no. pic2018-001 date: 16/09/2018 supply, installation ...of (mopg) at address below [page 1 ,...

30
1 No. PIC2018-001 Date: 16/09/2018 SUPPLY, INSTALLATION, TESTING, COMISSIONING, IMPLEMENTATION AND RELATED SERVICES OF INTEGRATED DATA MANAGEMENT SYSTEMS FOR SUDAN PETROLEUM DATA CENTER INVITATION FOR BIDS Ministry of Petroleum and Gas of Sudan (MOPG), invites bids/offers for Procurement/Implementation of an Integrated Data Management Systems [(Corporate data, Seismic data, We ll data, Physical Asset and Data Quality) Archival and Management Systems], subject to the terms and conditions specified in Bid Document’. 1. Interested firms may submit their bids/offers along with required bid bond on the basis of single stage two envelop procedure to be dropped in the tender box placed at the reception counter of (MOPG) at address below [Page 1 , 2.(i,ii ] as stated in announcement or through the email ([email protected]). The Technical Proposals shall be opened in the MOPG’s Board Room on the same day at 11:30 hours, in the presence of bidders or their authorized representatives who may wish to be present. 2. Documents containing detailed Bid Terms and Conditions and application can be collected as stated in announcement on all working days (Sunday to Thursday) from 9:00 a.m. to 3:00 pm from the MOPG offices at address below [Page 1 , 2.(i ,ii] or can be downloaded from MOPG’s website (www.mopg.gov.sd) as stated in announcement for which a copy of a pay order of 2% of the total bid amount should be submitted along with the bid documents, otherwise the bid(s) will be declared non-responsive. i) Alamarat, Africa Street Cross 61Street The Ministry of Petroleum & Gas Headquarter Building, Ground Floor Contract & Procurement Department Office No. 39 Khartoum, Sudan ii) Contract, Procurements & Logistic Department address: Ismeel Hamd Elseed Mohamed Abd Eldaim Mohamed Tel: +2499122718297 Tel: +249924190002 Fax: +249183783222 Fax: +249183783222 [email protected] [email protected] P.O. Box No. 2986 Khartoum P.O. Box No. 2986 Khartoum 3. The firm(s) who had defaulted in its contract(s) awarded by MOPG is not eligible to participate in the tender. The firms who have not fulfilled their contractual obligation with MOPG shall also not be eligible to participate in the Bid(s), unless they clear their dues along with penalties or fulfill their contractual obligations with MOPG. Detailed requirements are indicated in the Tender Document containing tender terms & conditions. MOPG reserves the right to accept or reject any or all offers wholly or partially. Bakheit Ahmed Abdalla Undersecretary Ministry of Petroleum and Gas

Upload: others

Post on 19-Jan-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: No. PIC2018-001 Date: 16/09/2018 SUPPLY, INSTALLATION ...of (MOPG) at address below [Page 1 , 2.(i,ii ] as stated in announcement or through the email (tenders@spc.sd). The Technical

1

No. PIC2018-001 Date: 16/09/2018

SUPPLY, INSTALLATION, TESTING, COMISSIONING, IMPLEMENTATION AND RELATED

SERVICES OF INTEGRATED DATA MANAGEMENT SYSTEMS

FOR SUDAN PETROLEUM DATA CENTER

INVITATION FOR BIDS

Ministry of Petroleum and Gas of Sudan (MOPG), invites bids/offers for Procurement/Implementation

of an Integrated Data Management Systems [(Corporate data, Seismic data, We ll data, Physical

Asset and Data Quality) Archival and Management Systems], subject to the terms and conditions

specified in ‘Bid Document’.

1. Interested firms may submit their bids/offers along with required bid bond on the basis of single

stage two envelop procedure to be dropped in the tender box placed at the reception counter

of (MOPG) at address below [Page 1 , 2.(i,ii ] as stated in announcement or through the email

([email protected]). The Technical Proposals shall be opened in the MOPG’s Board Room on

the same day at 11:30 hours, in the presence of bidders or their authorized representatives who

may wish to be present.

2. Documents containing detailed Bid Terms and Conditions and application can be collected as

stated in announcement on all working days (Sunday to Thursday) from 9:00 a.m. to 3:00 pm

from the MOPG offices at address below [Page 1 , 2.(i ,ii] or can be downloaded from MOPG’s

website (www.mopg.gov.sd) as stated in announcement for which a copy of a pay order of

2% of the total bid amount should be submitted along with the bid documents, otherwise the

bid(s) will be declared non-responsive.

i) Alamarat, Africa Street Cross 61Street

The Ministry of Petroleum & Gas

Headquarter Building, Ground Floor

Contract & Procurement Department

Office No. 39

Khartoum, Sudan

ii) Contract, Procurements & Logistic Department address:

Ismeel Hamd Elseed Mohamed Abd Eldaim Mohamed

Tel: +2499122718297 Tel: +249924190002

Fax: +249183783222 Fax: +249183783222

[email protected] [email protected]

P.O. Box No. 2986 Khartoum P.O. Box No. 2986 Khartoum

3. The firm(s) who had defaulted in its contract(s) awarded by MOPG is not eligible to participate

in the tender. The firms who have not fulfilled their contractual obligation with MOPG shall

also not be eligible to participate in the Bid(s), unless they clear their dues along with penalties

or fulfill their contractual obligations with MOPG. Detailed requirements are indicated in the

Tender Document containing tender terms & conditions. MOPG reserves the right to accept or

reject any or all offers wholly or partially.

Bakheit Ahmed Abdalla Undersecretary Ministry of Petroleum and Gas

Page 2: No. PIC2018-001 Date: 16/09/2018 SUPPLY, INSTALLATION ...of (MOPG) at address below [Page 1 , 2.(i,ii ] as stated in announcement or through the email (tenders@spc.sd). The Technical

2

Ministry of Petroleum and Gas of Sudan Request for Proposal (RFP)

For

Table of Contents

Page 3: No. PIC2018-001 Date: 16/09/2018 SUPPLY, INSTALLATION ...of (MOPG) at address below [Page 1 , 2.(i,ii ] as stated in announcement or through the email (tenders@spc.sd). The Technical

3

1. DESCRIPTION OF THE WORK .......................................................................................................................... 4

1.1 BACKGROUND ......................................................................................................................................................... 4

1.2 SCOPE OF WORK ..................................................................................................................................................... 4

1.3 OVERVIEW OF CURRENT EXISTING SITUATION ....................................................................................................... 9

2. ACCEPTANCE ....................................................................................................................................................... 12

2.1 INSTRUCTION FOR BIDDERS................................................................................................................................... 12

2.2 PROCEDURE FOR SUBMISSION OF BID. .................................................................................................................. 14

2.3 RELEVANT EXPERIENCE ........................................................................................................................................ 15

2.4 PROJECT IMPLEMENTATION/MANAGEMENT PLAN ................................................................................................ 15

2.5 DELIVERABLES ...................................................................................................................................................... 15

2.6 SOFTWARE SUPPORT ............................................................................................................................................. 17

2.7 TRAINING CAPABILITIES ....................................................................................................................................... 17

3. GENERAL TERMS & CONDITIONS ................................................................................................................. 18

3.1 BID BOND ............................................................................................................................................................. 18

3.2 VALIDITY OF THE PROPOSAL ................................................................................................................................ 18

3.3 PERFORMANCE BOND ............................................................................................................................................ 18

3.4 CLARIFICATION AND AMENDMENT TO RFP (PRE-BID CONFERENCE) .................................................................... 18

3.5 SUBMISSION OF PROPOSAL ............................................................................................................................ 18

3.6 PENALTY CLAUSE ................................................................................................................................................. 18

3.7 TECHNICAL EVALUATION ...................................................................................................................................... 18

3.8 CURRENCY ............................................................................................................................................................ 19

3.9 INDEMNITIES ......................................................................................................................................................... 19

3.10 ACCEPTANCE AND ENTIRETY ........................................................................................................................... 20

3.11 TERMINATION................................................................................................................................................... 20

3.12 WITHHOLDING TAX, SALES TAX AND OTHER TAXES ....................................................................................... 20

3.13 ARBITRATION .............................................................................................................................................. 21

3.14 DEFAULT ....................................................................................................................................................... 21

3.15 MILESTONES & PAYMENT SCHEDULE ................................................................................................... 21

3.16 COMPLIANCE WITH LAWS ........................................................................................................................ 21

3.17 OEM RELATIONSHIP AND WARRANTIES ........................................................................................................... 21

3.18 CONTRACTING .................................................................................................................................................. 22

3.19 INDEPENDENT CONTRACTOR .................................................................................................................. 22

3.20 FORCE MAJURE ............................................................................................................................................ 22

3.21 NOTICE .......................................................................................................................................................... 22

3.22 DRAWINGS AND SPECIFICATIONS .......................................................................................................... 22

3.23 INVOCING AND PAYMENT ........................................................................................................................ 22

3.24 AUDIT AND INVOICE CORRECTION ........................................................................................................ 23

3.25 PACKAGING .................................................................................................................................................. 23

3.26 TAGGING AND SHIPMENT ......................................................................................................................... 23

3.27 LIQUIDATED DAMAGES ............................................................................................................................ 23

3.28 WAIVER OF RIGHTS .................................................................................................................................... 24

3.29 INSURANCE .................................................................................................................................................. 24

3.30 APPLICABLE LAW ....................................................................................................................................... 24

3.31 DISQUALIFICATION ........................................................................................................................................... 24

A. APPENDIX: SUMMARY OF TECHNICAL PROPOSAL ................................................................................ 24

B. APPENDIX: FORMAT FOR RESUMES ............................................................................................................ 26

1. GENERAL DETAILS: .................................................................................................................................................... 26

2. EDUCATION ................................................................................................................................................................. 26

3. CERTIFICATIONS ......................................................................................................................................................... 26

4. EXPERIENCE ................................................................................................................................................................ 26

5. DETAILS OF IT EXPERIENCE: ....................................................................................................................................... 26

6. PROJECTS DETAILS: .................................................................................................................................................... 27

C. APPENDIX: FORMAT FOR FINANCIAL PROPOSAL ................................................................................... 27

D. APPENDIX: Format for Details of Projects/Contracts of Similar Nature and Complexity……………………...28

Page 4: No. PIC2018-001 Date: 16/09/2018 SUPPLY, INSTALLATION ...of (MOPG) at address below [Page 1 , 2.(i,ii ] as stated in announcement or through the email (tenders@spc.sd). The Technical

4

1. DESCRIPTION OF WORK

The Ministry of Petroleum & Gas of Sudan invites proposals from key companies having a solid experience in E&P data management business solutions for the supply, installation, and customization and commissioning of an integrated Data Management Systems for MOPG, in addition to staff training, software maintenance, onsite support and partial data QC and loading. This project aims to enhance the current infrastructure at the MOPG so as to improve the exchange, capture, store, transfer and distribute of the Sudan Oil Exploration & Production data and information processes and maintain all the digital and physical data captured secure , reliable and made available to the key players and stakeholders of Oil and Gas Exploration and Production business industry in Sudan compliance with industry standards and with seem less access and on-line data management.

1.1 Background The National Petroleum Data Centre of Sudan is a governmental entity that governs, control and supports the exchange, capture, transfer and distribute the Oil Exploration & Production physical and digital data. The MOPG recognizes the importance of an integrated data management system to ensure that all the data types are quality controlled, reliable, captured, safe and highly available with an efficient and smooth service delivery tools. To achieve such target MOPG is looking reputable E&P Data Management Software Vendor Company, who has the technical and financial capabilities to supply and implement such solution as a turnkey project and provide all the necessary services to execute this project. The proposed project is aimed at establishing an integrated data management solution to ease the data manipulation with industry standards workflows, policies and procedures to improve operational efficiency of the MOPG, the solution should cover all the data management aspects mentioned below:

1- Corporate master data management system 2- Seismic data archiving system 3- Well data archiving system 4- Data Quality Management system 5- Physical Asset Data Management system 6- Cultural & Geospatial Data Management Support

The ultimate goal of the MOPG integrated data management project is to fully manage, secure and safeguard the Sudan E&P data asset, resources and shall help promoting Exploration and Production activities in Sudan. Besides this will further streamline all associated procedures, policies and workflows pertaining to data capturing, data quality control, data loading, data validation, data submission, data cataloguing, data viewing, data retrieval and data trading for all concerned entities pertaining to E&P domain including all other stakeholders, industries, government agencies, academia and research communities. This would provide better data management and will save time in the business operations thus bringing efficiency at all levels of the organizational hierarchy.

1.2 Scope of Work The proposed project is for establishment and implementation of an Integrated Data Management Systems that is to be deployed and used in the MOPG offices. The proposed project is aimed at establishing an integrated data management system to ease the data manipulation with industry standards workflows, policies and procedures to improve operational efficiency of the MOPG.

Page 5: No. PIC2018-001 Date: 16/09/2018 SUPPLY, INSTALLATION ...of (MOPG) at address below [Page 1 , 2.(i,ii ] as stated in announcement or through the email (tenders@spc.sd). The Technical

5

The implementation includes but not limited to: - System & Application Software Supply - Software installation, configuration, customization, testing and commissioning - Data verification, loading and validation to the installed system (15% of total volume

for each data types) - Industry Standards policy and procedures formulation - Staff and users training - Onsite support services - Software maintenance service

The system will function over intranet in MOPG offices whereas it will utilize an extranet to allow the Electronic Data Interchange between the MOPG offices. The required integrated data management application system(s) will include and support the following functions and features:

Corporate Master Data Management System System is used to manage (collect, prepare, load, and validate/QC) the Geological and Geophysical data (Well, Reservoir, Core, Stratigraphy, Lease, Production ……etc.).

- Provide easy, secure access to online, quality-assured E&P information.

- It can manage bulk seismic, well, production and other raw, technical information at a corporate, regional or national level for rapid distribution to a network of clients.

- Provides a powerful and broad solution for acquisition, management, and delivery of corporate data required by all disciplines across an E&P organization.

- Master database for high volume seismic, gravity, magnetic, electromagnetic and well data and documents

- Bulk data storage on various media, according to customer choice:(Offline (tape), Near line (robotic), HSM, Online)

- Comprehensive QC at load time, and data enhancing options at unload time.

- Through the platform-neutral interface, you can leverage intuitive and compelling

tools and capabilities for acquiring, browsing, querying, editing, comparing,

transferring, and controlling the quality of your data.

- Options for data distribution, from physical media with surface mail to online FTP transfer over the wire

- A modular, scalable, multi-client system that can provide access to huge amounts of data in an efficient and secure environment.

- Delivering Data in real time on the user’s desktop, enabling rapid identification and loading/ unloading of business-critical information.

- Enables E&P professionals to quickly locate access and retrieve shared or company-private information via a multi-user, multi-client central data store.

- Cultural data support for Leases/ Basins/Quadrants /Blocks/Sub-Areas - With GIS tools to allow display, data selection and ordering based on such geographic

features - With extensive security features to ensure proper access rights.

Page 6: No. PIC2018-001 Date: 16/09/2018 SUPPLY, INSTALLATION ...of (MOPG) at address below [Page 1 , 2.(i,ii ] as stated in announcement or through the email (tenders@spc.sd). The Technical

6

- The solution complies with the most common industry standards and works efficiently with the existing information and application infrastructure.

- The solution includes a high performance tape indexing system designed to handle a wide variety of seismic data types and format and well data types and format.

- It also provides a powerful vehicle for integrating the data management solution into any seismic processing environment.

- Should be Web interface exposes information in the solution Master Data Store database in a simple and intuitive manner. Providing easy-to-use tools to search, browse, and visualize stored different data types, designed with the broader user community in mind, this solution addresses the majority of users’ mutual workflows. Its features include:

• Internet Search Engine Capabilities

• GIS viewing

• Data previewing

• Data ordering

The Web interface allows:

• Search for well headers, deviation surveys, well logs, markers, checkshots, perforations, and core

• Perform map-based spatial filtering for easier identification of data (or reverse filter to identify missing data)

• Use efficient, interactive map and visualization tools.

• Export data via DLIS, LIS, LAS, SEG-Y (VSP), and Microsoft Excel files.

Seismic Data Archival System It is a comprehensive system for managing field and processed data. The System includes full featured capabilities for seismic data management, to manage growing size of seismic raw and processed data and capture the information and knowledge related to its processing and its interpretation in interpretation projects as well as original field, pre- and post-stack data, along with navigation and supporting documents. Also load, quality control, and transfer data between projects and GIS tools. As well it is extensively support the following data types.

• Navigation

• Field

• Pre-stack

• Post-stack

• Velocity data

• Acquisition and processing parameters

Well Data Archival System The needs for system to provides an easily accessible, high-quality data environment for well log data exchange and storage, as well as simplified workflows for data loading, to manage growing size of well raw and processed data and capture the information and knowledge related to its processing and its interpretation. Status

Page 7: No. PIC2018-001 Date: 16/09/2018 SUPPLY, INSTALLATION ...of (MOPG) at address below [Page 1 , 2.(i,ii ] as stated in announcement or through the email (tenders@spc.sd). The Technical

7

notifications relating to the data-loading process by activity are provided and all information is captured and accessible at any time, making it easy to guarantee the quality of data in the central repository. To ensures that the best available information is always ready for use, and extensively support the following data types..

• Well headers

• Log curves

• Directional data

• Other well related data should also be managed if required.

•With powerful tools for viewing and managing log curves.

Physical Asset Archival System Solution for physical asset management that enables MOPG to locate and retrieve physical E&P assets located in multisite, multi repositories and scattered across several storage locations, and documented in a variety of databases

• A system that allows users to index, search for and order physical asset distributed across multiple repositories and multiple sites corporation-wide

• To be delivered via Web-based browser or the clients desktop with a user-friendly graphical desktop interface that support multi-language operations and allows employees to adapt to the system quickly and easily

• Uses not only standard search criteria , but also sophisticated criteria , including text, fuzzy, phonetic and proximity, for optimal ease and speed of access.

• The data structure is flexible and easily tailored to E&P customers’ needs.

• Indexing can be performed in a number of ways to suit the characteristics of the information.

• User access privileges need to be defined based on job roles to ensure the integrity and security of the company information,

• Users can order physical data for various purposes, including delivery, return, destruction, inspection and permanent withdrawal.

• Each activity is accompanied by order history and tracking.

• E-mail notification and alerts are used to inform the record administrator of incoming orders.

Geospatial Data Management System

- Efficiently integrate surface and subsurface geological & geophysical data - Data Governance – planning, supervision and control over data

management and usage. - Data Development – Analysis , design, implementation , testing,

deployment and maintenance

- Database operations management – providing support from data acquisition to purging

- Data security management – Insuring privacy , confidentiality and appropriate access

Page 8: No. PIC2018-001 Date: 16/09/2018 SUPPLY, INSTALLATION ...of (MOPG) at address below [Page 1 , 2.(i,ii ] as stated in announcement or through the email (tenders@spc.sd). The Technical

8

- Data quality management –Defining, monitoring, and improving data quality.

- Data Warehousing and business intelligence management – enabling reporting and analysis.

- Document and content management – managing data found outside databases

- Meta-data management –Integrating , controlling and providing meta-data. Information Management Portal Interface

- light and friendly user to explore the different data stores. - Able to access disparate information and knowledge - Easy configured to reflect key performance indicators as quick decision

tool - Could easy tailored to meet the need of all asset team members –

geophysics, geologists , engineers, data managers , technicians ,and data operator with the Power-Explorer system

Data Quality Management System

System to provide professionals, with data access and quality improvement solutions, that dramatically increase productivity and confidence in the resulting analysis. This is a combination of guidelines, process, and technologies to preserve the accuracy, completeness, timelines and consistency of enterprise information.

The project should include the following:

NO Item Description Quantity/UOM

1 integrated data management system or Solutions 1/system

1.1 Archival Physical Data Asset System 10/system

1.2 Archive Seismic Data system 3/system

1.3 Archive Fields Well Data system 2/system

1.4 Corporate Data management system 4/system

1.5 Geospatial Data Management 3/system

1.6 Portal interface unlimited/system

1.7 Data Quality Managements system 4/system

2 System installation , configuration and testing 1/ Days

3 Data loading & Migration 1/ Days

4 Warranty 1/system

5 Technical documents 1/system

6 Deliverables 1/system

7 Training 6/system

To qualify for the tender, firms must address the entire scope outlined above and detailed in other sections of this document

as well as any further communication issued in association with this RFP.

Page 9: No. PIC2018-001 Date: 16/09/2018 SUPPLY, INSTALLATION ...of (MOPG) at address below [Page 1 , 2.(i,ii ] as stated in announcement or through the email (tenders@spc.sd). The Technical

9

1.3 Overview of Current Existing Situation A. Data Types and Volume Of Data:

The table below to give an idea of data types and volume of data stored and maintained in the National

Petroleum Data Center

No Data Type Media Type Format Volume Soft Copy Hard Copy

1 Base Maps Film/Paper & Storage 375 500 875 Maps

2 Structure Maps Film/Paper & Storage 2355 3140 5495Maps

3 Gravity Maps Film/Paper & Storage 637 850 1487Maps

4 Magnetic Maps Film/Paper & Storage 495 660 1155Maps

5 Seismic Interpretation maps Film/Paper & Storage 968 1290 2258Maps

6 Geological Maps Film/Paper & Storage 120 160 280 Maps

7 Montag Maps Film/Paper & Storage 68 90 158 Maps

8 Others Maps Film/Paper & Storage 38 50 88 Maps

9 Seismic Raw (3D) Blu-ray, Tape 3480,Tape 3480/3490, Tape 8mm,Tape 3592

28 28 Projects

10 Seismic Raw (2D) Blu-ray, Tape 3480,Tape 3480/3490, Tape 8mm,Tape 3592

5000 5000 Lines

11 Seismic Raw & Processed (3D) Blu-ray ,Tape 3480,Tape 3480/3490, Tape 8mm,Tape 3592

37531 37531 Records

12 Seismic Raw & Processed (2D) Blu-ray, Tape 3480,Tape 3480/3490, Tape 8mm,Tape 3592

18380 18380 Records

13 Seismic Process (3D) Film/Paper & Storage 20034 20034 40068 Records

14 Seismic Process (2D) Film/Paper & Storage 941 941 1882 Records

15 Seismic Support Data (2D) Paper & Storage 1590 1590 3180 Records

16 Seismic Support Data (3D) Paper & Storage 45 850 895 Records

17 Wells General Storage 2709 2709 wells

18 Well Reports CD & REPORT Documents 1527 10242 11769 Records

19 Well Work over REPORT Documents 2751 2751 Records

20 Well Logs CD & REPORT Documents 40000 21359 61359 Records

21 Well Core Samples BOX 26000 Boxes

22 Well Cutting BOX 332600 Boxes

23 Well Sidewall Core Sample BOX 1670 Boxes

24 Well Plug Sample BOX 385 Boxes

25 Well Dry Samples BOX 2325 Boxes

26 Well Fluid Sample BOX 90 Boxes

27 Field Vial Samples BOX 3500 Boxes

28 Field Geochemical Samples BOX 40 Boxes

Page 10: No. PIC2018-001 Date: 16/09/2018 SUPPLY, INSTALLATION ...of (MOPG) at address below [Page 1 , 2.(i,ii ] as stated in announcement or through the email (tenders@spc.sd). The Technical

10

B. Overview of Existing System & Hardware

Physical Server: RH2288 V3: No Model Description Quantity

Base Configuration

BC1M30HGSA RH2288H V3 (8HDD Pass through Chassis) H22H-03 For oversea 2

BC2MFGEC SM212 4*GE Interface Card(I350)-PCIE 2.0 X4 2

BC1M03FANA 8056 Plus Fan module 8

EN3MCACC 750W platinum AC power supply unit 4

Haswell EP CPU

BC1M17CPU X86series,2600MHz,1.8V,64bit,135000mW,Haswell EPXeon E5-2690 v3,12Core,with heatsink 4

DDR4 Memory

N00DDR401 Memory

Module,DDR4RDIMM,16GB,288pin,0.9ns,2133000KHz,1.2V,ECC,2Rank(1G*4bit)(MICRON)

16

Hard Disk(include Front Panel)

N800SSDW2 SSD,800GB,SATA 6Gb/s,2.5 inch,MLC NANDflash,1,200,000,2.5inch-Front Panel(Intel) 8

RAID Card and Other Accessories

BC1M2BAT RAID Card Supercap(include cable,bracket) 2

BC1M53ESMQ SR320BC 1GB Cache(LSI2208)-Board ID 0X2b-RAID0,1,5,6,10,50,60-Support

SuperCap+850mmMiniSAS Cable Moudle(8+24HDD CHASSIS)

2

PCIe Card

CN21ITGAA13 SP310 (Intel 82599 2*10GE SFP+ Half-height Half-length X8 PCIE Ethernet Card NCSI

Supported)

2

ND8GOLC00 Other Cards,DualPort FC HBA Card,PCIE 2.0 X4-1077-2532-2-8Gbps,Fiber Channel Multimode

LCOpticInterface,English doc

2

Cables and Optional Equipments

EGUIDER01 2U Static Rail Kit 2

2U Static Rail Kit Optical Transceiver,SFP+,10G,Multi-modeModule(850nm,0.3km,LC) 8

Storage: Oceanstor 5500

No Model Description Quantity

OceanStor 5500 V3(V300R001)

Dual-Controller Unit 1

Controller Enclosure

5500V3-48G-AC-2 5500 V3(2U,Dual Ctrl,AC,48GB,8*8GFC,25*2.5",SPE33C0225) 1

Expanding Interface Module

LPU4GE1V3 4 port 1Gb ETH I/O module(Base-T) 2

LPU4TOE10V3 4 port 10Gb Eth I/O module(optical SFP+) 2

Disk Components

SAS600-10K-2-01 600GB 10K RPM SAS Disk Unit(2.5")(Seagate) 80

Disk Enclosure

DAE22525U2-1-AC Disk Enclosure(2U,AC,2.5",Expanding Module,25Disk Slots,without

Disk Unit,DAE22525U2)

2

Installation Material

SS-OP-D-LC-M-3 Patchcord,DLC/PC,DLC/PC,Multi-mode,3m,A1b,2mm 16

HS-SAS-5-01 High Speed Cable,Mini SAS HD Cable,5m,(SFF8644

Plug),(26AWG*4P*2B(S)),(SFF 8644Plug),Indoor use

1

System Software

Basic Software License for Block(Include DeviceManagement,SmartThin,SmartMulti-

tenant,SmartMigration,SmartErase,SmartMotion,Cloud Service)

LIC-5500V3-BS Basic Software License for Block(Include

DeviceManagement,SmartThin,SmartMulti-

tenant,SmartMigration,SmartErase,SmartMotion,Cloud Service)

1

OceanStor HW UltraPath Software License

LIC-5500V3-PATH OceanStor HW UltraPath Software License

FusionSphere Software:

No Model Description Quantity

FusionSphere 5

OceanStor HW UltraPath Software

License

FusionSphere(V100R005)

Page 11: No. PIC2018-001 Date: 16/09/2018 SUPPLY, INSTALLATION ...of (MOPG) at address below [Page 1 , 2.(i,ii ] as stated in announcement or through the email (tenders@spc.sd). The Technical

11

FusionSphere 5.0 Software

FS0S05FSST01 FusionSphere Standard Edition License,per CPU,1Year SA&S Bundled 4

FS0S5FSSSA02 FusionSphere Standard Edition,2 Years SA&S,perCPU

4

Switchs:

S5700 Series Ethernet Switches

No Model Description Quantity

Mainframe

S57 SI Series Mainframe

S5700-28C-PWR-

SI

S5700-28C-PWR-SI Bundle(24 Ethernet10/100/1000 PoE+ ports,4 of

which are dual-purpose 10/100/1000 or SFP,with 1 interfaceslot,with

500W AC power)

5

Interface Card

ES5D001VST00 Ethernet Stack Interface Card(Including StackCard,100cm Stack Cable) 5

Optical Transceiver

GE-SFP Optical Transceiver

eSFP-GE-SX-

MM850

Optical Transceiver,eSFP,GE,Multi-modeModule(850nm,0.5km,LC) 10

S5700 Series Ethernet Switches

No Model Description Quantity

Mainframe

S57 LI Series Mainframe

S5700-28X-PWR-

LI-AC

S5700-28X-PWR-LI-AC(24 Ethernet 10/100/1000POE+ ports,4 10 Gig

SFP+,AC 110/220V)

4

Optical Transceiver

10G-SFP+ Optical Transceiver

OMXD30000 Optical Transceiver,SFP+,10G,Multi-modeModule(850nm,0.3km,LC) 16

Backup system is available.

Page 12: No. PIC2018-001 Date: 16/09/2018 SUPPLY, INSTALLATION ...of (MOPG) at address below [Page 1 , 2.(i,ii ] as stated in announcement or through the email (tenders@spc.sd). The Technical

12

2. ACCEPTANCE The acceptance criterion for successful bids is defined in the following sections with details being provided

for the bidding procedure to be followed for this tender by the MOPG.

2.1 Instructions for Bidders 2.1.1 Bidding is open to all Bidders that meet the given minimum qualification criteria relating to previous

experience, delivery capability, firms standing, etc., as stated in the RFP. 2.1.2 Interested eligible Bidders may obtain further information from the manager of Contract, Procurements

& Logistic Department and inspect the Bidding Documents during normal working hours by making contact at the address given in page 1 item 2.(i & 2(ii

2.1.3 All bids must be accompanied by a bid bond, in the shape of a Demand Draft amounting to two (02) percent of the total bid price

2.1.4 The attention of prospective Bidders is drawn to the fact that (i) They will be required to certify in their bids that all software is either covered by a valid

license or was produced by the Bidder and (ii) Those violations are considered fraud, which is, among other remedies, punishable by

potential blacklisting from participation in future procurements as well as recovery from the bidder.

2.1.5 The headings are provided for convenience only and are not to be considered when interpreting or construing the terms and conditions contained herein.

2.1.6 Price offered is final and fixed, no increases in the price and other charges shown on the first page hereof, including taxes and customs and excise duties shall be payable by MOPG.

2.1.7 The BIDDER shall indicate on the appropriate price schedule the net unit prices (where ever applicable)

2.1.8 The bidder should be a company/firm . 2.1.9 A bidder can submit only one bid with one composite solution as multiple bids and offers of multiple

alternative solutions shall not be considered. 2.1.10 By submission of documentary evidence in its bid, the Bidder must establish to the Purchaser's

satisfaction:

That it is a firm/company incorporated in (locations to be stated)

That it has been in business for the last Three (3) years.

That it has an average annual turnover of two (2) millions USD for the last two (2) years.

That it should have valid National Tax Numbers and Sales Tax Registration Numbers (Photo copies of Income Statement or Annual Report should be included in the detailed Technical proposal along with copies of National Tax Numbers and Sales Tax Registration certificates)

2.1.11 By submission of documentary evidence in its bid, the Bidder must establish to the Purchaser's

satisfaction:

That it has at least twenty full time relevant technical resources for last one year.

That it has an assigned office for the location where the project will be developed/delivered

That it has successfully completed at least five (5) similar software implementation projects. (NOTE: In order to substantiate the information required above, the Bidder must provide details of the projects and the names of the contact persons to the Purchaser. Only those Projects should be considered where firm can provide completion certificate from the Client Organization (Photocopies of documents should be provided

2.1.12 No right, title, estate or interest in this Order and no obligation or duty or liability of BIDDER shall be transferred, assigned, or otherwise disposed of without the prior written approval of MOPG, which

Page 13: No. PIC2018-001 Date: 16/09/2018 SUPPLY, INSTALLATION ...of (MOPG) at address below [Page 1 , 2.(i,ii ] as stated in announcement or through the email (tenders@spc.sd). The Technical

13

approval shall not be unreasonably withheld, any attempt to so transfer or assign without such approval shall be wholly void and totally ineffective as between MOPG and BIDDER for all purposes

2.1.13 Subcontracting any part of the Bid shall not be allowed and Bids which include an element of subcontracting shall be rejected as non-responsive.

2.1.14 The quality, quantity and other specifications of the goods to be supplied hereunder shall not be changed from those referred to herein without MOPG’s prior written authorization thereof upon an Amended Purchase Order.

2.1.15 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Purchaser will in no case be responsible or liable for those costs.

2.1.16 No site visits shall be arranged or scheduled after the deadline for the submission of the Bids and prior to the award of Contract.

2.1.17 Bidders are expected to examine all instructions, forms, terms, specifications, and other information in the RFP. Failure to furnish all information required by the RFP or to submit a bid not substantially responsive in every respect will be at the Bidder's risk and may result in the rejection of its bid

2.1.18 The firm should mention maintenance, software integration & training, backup on-site & off-site and end-to-end timelines.

2.1.19 The firm should quote a composite price inclusive of all taxes & duties for all modules of the Integrated Data Management System (IDMS) instead of individual modules.

2.1.20 Price offered is final and fixed, no increases in the price and other charges shown on the first page hereof, including taxes and customs and excise duties shall be payable by MOPG.

2.1.21 The firm should select Quality System Standard to cover all work activities (consultancy, project management, procurement, construction, and provision of goods, products or services, training), associated with the Contract or Purchase Order.

2.1.22 The firm should mention clear timelines as to when the Integrated Data Management System IDMS would be in place.

2.1.23 All the charges of Customs Exemptions and shipping clearance in Sudan shall be borne by the BIDDER

The below formal must be followed for each and every order shipped. BIDDER is required to sign for acknowledgment and send a copy back to COMPANY by fax. Vendor is required to advise their Freight Forwarder of these requirements. Failure to comply may result in cancellation of this Order.

LABELING AND MARKING: Vendor shall affix label or mark with indelible ink Company’s name Ministry of Petroleum & Gas (MOPG) , Destination, and Purchase Order Number conspicuously on four sides of each individual package and crate. Multiple packages shall be marked “one of one" -" two of three", etc.

SHIPPING DOCUMENTS: a) BIDDER INVOICE: Require four originals stamped and signed in "blue ink" showing

item value and quantity by line item in the Purchase Order. b) CERTIFICATE OF ORIGIN: Require three originals. Must be stamped and signed by Chamber of Commerce or applicable Government Export Agent. c) PACKING LIST: Require three originals stamped and signed in "blue ink" showing total number of package, crate depleting exact package contents by line item from Purchase Order. Individual and combined weights, as well as Package markings to be indicated. d) AIR WAYBILL OR BILL OF LADING: Require three originals marked Freight Prepaid. The Air Waybill or Bill of Lading must have the Purchase Order Number marked under the Handling Instruction_ section.

SHIPPING ADVICE AIR FREIGHT or SEA FREIGHT: One set of above Original Shipping documents a, b, c, d are

to be attached to the AWB or accompany vessel. Remaining Two Sets of original Shipping Documents a, b, c, d are to be sent via courier within two days of goods departure to the following consignee:

Page 14: No. PIC2018-001 Date: 16/09/2018 SUPPLY, INSTALLATION ...of (MOPG) at address below [Page 1 , 2.(i,ii ] as stated in announcement or through the email (tenders@spc.sd). The Technical

14

Ministry of Petroleum & Gas P.O. Box 2986, Khartoum,

Attention: Ismeel Hamd Elseed Contract, Procurement and Logistic Department Manager Tel: +2499122718297 Fax: +249183783222

P.O. No. 2986 Khartoum Vendor Signature

2.2 PROCEDURE FOR SUBMISSION OF BID

2.2.1 For this tender ‘Single stage- Two envelope procedure’ for open competitive bidding shall be adopted

2.2.2 Bid envelope submitted will comprise of a single envelope containing two separate closed /sealed envelopes containing Technical and Financial proposal.

2.2.3 Technical proposal envelope should be marked as ‘Technical proposal for Supply& Implementation of Integrated Data Management Systems, and should include following documents:

Technical brochure of the offered Product.

Company profile with Income Statement or Annual report showing Financial Health of the company.

List of customers(corporate sector) along with their contact details on required format

Technical specification document completely filled, signed and stamped for identifying offered equipment.

Income Tax certificate of the bidder.

List of Staff assigned to the project with their resumes as per format.

The competitor should submit valid certificate of being free from taxes. (comp)

The competitor should submit valid certificate of being free from Zakat.( for local company) (comp)

Registration certificate of the company.

The competitor has to attach company profile and list their similar previous experience with supported certificates.

Competitor should submit registration certificate of value added tax (for local company) (VAT).

Any certificates support this field. 2.2.4 Two percentage of the total bid’s amount should be paid in advance in credit cheque or in valid

letter of credit from acceptable bank to MOPG, as an elementary insurance. This to be completed up to 10% for the winner or to be refunded to the others who non-accepted

2.2.5 The offer should be with tax stamp. (comp) 2.2.6 The Bids are to be submitted in two sealed envelopes (Technical and Commercial) and should

be enclosed, stamped with red wax and put in the specific box for tenders in the Department of Contract, Procurement and Logistic at address as stated in page 1, 2.i (comp)

2.2.7 In case the bidder represents foreign company, it should explain relationship with the mother company.

2.2.8 The MOPG reserve the right to accept or reject any/all tenders without assigning any reasons whatsoever and is not bound to accept the lowest or high tenders. (comp)

2.2.9 A tender that does not fulfil the above-mentioned conditions will not be considered. (comp) 2.2.10 In first stage only the ‘Technical proposals’ will be opened in the presence of bidder’s

representatives that choose to attend. 2.2.11 Vendors who will not submit all required documents / information as per Qualification

Criteria and do not meet the qualification requirement will be declared as Non-Qualified Vendors.

Page 15: No. PIC2018-001 Date: 16/09/2018 SUPPLY, INSTALLATION ...of (MOPG) at address below [Page 1 , 2.(i,ii ] as stated in announcement or through the email (tenders@spc.sd). The Technical

15

2.2.12 On the basis of Qualification Criteria, the financial proposal of only technically qualified bidders will be opened in the presence of their representatives that choose to attend.

2.2.13 Financial proposals of bids found technically non-responsive will be returned un-opened.

2.3 RELEVANT EXPERIENCE Firm must demonstrate relevant experience in projects with similar nature, industry sector, size and geography and industry. Responding organization (RO) should provide the details of experience in similar projects according to the following format. An ideal reference will include projects of similar nature in the government / private sector with same size and geography (i.e., Middle East). The number of references is restricted to five.

Sr. No.

Nature of Project

Total Value Geography Size of Project

Name of the Project, Customer, Contact person & Contact Details

Note: Only those Projects should be considered where RO can provide the successful completion certificate from the Client Organization (Photocopies of documents should be provided)

2.4 PROJECT IMPLEMENTATION / MANAGEMENT PLAN The firm shall provide a detailed implementation plan and project management plan. Firm should provide the timeline. Firm should cover tasks assigned to the employees and resource allocation of responding organization during the course of the project. This should not be in generic terms but should be specific to the project. Project plans in tabular form, mentioning names of tasks, sub tasks, start date, finish date, resources and milestones will also be appreciated. In the training category, firm to provide detailed training schedules along with the names of resources.

2.5 DELIVERABLES The firm should clearly mention and list all the deliverables to be completed under the proposed project. All architectural deliverables must comply with industry standards. Generic project deliverables are defined in the MOPG Method, of which an overview is given below:

Solution Architecture Functional Model

Architectural Decisions

Additional

Deliverables

User Manual

Operations Manual

Deployment and Installation Manuals

Entity-Relationship Model (ERD)

Deliverables should include but not limited to:

Bid Documentation The bid documentation shall include the following but not limited to: System preliminary block and functional diagram System block diagrams Preliminary Project schedule up to putting system into operation

Page 16: No. PIC2018-001 Date: 16/09/2018 SUPPLY, INSTALLATION ...of (MOPG) at address below [Page 1 , 2.(i,ii ] as stated in announcement or through the email (tenders@spc.sd). The Technical

16

Final Technical Documents The final technical documentation, including the drawings on reproducible paper, may be the Supplier standard, provided that it complies with the definitive requirements and is complete with all data; however, it shall be completed and/or modified according to specific of the supply:

Include all data and information required, in final form. Are written in English language.

Documents to be approved shall form part of the final documentation in the form approved by the MOPG. Final documents shall be subdivided into three groups:

Design and installation instructions. Operating instructions. Maintenance instructions.

The section “Design and installation instructions” Shall include: Description of installation procedures. Description of field-testing procedures after installation.

The section “Operating Instructions” shall include: Description of start-up procedures. Description of conditions of use.

The section ”Maintenance Instructions” Shall Include: Precautionary maintenance instructions and periodic inspection programmes Setting instructions and procedures for removing and replacing all parts and

accessories included in the list of spare parts.

Application Documents BIDDER shall give assistance for system installation and operation licenses, space segment utilization and any other necessary permission To Whom It May Concern. Furthermore, the BIDDER is called to provide all technical support and documentation needed by MOPG for any official proceedings. The MOPG reserves the right to request, for information, documents not specifically above listed.

Other Deliverables All final drawings, data sheets, reports, and other technical documents shall be written in plain English that is easily understood by non IT staff in printed or printable form in magnetic or optical media such a CD-ROM, readable in Windows operating system and Microsoft Office Professional standard. Drawings shall be supplied in Autodesk, AutoCAD Release 13 or Release 14.

A. Documents to be included in the bid INSTALLATION PROCEDURES PLAN. LICENSE PROCEDURES PLAN, STARTUP AND SHUTDOWN TRAINING PROGRAMS. QUALITY PROCEDURES. GUARANTY PROVIDED. THE SYSTEM DESIGN DRAWING, DETAILED WRITTEN MEMORY

(FUNCTIONS AND CHARACTERISTICS). SYSTEM BLOCK DIAGRAM

B. Documents Prior Installation

The BIDDER shall prepare and submit the following documents to the MOPG for review and approval:

A detailed installation plan including installation procedures plans and schedules for

accomplishing the work to address the various phases of implementation shall be submitted at least 30 days after PO (Purchase Order). No installation work shall begin until the MOPG approves the installation plan.

The specifications of materials supplied by the BIDDER shall be submitted to the MOPG for review and approval prior to installation at least 20 days after PO.

Page 17: No. PIC2018-001 Date: 16/09/2018 SUPPLY, INSTALLATION ...of (MOPG) at address below [Page 1 , 2.(i,ii ] as stated in announcement or through the email (tenders@spc.sd). The Technical

17

A description of equipment, manufacturer specifications and data sheet shall be submitted for review and approval at least 20 days after PO.

Configuration Specifications. System Block Diagram A comprehensive set of manuals shall be supplied including but not limited to:

General system description

Applications specification

Test and commissioning procedures

System features and its use

Detail specification and description of system components

System layout

System Operations and Maintenance Manuals C. Documents During Installation

A status report on periodic basis as determined by the MOPG with detailed information on the status of the project. The status report shall include the progress achieved for each of installation milestones.

Upon completion of the work, the BIDDER shall provide as-built drawings. As-built drawings shall include all approved field modifications to the original design plans.

2.6 SOFTWARE SUPPORT

Firm(s) must provide support / maintenance for the solution for two years after completion of entire lifecycle of the project. The firm should indicate the support capabilities for Application and Licensed software. Number, qualifications and relevant certifications of support personnel must be indicated. The selected vendor will provide support for two years.

2.7 TRAINING CAPABILITIES The Responding organization should indicate its training capabilities to provide training on software application and Licensed Software. Responding Organization should also provide a detailed training schedule including End User Training and Technical Training. The BIDDER shall arrange and undertake a comprehensive training programme for the MOPG Staff to ensure that they shall acquire a good working knowledge of the design, operation, maintenance and repair of the different systems supplied under the project. The training shall include training at the BIDDER training facilities, and the on Site training as described hereunder. Courses will be preferably held in English language. The courses required to bridge the gaps for staff according to his training road map targeting a functional position or task such as Maintenance Technicians.

- TRAINING The cost of training is to be built in the cost of product and no separate payment would be made in this regard and the BIDDER shall provide training on appropriate aspects of the Software to Operating Staff, Senior Executives and Administrator Data Center Managers etc. of the user department or such other persons nominated by the MOPG to Its full satisfaction.

- Training at MOPG premises

The Training will be for a) Administrator – 4 persons b) User – 28 persons

- Training at BIDDER training premises

BIDDER required organizing and providing business awareness and functional training on appropriate aspects of the software modules to the concerned Operating Staff, Senior Executives and Administrators at his /his subcontractor’s/Suppliers premises. The course content and duration expected to be at appropriate standards to ensure that the staff underwent such training course were fully met the ultimate objective that enabled them to fully utilize the system and troubleshoot problems that might arise. The training should include the following named courses not limited to other related :

Page 18: No. PIC2018-001 Date: 16/09/2018 SUPPLY, INSTALLATION ...of (MOPG) at address below [Page 1 , 2.(i,ii ] as stated in announcement or through the email (tenders@spc.sd). The Technical

18

1. Linux red hat (I,II,III) for 7 persons in two batches 2. Oracle Database administration part (1&2) for 4 persons

- ON SITE TRAINING BIDDER required organizing and providing on-job training for the executives and administrators in system installation, configuration and administration. As onsite normal users training is required. Such training shouldn’t make any excuse for any delay in project execution.

3. GENERAL TERMS & CONDITIONS

3.1 BID BOND A bid bond, in the shape of a Bank Draft in the name of Sudanese Petroleum Corporation amounting to 2% of the total bid price should be submitted along with the financial bid.

3.2 VALIDITY OF THE PROPOSAL All proposal and price shall remain valid for a period of 90 days from the opening date of the financial

proposal. However, validity could be extended with mutual consent of the parties

3.3 PERFORMANCE BOND The successful vendor shall be required to complete a Performance Bond a sum equivalent to ten per cent (10%) of the contract value. This Performance Bond shall be issued by a scheduled bank operating in Sudan and will remain valid until the final and formal termination of Contract by MOPG (this includes the warranty period). The MOPG shall forfeit the Performance Bond if the responding organization breaches any of its obligations under the contract, including slippages in the committed schedules.

3.4 CLARIFICATION& AMENDMENT TO RFP To clarify issues and answer queries on any matter that may be raised at this stage will be according to the following:

3.4.1 A firm requiring any clarification of the RFP may notify MOPG in writing or facsimile at MOPG’s address. Similarly, if a bidder feels that any important provision in the document is unacceptable; such an issue should be raised as soon as possible. All queries/clarifications relating to RFP, in writing, should reach MOPG Tender Committee Members, Consultants & Manager of Contract, Procurements & Logistic Department e-mail accounts as stated on page30, 28 days prior to the deadline for the submission of bids prescribed by the Purchaser. Copies of the Purchaser’s response (including an explanation of the query but not identifying its source) will be sent to all prospective Bidders that received the Bidding Documents from the Purchaser.

3.4.2 The subject RFP may change after the above mentioned Bidder’s clarifications. It is kindly requested

to visit MOPG’s website for any updates after bidder’s clarifications. 3.4.3. In order to give prospective Bidders reasonable time in which to take the amendment into account

in preparing their bids, the MOPG may, at its discretion, extend the deadline for the submission of bids. The revised RFP and deadline (if required) will be uploaded/updated on the website of MOPG (www.mopg.gov.sd )

3.5 SUBMISSION OF PROPOSAL The complete proposals, technical and financial, should be submitted as stated in announcement at the MOPG’s addresses given in page 1 items 2.(i & 2.(ii . Technical Portion of the bids will be opened on the same date at 11:30 am. Any bid received by the MOPG after the bid submission deadline prescribed by the MOPG will be rejected and returned unopened to the firm(s).

3.6 PENALTY CLAUSE The contract to be executed between MOPG and the successful bidder will contain penalty clauses for delay in the implementation as well as failure to comply with the provision of providing the required services during the post-approval phase.

Page 19: No. PIC2018-001 Date: 16/09/2018 SUPPLY, INSTALLATION ...of (MOPG) at address below [Page 1 , 2.(i,ii ] as stated in announcement or through the email (tenders@spc.sd). The Technical

19

3.7 TECHNICAL EVALUATION There will be a two-stage technical evaluation. Preliminary evaluation (Initial Screening) of technical bids will be done on the basis of parameters given. Detailed technical evaluation will be done for firms who qualify the preliminary evaluation mentioned above. The MOPG’s nominated Committee will make the technical evaluation based on the parameters given in the technical proposal. Ratings for the technical evaluation will be as follows:

S.

No.

Category Marks Description

1. Business 10% Includes all business aspects of the solution, e.g., Financial Stability, Licensing Model, ability of non-IT people to use and change the process, etc.

2. Functional 20% Includes all functional aspects of the system,

3. Technical 30% The fulfilment of all technical requirements will be evaluated here: - Technology compatibility - Modularity - Technical Scalability

- Upgradeability - Portability -Relevance

4. Risk 20% Risks of the proposed solution will be evaluated here, e.g., development time, data porting/migration etc.

5. Appearance 20% Demo of proposed system in MOP Board Room for MOP’s nominated Committee (each firm will be given 30 Minutes)

Financial bids of firms who score at least 70% on the technical evaluation (as a whole) will be opened before the representatives who wish to attend the tender opening. 30% weightage will be given to financial proposals of technically qualified firms. The formula for financial scoring is that the lowest bidder gets 30 points and the other bidders score 30 multiplied by the ratio of the lowest bid divided by the quoted price.

Example:

Value quoted by lowest bidder = A

Value quoted by second lowest bidder = B

Value quoted by third lowest bidder = C

Financial scoring of the lowest bidder will be = 30

Financial scoring of the second lowest bidder will be= (A/B) x 30

Financial scoring of the third lowest bidder will be = (A/C) x 30

Technical scoring out of 100 = A

Carried Forward & Prorated Technical scoring = A x 0.7

Points obtained in the detailed technical evaluation will be carried forward & prorated. Tender will be awarded to the responsive firm with maximum accumulative points (Technical Score + Financial Score). The decision of this Committee will be binding on all concerned.

3.8 CURRENCY All currency in the proposal shall be quoted in EURO or USD

Page 20: No. PIC2018-001 Date: 16/09/2018 SUPPLY, INSTALLATION ...of (MOPG) at address below [Page 1 , 2.(i,ii ] as stated in announcement or through the email (tenders@spc.sd). The Technical

20

3.9 INDEMNITIES a) BIDDER shall indemnify and save MOPG harmless from all liability and expense incurred by MOPG

by reason of any claim or suit for damage to or loss or destruction of property, including without limitation, property of Vendor, any subcontractor and MOPG and for injury to or death of any persons, including without limitation, employees of Vendor, any subcontractor and MOPG, arising directly or indirectly out of or in connection with the negligence or willful misconduct of Vendor, its agents, servants, employees, contractors and subcontractors.

b) BIDDER shall indemnify and save MOPG harmless from and against, liability or expense by reason of any claim or suit for alleged infringement of any patent, industrial design, copyright or trademark resulting from or arising in connection with the manufacture, sale, use or other disposition of any of the goods. If such goods constitute an infringement, the Vendor shall, at its own expense, either (i) procure for MOPG the right to continue using such goods without liability for such infringement, or (ii) modify or replace such goods with non-infringing goods accomplishing the same purpose as the replaced goods.

c) BIDDER shall defend in accordance with the direction of MOPG any such claims or suits and pay all costs and expenses incidental thereto provided that MOPG or its insurer’s shall have the right at its option to participate in the defense of any claims or suits and in such event, Vendor shall pay MOPG’s cost of defending such claims or suits.

3.10 ACCEPTANCE AND ENTIRETY BIDDER’s written acceptance by returning the Acceptance Copy of this Order, or shipment of any of the goods or the commencement of the manufacture of the goods ordered hereunder shall constitute acceptance of this Order, including the terms and conditions contained therein. When accepted by BIDDER this Order shall constitute the entire agreement between MOPG and BIDDER and no terms or conditions, other than those stated herein, and no agreements or understanding oral or written in any way purporting to modify this Order, or it’s terms and conditions, whether contained in BIDDER’s quotation or acknowledged elsewhere, shall be binding on MOPG unless such agreement or understanding is documented by MOPG’s written authorization thereof.

3.11 TERMINATION MOPG may at any time terminate this Order in whole or in part by written notice to BIDDER if MOPG determines, in its sole discretion, that its need for the goods to be supplied hereunder is reduced or eliminated or such action is necessary or in the interest of MOPG. BIDDER shall immediately discontinue any work being performed in connection with this Order except as directed by MOPG. Upon such termination and subject to audit, MOPG shall reimburse BIDDER for BIDDER’s actual out-of-pocket costs incurred to the effective date of termination and reasonably attributable to this Order and such termination costs as may be mutually agreed to. Upon payment of such costs, MOPG may, at its sole option, require the BIDDER to deliver the goods which were to have been supplied hereunder in the state of completion such goods were in on the date of termination of this Order. If MOPG elects to take delivery of the goods as aforesaid, title and risk of loss thereto shall pass to MOPG upon delivery of the goods to MOPG.

3.12 WITHHOLDING TAX, SALES TAX AND OTHER TAXES BIDDER shall pay without claim for reimbursement from MOPG, all non-Sudan customs duties, import or export fees, transportation fees, port fees, quarantine fees and any other fees, levies, assessments, fines or charges of every kind and character required or levied by any other Governmental Authority on BIDDER’s Goods according to Sudanese law and regulations. Unless otherwise specifically provided for in this Order, Vendor assumes exclusive liability for and shall pay before delinquent, all sales, use, excise and other taxes, charges or contributions of any kind or with respect to or measured by the goods or the service supplied hereunder and BIDDER shall indemnify and save MOPG harmless from any liability and expense by reason of Vendor’s failure to pay such taxes, charges or contributions. MOPG will provide BIDDER with statement of any amounts withheld on behalf of the BIDDER including any original receipts received for payment on behalf of the BIDDER.

Page 21: No. PIC2018-001 Date: 16/09/2018 SUPPLY, INSTALLATION ...of (MOPG) at address below [Page 1 , 2.(i,ii ] as stated in announcement or through the email (tenders@spc.sd). The Technical

21

3.13 ARBITRATION Any difference or dispute or liability of whatsoever nature arising out of the contract or in any way relating to the contract or to its construction or fulfilment should be settled as far as possible, amicably between the parties. Should the parties fail to come to an amicable settlement should be settled by arbitration in accordance with the Sudanese Arbitration Act 2016. Venue of arbitration shall be Khartoum, Sudan. Nevertheless, the venue could be changed to any other place unanimously agreed upon by the Parties. The language to be used in the arbitration proceedings shall be English. The award of the arbitrator shall be final and binding upon the Parties. The cost of arbitration shall be borne equally or as otherwise decided by the arbitration award.

3.14 DEFAULT Failure of BIDDER to comply with any express or implied provisions of this Order, or BIDDER’s insolvency, voluntary or involuntary bankruptcy, receivership or assignment for the benefit of creditors shall entitle MOPG without limiting any other rights or remedies MOPG may have to terminate all or part of this Order without penalty. Upon such termination MOPG shall be released of all further obligations hereunder in respect of the portion so terminated.

3.15 MILESTONES & PAYMENT SCHEDULE 3.15.1 This section contains the payment schedule associated with milestones defined for the project. The

milestones defined here have been taken from the standard milestones defined for the lifecycle of a Solution in the MOP Method

Milestone Time Period Payment

(i) Mobilization Amount 3 weeks after signing of Contract. 10%

(ii) Implementation of All Modules 16 week after training (administration & Technical)

35%

(iii) Testing & Data Migration 2 weeks after implementation. 10%

(iv) Submission of Documents/Manuals 2 weeks after implementation 10%

(v) Training (End User) 3 weeks after implementation. 15%

(vi) After Testing, Rollout & Offsite Backup/Training for two weeks

One week after Technical Training. 20%

3.15.2. The seller shall submit the following documents to process the payment: -

Seller’s Invoice.

Warranty Certificate to be issued on Stamp Paper, along with signed copy of document, as per Contract.

Copy of Sales Tax Certificate.

Copy of Income Tax Certificate / NTN Certificate.

3.16 COMPLIANCE WITH LAWS

BIDDER shall comply with any applicable laws and regulations including, without limitation, all environmental and occupation health and safety laws and regulations imposed by governmental bodies or agents, and safety and security regulations imposed by MOPG. BIDDER shall ensure that its employees, subcontractors and agents are made aware of and comply with these laws and regulations while on the premises of MOPG and shall furnish MOPG with such evidence of compliance as MOPG may reasonably require from time to time.

3.17 OEM RELATIONSHIP AND WARRANTIES

The firm should be authorized Partner, FROM THE ORIGINAL MANUFACTURER for provided licensed

software or Manufacturer who has copy Rights of the solution.

All Software should be warranties for two years against defects/bugs as well as updates.

Page 22: No. PIC2018-001 Date: 16/09/2018 SUPPLY, INSTALLATION ...of (MOPG) at address below [Page 1 , 2.(i,ii ] as stated in announcement or through the email (tenders@spc.sd). The Technical

22

Source Code of the Software shall be provided to MOPG, which shall not be shared by MOPG with other

institutions unless explicit permission is given by the firm.

3.18 CONTRACTING The selected vendor will submit Contract, as per format given by MOPG within fifteen days of issuance of Purchase Order (PO).

3.19 INDEPENDENT CONTRACTOR a) It is mutually agreed and understood by the parties hereto that BIDDER is an independent contractor

and nothing contained in this Order or otherwise nor any past relationships or course of dealings between the parties shall be construed as establishing a relationship of principal and agent, master and servant or employer and employee.

b) BIDDER, in keeping with its independent status, shall cause itself and any of its employees when applicable, to be registered with the appropriate government agencies for the purposes of Worker’s Compensation, Unemployment Insurance and Income Tax, etc.

3.20 FORCE MAJURE Neither party shall be liable for damages arising or incurred during the time and to the extent that such party is prevented or delayed from complying with its obligation hereunder, in whole or in part, by any cause except financial, beyond the reasonable control of the party affected including, but not limited to Acts of God, war, laws, orders or regulations of governmental bodies or agencies, strikes, labor disputes and unavoidable accidents. Nothing herein contained shall be deemed to impose upon any party hereto any obligation to settle any labor dispute on terms, in the sole discretion of the party affected, which are not in the best interests of such party. Any party failing or delaying in the performance of its obligations hereunder due to any cause aforesaid shall, within forty-eight (48) hours of discovering such cause, give the other party notice in writing of such delay in performance, and it shall use, to the best of its ability, reasonable diligence to remedy the same. Notwithstanding the foregoing, MOPG may terminate this Order pursuant to Section 9 herein in the event of such delay or anticipated delay in performance.

3.21 NOTICE Each notice, statement and invoice to be given pursuant to this Order shall be in writing and shall be sent by prepaid ordinary or registered mail or by facsimile or courier to the address for MOPG and BIDDER noted on the first page hereof. Notices, statements and invoices sent by mail shall be deemed to have been received five (5) days following the mailing thereof and those sent by facsimile or courier shall be deemed to have been received on the first business day following the day on which such was sent by, facsimile or courier.

3.22 DRAWINGS AND SPECIFICATIONS All drawings, blueprints, specifications, etc. whether received or supplied by MOPG or prepared or constructed by BIDDER specifically required for the completion of this Order, or for repair or replacement pursuant to the warranty provisions hereunder, shall be the property of MOPG and information there from shall be considered confidential and shall not be disclosed to any third party without prior written approval of MOPG and upon completion of deliveries hereunder, or upon termination of this Order, shall be delivered to MOPG unless otherwise agreed to in writing.

3.23 INVOCING AND PAYMENT Invoices shall be rendered to MOPG in Euro or USD, and at MOPG’s option, MOPG may pay invoices rendered in Euro or in another convertible currency. The rate of exchange to be applied by the payer’s bank when converting Euro to a different currency of payment shall be the exchange rate available for the transaction at or about seven (7) a.m. GMT on the day that funds are wired by payer’s bank to the party receiving the payment and if such day is not a banking day for the payer’s bank, on the following banking day for the payer’s bank. If BIDDER is a Sudanese supplier, payment shall be in Sudanese Pound unless BIDDER has provided MOPG with evidence acceptable to MOPG that it has satisfied the legal requirements in Sudan to be paid in foreign currency. MOPG shall not be liable and responsible for any foreign exchange gain or loss incurred by the BIDDER. Such gain or loss shall be at BIDDER’s account.

Page 23: No. PIC2018-001 Date: 16/09/2018 SUPPLY, INSTALLATION ...of (MOPG) at address below [Page 1 , 2.(i,ii ] as stated in announcement or through the email (tenders@spc.sd). The Technical

23

Payment of invoices shall be subject to holdback of funds as required by Sudanese laws. Payment of undisputed invoice items shall be remitted within thirty (30) days after receipt thereof by MOPG’s Finance and Accounts Department. If the thirtieth day falls on a Friday, Saturday or an official public holiday in the Republic of the Sudan, the next working day shall be deemed to be the due date for payments. Payment due to BIDDER may be withheld by on account of: (a) unsatisfactory performance of this Purchase MOPG Order; (b) the filing of claims against MOPG caused by acts or omissions of Vendor; or (c) the failure of Vendor to pay amounts due for labor or material used by BIDDER in doing Services or amounts due to BIDDER’s subcontractors. MOPG shall have the absolute right to recover any amounts whatsoever owed by BIDDER or to MOPG from any payment or monies otherwise due to Bidder or hereunder.

MOPG shall further have the right, but not the duty, to withhold any monies payable by MOPG hereunder and the right to apply same to the payment of any obligations of vendor to other parties arising in any manner from this Order or its performance by Vendor.

3.24 AUDIT AND INVOICE CORRECTION a) If any error is discovered in an invoice rendered to MOPG, such error shall be adjusted within thirty (30) days from the date of discovery of such error provided, however, that there shall be no adjustment made for any error discovered more than twenty-four (24) months after receipt of an invoice by MOPG.

b) MOPG or any person designated by MOPG may at any and all reasonable times for a period of twenty-four (24) months after the date of delivery of the goods have access to BIDDER’s books and records relative to the reimbursable costs provided for in the Order for the purpose of auditing and verifying such costs and may make copies of such books and records as reasonably required by MOPG performing such audit. BIDDER shall promptly review and settle with MOPG all matters arising from such audit, including the refunding of moneys where applicable.

3.25 PACKAGING BIDDER shall ensure all goods are packaged in such a manner to ensure the goods shall be transported and delivered to MOPG without sustaining damage.

3.26 TAGGING AND SHIPMENT BIDDER shall place or affix the number of this Order on all invoices, packing slips, packages, containers and correspondence in reference thereto.

b) BIDDER shall ship the goods prepaid and charged by the most economical route and safe manner unless specified or directed otherwise by MOPG.

c) If MOPG specified or directs BIDDER to ship the goods in a specified manner or by a specific route and Vendor fails to do so, Vendor shall reimburse MOPG for any loss or extra expense resulting from such failure.

d) BIDDER should keep MOPG informed of this Purchase Order’s shipping schedule, and update the same.

3.27 LIQUIDATED DAMAGES a) The time stipulated for delivery of the goods is the essence of the Purchase Order. BIDDER agrees

to effect delivery of goods on or before the stipulated delivery date. Should delivery be delayed for any reason, BIDDER shall immediately notify MOPG in writing and shall be responsible for any incremental costs caused by late delivery.

Page 24: No. PIC2018-001 Date: 16/09/2018 SUPPLY, INSTALLATION ...of (MOPG) at address below [Page 1 , 2.(i,ii ] as stated in announcement or through the email (tenders@spc.sd). The Technical

24

b) Such delay may result in liquidated damage payable to MOPG at the rate of “five-tenth percent (0.5%) of the total value of the consignment delayed per week to a maximum of five percent (5%) of total value of the consignment delayed”. The occurrence of delay shall render the liquidated damage payable without need for a warning or notice or for proving the damage that in all cases shall be considered as having occurred. Once the maximum limit of 5% is reached MOPG shall have the right to terminate this Order in whole or in part without prejudice to its right to claim any other damages or rights.

c) MOPG may, without prejudice to any other rights, deduct the amount of such damages from any payment due or which may become due to Vender, The payment or deduction of such damage shall not relieve the Vendor from its other obligations and liabilities under this purchase order.

3.28 WAIVER OF RIGHTS The failure of MOPG to insist upon strict performance by BIDDER of any of the terms and conditions hereunder shall not be deemed a waiver of any rights or remedies that MOPG may have at law in respect thereof and shall not be deemed a waiver of any subsequent default by BIDDER. No payment or acceptance by MOPG hereunder shall constitute a waiver with respect to any provision of this Order, nor shall anything herein contained be construed to limit any warranties or conditions implied by law.

3.29 INSURANCE BIDDER shall at its sole expense purchase from reliable insurance companies and maintain in full force and effect, furnishing evidence thereof on request by MOPG, Cargo Insurance against loss of or damage to the goods caused by loading, unloading and transit perils including but not limited to loss or damage to goods incurred at interim storage depots, all while the goods are in the process of conveyance to delivery location/point shown on the Order hereof.

3.30 APPLICABLE LAW The validity and interpretation of the order and the legal relations of the Parties shall be governed by Laws of the Sudan.

3.31 DISQUALIFICATION The firm(s) who had defaulted in their contracts to perform a contract awarded by MOPG is not eligible to participate in the tender. The firm(s) who has not fulfilled their contractual obligation with MOPG shall also not be eligible to participate in the Bid(s), unless they clear their dues along with penalties or fulfill their contractual obligations with MOPG.

A. APPENDIX: SUMMARY OF TECHNICAL PROPOSAL Summary of Technical proposal should serve as the cover page for the detailed technical proposal. Failure to provide the ‘Summary of Technical Proposal’ on the format given below, and/or failure to provide the accompanying detailed technical proposal will render the proposal non-responsive and thus not fit for processing.

Cat S. NO INFORMATION REQUIRED

A General

1 No of Years in business

2 No of Offices locations servicing this business

3 Annual Turnover (……………)

4 Value of projects in hand (details given at ___ in main proposal as per table

provided in Appendix D)

B Details of total staff employed

1 No of permanent staff employed:

Page 25: No. PIC2018-001 Date: 16/09/2018 SUPPLY, INSTALLATION ...of (MOPG) at address below [Page 1 , 2.(i,ii ] as stated in announcement or through the email (tenders@spc.sd). The Technical

25

MOPG requires the resumes of staff, assigned to this project as per format given in Appendix-B, in the following three categories. 1. Total Staff assigned to the project (Please specify role of each person, as per minimum requirements) 2. Total Staff assigned to the project for Support purposes 3. Total Staff assigned to the development/customisation/implementation of software applications 4. Total staff assigned to the project for Training purposes

Chapters to be provided with Technical Proposal:

1. Scope of Business of Participating Organization (s) and scope of involvement of participating organizations in consortium

2. Details of Financial Capability, including Sales Tax, NTN numbers, (Income Statements or Annual reports).

3. Details of Relevant Experience 4. Details of Technology Roadmap 5. Details of Staff assigned to Project 6. Detailed Project Implementation & Management Plan 7. Details of Licensed Software quoted 8. Support capabilities 9. Proposed architecture/design and solution for the software applications 10. Relationship with OEM - Photocopies of revenant certificates should be provided. In case of absence of

any proof, firm will be screened out in initial screening. 11. Training capabilities 12. Technical brochures/ Data Sheets for the licensed software.

Technical

Managerial

2 Cumulative Experience (in years)

3 Total No of certified professionals in Technical Domain

C Experience of Implementation of similar proposed systems

1 No. of similar projects that have been completed successfully

(details given at ___ in main proposal as per table provided in Appendix D)

2 No of government project completed

(details given at ___ in main proposal as per table provided in Appendix D)

3 No of non-government project completed

(details given at ___ in main proposal as per table provided in Appendix D)

D Training

1 Years in Business in Training field

2

No of Staff employed ( Specifically hired for training or capable of providing

Training):

3 Cumulative Training Experience (in years)

4 Expertise/Skills of Trainers.

5 List of Customers of “Training” along with contact details

(details given at ___ in main proposal)

E Support Capabilities

1 Years in Business in Support area

2 No. of Staff employed : (Capable of providing Support)

3 Cumulative Experience (in years)

4 Expertise/Skills (tools/application/packages) – Details in Appendix ____

5 List of Customers of “Support” along with contact details

(details given at ___ in main proposal)

Page 26: No. PIC2018-001 Date: 16/09/2018 SUPPLY, INSTALLATION ...of (MOPG) at address below [Page 1 , 2.(i,ii ] as stated in announcement or through the email (tenders@spc.sd). The Technical

26

B. APPENDIX: FORMAT FOR RESUMES

1. GENERAL DETAILS:

Name

Date of Joining, in this Company

Designation in the Company

Role Assigned in this Project/Activity

Email

Mobile #

2. EDUCATION

3. CERTIFICATIONS

Please provide photocopies of certifications with prescribed resume format. Certifications will not be considered valid without the photocopies.

4. EXPERIENCE

Total IT Experience (Yrs): ______________ Total Experience in Propose Technology (Yrs): ___________________

5. DETAILS OF IT EXPERIENCE:

Sr. No. Company Name Designation

/Position

Job Description

Experience

Years/Months

1.

2.

3.

Sr. No. Degree Passing

Year

Institution Name Major/Minor Division

/GPA

1.

2.

3.

Sr. No. Name of Certification Year of

obtaining

Date till Certification is

Valid

Certification ID /

Number

1.

2.

3.

Page 27: No. PIC2018-001 Date: 16/09/2018 SUPPLY, INSTALLATION ...of (MOPG) at address below [Page 1 , 2.(i,ii ] as stated in announcement or through the email (tenders@spc.sd). The Technical

27

6. PROJECT DETAILS:

Sr.

No.

Name of the

Project

Role in the

Project

Nature & Description of

the Project

Tool & Technologies

usage in the project

Duration of the

Project

1.

2.

3.

C. APPENDIX: FORMAT FOR FINANCIAL PROPOSAL

Software Development

Item Quantity

Unit

Price

(….)

Total

Price

(….)

A Software

Sub Total of A

B Cost for Licensed Software

1 Database Licensed Software…..

2 Other Licensed Software….

Sub Total of F

C Applicable Tax

Total

Page 28: No. PIC2018-001 Date: 16/09/2018 SUPPLY, INSTALLATION ...of (MOPG) at address below [Page 1 , 2.(i,ii ] as stated in announcement or through the email (tenders@spc.sd). The Technical

28

D. APPENDIX: Details of Projects/Contracts of Similar Nature and Complexity

Name of Bidder or partner of a Joint Venture

Use a separate sheet for each Project/Contract.

1. Number of project/ contract

Name of project/contract

Country

2. Name of Purchaser

3. Purchaser Address

4. Nature of Information Systems and special features relevant to the contract of which the Bidding

Documents are issued

5. Contract role (check one)

Prime Supplier Management Contractor Subcontractor Partner in a Joint Venture

6. Amount of the total contract/subcontract/partner share(in specified currencies at completion.

Or at date of award for current contracts)

Currency Currency Currency

7. Equivalent amount US$

Total Contract $_________: Subcontract: $ _________: Partner Share: $ ________

8. Date of award/completion

9. Contract was completed ______ months ahead/behind original schedule (if behind, provide explanation)

10. Contract was completed US$__________equivelent under/over original contract amount (if over,

provide explanation)

11. Special contractual/technical requirements

Page 29: No. PIC2018-001 Date: 16/09/2018 SUPPLY, INSTALLATION ...of (MOPG) at address below [Page 1 , 2.(i,ii ] as stated in announcement or through the email (tenders@spc.sd). The Technical

29

Sudanese Petroleum Corporation's Account with ADIB –khartoum

Beneficiary Name: Sudanese Petroleum Corporation

Beneficiary’s Bank: Abu Dhabi Islamic Bank

Address : P.O. Box 8070, Alamarat Khartoum-Sudan

Account Class: AED-Current Account

UAE Dirham A/C No.: 1-001256-7

IBAN: SD-91-050-0000000010012567

Sudanese Petroleum Corporation's Account with QNB –Doha

Beneficiary Name: Sudanese Petroleum Corporation

Beneficiary Bank: Qatar National Bank (QNB) Doha, Qatar

SWIFT CODE: QNBAQAQA

USD Account No.:0845-025612-061

USD Account No.:0845-025612-062

USD IBAN QA41 QNBA 0000 0000 0845 0256 1206 1

USD IBAN QA14 QNBA 0000 0000 0845 0256 1206 2

Sudanese Petroleum Corporation's Account with QNB –khartoum

Beneficiary Name: Sudanese Petroleum Corporation

Beneficiary Bank: Qatar National Bank (QNB)

Branch: Al Steen St., Khartoum, Sudan

SWIFT CODE: QNBAQAQA

USD Account No.: 7307-001397-002

EUR Account No.: 7307-001397-003

Page 30: No. PIC2018-001 Date: 16/09/2018 SUPPLY, INSTALLATION ...of (MOPG) at address below [Page 1 , 2.(i,ii ] as stated in announcement or through the email (tenders@spc.sd). The Technical

30

Tender Committee Members

Khalid Ibrahim Ahmed 2- Safa Abdel Moneim Elamin 3- Lubna Abuagla Yousif

+249123454400 +249915017624 +249912468182

+249912177888

[email protected] [email protected] [email protected]

4- Jalal Osman Balla 5- Ayman Magzoob Ibrahim

+249912570755 +249918281415

[email protected] [email protected]

Consultants Address

1- Rashid Fadul 2- Ahmed Adam Noureldin Sanousi

+24912394360 +249912338271

+24912324370 +249912304269

[email protected] [email protected]

Manager of Contract, Procurements & Logistic Department address

Ismeel Hamd Elseed

Tel: +2499122718297

Fax: +249183783222

P.O. No. 2986 Khartoum

[email protected]