquidated Damages: Upto Go-Live

The total LD up to Go-Live will not exceed 10% of the total amount payable upto Go-Live,for reasons attributable to bidder. The amount is pre-estimated and pre-determined, andagreed between the parties.

a) Liquidated Damages: Upto Go-Live of ERP Upgrade (on account of delay)

ERP upgrade project should be completed within the time frame specified in Chapter 6,failing which Liquidated damages will be charged at the rate of 1% (one percent), per weekor part there off of the payment against the concerned milestone (As per Table-I, Table-II Timelines & Payment Milestone Chapter 6) and forfeiture of the entire EMD and/or theSecurity Deposit and/or Performance Guarantee of the defaulting bidder fornoncompliance/ delay of milestone.

b) Liquidated Damages: Non Compliance (on account of FRS)

In addition to above, the bidder has to pay LD for noncompliance of functionalitymentioned in FRS Compliance Sheet in Chapter 5 as given below.

Functionality ascommitted bybidder

Functionality asdelivered bybidder

LD (percentage)

Standard Customization/ThirdParty tool

0.75 % x Upgrade to R12 cost x no. offunctionality not delivered ascommitted under each Solution type

Standard Workaround 1.0 % Upgrade to R12 cost x no. offunctionality not delivered ascommitted under each weightagecategory

Standard Not possible 2.0 % x Upgrade to R12 cost x no. offunctionality not delivered ascommitted under each Solution type

Customization/ThirdParty tool

Workaround 1.0 % x Upgrade to R12 cost x no. offunctionality not delivered ascommitted under each Solution type

Customization/ThirdParty tool

Not possible 2.0 % x Upgrade to R12 cost x no. offunctionality not delivered ascommitted under each Solution type

Workaround Not possible 2.0 % x Upgrade to R12 cost x no. offunctionality not delivered ascommitted under each Solution type

Page 66: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 66 of 150

7.2 Liquidated Damages for PPS

The total LD for PPS Phase will not exceed 10% of the total amount payable duringPPS Phase, for delay due to reasons attributable to bidder. It will be calculated withrespect to the amount payable for PPS value on yearly basis and LD amount exceeding10% of the yearly value will be carried over to the next year(s). Carried over LD, if any,will be adjusted against the final payments of the contract period. However, the total LDfor PPS Phase will not exceed 10% of the total amount payable during PPS Phase.

This amount of LD is pre-estimated and pre-determined, and agreed between theparties.

a) Liquidated Damages for non-achievement of SLA: Post Production Support forSW (PPS Phase)

i. Support will prioritize the user problems in consultation with RECL and requestbased on the following parameters:

a. Critical Severity Category (Severity 0): The incident in which entireERP operations stops.

b. High Severity Category (Severity 1): The incident in whichfunctioning of a business cycle of a module stops working affectingdirectly the business of REC.

c. Medium Severity Category (Severity 2): The incident in whichfunctioning of a business cycle of a module stops working but theoperation continues through a workaround. In case the support failed tostart the operation through workaround within the defined MaximumAcknowledgement time, it will be changed to Severity 1.

d. Low Severity Category (Severity 3): Those requests that do not stopthe ERP business cycle. In case the support failed to start theoperation through workaround within the defined MaximumAcknowledgement time, it will be changed to Severity 2.

Acknowledgement/Resolution Time/LD*

Severity ofthe incident

MaximumAcknowledgementTime

MaximumResolutionTime- SLA

LD amount(will be deductedfrom PPSpayment)

Severity 0 Immediately 1 Hour Rs.10,000/- perworking hour

Severity 1 Immediately FN – AN, AN –Next day FN(90% cases)

Rs.1500/half day orpart there off

Severity 2 2 hours (90%cases)

FN-Next day FN,AN-Next day AN(90% cases)

Rs.1200/half day orpart there off

Severity 3 4 hours (90%cases)FN – AN, AN –

FN-2nd day FN,AN-2nd day AN(90% cases)

Rs.1000/half day orpart there off

Page 67: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 67 of 150

Next day FNCR/Development

Agreed Time Agreed time byRECL and Bidder

Rs.1500/day orpart there off

For the purpose of calculation of LD REC working window will beconsidered.

ii. The bidder should provide backup personnel in case of absenteeism.Computation of absenteeism of PPS personnel and corresponding LD, incase bidder could not provide backup, will be charged on monthly basis asper following :

Total absenteeism (in terms of days) = (Total no. of working days in the month * PPSteam strength) – (Total attendance of the PPS team in the month, in terms of days)Proportionate daily rate of PPS = Man month rate / no. of working days in the monthProportionate cost of Absenteeism = Total absenteeism * proportionate daily rate ofPPSLD = 1% * Proportionate cost of Absenteeism

The upper ceiling of the LD on the on-site post production support services shall be10% of post production support services in a year under the contract. In case the total LDin a year is more than the balance payment to be made to the vendor during the year,REC may request the bidder to deposit the amount with REC with in a stipulated timeperiod or may revoke the performance guarantee either in part or full to realize theoutstanding dues for non-performance as per the contract.

b). Liquidated Damages (SLA) : Post Production Support for HW (PPS Phase)

Availability and uptime requirement of different sub-components (hardware) are given below:S.No.

Description Availability inpercentage

1 Server and other components under production environment 99.5 %

2 All other components under non-production environment 99 %

3 For Post Production SupportCritical Call – All incidents related to Server and othercomponents under production environmentNon Critical Call- All incidents related to other environment.

99 % critical callresolution95 % non-criticalcall resolution.

i. Must have service to support the following:

a. Maximum Two (2) working hour response time for any reported fault at RECL,DC Location. For other locations, it is 1 day (FN calls – Next day FN resolutions,AN calls – Next day AN resolutions).

b. Maximum Four (4) hours resolution time for the production environment at REC,DC Location. (FN call – Same day AN resolution, AN call – Next day FN resolution).Maximum 1 day resolution time to all other locations and non productionenvironment.

Page 68: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 68 of 150

ii. The uptime will be calculated on monthly basis both for total uptime as well asmaximum response time. The LD for non-performance by every 0.1 % of therequirement given above or part thereof will be 1.0 % of the total sub-component cost.

iii. The bidder should provide backup personnel in case of absenteeism. Computationof absenteeism of PPS personnel and corresponding LD, in case bidder could notprovide backup, will be done on monthly basis as per following logic:Total absenteeism (in terms of days) = (Total no. of working days in the month * PPSteam strength) – (Total attendance of the PPS team in the month, in terms of days)Proportionate daily rate of PPS = Man month rate / no. of working days in the monthProportionate cost of Absenteeism = Total absenteeism * proportionate daily rate ofPPSLD = 1% * Proportionate cost of Absenteeism

iv. The bidder is required to submit monthly SLA compliance report. Along with submissionof bid, the bidder must also provide a detailed methodology of SLA computation andreport preparation including tools that will be used to generate this report.

v. The bidder has to submit all required reports to monitor and manage the SLA parameters.

vi. The time lost due to any reason attributable to RECs shall not be taken into account whilecalculating the availability/ uptime requirement.

7.3 General clause for LDa. Not withstanding anything above, RECL holds the option to cancel the purchase

order and forfeit the entire EMD and/or the Security Deposit and/or PerformanceGuarantee of the defaulting bidder which may include the deposit made againstother deliveries and/or purchase orders, if any and thereafter REC has the right tocomplete the pending work through alternate source at the risk and cost of thedefaulting bidder.

b. For activities delayed due to SNR cause, no LD will be imposed for the SNRperiod.

Page 69: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 69 of 150

Chapter-8

Section-1 Existing licences

S.No Types User/Unit LicenseType

1.Oracle Database Enterprise Edition (Processorbased) 11 Full Use

2. Real Application Clusters (Processor based) 4 Full Use3. Diagnostic Pack (Processor based) 6 Full Use4. Tuning Pack (Processor based) 6 Full Use5. Tivoli 6.1.0 storage manager extended edition 220 Full Use6. Tivoli 6.1.0 storage manager area networks 80 Full Use7. Tivoli 6.1.0 storage manager for database 80 Full UseNote: - All above existing licenses are full user and Perpetual

Section-2 Existing Hardware Detail

Location: DC

S.No

Equipment

Quantity

Model Make OperatingSystem

Proc/ThreadPerServer

Memory (GB)Perserver

HDD(146GB)Perserver

1. Server 4 9133Model 55A

IBM Systemp5 550

AIX 5 V5.3 2/4 12 3

2. Server 2 9133Model 52A

IBM Systemp5 520

AIX 5 V5.3 2/4 12 3

3. Server 2 9133Model 52A

IBM Systemp5 520

AIX 5 V5.3 2/4 6 3

4. Server 2 9133Model 51A

IBM Systemp5 510

AIX 5 V5.3 1/2 6 3

5. Server 2 9133Model 51A

IBM Systemp5 510

AIX 5 V5.3 1/2 8 3

6. Server 2 IBM x3650 RHEL 5.5 2 107. San

Storage1 IBM System

Storage DS4700

32

8. SanSwitch

2 DS –C9124K9

9. TapeLibrary(2 XLT04)

1 IBM TS3310

10. HMC 1 IBM 7310CR4

11. Backupsoftware

1 Tivoli 6.1.0

Page 70: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 70 of 150

Location :DR12. Server 2 9133

Model 52AIBM Systemp5 520

AIX 5 V5.3 2/4 12 3 +16GBDasstorage

13. HMC 1 IBM 7310CR4

Section-3 Existing BACKUP & Replication Detail

A. ERP Production Backup

a. ERP Application Backup- Full backup. On tapes on daily basis. Tivoli backup software is alsoused

b. ERP Database Backup- Full backup, On Hard disk, tapes on daily basis using RMAN. Tivolibackup software is also used .

c. Operating System Backup - Full OS level backup, which covers Root Volume Group & DataVolume Group, on monthly basis.

d. Snapshot Standby - QA is Snapshot Standby of production .e. PRODUCTION DC and PRODUCTION DR are in sync using Oracle Data Guard Archive logs

are transferred from DC to DR in defined frequency as per RECL policy for synching DC andDR.

f. The Recovery Point Objective (RPO) and Recovery Time Objective (RTO) are defined inRECL Policies which will be shared with the selected Bidder.

B. Legacy Application Backup

a. Application Backup- Application are automatically taken on NAS storage on daily basis.b. Oracle Database Backup- Export dmp file of legacy database on NAS storage on daily basis.c. OS Backup- Full backup, on external tapes and disk, on quarterly basis.

Summary1. Production Backup

a. Application- is taken on Tape Library using IBM Tivoli backup managementsoftware.

b. Database- Backup is done RMAN utility. The RMAN backup files are automaticallytransferred to tape library using IBM Tivoli backup management software.Additionally backup is also taken on Tapes using Tape drive.

2. Non production Instances – Full Backup of OS & Application is done on tapes using tapedrive.

3. QA as Snapshot standby of Production.4. Synching of data between DC and DR.5. Regular Backup of data to NAS.

Page 71: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 71 of 150

Chapter-9

Integrity Pact

PRE-CONTRACT INTEGRITY PACT

GENERAL

This pre-bid contract Agreement (herein after called the Integrity Pact) is made on________day of the month of_________ 20… , between, on one hand, the Rural electrificationCorporation Ltd. Acting through Shri……………………., Designation of the officer,(hereinafter called the "RECL”, which expression shall mean and include, unless the contextotherwise requires, his successors in the office and assigns) of the First Part andM/s.__________________ represented by Shri _________________ (hereinafter called the"BIDDER/SELLER”, which expression shall mean and include, unless the context otherwiserequires, his successors and permitted assigns) of the Second Part.

WHEREAS the RECL propose to procure (Items and Services as per the Scope Of WorkMentioned in The Tender Document (hereinafter called the "Items and Services”, whichexpression shall mean and include, unless the context otherwise requires, any additions &deletions in the said "Items and Services”) and the BIDDER/ Seller is willing to offer/hasoffered the said "Items and Services”.

WHEREAS the BIDDER is a Private Company/Public Company/Government Undertaking/Partnership/registered export agency, constituted in accordance with the relevant law in thematter and the RECL is a Ministry /Department of the Government of India/PSU performingits function on behalf of the President of India.

NOW, THEREFORE,

To avoid all forms of corruption by following a system that is fair, transparent and free fromany influence/prejudiced dealings prior to, during and subsequent to the currency of theContract to be entered into with a view to:-

Enabling the RECL to obtain the desired "Items and Services” at a competitive price inconformity with the defined specifications by avoiding the high cost and the distortionaryimpact of corruption on public procurement, and

Enabling BIDDER to abstain from bribing or indulging in any corrupt practice in order tosecure the contract by providing assurance to them that their competitors will also abstainfrom bribing and other practices and the RECL will commit to prevent corruption, in any form,by its official by following transparent procedures.

Page 72: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 72 of 150

The parties hereto hereby agree to enter into this Integrity Pact and agree as follows:

Commitments of the RECL

1.1 The RECL undertakes that no official of the RECL, connected directly orindirectly with the contract, will demand, take a promise for or accept, directlyor through intermediaries, any bribe, consideration, gift, reward, favour or anymaterial or immaterial benefit or any other advantage from the BIDDER, eitherfor themselves or for any person, organization or third party related to thecontract in exchange for an advantage in the bidding process, bid evaluation,contracting or implementation process related to the contract.

1.2 The RECL will, during the pre-contract stage, treat all BIDDER alike, and willprovide to all BIDDER the same information and will not provide any suchinformation to any particular BIDDER which could afford an advantage to thatparticular BIDDER in comparison to the other BIDDERs.

1.3 All the officials of the RECL will report the appropriate Government office anyattempted or completed breaches of the above commitments as well as anysubstantial suspicion of such a breach.

2. In case any such preceding misconduct on the part of such official(s) is reported bythe BIDDER to the RECL with the full and verifiable facts and the same is prima faciefound to be correct by the RECL, necessary disciplinary proceedings, or any otheraction as deemed fit, including criminal proceedings may be initiated by the RECL andsuch a person shall Be debarred from further dealings related to the contract process.In such a case, while an enquiry is being conducted by the RECL, the proceedingsunder the contract would not be stalled.

Commitments of BIDDERs

3. The BIDDER commits itself to take all measures necessary to prevent corruptpractices, unfair means and illegal activities during any stage of its bid or during anypre-contract or post-contract stage in order to secure the contract or in furtherance tosecure it and in particular commit itself to the following:-

3.1 The will not offer, directly or through intermediaries, any bribe, gift,consideration, reward, favour, any material or immaterial benefit or otheradvantage, commission, fees, brokerage or inducement to any official of theRECL, connected directly or indirectly with the biding process, or to anyperson, organization or third party related to the contract in exchange for anyadvantage in the bidding, evaluation, contracting and implementation of thecontract.

3.2 The BIDDER further undertakes that it has not given, offered or promised togive, directly or indirectly any bribe, gift, consideration, reward, favour, anymaterial or immaterial benefit or other advantage, commission, fees,

Page 73: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 73 of 150

brokerage, or inducement to any official of the RECL or otherwise in procuringthe Contract of forbearing to do or having done any act in relation to theobtaining or execution of the contract or any other contract with theGovernment for showing or forbearing to show favour or disfavour to anyperson in relation to the contract or any other contract with the Government.

3.3 The BIDDER shall disclose the name and address of agents andrepresentatives and Indian BIDDERSs shall disclose their foreign principals orassociates.

3.4 The BIDDER shall disclose the payments to be made by them toagents/brokers or any other intermediary, in connection with this bid/contract.

3.5 The BIDDER further confirms and declares to the RECL that he BIDDER isthe original manufacture/Integrator/authorized government sponsored exportentity of the defence stores and has not engage any individual or firm orcompany whether Indian or foreign to intercede, facilitate or in any way torecommend to the RECL or any of its functionaries, whether officially orunofficially to the award of the contract to the BIDDER, nor has any amountbeen paid. Promised or intended to be paid to any such individual, firm orcompany in respect of any such intercession, facilitation or recommendation.

3.6 The BIDDER, either while presenting the bid or during pre-contractnegotiations or before signing the contract, shall disclose any payment he hasmade, is committed to or intends to make to officials of the RECL or theirfamily members, agents, brokers or any other intermediaries in connection withthe contract and the details of services agreed upon for such payments.

3.7 The BIDDER will not collude with other parties interested in the contract toimpair the transparency, fairness and progress of the bidding process, bidevaluation, contracting and implementation of the contract.

3.8 The BIDDER will not accept any advantage in exchange for any corruptpractice, unfair means and illegal activities.

3.9 The BIDDER shall not use improperly, for purpose of competition or personalgain, or pass on to others, any information provided by the RECL as part of thebusiness relationship, regarding plans, technical proposal and businessdetails, including information contained in any electronic data carrier. TheBIDDER also undertakes to exercise due and adequate care lest any suchinformation is divulged.

3.10 The BIDDER commits to refrain from giving any complaint directly or throughany other manner without supporting it with full and verifiable facts.

3.11 The BIDDER shall not instigate or cause to instigate any third person tocommit any of the actions mentioned above.

Page 74: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 74 of 150

3.12 If the BIDDER or any employee of the BIDDER or any person acting on behalfof the BIDDER, either directly or indirectly, is a relative of any of the officers ofthe RECL, or alternatively, if any relatives of an officer of the RECL hadfinancial interest/stake in the BIDDER’s firm, the same shall be disclosed bythe BIDDER at the time of filling of tender

The term ‘relative’ for this purpose would be as defined in Section 6 of theCompanies Act 1956.

3.13 The BIDDER shall not lend to or borrow any money from or enter into anymonetary dealings or transactions, directly or indirectly, with any employee ofthe RECL.

4. Previous Transgression

4.1 The BIDDER declares that no previous transgression occurred in the last threeyears immediately before signing of this Integrity Pact with any other companyin any country in respect of any corrupt practices envisaged hereunder or withany Public Sector Enterprise in India or any Government Department in Indiathat could justify B1DDER's exclusion from the tender process.

4.2 The BIDDER agrees that if it makes incorrect statement on this subject,BIDDER can be disqualified from the tender process or the contract, if alreadyawarded, can be terminated for such reason.

5. Earnest Money (Security Deposit)

5.1 while submitting commercial bid, the BIDDER deposit an amount _________(as specified in TENDER) as Earnest Money/Security, Deposit, with the RECLthrough any of the following instruments:

(i) Bank Draft or a Pay Order in favour of ‘Rural Electrification CorporationLimited’ payable at New Delhi

(ii) A confirmed guarantee by an Indian Nationalised Bank, promisingpayment of the guaranteed sum to the RECL on demand within threeworking days without any demur whatsoever and without seeking anyreasons whatsoever. The demand for payment by the RECL shall betreated as conclusive proof of payment.

(iii) Any other mode or through any other instrument (to be specified in theTENDER)

5.2 The Earnest Money/Security Deposit shall be valid as per terms of TENDER.

5.3. In the case of successful BIDDER, a clause would also be incorporated in theArticle pertaining to Performance Bond in the Purchase Contract that theprovisions of Sanctions for violation shall be applicable for forfeiture of

Page 75: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 75 of 150

Performance Bond in case of a decision by the RECL to forfeit the samewithout assigning any reason for imposing sanction for violation of this Pact.

5.4. No interest shall be payable by the RECL to the BIDDER on EarnestMoney/Security Deposit for the period of its currency.

6. Sanctions for Violations

6.1. Any breach of the aforesaid provisions by the BIDDER or any one employedby it or acting on its behalf (whether with or without the knowledge of theBIDDER/SELLER) shall entitle the RECL to take all or any one of the followingactions, wherever required:-

(i) To immediately call off the pre contract negotiations without assigningany reason or giving any compensation to the BIDDER. However, theproceedings with the other BIDDER(s) would continue.

(ii) The Earnest Money Deposit (in pre-contract stage) and/or SecurityDeposit/Performance Bond (after the contract is signed) shall standforfeited either fully or partially, as decided by the RECL and the RECLshall not be required to assign any reason therefore.

(iii) To immediately cancel the contract, if already signed, without giving anycompensation to the BIDDER.

(iv) To recover all sums already paid by the RECL, and in case of the IndianBIDDER with interest thereon at 2% higher than the prevailing PrimeLending Rate of State of India, while in case of a BIDDER from a countryother than India with Interest thereon at 2% higher than the LIBOR. If anyoutstanding payment is due to the BIDDER from the RECL in connectionwith any other contract for any other stores, such outstanding paymentcould also be utilized to recover the aforesaid sum and interest

(v) To encash the advance bank guarantee and performance bond/warrantybond, if furnished by the BIDDER, in order to recover the payments,already made by the RECL, along with interest.

(vi) To cancel all or any other contracts with the BIDDER. The BIDDER shallbe liable to pay compensation for any loss or damage to the RECLresulting from such cancellation/rescission and the RECL/PRINCIPALshall be entitled to deduct the amount so payable from the money(s) dueto the BIDDER.

(vii) To debar the BIDDER from participating in future bidding processes of theGovernment of India RECL/PRINCIPAL for a minimum period of fiveyears, which may be further extended at the discretion of the RECL.

Page 76: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 76 of 150

(viii) To recover all sums paid in violation of this Pact by BIDDER (s) to anymiddlemen or agent or broken with a view to securing the contract.

(ix) In cases where irrevocable Letters of Credit have been received inrespect of any contract signed by the RECL with the BIDDER, the sameshall not be opened.

(x) Forfelture of performance Bond in case of a decision by the RECL toforfeit the same without assigning any reason for imposing for sanctionfor violation of this pact.

6.2 The RECL will be entitled to take all or any of the actions mentioned at para6.1 (i) to (x) of this Pact also on the Commission by the BIDDER or any oneemployed by it or acting on its behalf (whether with or without the knowledge ofthe BIDDER), of an offence as defined in Chapter IX of the Indian Penal code,1860 or Prevention of Corruption Act, 1988 or any other statute enacted forprevention of corruption.

6.3 The decision of the RECL to the effect that a breach of the provisions of thispact has been committed by the BIDDER shall be final and conclusive on theBIDDER. However, the BIDDER can approach the Independent Monitor(s)appointed for the purposes of this Pact.

7. Fall Clause

7.1 The BIDDER undertakes that if has not supplied/is not supplying similarproduct/systems or subsystems at a price lower than that offered in the presentbid in respect of any other Department of the Government of India or PSU and ifit is found at any stage that similar product/systems or sub systems wassupplied by the BIDDER to any other Ministry/Department of the Government ofIndia or a PSU at a lower price, then that very price, with due allowance forelapsed time, will be applicable to the present case and the difference in the costwould be refunded by the BIDDER to the RECL, if the contract has already beenconcluded.

8. Independent Monitors

8.1 The RECL has appointed Independent Monitors (hereinafter referred to asMonitors) for this Pact in consultation with the Central Vigilance Commission(Names and Addresses of the Monitors shall be published subsequently byRECL).

8.2 The task of the Monitors shall be to review independently and objectively,whether and to what extent the parties comply with the obligations under thisPact.

8.3 The Monitors shall not be subject to instructions by the representatives of theparties and perform their functions neutrally and independently.

Page 77: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 77 of 150

8.4 Both the parties accept that the Monitors have the right to access all thedocuments relating to the project/procurement, including minutes of meetings.

8.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact,he will so inform the Authority designated by the RECL.

8.6 The BIDDER(s) accepts that the Monitors has the right to access withoutrestriction to all project documentation of the RECL including that provided bythe BIDDER. The BIDDER will also grant the Monitor, upon his request anddemonstration of a valid interest, unrestricted and unconditional access to hisproject documentation. The same is applicable to Subcontractors. The Monitorshall be under contractual obligation to treat the information and documents ofthe BIDDER/Subcontractors(s) with confidentially.

8.7 The BUIYER will provide to the Monitors sufficient information about all meetingsamong the parties related to the Project provided such meetings could have animpact on the contractual relations between the parties. The parties will offer tothe monitor the option to participate in such meetings.

8.8 The Monitor will submit a written report to the designated Authority of RECL/Secretary in the Department/ within 8 to 10 weeks from the date of reference orintimation to him by the RECL/BIDDER and, should the occasion arise, submitproposals for correcting problematic situations.

9. Facilitation of Investigation

in case of any allegation of violation of any provisions of this Pact or payment of commission,the RECL or its agencies shall be entitled to examine all the documents including the Booksof Accounts of the BIDDER and the BIDDER shall provide necessary information anddocuments in English and shall extend all possible help for the purpose of such examination.

10. Law and Place of Jurisdiction

This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat ofthe RECL.

11. Other Legal Actions

The actions stipulated in this Integrity Pact are without prejudice to any other legal action thatmay follow in accordance with the provisions of the any extent law in force relating to anycivil or criminal proceedings.

12. Validity

12.1 The validity of this Integrity Pact shall be from the date of its signing and extendup to 5 years or the complete execution of the contract to the satisfaction of boththe RECL and the BIDDER/SELLER, including warranty period, whichever is

Page 78: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 78 of 150

later. In case BIDDER/SELLER is unsuccessful, this Integrity Pact shall expireafter six months from the date of the signing of the contract.

12.2 Should one or several provisions of this Pact turn out to be invalid; theremainder of this Pact shall remain valid. In this case, the parties will strive tocome to an agreement to their original intentions.

13. The parties hereby sign this Integrity Pact at_________ on_________

RECL BIDDER

Name of the Officer CHIEF EXECUTIVE OFFICER

Designation

Deptt/MINISTRY/PSU

Witness Witness

1.____________________________ 1.__________________________

2. ____________________________ 2. __________________________

Provision of these clauses would need to be amended/deleted in line with the policy of theRECL in regard to involvement of Indian agents of foreign supplies.

Page 79: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 79 of 150

Chapter-10

e-Reverse Auction Guidelines

These Guidelines are intended to guide about e-Reverse Auction processes, awardingcriteria, and confidentiality requirements, and to the binding nature of bids made at e-Reverse Auction.

The aim of e-Reverse Auctions is to enable negotiations to be engaged in usingtechnology that allows a faster pricing process, a more objective way of selecting biddersand greater transparency of market prices. RECL and bidders are expected to follow thestandards set forth in these Guidelines.

1. Reverse Auctions are carried out under the framework of rules as defined byRECL and all bidders participating in Reverse Auction shall understand/acceptand give an undertaking for compliance with the same to the RECL in theprescribed format (Annexure – G).

2. Any bidder not willing to submit such an undertaking shall be disqualified forfurther participation with respect to the said procurement.

3. Reverse Auction shall be carried out amongst the bidders who have quoted withinlowest price + 15% of the evaluation criteria price. However in case no otherbidders fall within +15% of L-1 quoted prices then reverse auction can take placeup to lowest price + 25% or as decided by RECL shall be allowed to participate inthe online Reverse Auctioning.

4. The overall lowest price quoted by the bidder will be considered as Reserve BasePrice during reverse auction, further the item wise price of all items shall bearrived from the overall lowest quoted price in the same ratio as quoted by thebidders earlier in the financial bid and all the technically qualified bidders will beconsidered at same platform.

5. Decrement value to be kept for conducting Reverse Auction shall range from0.50% to 5% of the Reserve Base Price converted to the nearest round figure,depending upon the value of the bid.

6. Preferably the time duration to be kept for conducting Reverse Auction process isfrom 11:00 AM to 3:00 PM with the incremental time duration of 30 minutes fromthe time of last quote considering that the bidder may be provided the sufficienttime for quoting their best lowest rates. The window may be extended toaccommodate 30 minutes, if required, response time. The auction will terminateeither at the scheduled end time or as extended as per requirement till there is noresponse during the incremental time duration. However RECL reserves the rightto modify the process with pre-information to bidders if required.

7. The eligible bidders can participate in the online Reverse Auction from any placeof their choice and need not to visit RECL office for this purpose.

Page 80: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 80 of 150

8. The User ID and password for online reverse auction is same as used in onlinebidding process/ provided at the time of bidder registration.

9. The Reserve Base Price for Reverse Auction will be informed after the Opening ofPrice Bid. This shall be the lowest rate received against the initial price bidssubmitted by participating bidders.

10.RECL shall make all out efforts to rectify the problem(s) leading to system failureduring the online reverse auction. However in case the system could not berestored within the reasonable time period as deemed fit by RECL, the reverseauction event shall be suitable extended/ shall be restarted again after rectificationby giving a new schedule for the same, which shall cover the left over time periodas per the original schedule. On restart of reverse auction the last R1 pricereceived during reverse auction at which the reverse auction event got terminated,shall be the starting price.

11.Where necessary, RECL will facilitate training for participation in Reverse Auctioneither on its own or through the service provider for the Reverse Auction tofamiliarize the vendors/bidders with Reverse Auction process.

12.Any vendor/bidder not participating in training shall do so at his own risk and itshall not be open for him to make any complaint/grievance later.

13.No request for postponement/fixing of Training Date/Time shall be entertained.

14.The Date and Time of commencement of Reverse Auction shall be communicatedto the shortlisted bidders at least One day in advance.

15.Any force majeure or other condition leading to postponement of auction shallentitle RECL to postpone the auction.

16.The Reverse Auction may be conducted by RECL through a service providerspecifically identified/appointed/empanelled by RECL.

17. In case Reverse Auctions conducted by RECL through a Service Provider, theRECL shall enter into a separate agreement clearly detailing the role andresponsibilities of the service provider hosting the web portal for the ReverseAuction. The Service Level Agreement (SLA) by RECL with the service provider isan arrangement for smooth and fair conduct of the Reverse Auction.

18.All the bids made from the log-in ID given to bidder shall ipso facto be considered.Bids are to be made by the vendor / bidder using log-in ID and password assignedby the service provider /auctioneer.

19.Any bid once made through registered log-in ID / password by the vendor / biddercannot be cancelled. The bidder, in other words, is bound to sell the “Offering” asper the RFP at the bid price.

Page 81: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 81 of 150

20.Every successive bid by the bidder / vendor being decremented bid shall replacethe earlier bid automatically and the final bid as per the time and log-in ID shallprevail over the earlier bids.

21.No two bids can have identical price from two different vendors. In other words,there shall never be a “Tie” in bids.

22.All bidders will be able to view during the auction time the current lowest price inportal. Bidder shall be able to view not only the lowest bid but also the last bidmade by him at any point of time during the auction time.

23.Names of bidders/ vendors shall be anonymously masked in the Reverse Auctionprocess and vendors will be given suitable dummy names. After completion ofReverse Auction, the service provider / auctioneer shall submit a report to RECLwith all details of bid and the original names of the bidders and the L-1 bidder.

24.RECL shall however, be entitled to cancel the procurement of Reverse Auctionprocess, if in its view procurement or reverse auction process cannot beconducted in a fair manner and / or in the interest of RECL.

25.The successful vendor/ bidder shall be obliged to provide a Bill of Material at thelast bid price at the close of auction.

26.No vendor shall involve himself / itself or any of his / its representatives in anyprice manipulation directly or indirectly with other bidders. If any such practicecomes to the notice, RECL shall disqualify the vendor / bidders concerned fromthe reverse auction process.

27.Bidder shall not disclose details of its bids or any other details concerning ReverseAuction process of RECL to any other third party without specific permission inwriting from RECL.

28.Neither RECL nor service provider / auctioneer can be held responsible forconsequential damages such as no power supply, system problem, inability to usethe system, loss of electronic information, power interruptions, UPS failure, etc.(REC shall, however, entertain any such issues of interruptions, problems withopen mind and fair degree of transparency in the process before deciding to stopor extend the auction.)

29.Any aggrieved vendor / bidder through Reverse Auction process can represent inwriting within 24 hours of the Reverse Auction to RECL, failing which norepresentation/ complaint etc. shall be entertained.

30. RECL decision on award of Contract shall be final and binding on all the Bidders.

Page 82: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 82 of 150

ANNEXURES

Page 83: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 83 of 150

Annexure A

BID FORM

(BOTH - ONLINE and HARDCOPY(To be submitted on the firm’s letter head and signed by an authorized person-

(Documentary proof authorising the person by the bidder to be attached))

To

The Executive Director (IT)Rural Electrification Corporation Ltd.Core-4, SCOPE Complex, 7 LodhiRoad New Delhi 110 003

Ref: Bid document No. Dated:

Sir

Having examined the bidding documents, the receipt of which is hereby duly acknowledged,we, the undersigned, offer to supply, install, commission, support, train and maintain goods andprovide services as per the schedule of requirements of the tender and in conformity with thesaid bidding documents.

We undertake, if our bid is accepted, to deliver the goods and services in accordance with thedelivery schedule specified in the bidding documents.

If our bid is accepted, we will submit three Performance Bank Guarantee, in the form prescribedby RECL as per the tender terms.

The same will also be treated as security deposit in case of defaults like non-delivery,cancellation, penalties etc. valid during entire period of contract plus three months. The EMD willbe retained by RECL till first PBG is submitted.

We agree to abide by this bid for a period of Three Hundred and Sixty Five Days after the datefixed for opening and it shall remain binding upon us and may be accepted at any time beforethe expiration of that period. I/We undertake that on completion of the validity period, unless theI/We withdraw my/our bid in writing by giving a notice of seven working days, it will be deemedto be valid until such time that I/we formally withdraw my/our bid.

We declare:

1. That we have a team of technically qualified engineers and have state-of-the-artinfrastructure, That our premises are equipped with all the facilities specified in thedocument.

2. We hereby offer to supply the Goods/Services at the prices and rates mentioned in theFinancial Bid

3. We have satisfied itself about the sizing of the hardware for the desiredperformance against the parameters given. In case in future the system does not

Page 84: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 84 of 150

work according to the requirement, we shall take proper action to set it right forwhich no extra payment will be made by RECL.

4. We have satisfied itself as to the correctness and sufficiency of the Contract Price coverall its obligations under the Contract.

5. We enclose herewith the complete Part 1 Eligibility & Pre-qualification Criteria Bid,Part 2 Technical Bid as required by you.

6. We have carefully read and understood the terms and conditions of the biddocument and the conditions of the contract applicable to the bid document and we dohereby undertake to supply as per these terms and conditions.

7. Certified that the bidder is a company and the person signing the document is theconstituted attorney.

8. Confirm that the make and model quoted for system are not obsolete, are and will be in theproduct line of the OEM for at least 1 year and support will be available for at least4+2(RECL Discretion) years from the last date of submission of the tender.

9. We do hereby undertake, that, until a formal work order is prepared and executed, thisbid, together with your written acceptance thereof and placement of letter of intentawarding the work order, shall constitute a binding contract between us.

10. An undertaking in Rs.100/- stamp paper on compliance of tender specification and termsand conditions is attached.

Dated this day of 20__

Details of enclosures- Appendix of Undertaking to be provided on stamp paper

Signature of Authorised Signatory ofBidderOfficialAddress:_________________Telephone No.Telegraphic Address:Fax No.E-mailContact Person Name:Contact Person Mobile No:Contact Person email:

Page 85: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 85 of 150

Appendix to ANNEXURE – AUndertaking

(BOTH - ONLINE and HARDCOPY)

UNDERTAKING ON COMPLIANCE OF TENDER REQUIREMENTS along withTERMS & CONDITIONS

(To be submitted on Rs.100 appropriate Stamp paper of Delhi bidder dulysigned by the authorized signatory)

I/We hereby undertake that I/we have examined/ perused, studied and understood thetender no.

dated and any corrigendum/ addendum/ clarification etc. completely and havesubmitted my/our bid in pursuance to the said documents.

I/We hereby undertake that I/We understand that the Scope of Work and Requirement of thisTender is indicative only and not exhaustive in any manner. I/We understand that the scope ofwork may undergo minor changes as per prevailing RECL requirements at the time of signing ofcontract.

I/We hereby undertake that we shall comply with the Scope of work and requirements andtender terms and conditions completely and there are no deviations and/or submissions and/orclarifications of any manner and/or sort and/or kind in this regard from my/our side.

I/We hereby undertake to provide the requisite OEM authorization as and when required and/orasked for by RECL, as per the solution and/or requirements, as decided by RECL at theirdiscretion.

I/We hereby undertake that I/We understand that the RECL reserves the right to float aseparate tender for the scope of work and requirements as mentioned in Chapter 3 of thistender irrespective of the outcome of this tender. I/We understand that in such a case I/Weshall bid separately for that tender and in no case our bid to this tender shall be deemed as a bidfor the said tender.

I/We hereby undertake to provide the services and undertake to be the single point of contact forRECL for all services, terms and conditions and for the entire scope of work and requirementsas defined in this tender document

I/We hereby undertake that I/We do understand that my/our bid should be as per the tenderdocument and should be accordingly submitted to the RECL. In case of a failure to complyand/or a variation the RECL has got sole discretion to consider or disqualify my/our bid for theaforementioned tender and I/We shall be not having any claim of any sort/kind/form on thesame.

I/We agree to bind by this bid for a period of Three Hundred and Sixty Five days after the datefixed for opening and it shall remain binding upon us and may be accepted at any time beforethe expiration of that period and till the time I/We after the expiry of the bid validity periodformally withdraw my/our response in writing with a notice period of seven working days andassociated terms and conditions and as specified in the tender document and in all such casesmy/our bid shall be deemed to be valid.

Page 86: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 86 of 150

I/We hereby attach the duly signed and stamped tender document as an acceptance andcompliance of TENDER specifications and terms & conditions with the technical responsewithout any deviations and/or submissions and/or clarifications of any manner and/or sort and/orkind in this regard from my/our side.

We understand that mentioning of any pre-requisites, presumptions, assumptions,hiding/ twisting/ deletion/ reduction/ manipulation/ disguising of scope of work and/orapplication features and/or infrastructure and/or project deliverables etc in any formand/or by any means and/or under any head shall not be constituted as a part of the bidand in case of award of the tender the same should not be claimed by me/us while awardand/or subsequent execution of work. The decision of RECL on such issues shall bebinding on the bidder and the same cannot be arbitrated upon by the bidder.

I/We hereby undertake that we abide by all the terms and conditions mentioned in thetender along with corrigendum, if any

I/We hereby undertake that I/We shall meet all business requirements of RECL and shallprovide the same solution as proposed in the bid document during contract period. In case of adefault RECL can levy liquidated damages on myself/ ourselves as per tender terms andconditions.

I/We also undertake that Proposed server, storage, component will not go into end of salewithin one year from the date of BID Submission.

I/We hereby undertake that the specifications for hardware as provided in this document areindicative and minimum only and I/We have ensured the application response and availabilitytime as specified in this document including requirement for additional hardware and/or relatedsoftware and my/ our quoted price shall be deemed to inclusive of any such additional costs.

I/We hereby declare that our company/ organization has not been black listed, debarred,banned or disqualified by any Government or any Government agencies including PSUs duringa period of last five years.

I/We understand that at any stage during the tenure of the contract if it is found that anystatement or document submitted by I/We is false/forged/invalid, RECL has discretion toterminate the contract and get the work done though third party as per the risk purchaseclause mentioned in this tender.

I/We hereby affirm that our bid is valid for the period including the deemed period as specifiedin the tender document.

Signature of Authorized SignatoryName of the SignatoryDatePlaceCompany NameCompany Seal

Page 87: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 87 of 150

Annexure B

Eligibility Criteria Compliance Form

(BOTH - ONLINE and HARDCOPY as printed from E tender Wizard)

S.No

Eligibility Criteria Compliance(Yes/No)

DetailedResponse

SupportingDocuments

Page No

1. 1Bidder shall be a company registered in India since thelast five years(Certificate of incorporation or commencement ofbusiness).

2. i. The bidder shall be the single point of contact forRECL and shall be solely responsible for allwarranties, upgrades, patches and guarantees etc.offered by the Original Equipment Manufacturer(OEM) during entire tenure of contract.

(Please attach a self-undertaking by the bidder)

ii. An undertaking from the OEM stating that the OEMwill deliver as well as provide support for theequipment at-least for a period of six years fromGo Live either through the bidder or directly orthrough 3rd Party.(Please attach an undertaking from the OEM inthis regard).

3. The bidder must have successfully implemented/upgradedOracle ERP R12 software in an organization consisting ofat-least 300 end users and involving at least five modulesinFinance/HumanResource/Projects/Treasury/Purchasing/Loans/Inventory/Payroll, as main contractor, during the fiveyear period ending with the Last Bid Submission Date.(Attach copy of Documentary evidence in form ofPurchase Order and Certificate in this regard or anyother document from Customer). The proof should beapplicable to bidder and not for its groupcompanies/subsidiary companies/parent company.

4. One ERP R12 implemented /upgraded project should befor Government/Semi-Government/StateGovernment/State PSU/Central PSU/NBFC/ScheduledCommercial Bank/Development Bank/RBI/StatutoryBodies/Autonomous Bodies in India as main contractorduring the five year period ending with the Last BidSubmission Date.

Page 88: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 88 of 150

(Attach copy of purchase/ work order and successfulcompletion certificate from the client/ customer)

5. Bidder should have successfully implemented/upgradedERP Project - at least One Project having value of Rs 17 Cror more; or at least Two Projects each having value of Rs10 Crores or more during the four year period prior to theLast Bid Submission Date.(Attach copy of purchase/ work order and successfulcompletion certificate from the client/ customer)

6. The Bidder's average annual sales turnover should be atleast Rs 500 Crore (Rupees Five hundred Crore Only)during the last four years ending 31st March of theprevious Financial Year as on Last Bid Submission Date.The turnover should be applicable to bidder and not forits group companies/subsidiary companies/parentcompany.(Attach copy of proof of audited financial statements)

7. The firm should be profit making during the past fouryears viz FY12-13, FY13-14, FY14-15, FY15-16. Theprofit should be applicable to bidder and not for its groupcompanies/subsidiary companies/parent company.(Attach copy of proof of audited financial statementsand proof of audited/unaudited financial statementsfor FY15-16)

8. The bidder must be Platinum Partner of Oracle.(Attach Certificate in this regard)

9. The bidder must be an authorised partner of the serverhardware OEM quoted in the bid.(Attach Certificate in this regard)

10. The bidder must submit authorization letter MAF(Manufacturer Authorization Form) from the OriginalEquipment Manufacturer (OEM) specifically addressed toExecutive Director (IT), RECL mentioning tender numberand date.(Attach Authorization letter in this regard)

11. Bidder shall submit valid documentary proof of ServiceTax, VAT and the details of Income Tax Registrationnumber (PAN).(Attach Certificate in this regard)

12. Have you been blacklisted by any GovernmentDepartment/PSU/PSU Banks/AutonomousBodies/Statutory Bodies in India at the time of submissionof bid.(Self-declaration by bidder).

13. The Bidder must be an IT services provider havingCMM/CMMi level 5 certification for design, development,implementation, testing and maintenance of applicationSoftware.(Attach Certificate in this regard))

Page 89: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 89 of 150

Annexure C

Technical Specification Compliance Bid

Technical Specification Compliance Bid has three Sets (1, 2 &3) of Hardware Equipment. TheBidder has to quote for Hardware Set-1 along with Hardware Set 3 OR Hardware Set -2 along withHardware Set-3. Quoting for both Set-1 & 2 will result in rejection of Bid.

The servers to be procured for Test, Training, Development, Support, Quality and ProductionSystems are summarized below.

Section-1 a. Summary: Set-1, Set-2b. Summary: Set-3

Section-2 a. Detailed-Set-1 (RISC/EPIC)1. TABLE1: [Server-1, Server-2]2. TABLE2: [Server-3]3. TABLE3: [Server-4]4. TABLE4: [Common specification for Set-1 Severs]

b. Detailed- Set-2 (X86)

1. TABLE1: [Server-1, Server-5, Server-10]2. TABLE2: [Server-2, Server-6, Server-11]3. TABLE3: [Server-3, Server-7]4. TABLE4: [Server-4, Server-8]5. TABLE5: [Server 9]6 . TABLE6 :[Common specification for Set-2 servers]

Section-3 a. Detailed- Set-3

1. TABLE1: [ LDAP- Backup Server at DC]2. TABLE2: [ LDAP Server at DR]3. TABLE3: [Detailed-Set-3 Common specification For servers

LDAP- Backup at DC, LDAP at DR]4. TABLE4: [ External SAN Storage AT DC]5. TABLE5: [ External SAN Storage AT DR]6. TABLE6: [ External SAN Storage at DC & DR]7. TABLE7: [ SAN Switch]8. TABLE8: [ LTO Tape Library]9. TABLE9: [ Flip-up Rack mount LED Console]

10. TABLE10: [ Rack]11. TABLE11: [ Backup Management Software at DC]12. TABLE12: [ 24 Port Gigabit Ethernet Switch at DC]13. TABLE13: [ 4TB NAS Storage at DC]14. TABLE14: [ SET1, SET2, SET3) Miscellaneous Compliance

Page 90: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 90 of 150

Section-1

a. Summary: Set-1, Set-2

SET Location Type ofserver

Qty Server Name Remark

1 DC RISC 2 Production Server Sever-1, Sever-2 at Table-ASET-1 (RISC/EPIC)

1 DC RISC 1 Non Production Server Sever-3 at Table-A SET-1(RISC/EPIC)

1 DR RISC 1 Production Server Sever-4 at Table-A SET-1(RISC/EPIC)

2 DC X86 4 Production Server Sever-1, Sever-2, Sever-5,Sever-6, at Table-B SET-2(X86)

2 DC X86 4 QA Server Sever-3, Sever-4, Sever-7,Sever-8, at Table-B SET-2(X86)

2 DC X86 1 Non production server(withVirtualization)

Sever-9,at Table-B SET-2 (X86

2 DR X86 2 Production Server Sever-10, Sever-11, at Table-BSET-2 (X86)

Page 91: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 91 of 150

Table-A SET-1 (RISC/EPIC)

RECL DCServer Application Description Benchmark

Serv

erN

umbe

r

Part

ition

Num

ber

ComponentMinimum

SPECint_rate2006required

Sever-1

P1 Production DB 1 280

Virtualizationfor production

should becertified by

Oracle

P2 PROD-Combined App/Forms/WebServer 1 160

P3 QA NONPROD - Database Node 1 105

P4 QA NONPROD - CombinedApp/Forms/Web 1 70

Server-2

P1 Production DB 2 280

P2 PROD-Combined App/Forms/WebServer 2 160

P3 QA NONPROD - Database Node 2 105

P4 QA NONPROD - CombinedApp/Forms/Web 2 70

Server-3

P1DEVELOPMENT NONPROD -Database 175

Virtualizationfor non-

productionmay or may

not becertified by

Oracle

DEVELOPMENT NONPROD -Combined App/Forms/Web

P2TEST NONPROD - Database

175TEST NONPROD - CombinedApp/Forms/Web

P3Training NONPROD - Database

175Training NONPROD - CombinedApp/Forms/Web

P4SUPPORT NONPROD - Database

175SUPPORT NONPROD - CombinedApp/Forms/Web

RECL DRVirtualization

for productionshould becertified by

Oracle

Server Application Description Benchmark

Serv

erN

umbe

r

Part

itio

nN

umbe

r

ComponentMinimum

SPECint_rate2006required

Server- 4

P1 Production DB 1 280

P2 PROD-Combined App/Forms/WebServer 1 160

Page 92: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 92 of 150

Table-B SET-2 (X86)

RECL DCServer Application Description Benchmark

Serv

erN

umbe

r

ComponentMinimum

SPECint_rate2006required

Server-1 Production DB 1 280

Separatehardware for

eachcomponent

Server-2 PROD-Combined App/Forms/Web Server1 160

Server-3 QA NONPROD - Database Node 1 105

Server-4 QA NONPROD - CombinedApp/Forms/Web 1 70

Server-5 Production DB 2 280

Server-6 PROD-Combined App/Forms/Web Server2 160

Server-7 QA NONPROD - Database Node 2 105

Server-8 QA NONPROD - CombinedApp/Forms/Web 2 70

Server-9

DEVELOPMENT NONPROD - Database175

Virtualizationfor non-

production

DEVELOPMENT NONPROD - CombinedApp/Forms/WebTEST NONPROD - Database

175TEST NONPROD - CombinedApp/Forms/WebTraining NONPROD - Database

175Training NONPROD - CombinedApp/Forms/WebSUPPORT NONPROD - Database

175SUPPORT NONPROD - CombinedApp/Forms/Web

RECL DR

Separatehardware for

eachcomponent

Server Application Description Benchmark

Serv

erN

umbe

r

ComponentMinimum

SPECint_rate2006required

Server-10 Production DB 1 280

Server-11 PROD-Combined App/Forms/Web Server1 160

Page 93: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 93 of 150

b. Summary: Set-3

S.No.

Location Component No.

1. DC Backup & LDAP Server (X86) 12. DR Backup Server (X86) 13. DC SAN Storage 14. DR SAN Storage 15. DC Tape Library 16. DC Backup Software 17. DC SAN Switch 28. DC LTO7 Tape Drive 19. DR LTO7 Tape Drive 110. DC LTO7 Tapes with Barcode

Labels50

11. DC Switch 212. DC LED console 113. DC 4TB NAS 114. DC Rack *15. DR Rack *

*To be filled by Bidder

Page 94: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 94 of 150

Section-2a. Detailed-Set-1 (RISC/EPIC)

1. TABLE1: [Server-1, Server-2]2. TABLE2: [Server-3]3. TABLE3: [Server-4]4. TABLE4: [Common specification for Set-1 Severs]

1. TABLE1: [Detailed-Set-1 for Server-1, Server-2]

S.No

Parameter Specification Compliance(Yes/No)

DetailedResponse

Documentaryproofsubmitted

PageNo

1. Model Name Make & Model to be quoted by thebidder

2. No of Cores a. The server should have processorSPEC CPU2006 benchmarked withminimum SPECint_rate2006 of 650or more.

b. The same server should be fieldupgradable to additional 80%SPECint_rate2006 of 650.

c. Virtualization Overhead should betaken into account while sizing thesolution.

3. ProcessorType

64 Bit, RISC/EPIC Processor, latestgeneration

4. Cache perprocessor

Level 3: Minimum 2MB per core orhigher.

5. Main Memory Minimum 16 GB DDR3/DDR4 RAM percore.RAM must be scalable to minimum of512 GB.

6. RAC & HA Production & QA Database server to beused in RAC Mode & HA Mode withExisting Load Balancer

7. Single Pointof Failure

Component level design for production &QA should not have any single point offailure

8. PartitioningandVirtualization

The proposed virtualization technologyshould be certified by Oracle.

Page 95: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 95 of 150

2. TABLE2: [Detailed-Set-1 for Server-3]

S.No

Parameter Specification Compliance(Yes/No)

DetailedResponse

Documentaryproofsubmitted

PageNo

1. Model Name Make & Model to be quoted by thebidder

2. No of Cores a. The server should have processorSPEC CPU2006 benchmarked withminimum SPECint_rate2006 of 700or more.

b. The same server should be fieldupgradable to additional 80%SPECint_rate2006 of 700.

c. Virtualization Overhead should betaken into account while sizing thesolution.

3 ProcessorType

64 Bit, RISC/EPIC Processor, latestgeneration

4 Cache perprocessor

Level 3: Minimum 2MB per core orhigher

5 Main Memory Minimum 16 GB DDR3/DDR4 RAM percore.RAM must be scalable to minimum of512 GB.

Page 96: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 96 of 150

3. TABLE3: [Detailed-Set-1 for Server-4]

S.No

Parameter Specification Compliance(Yes/No)

DetailedResponse

Documentaryproofsubmitted

PageNo

1. Model Name Make & Model to be quoted by thebidder

2. No of Cores a. The server should have processorSPEC CPU2006 benchmarked withminimum SPECint_rate2006 of 450 ormore.

b. The same server should be fieldupgradable to additional 80%SPECint_rate2006 of 450.

c. Virtualization Overhead should betaken into account while sizing thesolution.

3. ProcessorType

64 Bit, RISC/EPIC Processor, latestgeneration

4. Cache perprocessor

Level 3: Minimum 2MB per core orhigher

5. Main Memory Minimum 16 GB DDR3/DDR4 RAM percore.RAM must be scalable to minimum of512 GB.

6. Same asproductionserver

Make & Model is same as productionserver

7. PartitioningandVirtualization

The proposed virtualization technologyshould be certified by Oracle.

Page 97: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 97 of 150

4. TABLE4 : [Common specification for Set-1 Severs]

S.No

Parameter Specification Compliance(Yes/No)

DetailedResponse

Documentaryproofsubmitted

PageNo

1. Operatingsystem

a. 64 bit OEM UNIX OS EnterpriseEdition latest version.

b. The Operating Systems shall belicensed to support unlimited users.

c. The OS shall be supplied with mediaand complete documentation shall beprovided for each server.

d. Should support Cluster using oracleRAC

2. PartitioningandVirtualization

a. Support virtual / logical partitions

b. Quoted Server should be providedwith virtualization licenses for allactivated cores.

c. Any configuration change in onepartition shall not affect any otherpartition.

d. Failure of any partition should notbring down entire system or otherpartitions.

e. Each partition shall have thecapability to start-up and shutdownindependently without affecting anyother partition on the same server.

f. Each partition should have securityisolation from one another

3. I/O Slots Min 4 PCIe hot plug Gen3 slots

4. Hard DiskDrive

a. Min 2 x 600 GB or Higher @10k rpmor Higher SAS HDD

b. Hot pluggable and scalable tominimum 4 Hot pluggable/Swappable drives

5. RAID Integrated offering of Striping andmirroring (RAID 0 and RAID 1).

6. StorageControllers

Integrated SAS Disk controllers tosupport RAID 1, 1+0 supporting at least4 Disks.

7. Network Minimum of 2 X 1 Gbps and 2 X 10Gbps Ethernet Ports

8. FC HBA Minimum 2 X 8 Gbps Optical FiberChannel HBA Adapter.

9. Redundancy Both Ethernet and OFC should be inredundant mode.

10. Server a. Should have OEM Management and

Page 98: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 98 of 150

ManagementandMonitoring

Monitoring Software with features forhardware and OS management

b. Hardware and Software Diagnosticsincluding alerts.

11. SystemDriver &Utilities

The drivers for the system supplied ona DVD Media or equivalent

12. Accessories a. If existing Rack is not used thensystem has to be supplied with latestconfiguration of Rack Mount Kit &Cable Management ARM.

b. Power and Connecting cables13. Form Factor Rack Mountable with rail kit -

adjustable depth14. Server RAS

and SecurityFeatures

Hot plug disk drives, Redundant hot-swappable power supplies and fansExtended ECC, Error Correcting andParity Checking Memory. Integrated diskcontroller with RAID 0, 1 and 10

15. Internal DVDdrive / USBPorts perserver

a. 1 No for DVD drive with R/Wb. Minimum 2 Nos. for USB port

c. VGA port

16. Diagnostics LEDs/Display Panel to identify failedcomponents within the subsystem

17. SparesAvailability

Availability of spares and support for thesystem for a minimum period of Sixyears from the date ofacceptance.(Please attach undertakingfrom authorised signatory)

18. Comprehensive OnsiteWarranty

Minimum 3 years or more for BothHardware and OS (24/7) with full labour,parts & replacement and as perwarranty defined in tender.

19. Certification The hardware and OS version should becertified with proposed version of OracleeBusiness suite ERP version. (For thisrelevant note/Certification publishedfrom Oracle to be submitted)

20. Other Details a. Dimension of machine and widthrequirements

b. Power rating : voltage, Current,frequency phase

c. Heat Dimension in BTU/hour

d. Maximum size of single file systemsupported by O/S

Page 99: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 99 of 150

b. Detailed- Set-2 (X86)

1. TABLE1: [Server-1, Server-5, Server-10]2. TABLE2: [Server-2, Server-6, Server-11]3. TABLE3: [Server-3, Server-7]4. TABLE4: [Server-4, Server-8]5. TABLE5: [Server 9]6. TABLE6 :[Common specification for Set-2 servers]

1. TABLE1: [Detailed-Set-2 for Server-1, Server-5, Server 10]

S.No

Parameter Specification Compliance(Yes/No)

DetailedResponse

Documentaryproofsubmitted

PageNo

1. Model Name Make & Model to be quoted by thebidder for Server 1 & Server 5 & Server10

2. No of Cores a. The server should have ProcessorSPEC CPU2006 benchmarked withSPECint_rate2006 value mentionedagainst respective component inTable-B (X86).

b. The same server should be fieldupgradable to additional 80% ofSPECint_rate2006 value mentionedagainst respective component inTable-B (X86).

3. ProcessorType

X86,64 Bit, latest generation

4. ProcessorSpeed

The offered processor must haveminimum 2.3 GHz clock speed.

5. Cache perprocessor

Level 3: Minimum 2.5MB per core ineach server

6. Main Memory a. Minimum 16 GB DDR4 RAM percore in each server

b. RAM must be scalable to minimumof 756 GB in each server

7. RAC Production & QA Database server to beused in RAC Mode

8. Single Pointof Failure

Component level design for production& QA should not have any single pointof failure

Page 100: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 100 of 150

2. TABLE2: [Detailed-Set-2 for Server-2, Server-6, Server 11]

S.No

Parameter Specification Compliance(Yes/No)

DetailedResponse

Documentaryproofsubmitted

PageNo

1. Model Name Make & Model to be quoted by thebidder for Server 2 & Server 6 & Server11

2. No of Cores a. The server should have ProcessorSPEC CPU2006 benchmarked withSPECint_rate2006 value mentionedagainst respective component inTable-B (X86).

b. The same server should be fieldupgradable to additional 80% ofSPECint_rate2006 value mentionedagainst respective component inTable-B (X86).

3. ProcessorType

X86,64 Bit, latest generation

4. ProcessorSpeed

The offered processor must haveminimum 2.3 GHz clock speed.

5. Cache perprocessor

Level 3: Minimum 2.5MB per core ineach server

6. Main Memory a. Minimum 16 GB DDR4 RAM percore in each server

b. RAM must be scalable to minimumof 756 GB in each server

7. HA Production & QA server to be used inHA Mode with Existing Load Balancer

8. Single Pointof Failure

Component level design for production& QA should not have any single pointof failure

Page 101: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 101 of 150

3. TABLE3: [Detailed-Set-2 for Server-3, Server-7]

S.No

Parameter Specification Compliance(Yes/No)

DetailedResponse

Documentaryproofsubmitted

PageNo

1. Model Name Make & Model to be quoted by thebidder for Server 3 & Server 7

2. No of Cores a. The server should have ProcessorSPEC CPU2006 benchmarked withSPECint_rate2006 value mentionedagainst respective component inTable-B (X86).

b. The same server should be fieldupgradable to additional 80% ofSPECint_rate2006 value mentionedagainst respective component inTable-B (X86).

3. ProcessorType

X86,64 Bit, latest generation

4. ProcessorSpeed

The offered processor must haveminimum 2.3 GHz clock speed

5. Cache perprocessor

Level 3: Minimum 2.5MB per core ineach server

6. Main Memory a. Minimum 16 GB DDR4 RAM percore in each server

b. RAM must be scalable to minimumof 756 GB in each server

Page 102: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 102 of 150

4. TABLE4: [Detailed-Set-2 for Server-4,Server-8]

S.No

Parameter Specification Compliance(Yes/No)

DetailedResponse

Documentaryproofsubmitted

PageNo

1. Model Name Make & Model to be quoted by thebidder for Server 4 & Server 8

2. No of Cores a. The server should have ProcessorSPEC CPU2006 benchmarked withSPECint_rate2006 value mentionedagainst respective component inTable-B (X86).

b. The same server should be fieldupgradable to additional 80% ofSPECint_rate2006 value mentionedagainst respective component inTable-B (X86).

3. ProcessorType

X86,64 Bit, latest generation

4. ProcessorSpeed

The offered processor must haveminimum 2.3 GHz clock speed.

5. Cache perprocessor

Level 3: Minimum 2.5MB per core ineach server

6. Main Memory a. Minimum 16 GB DDR4 RAM percore in each server

b. RAM must be scalable to minimumof 756 GB in each server

Page 103: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 103 of 150

5. TABLE5: [Detailed-Set-2 for Server- 9]

S.No

Parameter Specification Compliance(Yes/No)

DetailedResponse

Documentaryproofsubmitted

PageNo

1. Model Name Make & Model to be quoted by thebidder

2. ProcessorType

X86,64 Bit, latest generation

3. No of Cores a. The server should have processorSPEC CPU2006 benchmarked withminimum SPECint_rate2006 of 700or more.

b. The same server should be fieldupgradable to additional 80%SPECint_rate2006 of 700.

c. Virtualization Overhead should betaken into account while sizing thesolution.

4. ProcessorSpeed

The offered processor must haveminimum 2.3 GHz clock speed.

5. Cache perprocessor

Level 3: Minimum 2.5MB per core ineach server

6. Main Memory a. Minimum 16 GB DDR4 RAM percore in each server

b. RAM must be scalable to minimumof 756 GB in each server

7. I/O Slots Min 4 PCIe hot plug Gen3 slots

8. Virtualizations

a. Quoted Server should be providedwith virtualization licenses for allactivated cores.

b. Any configuration change in onepartition shall not affect any otherpartition.

c. Failure of any partition should notbring down entire system or otherpartitions.

d. Each partition shall have thecapability to start up and shutdownindependently without affecting anyother partition on the same server.

e. Each partition should have securityisolation from one another.

Page 104: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 104 of 150

6. TABLE 6: [Common specification for Set-2 Severs]

S.No

Parameter Specification Compliance(Yes/No)

DetailedResponse

Documentaryproofsubmitted

PageNo

1. Operatingsystem

a. 64 bit Enterprise class LINUX OSEnterprise Edition latest version.

b. The Operating Systems shall belicensed to support unlimited users.

c. The OS shall be supplied with mediaand complete documentation shallbe provided for each server.

d. Should support Cluster using oracleRAC

2. I/O Slots Min 3 PCIe hot plug Gen3 slots in eachserver

3. No of MemorySlots

Minimum 12 Memory slot or higher

4. Hard DiskDrive

a. Min 2 x 600 GB SAS or Higher@10k rpm or Higher

b. Hot pluggable and scalable to 6 Hotpluggable/ Swappable drives

5. RAID Integrated offering of Striping andmirroring (RAID 0 and RAID 1).

6. StorageControllers

Integrated SAS Disk controllers tosupport RAID 1, 1+0 supporting at least4 Disks.

7. Network Minimum of 2 X 1 Gbps and 2 X 10Gbps Ethernet Ports

8. FC HBA Minimum 2 * 8 Gbps Optical FiberChannel HBA Adapter or higher.

9. Redundancy Both Ethernet and OFC should be inredundant mode.

10. ServerManagementandMonitoring

a. Should have OEM Management andMonitoring Software with featuresfor hardware and OS management

b. Hardware and Software Diagnosticsincluding alerts.

11. SystemDriver &Utilities

The drivers for the system supplied ona DVD Media or equivalent

12. Accessories a. If existing Rack is not used thensystem has to be supplied withlatest configuration of Rack MountKit & Cable Management ARM.

b. Power and Connecting cables

13. Form Factor Rack Mountable with rail kit -adjustable depth

14. Server RASand SecurityFeatures

Hot plug disk drives, Redundant hot-swappable power supplies and fansExtended ECC, Error Correcting and

Page 105: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 105 of 150

Parity Checking Memory. Integrateddisk controller with RAID 0, 1 and 10

15. Internal DVDdrive / USBPorts perserver

a. 1 No for DVD drive with R/W

b. Minimum 2 Nos. for USB portc. VGA port

16. Diagnostics LEDs/Display Panel to identify failedcomponents within the subsystem

17. SparesAvailability

Availability of spares and support forthe system for a minimum period of Sixyears from the date ofacceptance.(Please attach undertakingfrom authorised signatory)

18. Comprehensive OnsiteWarranty

Minimum 3 years or more for BothHardware and OS (24/7) with fulllabour, parts & replacement and as perwarranty defined in tender.

19. Certification The hardware and OS version shouldbe certified with proposed version ofOracle eBusiness suite ERP version.(For this relevant note/Certificationpublished from Oracle to be submitted)

20. Other Details a. Dimension of machine and widthrequirements.

b. Power rating : voltage, Current,frequency phase

c. Heat Dimension in BTU/hourd. Maximum size of single file system

supported by O/S

Page 106: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 106 of 150

Section-3

a. Detailed- Set-3

1. TABLE1: [ LDAP- Backup Server at DC]2. TABLE2: [ LDAP Server at DR]3. TABLE3: [Detailed-Set-3 Common specification For servers LDAP- Backup at DC,

LDAP at DR]4. TABLE4: [ External SAN Storage AT DC]5. TABLE5: [ External SAN Storage AT DR]6. TABLE6: [ External SAN Storage at DC & DR]7. TABLE7: [ SAN Switch]8. TABLE8: [ LTO Tape Library]9. TABLE9: [Flip-up Rack mount LED Console]10. TABLE10: [ Rack]11. TABLE11: [ Backup Management Software at DC]12. TABLE12: [ 24 Port Gigabit Ethernet Switch at DC]13. TABLE13: [ 4TB NAS Storage at DC]14. TABLE14: [ SET1, SET2, SET3) Miscellaneous Compliance]

1. TABLE1: [Detailed-Set-3 for LDAP- Backup Server at DC]S.No

Parameter Specification Compliance(Yes/No)

DetailedResponse

Documentaryproofsubmitted

PageNo

1. Model Name Make & Model to be quoted by thebidder

2. CPU Speed a. Minimum 1 processor scalable to 2or higher

b. Minimum 8 core per processorc. Should be 2.0 GHz or higher

3. No of Core Minimum 8 Cores or higher4. Cache per

processorMinimum 15 MB or Higher

5. ProcessorType

X86 64 bit latest generation

6. Main Memory Min. 4GB DDR4 per core expandable to192 GB with ECC feature

7. Virtualization a. Should have support for physicalpartition and virtualization likeVM,HYPER, OVL etc.

b. Ensure that Backup and LDAP arein same server using virtualisation

Page 107: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 107 of 150

TABLE2: [Detailed-Set-3 for LDAP Server at DR]

S.No

Parameter Specification Compliance(Yes/No)

DetailedResponse

Documentaryproofsubmitted

PageNo

1. Model Name Make & Model to be quoted by thebidder

2. CPU Speed a. Minimum 1 processor scalable to 2or higher

b. Minimum 4 core per processorc. Should be 2.0 GHz or higher

3. No of Core Minimum 4 Cores or higher4. Cache per

processorMinimum 10 MB or Higher

5. ProcessorType

X86 64 bit latest generation

6. Main Memory Min. 4GB DDR4 per core expandable to192 GB with ECC feature

Page 108: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 108 of 150

2. TABLE3: [Detailed-Set-3 Common specification For serversLDAP- Backup at DC, LDAP at DR]

S.No

Parameter Specification Compliance(Yes/No)

DetailedResponse

Documentaryproofsubmitted

PageNo

1. OperatingSystem

a. The operating system of the servershall be 64 Bit.

b. Latest Release of Non Open source(Microsoft window server, Red HatEnterprise Linux Server, SUSELinux Enterprise Serve etc.) OS

c. The Operating Systems shall belicensed to support unlimited users.

d. The Operating System shall be ofthe latest version released by theOS vendor.

e. The OS shall be supplied with mediaand complete documentation shallbe provided for each server.

f. The OS shall have standardfeatures and networking support i.e.TCP/IP, NFS, NIS, CDE, BSD toolsetc.

2. I/O ExpansionSlots

Minimum 4 PCIe slot, expansionfeature to add IO Drawers

3. No of MemorySlots

Minimum 12 Memory slot or higher

4. Hard DiskDrive

a. Min 2 x 600 GB or higher SAS disk@15K rpm or Higher

b. Hot pluggable and scalable to 4 Hotpluggable/ Swappable drives

5. RAID Integrated offering of Striping andmirroring (RAID 0 and RAID 1).

6. StorageControllers

Integrated SAS Disk controllers tosupport RAID 1, 1+0 supporting at least4 Disks.

7. Network Minimum of 2 X 1 Gbps and 2 X 10Gbps Ethernet Ports

8. FC HBA Minimum 2 X 8 Gbps Optical FiberChannel HBA Adapter or higher.

9. Redundancy Both Ethernet and OFC should be inredundant mode.

10. ClusterSoftware

Cluster support using oracle RAC

11. ServerManagementandMonitoring

a. Should have OEM Management andMonitoring Software with featuresfor hardware and OS management

b. Hardware and Software Diagnostics

Page 109: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 109 of 150

including alerts.12. System

Driver &Utilities

The drivers for the system supplied ona DVD Media or equivalent

13. Accessories a. If existing Rack is not used thensystem has to be supplied withlatest configuration of Rack MountKit & Cable Management ARM.

b. Power and Connecting cables14. Form Factor Rack Mountable with rail kit -

adjustable depth15. Server RAS

and SecurityFeatures

Hot plug disk drives, Redundant hot-swappable power supplies and fansExtended ECC, Error Correcting andParity Checking Memory. Integrateddisk controller with RAID 0, 1 and 10

16. Internal DVDdrive / USBPorts perserver

a. 1 No for DVD drive with R/Wb. Minimum 2 Nos. for USB portc. VGA port

17. Diagnostics LEDs/Display Panel to identify failedcomponents within the subsystem

18. SparesAvailability

Availability of spares and support forthe system for a minimum period ofSix years from the date ofacceptance.(Please attachundertaking from authorised signatory)

19. Comprehensive OnsiteWarranty

Minimum 3 years or more for BothHardware and OS (24/7) with fulllabour, parts & replacement and asper warranty defined in tender.

20. Other Details a. Dimension of machine and widthrequirements

b. Power rating : voltage, Current,frequency phase

c. Heat Dimension in BTU/hourd. Maximum size of single file system

supported by O/S

Page 110: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 110 of 150

3. TABLE4: [Detailed-Set-3 For External SAN Storage AT DC]S.No

Parameter Specification Compliance(Yes/No)

DetailedResponse

Documentaryproofsubmitted

PageNo

1. Model Name Make & Model to be specified by thebidder

2. Disk Space a. The storage array should beconfigured with 20TB usablecapacity in a single array as below:

b. Production data (Raid 10) - 4 TBshall be configured with 1.2TB 10KSAS HDD

c. 800 GB shall be configured on400GB SSD (eMLC) in Auto tieringmode.

d. Non production data (Raid 5):15.6TB shall be configured with1.2TB 10K SAS HDD.

4. TABLE5: [Detailed-Set-3 For External SAN Storage AT DR]S.No

Parameter Specification Compliance(Yes/No)

DetailedResponse

Documentaryproofsubmitted

PageNo

1. Model Name Make & Model to be specified by thebidder

2. Disk Space The storage array should configuredwith 4.5 TB usable capacity in raid 5using 1.2TB 10K SAS HDD

Page 111: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 111 of 150

5. TABLE6: [Detailed-Set-3 For External SAN Storage at DC & DR]S.No

Parameter Specification Compliance(Yes/No)

DetailedResponse

Documentaryproofsubmitted

PageNo

1. Architecture /StorageController

The Storage system must have at leasttwo controllers running in an active-active mode (for all required protocol’s)with automatic failover to each other incase of one controller failure. Thearchitecture should allow modularupgrades of hardware and software forinvestment protection.

2. Cache The system should have minimum 16GB Data cache (for SAN disk I/OOperation) scalable to 32 GB datacache across the controllers withoutchanging the controllers with an abilityto protect data on cache. Write cacheshould be mirrored and battery backed.The controller should support cachedestaging to disk to protect cache data.

3. Front-End &Back-Endconnectivity

a. The offered storage shall haveminimum 8 x 8 Gbps OFC ports

b. Storage System should haveminimum 4 x 6 Gbps SAS portsacross dual controllers

c. Storage system should haveminimum 4 x 1Gbps iSCSI nativeportOffered storage shall supportreplication over native internetprotocol (IP) link using 1gb iSCSInetworking port.

4. Disk Support The Proposed array should supportSSD, SAS and NL-SAS / SATA disks.All the disks should be dual porteddisks. Storage should be scalable to atleast 192 Disk Drives in the samecontrollers by adding expansion driveenclosures only.

5. RAID Levels Should support RAID Level 0,1,5,6,106. San

SupportedAll Standard San Switch needs to besupported.

7. Global HotSpare

a. Offered Storage Array shall supportdistributed Global hot Spare foroffered Disk drives.

b. Minimum one hot spare disk foreach type of disk offered.

c. Global hot spare shall be configureas per industry practice

Page 112: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 112 of 150

8. Connectivity Through SAN Switch with FC cables.

9. Snapshots/Volume Copy

Storage system should supportsnapshots / Volume copy feature.License for the same should beprovided from day one for the entirecapacity supported by the offeredstorage. Also license to restoresnapshot / volume copy should beprovided.

10. Virtualizationsupport

Storage system should supportvirtualised server environments for allthe leading hypervisors like VMWare,KVM, Hyper V etc.

11. OperatingSystemSupport

Support for industry-leading OperatingSystem platforms including: LINUX,Microsoft Windows, VMware HP-UX,SUN Solaris, IBM-AIX, etc.

12. RemoteDiagnostics/Maintenance

a. The proposed system shouldsupport diagnostic andmanagement

b. Easy to use GUI based and webenabled administration interface forconfiguration, storagemanagement.

c. The storage shall support non-disruptive controller firmwareupgrade, on‐line micro codeupgrade and disk expansionupgrade without downtime.

13. Availability Availability of spares and support forthe system for a minimum period of Sixyears from the date ofacceptance.(Please attach undertakingfrom authorised signatory)

14. RackMountable

The proposed solution must be rackmountable

15. Accessories Rack mount kitPower and connecting cables

16. Automatedstoragetiering

The Storage System shall have thecapability to support automatic storagetiering between different storage tiers -SSD, SAS and NL SAS to automaticallymove data between Hot Spots in thesystem and license for same should beincluded with the offered storagecapacity.

17. Management a. The management Software shouldsupport the following features

b. Dynamic Expansion Attachmentswhile application is online

c. Dynamic Volume/LUN Expansiond. Dynamic RAID Level Migration

(DRM)

Page 113: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 113 of 150

18. RemoteReplication

The storage system should supportstorage system baseddata replication

both synchronous andasynchronous license for same shouldbe included with the offered storage.

19. The storage should be with No SinglePoint of Failure (NSPOF) withredundant and hot swappablecomponents like fully redundant & hotswappable fans & power supplies etc.The proposed storage must supportnon-disruptive replacement of hardwarecomponents.

20. The OEM should fall in the leadersQuadrant of Gartner's magic quadrantfor General purpose Disk Arrays 2015

21. Warranty andSupport

Three years on-site comprehensivewarranty with next business day partreplacement must and 24x7x365Hardware and Software support.Any licenses for the above functionalityshould be included.

Page 114: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 114 of 150

6. TABLE7: [Detailed-Set-3 For SAN Switch]S.No

Parameter Specification Compliance(Yes/No)

DetailedResponse

Documentaryproofsubmitted

PageNo

1. Model Name Make & Model to be specified by thebidder

2. SAN Switch a. No. of FC Activated port should beprovided by the bidder as per therequirement

b. Should be scalable up to 24 x8Gbps FC ports

c. Auto-sensing of 2, 4, and 8 Gbpsport speed

d. Trunking with up to eight 8 Gbpsports per ISL trunk with optionallicense; up to 64 Gbps per ISL trunk(8 ports × 8 Gbps [data rate])

e. 192 Gbps aggregate bandwidthwith 24 ports or higher

f. Should support FL Port, F_Port,M_Port (Mirror Port), and E_Port

g. SAN switch shall have support torestrict data flow from less criticalhosts at desired bandwidths.

h. The switch shall support advancezoning and ACL to simplifyadministration and significantlyincrease control over data access.

i. USB port for configuration backupand firmware update.

j. Should have built in web basedmanagement

k. Management access – 10/100Mbps Ethernet , USB, serial port

l. Dual redundant power supply3. Warranty Three Years Onsite Comprehensive

Warranty Maintenance and as pertender

4. Availability Availability of spares and support forthe system for a minimum period of Sixyears from the date ofacceptance.(Please attach undertakingfrom authorised signatory)

Page 115: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 115 of 150

7. TABLE8: [Detailed-Set-3 For LTO Tape Library]

S.No

Parameter Specification Compliance(Yes/No)

DetailedResponse

Documentaryproofsubmitted

PageNo

1. Model Name Make & Model quoted by the bidder2. Tape Drive

TypeLTO Ultrium-7 8 Gbps Fibre Channeldrive. Offered LTO7 drive shall support250MB/sec or higher in Native mode

3. Path Failover Path failover license to be supplied forthe offered library

4. Number ofDrives

Minimum 2

5. Number ofTape Cartridgeslots

Minimum 24

6. Number ofMail Slots

Minimum 1

7. Robotic Arm The tape library should have capabilityfor automatic calibration of robotic arm.

8. BarcodeReader

The Tape Library should supportbarcode reading.

9. MaximumLibraryCapacity

360 TB (LTO-7, 2.5:1 compression) ormore

10. Data TransferRate

At least 250 Mbps native or higher withUltrium 7

11. SanSupported

All Standard San Switch needs to besupported

12. O/SSupported

Windows / HP-UX / Solaris / AIX / Linuxetc.

13. Accessories Tape library should be supplied alongwith required rack mounting kit whichshould fit into standard rack. Supplyshould include all the required cables/equipment’s necessary for making thesystem operational.

14. Connectivity Tape Library shall have FC 8GBpsconnectivity

15. Management The Tape Library should have a Webbrowser-based remote managementinterface allows you to monitor, control,configure and diagnose problems.

16. Cleaning The Tape Library should be capable ofauto cleaning of drives. The TapeLibrary should be provided with 3numbers of cleaning cartridges.

17. Warranty Three Years Onsite ComprehensiveWarranty Maintenance and as per

Page 116: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 116 of 150

tender18. Availability Availability of spares and support for

the system for a minimum period of Sixyears from the date ofacceptance.(Please attach undertakingfrom authorised signatory)

8. TABLE9: [Detailed-Set-3 For Flip-up Rack mount LED Console][If existing IBM HMC 7310CR4 not re used then bidder has to respond as per

Table-9]

S.No

Parameter Specification Compliance(Yes/No)

DetailedResponse

Documentaryproofsubmitted

PageNo

1. Model Name Make & Model to be specified by thebidder

2. Form Factor 1 U3. Display Minimum 17” LED display4. Input Type Keyboard & Touchpad5. Keyboard /

MouseInterface

USB

6. KVM Ports Minimum 10 to manage atleast 10servers

7. Accessories Rack mount kitPower Adapter

8. Warrantyand Support

Three years on-site comprehensivewarranty maintenance

Page 117: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 117 of 150

10. TABLE10: [Detailed-Set-3 For Rack][If existing Rack IBM 42u not Re used then bidder has to respond as per Table-10]

S.No

Parameter Specification Compliance(Yes/No)

DetailedResponse

Documentaryproofsubmitted

PageNo

1. Model Name Make & Model to be specified by thebidder

2. ServerRacks

42 U Industry Standard Rack withfollowing :

a) 2 nos. of full height 32 Amp PDUhousing min. 12 power distributionsockets of C13 type.b) Should be configured and suppliedwith all required accessories like rackmounting hardware for mounting,servers, storage etc. and cablemanagers/ arms/ fittings for managingall the data & power cables in the rearside of the Rack.c) All the cables should bearranged/ dressed/ secured so that noloose cables must be dangling looselyand all cables should be properlylabelled on both sidesd)Digital lock

3. WarrantyandSupport

Three years on-site comprehensivewarranty maintenance with at leastnext business day part replacement

Page 118: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 118 of 150

11. TABLE11: [Detailed-Set-3 For Backup Management Software at DC]

NOTE: (Either existing Tivoli 6.1.0 may be upgraded to latest version or new software may bequoted to support following features)

Backup Management Software

S.No

RequirementsCompliance(Yes/No)

DetailedResponse

Documentaryproofsubmitted

PageNo

a. Make and Version to be specified by the bidderb. All backup/restore administration must be controlled by a

centralized master systemc. The master system must support the following systems:

Windows 2008/2008R2/2012 Linux (x86 64) /SolarisSparc & Solaris x86 64), HPUX (Itanium) & AIX(PowerPC), Linux etc.

d. 1. Master system must maintain a database for allbackup/restore meta-data

2. Easy to reconstruct against in the unlikely event ofcorruption.

3. Easily protected with an integrated backup andrecovery plugin for the database

4. Bare Metal Recovery option for the Backup Mastersystem.

5. Must be capable of “block level” backups for BareMetal Recovery of Physical servers

e. Should Support client systems viz Windows, Linux, Unixetc.

f. Proposed solution must have common interface acrossall OS platform and should support management ofmultiple backup servers from multiple location from sameconsole. In case of any additional license needed biddershould factor in their proposal.

g. The software must be based on Graphical User Interface(GUI) so that all backup servers can be managedcentrally, regardless of location.

h. Shows real-time backup progress bar.i. Feature for reporting on tape utilization, and drive

configuration.j. Able to import/scan the indexes using GUI without

having to resort to the use of CLI operations.k. The software must provide flexibility to backup to

different media. These include disk-to-tape, disk-to-diskand interoperability.

l. The software should be able to automatically duplicateand migrate data from disk to alternative target backupmedia to prepare for offsite storage.

m. The software must have the ability to perform disk-to-disk backup via iSCSI or FC SAN in sharing mode.

Page 119: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 119 of 150

n. The proposed backup solution must be able to supportraw device backup – on both Windows, Linux and Unix.

o. The proposed backup solution must be able to encryptbackup data at source – and store with 128-bit or greaterencryption. Bidder should propose the required licenseto encrypt backed up data.

p. Network bandwidth compression for management ofnetwork utilization to reduce loads when backup occursduring production time.

q. Able to compress the index files automatically or bypolicy.

r. The proposed backup solution must have user levelaccess control list security function. Each user hasdifferent permissions and privileges on the system.

s. The proposed backup solution should be modular inarchitecture, allowing for components to be added andremoved without requiring the backup system to beshutdown.

t. Scalable, distributed architecture of Master Server,Media Server and Client to enable high-performancebackup to direct-attached devices or SAN-attacheddevices without scripting.

u. Systematic, menu-driven procedures for restoring data toalternate paths or systems to simplify disaster recoveryand recovery simulation.

v. Should support server independent restorew. The software must allow backup of source (Server A)

and restore to target server ( Server B) on window andLinux ,Unix systems etc.

x. The software must have the ability to provide disasterrecovery of Window and Linux operating systems by useof a bare metal recovery technology.

y. Full backup and restoration capabilities managementfrom remote location.

z. Automatic robotic/tape drive configuration. No scriptingrequired.

aa. Ability to configure automated backups for specific daysand weeks within a month, while maintaining a simplifiedmethodology for complex date scenarios.

bb. Quoted solution must have provision to replicate backedup data from Site A TO Site B & vice versa

cc. Allows multiple heterogeneous servers to be attached tothe SAN switch and these servers can dynamically sharetape and disk devices in a SAN environment.

dd. Support for leading connectivity protocols :-a. SANb. iSCSI / FCc. NASd. Ethernet Technologies 10/100/1000/10000

BaseTee. Should have reporting capabilities

Page 120: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 120 of 150

a. Full job completion report. Overview of the fullbackup jobs that were successful, partiallysuccessful and failed for each day

b. Full backup data volume report. Overview of thetotal data volumes that were backed up for eachday

c. Average tape utilization report. Listing of theaverage amount of data stored on each media

d. Log information is filterable and can be saved intotext, HTML, or spreadsheet-usable formats tofacilitate the creation of graph and pie chart toenhance the report for storage resource planning.

e. Must be able to report tape utilization and view driveconfiguration in multiple views.

f. The software inbuilt reporting tool must has theability to create customize reports without anyadditional purchase of another reporting module or3rd party reporting module

ff. Should meet the following Media Managementcapabilities

a. Allow tape library sharing among media serversb. Allow individual tape drive sharing among media

servers and allow for reconfiguration withoutrebooting media servers

c. Tape drive sharing must support both iSCSI andFiber based connections.

gg. Tape media scanning should be quick and easy toperform to rebuild a lost index or re-import a tape witholder backup data.

hh. Three years onsite comprehensive warranty/supportii. Availability of support for the product for a minimum

period of Six years from the date of acceptance byowner. Bidder to give End of Life certificate from OEM.

jj. Should have specific agents to perform “hot” backupson the following databases and applications such as:

a. Oracle on Windows/Linux and Unixb. MS SQL on windowc. MySQL on Linux and Windowsd. Ms Exchange on Windows

kk. Should be supplied with minimum nos. of licensesfor following clients

a. Windows client for file backup –8 nos.b. Oracle client on Unix/Linux – 3 nosc. MS SQL client on window – 1 nosd. Unix/Linux client for files backup – 12 nos.

Page 121: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 121 of 150

12. TABLE12: [Detailed-Set-3 For 24 Port Gigabit Ethernet Switch at DC]

S.No

Parameter Specification Compliance(Yes/No)

DetailedResponse

Documentaryproofsubmitted

PageNo

1. Model Name Make & Model to be specified bythe bidder

2. InterfaceRequirements

a. Switch should have 24 Nos.10/100/1000 Mbps Base-Tauto-sensing with capabilitiesplus 2 X 10Gbps SFP/Ethernetuplinks

b. Switch should have forwardingbandwidth of 50 Gbps

c. Switch should have minimumpacket forwarding rate of 68.5Mpps

d. Should have 128MB RAM ormore and 64MB flash or more

e. Should be of height 1U & 19''Rack Mountable

f. Support for a minimum of8000 MAC addresses

g. Redundant Supply3. Layer 2

Switching &Qos features

a. The Switch should supportfollowing layer 2 Features:

b. 16K Layer 2 MAC Address

c. 802.1Q VLAN with 4K VLANID's and 64 VLAN

d. Jumbo frames 9216 bytes

e. Auto-negotiation

f. Port Aggregation Protocol(PAgP)

g. Dynamic Trunking Protocol(DTP)

h. Link Aggregation ControlProtocol (LACP)

i. Unidirectional Link DetectionProtocol (UDLD)

j. Local Proxy AddressResolution Protocol (ARP)

k. Internet Group ManagementProtocol (IGMP) Snooping forIPv4 and IPv6 MLD v1 and v2Snooping

l. Per-port broadcast, multicast,and unicast storm control

m. Voice VLAN

n. VLAN Trunking Protocol

Page 122: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 122 of 150

(VTPv2)

o. The Switch should supportfollowing QOS Features:

p. 802.1p class of service (CoS)

q. Four egress queues per port

r. Shaped Round Robin (SRR)

4. Standards a. Weighted Tail Drop (WTD)b. IEEE 802.1D Spanning Tree

Protocolc. IEEE 802.1p CoS Prioritizationd. IEEE 802.1se. IEEE 802.1wf. IEEE 802.1Xg. IEEE 802.1abh. IEEE 802.3adi. IEEE 802.3ahj. IEEE 802.3x full duplex on

10BASE-T,100BASE-TX, and1000BASE-T ports

k. IEEE 802.3zl. IEEE 802.3um. 1000BASE-SXn. 1000BASE-LX/LHo. Remote Monitoring (RMON) I

and II standardsp. SNMPv1, v2c, and v3

5. Management a. Switch needs to have a serialconsole port for managementvia a console terminal or PC

b. Support Web-basedmanagement, Web GUI trafficmonitoring

c. Web management shouldenable management for aminimum of 15 geographicallydistributed switches through acommon browser window orthrough common NMS

d. CLI management and out ofband management supportand IP filtering on themanagement interface

e. Must have TFTP support6. Security

Featuresa. Multi-Level access security on

switch console to preventunauthorized users

b. Support for 802.1x port basedauthentication

Page 123: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 123 of 150

c. 802.1x with Port Security

d. Port Security based on theMAC address of a user'sdevice

e. System Event Logging

f. Support RADIUS/ TACACS+

g. DHCP snooping

h. Support for at least 250Access Control entries

7. NetworkManagement

a. Embedded support for Webbased management usingstandard web browser

b. Support for SNMP v1/v2/v3c. Switch must be remotely

managed via one telnetsession for all moduleconfiguration

d. The switch should have aprovision of alarm notificationfor providing automated e-mailnotification of network errorsand alarm thresholds

e. Support for SPAN portfunctionality for measurementusing a network analyzer orRMON probe or Port Mirroring

f. Real Time Multi-Port Statisticsg. Device and Port Groupings for

Navigation and PolicyManagement

h. Multi-Vendor Supporti. Private and Enterprise MIBj. Access Rights

8. WarrantyandSupport

Three years on-sitecomprehensive warrantymaintenance with at least nextbusiness day part replacement

9. Availability Availability of spares and supportfor the system for a minimumperiod of Six years from the dateof acceptance.(Please attachundertaking from authorisedsignatory)

10. AdditionalServices/Features

The bidder shall have to provideInstallation, Configuration,Commissioning Support as perrequirements of RECL.

Page 124: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 124 of 150

13. TABLE13: [Detailed-Set-3 For 4TB NAS Storage at DC]

S.No

Parameter Specification Compliance(Yes/No)

DetailedResponse

Documentaryproofsubmitted

PageNo

1. Model Name Make & Model to be specified bythe bidder

2. Capacity a. Network Attached Storage of 4TB capacity usable after RAID5 with minimum 2 hot sparedisks or RAID 6 with minimum1 hot spare disk.

b. Should be scalable to another4 TB by adding the additionalHard disks.

c. Attached drive should be HotSwappable NL SAS(Enterprisedisk), 7200 RPM orhigher,RAID5 with minimum 2hot spare or RAID 6 withminimum 1 hot spare.

3. CPU Intel E5-2400/E5-2600 series4. Cache Minimum 10M5. OS Windows Storage Server 20126. RAID

supported0,1+0,5,6

7. Availability Hot-plug hard drives, hot-plugpower

8. GigabitEthernetInterface /NICs

2 nos.

9. Management Web Interface10. Quota

ManagementBy users and groups

11. Protocol SMB/CIFS, NFS,FTP

12. WarrantyandSupport

Three years on-sitecomprehensive warrantymaintenance with at least nextbusiness day part replacement

Page 125: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 125 of 150

14. TABLE14: [Detailed-Set-3 For SET1, SET2, SET3) Miscellaneous Compliance

S.No

Parameter Specification Compliance(Yes/No)

DetailedResponse

Documentaryproofsubmitted

PageNo

1. SparesAvailability

a. All Software, hardware, Spares,product and support for thesystem during the warrantyperiod as well as for a furtherminimum period of 3 years fromcompletion of warranty. Bidderwill provide OEM certification.

b. Bidder will also submitundertaking to provide supportfor a further period of 3 years, atthe discretion of RECL, atmutually agreed upon terms,after the 3+3 period asmentioned above.

2. License All the hardware/Software shouldbe supplied with required licensesin line with the complete solutionprovided by the bidder.

3. HardwareMisc.

a. The Bidder shall provide allother H/W items that are notexplicitly mentioned herein butare required to full-fill theintended specifications by theBidder in the bid. TheSpecifications parameters areindicative and any item ofhigher rating will be preferred.

b. No item should be offeredwhose end-of-sale has beendeclared by the OEM and/orhas been declared to be underphase out.

c. Proposed server, storage,component should not go intoend of sale up to one year fromthe date of BID Submission.

d. The solution should haveuniform platform of OS forservers irrespective of theprocessor. This is not applicablefor LDAP/Backup servers.

4. InstallationDesign

It must be noted that initially theservers shall be commissioned atDC in Delhi/NCR and DR atHyderabad. The vendor has tosubmit complete technical designfor placing of servers in the

Page 126: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 126 of 150

present location along with spacerequirement in DC & DRenvironment

5. Shifting In future, if RECL decides to shiftthe hardware and its componentsfrom supplied location to any otherlocation then bidder has to providefull support with agreed uponcommercial terms

6. NAS Storage

Info:-ExistingNAS storage is4TB (DellPowerVaultNAS ManagerVersion2.0.7630).

a. If bidder upgrade the existingNAS storage to 8 TB.

b. If bidder provide physicallyseparate additional 4 TB NASstorage as per Table-NASwhich is compatible with theexisting NAS storage.

c. OEM 3 years warranty plusthree years after completion ofwarranty.

Page 127: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 127 of 150

Annexure D

PROFORMA FOR PERFORMANCE BANK GUARANTEE

M/s Rural Electrification Corporation Ltd.,Core 4, Scope Complex,Lodhi Road,New Delhi – 110003 (INDIA)

(With due stamp duty if applicable)

OUR LETTER OF GUARANTEE No. :

In consideration of Rural Electrification Corporation Ltd., having its office at_________________________________________________________ (hereinafter referred to as “REC”which expression shall unless repugnant to the content or meaning thereof include all its successors,administrators and executors) and having entered into an agreement dated ___________/issued PurchaseOrder No. _____________ dated _____________ with/on M/s______________________________________________________ (hereinafter referred to as “The Supplier”which expression unless repugnant to the content or meaning thereof, shall include all the successors,administrators, and executors).

WHEREAS the Supplier having unequivocally accepted to supply the materials as per terms and conditionsgiven in the Agreement dated ________ /Purchase Order No. __________________________ dated___________ and REC having agreed that the Supplier shall furnish to REC a Performance Guarantee for thefaithful performance of the entire contract, to the extent of 10% (ten percent) (or the percentage as per theindividual case) of the value of the Purchase Order i.e. for ____________________________________.

We, __________________________________________ (“The Bank”) which shall include OUR successors,administrators and executors herewith establish an irrevocable Letter of Guarantee No. ____________ in yourfavour for account of __________________________ (The Supplier) in cover of performance guarantee inaccordance with the terms and conditions of the Agreement/Purchase Order.Hereby, we undertake to pay upto but not exceeding ___________ (say ____________________________only) upon receipt by us of your first written demand accompanied by your declaration stating that the amountclaimed is due by reason of theSupplier having failed to perform the Agreement and despite any contestation on the part of above namedsupplier.

This Letter of Guarantee will expire on _________________ plus 60 (Sixty) days of claim period and anyclaims made hereunder must be received by us on or before expiry date/claim period after which date thisLetter of Guarantee will become of no effect whatsoever whether returned to us or not.

________________Authorized SignatureChief Manager/ ManagerSeal of Bank

Page 128: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 128 of 150

Annexure E

PROFORMA BANK GURANTEE (EARNEST MONEY)

This deed of Guarantee made this ___________________ day of ____________ 20 _____by _______________________________________________________________________(Name of the Bank)having one of its branch at _______________________________________________ actingthrough its Manager (hereinafter called the “Bank”) which expression shall wherever the context sorequires includes its successors and permitted assigns in favour of Rural Electrification CorporationLtd. (A Govt. of India Enterprise) registered under the Companies Act, 1956, having its office at____________________________________________________________(hereinafter called“REC”) which expression shall include its successors and assigns.

WHEREAS REC has invited tender vide their Tender Notice No.________________________________________ Dated _____________ to be opened on ANDWHEREAS M/s __________________________________________________________________________________________________________________________________

(Name of Tenderer)having its office at _____________________________________________________ (hereinaftercalled the “Tenderer”), has/have in response to aforesaid tender notice offered to supply/ do the job_____________________ as contained in the tender.

AND WHEREAS the Tenderer is required to furnish to REC a Bank Guarantee for a sum ofRs.________________________(Rupees_______________________________________________________________ Only) as Earnest Money for participation in the Tender aforesaid.

AND WHEREAS, we_________________________________________________________(Name of the Bank)have at the request of the tenderer agree to give REC this as hereinafter contained.

Cont..2/-: 2 :

NOW, THEREFORE, in consideration of the promises we, the undersigned, hereby covenant that,the aforesaid Tender shall remain open for acceptance by REC during the period of validity asmentioned in the Tender or any extension thereof as REC and the Tenderer may subsequently agreeand if the Tenderer for any reason back out, whether expressly or impliedly, from his said Tenderduring the period of its validity or any extension thereof as aforesaid or fail to furnish Bank Guaranteefor performance as per terms of the aforesaid Tender, we hereby undertake to pay REC, New Delhion demand without demur to the extent of Rs.___________________(Rupees____________________________________________ Only).

Page 129: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 129 of 150

We further agree as follows:-

01. That REC may without affecting this guarantee extend the period of validity of the saidTender or grant other indulgence to or negotiate further with the Tenderer in regard to the conditionscontained in the said tender or thereby modify these conditions or add thereto any further conditionsas may be mutually agreed to in between REC and the Tenderer AND the said Bank shall not bereleased from its liability under these presents by an exercise by REC of its liberty with reference to thematters aforesaid or by reason of time being given to the Tenderer or any other forbearance, act oromission on the part of the REC or any indulgence by REC to the said Tenderer or any other matteror thing whatsoever.

02. The Bank hereby waive all rights at any time in consistent with the terms of this Guaranteeand the obligations of the Bank in terms thereof shall not be otherwise affected or suspended byreason of any dispute or dispute having been raised by the Tenderer (whether or not pending beforeany arbitrator, tribunal or court) or any denial of liability by the Tenderer stopping or preventing orpurporting to stop or prevent any payment by the Bank to REC in terms thereof.

03. We the said Bank, lastly undertake not to revoke this Guarantee during its currency exceptwith the previous consent of REC in writing and agree that any change in the constitution, winding up,dissolution or insolvency of the Tenderer, the said Bank shall not be discharged from their liability.

NOTWITHSTANDING anything contained above, the liability of the Bank in respect of thisGuarantee is restricted to the said sum of Rs. __________________ (Rupees______________________________________________________________ Only) and thisGuarantee shall remain in force till _________ unless a claim under this guarantee is filed with thebank within 60 (Sixty) days from this date or the extended date, as the case may be i.e. upto____________________________ all rights under this Guarantee shall lapse and the Bank bedischarged from all liabilities hereunder.

In witness whereof the Bank has subscribed and set its name and seal here under.

Page 130: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 130 of 150

Annexure FFinancial Bid(Online Only)

Instruction to fill Financial Bid

Step 1: Download the Financial Bid from e Tender wizard , Do not change any File name andworksheet name.

Step 2: After opening the file and in the first “Main Selection” sheet select the Table 1.1 forRISC/EPIC server or Table 1.2 for X86 server from the drop down list and click on the desiredoption in “Fill any one” column.

Step 3: Follow the colour code for filling the sheets as per the following:

Mandatory to be filled by the Bidder. YellowCannot be filled by the Bidder. GreyReference cell AutomaticallyPopulated. Blue

Auto calculated. Green

Step 5: Fill all the sheets in Financial Bid.

Step 6: After that save it and do not change the filename/worksheet name, upload the file in e-Procurement portal.

Step 7: Please be ensure that correct file is uploaded.

Step 8: At any stage In case of any clarification/doubt, please refer to “Bidder Help Manual for E-Bidding” at Annexure H.

Page 131: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 131 of 150

All rates to be quoted shall be without taxes. Taxes should be mentioned at the column wherespecifically mentioned in the Tables.

Price Schedule- SUMMARY TABLE

Support/Warranty

PostwarrantySupport

/PPSS. No. Referen

cesItem Before

GO - LiveYear1 Year2 Year3 Year4 TOTAL

(A+B+C+D+E)

X Y Z A B C D E F

1 Hardware1.1 Table I Hardware

1.2 Table II Post ProductionSupport(PPS)

1.3SubtotalHardware[1.1 + 1.2]

2 Software

2.1 Table III New Licenses &ATS

2.2 Table IV Upgrade to R122.3 Table V Training

2.4 Table VI Post ProductionSupport(PPS)

2.5

SubtotalSoftware[2.1+2.2+2.3+2.4]

3 Table VII Other Expenses

Total Cost[1.3+2.5+3]

4 TableVIII Buy Back Cost

5 Overall Cost[(1.3+2.5+3)-4]

Page 132: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 132 of 150

Tax schedule

Support/Warranty

Postwarranty/Support/PPS

S.No.

References

Item Typeof tax

Tax(%)

BeforeGO -Live

Year1 Year2 Year3

Year4

TOTAL(C+D+E+F+G)

X Y Z A B C D E F G H

1 Hardware1.1 Table I Hardware

a.b.c.d.

Sum

1.2

Table II PostProductionSupport(PPS)

a.b.c.d.

Sum

1.3SubtotalHardware[1.1 + 1.2]

2 Software

2.1Table III New

Licenses &ATS

a.b.c.d.

Sum

2.2 Table IV Upgrade toR12

a.b.c.

Page 133: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 133 of 150

d.Sum

2.3 Table V Traininga.b.c.d.

Sum

2.4

Table VI PostProductionSupport(PPS)

a.b.c.d.

Sum

2.5

SubtotalSoftware[2.1+2.2+2.3+2.4]

3 Table VII OtherExpenses

a.

b.

c.

d.

Sum

Total Cost[1.3+2.5+3]

Page 134: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 134 of 150

TABLE – I.I: Cost Of hardware (RISC/EPIC Option for ERP servers)S. No. Item* Locatio

nQuantity

MakeandModel

UnitRatefor B

Postwarranty -Year 4perunititemfor B

TotalCost ofEquipment

Total Taxcomponentfor (F)

TotalTaxcomponentfor (E)

A B C D E F=B*D G H

1. Server-1,Server-2

DC 02

2. Server-3 DC 01

3. Server-4 DR 01

4. Back up & LDAPServer

DC 01

5. LDAP Server DR 016. External SAN

StorageDC 01

7. External SANStorage

DR 01

8. SAN Switch DC 02

9. Switch DC 02

10. LTO Tape Library DC 01

11. LTO7 Tape drive DCDR

02

12. LTO7 TapeCartridge withBarcode Labels

DC 50

13. HardwareManagementConsole

DCDR

02

14. Rack DCDR

15. BackupManagementSoftware

DC 01

16. NAS Storage (4TB)

DC 01

Page 135: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 135 of 150

Total Hardware Cost Total(ReferencecolumnE1.1ofpriceschedule)

Total(ReferencecolumnA1.1 ofpriceschedule)

Total(ReferencecolumnC1.1.Sum ofTaxschedule)

Total(Referencecolumn G1.1.SumofTaxschedule)

*Specifications as mentioned in SET1 & SET3 Annexure C

OR

Page 136: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 136 of 150

TABLE – I.2: Cost Of hardware (X86 Options for ERP servers)S.No.

Item* Location

Quantity

MakeandModel

UnitRatefor B

Postwarranty -Year4perunititemfor B

TotalCost ofEquipment

Total Taxcomponentfor (F)

TotalTaxcomponentfor (E)

A B C D E F=B*D G H

1. Server-1,Server-5

DC 02

2. Server-2,Server-6

DC 02

3. Server-3,Server-7

DC 02

4. Server-4,Server-8

DC 02

5. Server-9 DC 01

6. Server-10 DR 01

7. Server-11 DR 01

8. Back up & LDAPServer

DC 01

9. LDAP Server DR 01

10. External SANStorage

DC 01

11. External SANStorage

DR 01

12. SAN Switch DC 02

13. Switch DC 02

14. LTO Tape Library DC 01

15. LTO7 Tape drive DCDR

02

Page 137: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 137 of 150

16. LTO7 TapeCartridge withBarcode Labels

DC 50

17. LED Console DCDR

02

18. Rack DCDR

19. BackupManagementSoftware

DC 01

20. NAS Storage (4TB)

DC 01

Total hardware cost Total(ReferencecolumnE1.1 ofpriceschedule)

Total(Reference columnA1.1 ofpriceschedule)

Total(ReferencecolumnC1.1.sum ofTaxschedule)

Total(Referencecolumn G1.1.sumofTaxschedule)

*Specifications as mentioned in SET2 & SET3 Annexure C

Page 138: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 138 of 150

TABLE –II: Post Production Support (Hardware)

S. No. Item Description Unit for A Number ofPersons

UnitRate

Total Cost Total Taxcomponentfor (E)

A B C D E=(C*D)*48 F

1 Cost of PPS Personnelas per Scope of Workand SLA for four yearsfor Hardware

Per PersonPer Month

02 persons

Total Cost of PPS Hardware Total(Referencecolumn F 1.2of priceSchedule

Total(ReferencecolumnH1.2.sumof Taxschedule)

TABLE –III: Cost of New Licenses & ATSS.No

Item UnitType

TotalUnitRequired

Weightage/Factor

Number ofExistingunit

AdditionallyNewLicensesRequired

Unitrate

CostofNewLicenses

Year1ATSCost

Year2ATSCost

Year3ATSCost

Year4ATSCost

TotalCost

TotalTaxcomponentfor (F)

X Y A=X*Y

B C D E F =(A+C+D+E)

G

1

OracleEnterpriseDatabaseLicenses

Percore

11

2

OracleRACLicenses

Percore

4

3OracleMiddleware

Percore

0

Page 139: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 139 of 150

Licenses

456789

1011

Total Cost

Total(ReferencecolumnA2.1.a ofpriceschedule)

Total(ReferencecolumnC2.1.a ofpriceschedule)

Total(ReferencecolumnD2.1.a ofpriceschedule)

Total(ReferencecolumnE2.1.aofpriceschedule)

Total(ReferencecolumnF2.1.aofpriceschedule)

Total(Referencecolumn H2.1.a.sum ofTaxschedule)

TABLE –IV: Cost of Upgrade to R12

S. No. Item Description Quantity Unit Rate Total Cost Total Taxcomponent for(D)

A B C D=B*C E

1 Cost of ERP Upgrade

Total Cost of ERP upgrade Total (Referencecolumn A2.2 ofprice schedule)

Total (Referencecolumn C 2.2.sumof Tax schedule)

Page 140: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 140 of 150

TABLE –V: Cost of Training

S. No. Item Description Unit No. ofusers

UnitRate

Total Cost Total Taxcomponentfor (E)

A B C D E=C*D F

1 Training for Functional CoreUser

Per Person 12

2 Training for Technical CoreUser

Per Person 10

3 Training for End User Per Person 50

Total Cost Of Training Total(Referencecolumn A2.3of priceschedule)

Total(Referencecolumn C2.3.sum ofTaxschedule)

TABLE –VI: Post production support (Software)

S. No. Item Description Unit Number ofPersons

UnitRate

Total Cost Total Taxcomponentfor (E)

A B C D E=(C*D)*48 F

1 Cost of PPS Personnel asper Scope of Work andSLA for four years forSoftware/application

PerPersonPerMonth

10

Total Cost of PPS Software Total(Referencecolumn F2.4 ofprice schedule)

Total(Referencecolumn H2.4.sum of Taxschedule)

Page 141: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 141 of 150

TABLE –VII: Other Expenses

S. No. Item Description Name ofSolution with

version/Release,if any

Quantity UnitRate

Total Cost Total Taxcomponentfor (E)

A B C D E=C*D F

1 Versioning software(for two users) 01

2

3

4

5

6

7

8

9

10

Total Cost of Other Expenses Total(Referencecolumn A3 ofpriceschedule)

Total(Referencecolumn C3.sum of Taxschedule)

Page 142: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 142 of 150

TABLE –VIII: Cost of Mandatory Buy back Item

S. No. Item Description** Unit Quantity

UnitRate(Allinclusive)

Total*

A B C D E=(C*D)

1 IBM System P5 550 server Perserver

04

2 IBM System P5 520 server Perserver

04

3 IBM System P5 520 server Perserver

01

4 IBM System P5 520 server Perserver

01

5 IBM System P5 510 server Perserver

04

6 LDAP server Perserver

01

7 Backup server Perserver

01

8 SAN storage Perstorage

01

9 Tape library (2*LT04) Perlibrary

01

10 SAN switch Perswitch

02

11 Switch CISCO C2960 Perswitch

02

Total Cost of Buy Back Total (Referencecolumn A4 of priceschedule

* The total cost of Buyback cannot be less than Rs.7,19,636.00 .** Details given at Chapter 8.

Page 143: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 143 of 150

TABLE –IX: Cost of Buy back for Rack and HMC (In case not reusable/notupgradeable)

S. No. Item Description** Unit Quantity

UnitRate(All Inclusive)

Total*

A B C D E=(C*D)

1 Rack Perrack

04

2 HMC Perconsole

02

Total Cost of Buy Back Total (Referencecolumn A4 of priceschedule)

* Details given at Chapter 8**In case Bidder is buying back then the total cost of Buyback cannot be less than Rs.16,105/-.

Optional Cost

TABLE –X: Cost of Enabling Additional Core if required along with additional processor cost forproduction environment

Si .No. Item Unit rate Total Cost Total Taxcomponentfor (D)

A B C D = C E

1 Per core enablingcost of productionserver

Per Core

2 Processor cost** Per processor

Total Cost

* *Vendor has to mandatorily quote for optional item. This will not be considered for Evaluation.** Additional Processor is same as Production Processor

Page 144: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 144 of 150

Note:a. All prices to be quoted in Indian Rupees only.b. All items in all the tables both row & column must be quoted failing which the bid

is liable to be rejected.c. All duties, levies etc. should be inclusive in above cost.d. Full Usage License shall be deemed to cover all features and functionalities of the

product without any limitation on the usage of the product and/or part thereof. In casethe product is not having Full usage licensing then the bidder must calculate the costof licenses required to be treated as a full usage license and the quote shall bedeemed to be only for full usage. For example the successful bidder in future cannotdivide the number of licenses procured by RECL feature(s)/ module(s)/ sub-module(s)/functionality(es) wise etc. and will have to give full usage licenses at its own costs, ifany, to RECL.

e. Price shall be deemed to be inclusive of all software, tools, utilities, patches,upgrades, accessories, equipment etc. Required for full functionality of theproposed solution including maintenance and warranty of ERP application/hardwareas per the RECL requirement.

f. Unit cost per unit may also be arrived based on above quoted prices for any furtherincrease or decrease in quantity for the said item, as per discretion of RECL.

g. Details of items of taxes as applicable in above price are to be given in Tax ScheduleTable in this Annexure.

Page 145: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 145 of 150

Annexure – G

ACCEPTANCE FORM FOR PARTICIPATION IN REVERSE AUCTION EVENT(To be signed and stamped by the bidder)

In a bid to make our entire procurement process more fair and transparent, RECL intendsto use the reverse auctions as an integral part of the entire tendering process.

The following terms and conditions are accepted by the bidder on participation in the bidevent:

1. RECL shall provide the user id and password to the authorized representative of thebidder. (Authorization Letter in lieu of the same shall be submitted along with thesigned and stamped Acceptance Form).

2. RECL's decision to award the work would be final and binding on the suppliers/bidders.

3. The bidder agrees to non-disclosure of trade information regarding the purchase,identity of RECL, bid process, bid technology, bid documentation and bid details toany other party.

4. The bidder is advised to fully make aware themselves of auto bid process and ensuretheir participation in the event of reverse auction, failing which RECL will not be liablein any way.

5. In case of bidding through Internet medium, bidders are further advised to ensureavailability of the infrastructure as required at their end to participate in the auctionevent. Inability to bid due to telephone line glitch, internet response issues, software orhardware hangs, power failure or any other reason shall not be the responsibility ofRECL.

6. In case of intranet medium, RECL shall provide the infrastructure to bidders. Further,RECL has sole discretion to extend or restart the auction event in case of any glitchesin infrastructure observed which has restricted the bidders to submit the bids to ensurefair & transparent competitive bidding. In case an auction event is restarted, the bestbid as already available in the system shall become the basis for determining startprice of the new auction.

7. In case the bidder fails to participate in the auction event due any reason whatsoever,it shall be presumed that the bidder has no further discounts to offer and the initial bidas submitted by the bidder as a part of the tender shall be considered as the bidder’sfinal no regret offer. Any offline price bids received from a bidder in lieu of non-participation in the auction event shall be out rightly rejected by RECL.

8. The bidder shall be prepared with competitive price quotes on the day of the biddingevent.

9. The prices as quoted by the bidder during the auction event shall be inclusive of all theapplicable taxes, duties and levies and shall be FOR at site.

Page 146: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 146 of 150

10.The prices submitted by a bidder during the auction event shall be binding on thebidder.

11.No requests for time extension of the auction event shall be considered by RECL.

12.The original price bids of the bidders shall be reduced on pro-rata basis against eachline item based on the final all inclusive prices offered during conclusion of the auctionevent for arriving at Contract amount.

Signature & Seal of the Bidder

Page 147: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 147 of 150

Annexure H

Bidder Help Manual for E-Bidding

HELP LINE TO VENDORS

CONTACT Persons :

E – Tenderwizard:

Landline:-1. Help desk No - 011-49424365, [email protected]. Sh. Sandeep- 8800496478, [email protected]. Sh. Krishna – 8800900127, [email protected]

REC:-

1. Sh. Mohit Meena – 7834907788, [email protected]. Sh. Ajay Aggarwal – 9911334047, [email protected]. Ms. Navita Dubal, – 9899754442, [email protected]. Sh. Abhijit Saha– 9899034655, [email protected]

Step 1 :Registration ProcessWebsite address: www.tenderwizard.com/REC

Click on “TenderFreeView” to see (view and download) all the tender notifications and

corrigendum’s.

Click on “Register Me” Hyperlink and get your User Id and Password.

(Certain special chars like ~ ` ' # $ % & * ! ( ) ; \ / ? " : < > + - { } [ ] are not allowed in thecompany id or any key attributes).

Once you fill all the details asked by “Register Me” form and obtain your password, contactthe Office of TenderWizard to enable your User ID. Mail Registration acknowledgement tohelpdesk email [email protected].

After this, vendor can key in their User Id and Password and get successful entry in to theapplication. It will take 24 working hours to activate the account.

STEP 2: Participation

Vendor should login with his USER ID and PASSWORD

After Successful entry into the application click on hyperlink “UnApplied” to see the tender.

By clicking on hyperlink “UnApplied” you can see the latest tenders which are floated andother details relevant to tender.

On this screen (UnApplied) you will find various gif’s on the left hand side. Click on“Edit form” gif and see all the documents attached. Please download these documentsand go through them.

Page 148: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 148 of 150

Once you have gone through the entire tender document and you wish to participate in the

tender click on “Request Tender Form” gif. And Then click on “Submit”. Now once you have requested for tender documents click on “In Progress” stage. You can

see the status as “REQUESTED”.Submit your bids.

Note: - will send you forms (Electronic Financial bid & Technical bid sheets) .

You will get two excel files “Technical Sheet.xls” and “Cost Sheet.xls” along with otherdocuments. Firstly, you need to download this document by clicking on hyperlink “Clickhere to Download Empty Document.” Then Save the file with the same file name

Note:-

1) You should not change the file name of any Excel file.2) You should only key in the values in Yellow cells only.

STEP 3SubmissionVendor should prepare the scanned copy of DD (EMD)

EMD Submission: Click on “Click here to enter EMD Details and Attach Scanned Copy ofEMD”. Fill all the fields provided in that sheet and press on “Scan” button to attach thescanned copy of the EMD.

Vendor should fill values in blue cells only, provided in these sheets. These can beuploaded by clicking on “Click here to Upload filled File”.

Reminder:Technical Sheet and Cost Sheet should be uploaded by using “Click here to Upload filled File “.All other supporting documents could be uploaded using “Click here to Attach GeneralDocuments” link provided below.

Please don’t change the name of the file as system will not accept any other file name.

Steps for uploading the additional documents (supporting documents) to your account.

1. In the left hand menu click on Document Library, general document page will appear

2. Click on upload new file Button for uploading new document, upload sheet will appear

3. Select the file to be uploaded, enter the description and attachment name.

4. Click on Upload file

5. Repeat step 2 and 3 for uploading new filesTo change the description and attachment name for the uploaded file use Update existingfile buttonNote: This is for altering the description and attachment name only

Page 149: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 149 of 150

Section 1.02

Section 1.03 Attachment of general document to a particular tenderGo to tender Documents screen of that particular tender

1. Go to Click here to Attach General Documents –Additional documents can be optionally

Uploaded General Document Summary sheet will appear.

2. In General Document Summary screen select the file you want to attach and make necessary

changes for Tender Stage and click Attach file button.

3. If you need to attach any new files for the tender follow Steps for uploading the Additional

documents.

Other details could be scanned and uploaded but ensure that it is smaller in size (i.e. < 1MB forFast Uploading of Document). (only.doc, .jpg,.gif,.xls, .bmp, .pdf.)

The server time will be displayed at the right hand side of the page please follow this time, and allthe actions i.e;(Requesting, Submitting, Opening etc.,) takes place according to this time only.

Note: You will see all the red colored links changing to black color, when you have uploaded.

A) Technical SheetB) Cost Sheet or price bidC) EMD details

i) Once you fill the above documents only then you will able to submit the tender byclicking on the “Submit the Tender Form” button before the tender closing date andtime.

STEP 4Acknowledgement

Once you submit the tender you will get the submitted token number, submitted date andsubmitted time. Take the print of that sheet then click on “OK”. Then the status will change tosubmitted.

STEP 5OPENING

After the tender is opened at the stipulated date and time, the award details can beaccessed in the OPENED/AWARDED stage.

To view the opened tenders click on the “Opened/Awarded” link then click on edit form

to view your competitors bid sheets who participated with you and who are not

Page 150: Notice Inviting Tender For Version Upgrade of Oracle E-business Suite

TENDER NO: REC/IT/ERP (R12)/117/2016/2 Page 150 of 150

disqualified.

Note:

If you do not get the submitted status and token number, contact tendering authority wellin advance. RECL is not responsible for tender’s not submitted properly. Vendors arerequested to undergo training and get their doubts clarified well in advance.

If any queries please contact RECL Office and if required, personal training would begiven. Please feel free to contact if you have any clarifications regarding E-Tendering.