sub : tender for award of contract for operating and ... th oct 2011... · and the contract. work...

61
RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal Page1 TENDER NO. : RL.HQ.TPT.VTS.2011. DUE DATE & TIME : 24/10/2011 AT 15.00 HRS. SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND MAINTENANCE SERVICE FOR VEHICLE MANAGEMENT SYSTEM OF TANK LORRY FLEET FOR M/S BHARAT PETROLEUM CORPORATION LIMITED. BHARAT PETROLEUM CORPORATION LTD LOGISTIC DEPARTMENT 12 TH FLOOR, E- WING, MAKER TOWERS. CUFFEE PARADE, MUMBAI - 400 005 PDF created with pdfFactory trial version www.pdffactory.com

Upload: others

Post on 21-Mar-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

1

TENDER NO. : RL.HQ.TPT.VTS.2011.

DUE DATE & TIME : 24/10/2011 AT 15.00 HRS. SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND MAINTENANCE SERVICE FOR VEHICLE MANAGEMENT SYSTEM OF TANK LORRY FLEET FOR M/S BHARAT PETROLEUM CORPORATION LIMITED. BHARAT PETROLEUM CORPORATION LTD LOGISTIC DEPARTMENT 12TH FLOOR, E- WING, MAKER TOWERS. CUFFEE PARADE, MUMBAI - 400 005

PDF created with pdfFactory trial version www.pdffactory.com

Page 2: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

2

NOTICE INVITING TENDER Sealed tenders in two-bid system (Technical / Commercial bid with commercial terms and Price bid) are invited for the work to be done for across India, as per details given below: 1 Tender Ref. No. RL.HQ.TPT.VTS.2011. 2 Name of work Schedule of rates tender for Providing,

a) GPS/GSM Module (GPRS Mode) based Mapping, b) End to End tracking and generation of report , Operating and Maintenance service of Vehicle Management System of Tank Lorry fleet for Bharat Petroleum Corporation Ltd.

3. Tender Fee (to be submitted along with the Bid document) by DD (Non refundable).

Rs.5000/- ( five thousand only)

4. Duration of contract 3 years, with an option to BPCL to extend for one more year.

5. Estimated cost of work for 3 years.(including cost of VMU, installation & monthly web access/server maintenance charges)

Rs 16.0 Crores

6. Earnest money deposit (by DD)

Rs16, 00,000/- (Rs. sixteen Lacs)

7. Availability of tender document in BPCL Web site for Downloading:

a) Starts on Pre Bid meeting will be done at Maker Towers on 17/10/11 @ 14-00 hrs

b) Closes on

From 1000 hrs on 08.10.2011 IST 15:00 hours on 24.10.2011 IST

8. Due date and time: a) Submission of tenders

(Both Technical/ Commercial bid and Price bid) 24.10.2011 at 15.00 hours IST

b) Opening of tenders (Technical Bid Only)

24.10.2011 at 15:30 hours IST

c) The Tenderer’s have to make a presentation to the Evaluating committee within one week of the opening of Tenders based on which Technical Evaluation will be done.

Bidders to confirm.

Consortium Lead: Tenderer, who have formed consortium has to submit a copy of the formal agreement signed with the Lead partner. The Lead partner has to submit proof of ownership of all the components (both hardware and software) for the proposed end to end solutions.

PDF created with pdfFactory trial version www.pdffactory.com

Page 3: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

3

BPCL shall correspond / deal with only the Lead partner/ consortium leader in connection with the tender and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the obligations, as per terms and conditions of the tender / contract. ELIGIBILITY CRITERIA. The intending bidders for the above tender should meet the qualifications as given below:-

a) The Bidder must have been registered as an “Other Service Provider” with Dept of Telecommunications, Government of India.

b) Bidder should have experience of having successfully completed similar contracts* for minimum of 2 (two) years continuously in the last 5 (five) years prior to the date of advertisement of this NIT.

*Similar contract- means a contract involving supply, installation, route mapping, integration, testing and commissioning of GPS/GPRS vehicle tracking solution in any Oil and Gas Company or any other Govt. Sector or any other Private sector.

c) Bidder should have a minimum annual turnover of Rs 4.0 Cr INR during any one of the last 3 Financial Years ending March 2011.

d) Bidder should have at least 2500 units installed in the executed contract in a single order during last 5 yrs ending March 2011.

e) Bidder should have the web application, database management system and related web services hosted on a reliable Internet Infrastructure. Bidder should also provide evidence /Location details, to confirm availability of disaster recovery site of the complete system at another geographical location. The Recovery Point Object (RPO) and the Recovery Time Object ( RTO) should not be more than one hour in case of disaster recovery.

Tender documents:

1. DOWNLOADING OF DOCUMENTS : Tender documents can be downloaded from BPCL web Site http://www.bharatpetroleum.in/EnergisingBusiness/Tenderlist.aspx> click Tender Room or from Tender list, by the interested parties. Tenderer has to submit a tender fee (non-refundable) in the form of a Demand Draft /Banker Cheque amounting to Rs 5000/- (Rs five thousand only) , in favour of “Bharat Petroleum Corporation Limited” payable at Mumbai.

2. Submission:

The Tender Document duly filled with all enclosures, signed by the authorized signatory/ies and sealed should be dropped only in the Tender BOX available at the following office of BPCL. LOGISTICS DEPARTMENT.

Retail Head Quarters, Bharat Petroleum Corporation Ltd., 12th Floor, E Wing, Maker Towers, Cuffee Parade, Mumbai – 400 005. India.

TENDER DOCUMENTS SHALL NOT BE ACCEPTED BY COURIER/ EMAIL/POST/OR IN PERSON.

PDF created with pdfFactory trial version www.pdffactory.com

Page 4: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

4

CONTENTS PART – A: TECHNICAL / COMMERCIAL BID SR. DESCRIPTION PAGE NO. 1. Notice Inviting Tender 2 2. Downloading of Bid document. 3 3. Technical/ Commercial Bid Abstract 4&5 4. Form of tender 6-10 5. Introduction 10-11 6. Scope of work 12-17 7. Technical Specifications 18-26 8. Commercial terms and conditions of contract 26-29 9. Special terms and conditions of contract 29-31 10. General terms and conditions of contract 31-33 11. Indicative Nos of storage Locations and nos. of Tank Lorries). 34-36 12. Tenderer’s Declarations 36-38 13. Tenderer’s Confirmations 39-47 14. Proforma of Bank Guarantee 48-49 15 Integrity Pact 50-53 16 Format of price bid (not to be filled and to be enclosed as a part of Technical

Bid) 54-58

PART B: PRICE BID SR. DESCRIPTION PAGE 54-58

1. Price Bid* 1 SET 2. Schedule of rates *Additional set of Price Bid to be downloaded and after duly filled and signed to be enclosed in a Separate and Sealed envelope. Technical/ Commercial Bid Abstract (TO BE FILLED BY THE TENDERER AND SUBMITTED ALONG WITH TECHNICAL/COMMERCIAL BID) SR Details BPCL’s requirement Details to be

furnished by TENDERER

1 Earnest Money Deposit Rs.16,00,000/- (Rs. Sixteen Lacs only)

DD No. /Date

a) Mode of EMD payment b) Confirm that EMD instrument is enclosed in technical/commercial bid cover.

Demand draft / Banker”s cheque. To be confirmed.

3 Tender Fee Rs 5000.00 (five thousand by DD) DD NO/Date to be confirmed.

2 OSP REGISTRATION Proof of Regn with DOT Yes/No 4 Income Tax Clearance Certificate &

PAN IT returns for f/yr 2008-09, 2009-10, 2010-11 years to be submitted.

Yes/No

5 Solvency Certificate Latest to be submitted. Yes/No

PDF created with pdfFactory trial version www.pdffactory.com

Page 5: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

5

a. Banker b. Value 6. Validity of offer. 3 months from the last date of

submission of the Tender.

7. Time completion clause Accepted / Not accepted 78. Tender documents have been signed

on all pages with seal & submitted. To be checked and confirmed.

Yes/No

9 Confirm that there are no deviations/amendments. from tender conditions

To be checked and confirmed. Yes/No

10. Submission of Proforma of price bids and confirmation that the Price bid (s) does not contain any condition

To be confirmed. Yes/No

11. Confirm that the rates have been expressed in both figures and words.

To be confirmed. Yes/No

12. Confirm that the Price quoted is in Indian Rupees. (Rs)

To be confirmed. Yes/No

13. Power of Attorney/proof of authorization of person who has signed the tender.

To be submitted in original or notarized / attested copies

14. Acceptance of Payment through NEFT MODE.

Vendor to confirm Yes/No

15 Bank Account Details (Name of Bank, A/c No, City etc)

Vendor to furnish the duly filled format for NEFT, along with a cancelled cheque.

Yes/No

16. Confirm that Vendor is having a complete and robust VMS system in place.

To be confirmed. Yes/No

17. Confirm the location of the VMS servers of desired configuration as detailed in Tender document.

Vendor to furnish Yes/No

18. Performance certificate of the System User to be submitted.

The user of the System to send a copy of the performance certificate by email to BPCL. [email protected]

Yes/No

19. Confirm submission of the official Licensed Certificate (to be used for VMS against this tender) for:

1) All Software

Yes/No

2) All operating systems

Yes/No

3) All Application Software

Yes/No

4) RDBMS(Relational Data Based Management System)

Yes/No

PDF created with pdfFactory trial version www.pdffactory.com

Page 6: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

6

FORM OF TENDER (To be filled up by the Tenderer) For Technical / commercial Bid Date : From ____________ ____________ ____________ To M/s BHARAT PETROLEUM CORPORATION LTD. (RETAIL H.Q. MUMBAI.) Tender No. RL.HQ.TPT.VTS.2011 Dear Sirs, Having examined the Tender Documents consisting of the NIT, Instructions to Tenderers Introduction, submission of bids, scope of work, General conditions of contract, Special terms and conditions, list of locations, Material/Equipment Specifications, Time Schedule, Form of Contract, Form of Tender, Form of Schedule of Rates and having understood the provisions of the said Tender Documents and having thoroughly studied the requirements of BPCL related to the work tendered for , providing end to end solution for vehicle tracking management system including GPS/GSM based mapping /operation, maintenance and generation of reports, and having conducted a through study of the job site(s) involved, the site conditions, the climatic conditions, labour, power, water, material and equipment availability, the transport and communication facilities, temporary office accommodation , all other facilities and things whatsoever necessary for or relative to the formulation of the tender or the performance of work, I/we hereby submit my/our tender offer for the performance of proposed work in accordance with the terms and conditions and within the time mentioned in the Tender Documents. I/We further undertake to keep my/our this tender offer open for a period up to 3 (three) months from the scheduled date of opening of Tenders (Price Bid) as specified in the general Instructions to Tenderers forming part of the Tender Documents. I/We hereby further state that I/We/None of us (in the case of Partnership firm) and none of our Directors (in the case of a Company) was/were employed as Directors of BPCL/KRL/NRL/BORL, during the period of 2 (two) years immediately preceding the date hereof OR I/We hereby declare that I/Shri_____________ one of our partners (in the case of partnership firm/Directors in the case of a Company) was employed as a Director in BPCL/KRL/NRL/BORL., during the period of 2 (two) years. I/We have annexed to this Bid the following documents:

(i) Schedule of Rates in the prescribed form.

PDF created with pdfFactory trial version www.pdffactory.com

Page 7: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

7

(ii) Original Power of Attorney or other proof of authority of the person who has signed the Tender OR copy of Power of Attorney attested by a Gazetted Officer or a Notary Public in proof of the authority of the person who has signed the Tender.

(iii) Assessed copy of the Income Tax returns for last three years or acknowledged copy of Income Tax return filed with IT authorities for last three years.

(iv) Information regarding experience of the Tenderer in the performance of work of a comparable nature.

(v) Solvency Certificate from a Nationalized / Scheduled Bank. (vi) Tender Document downloaded and duly signed.

I/We hereby undertake that the statements and information given in the Technical Bid document now referred to above are true in all respects and that in the event of any such statement or information being found to be incorrect in any particular the same may be construed to be a misrepresentation entitling BPCL to avoid any resultant contract. I/We further undertake as and when called upon by BPCL to produce, for its inspection, original(s) of the document(s) of which copies have been annexed hereto. I/We confirm having deposited Earnest Money of Rs.__________ _(Rupees__________ in words ) as detailed in Page-4 along with Tender fee of Rs 5000.00 only. Signature (s) of the Tenderer/consortium Lead partner. Name & Designation of the authorized person, Signing the Tender on behalf of the Tendere(s)

Full Name and address of the Tenderer(s) Witness :

Signature : Name : Occupation

PDF created with pdfFactory trial version www.pdffactory.com

Page 8: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

8

For any clarification kindly contact the person mentioned below: Sr. Manager (Transport) Logistics, RHQ Bharat Petroleum Corporation Ltd., 12th Floor, E wing, Maker Towers, Cuffe Parade, Mumbai – 400 005 Ph : 022 22175093/5179.

• Interested parties may submit their offer before the due date. • BPCL shall open the Price Bid (Part-2 which is issued along with this tender document.) of the

technically qualified Tenderer’s only, who after scrutiny /evaluation meets the laid down criteria in the presence of the technically qualified Tenderer s, at a date to be notified later in writing.

• The bids must be submitted directly by the vendors in their own name. It should contain the name of the Company/ Firm/Organization, who has downloaded the tender document. Bids received from the vendors, which do not have all the details mentioned in this document will not be considered. If there is change in constitution or ownership of the vendor’s company/ firm/ organization then it is vendor’s responsibility to immediately inform BPCL. BPCL in this case reserves the right to reject the bid at its sole discretion.

• The offer/ quotation should contain all the documents relevant for the submission of bid. • No vendor shall have the right to claim for the contract/ purchase order after submission of the bid. • The bid must be submitted in the formats attached. • The bid is to be submitted in two-bid system:

Sealed Envelope/ No.1 – Technical Bid document:

Consisting of: - Earnest Money Deposit / Tender Fee by DD. - Documents/credentials as per the eligibility criteria. - Scope of work, Technical specifications. - Data sheet. - Commercial Terms and Conditions. - Special Terms and conditions. - General Terms and conditions. - Blank priced bid.(no rate to be filled).

Sealed Envelope No.2 – Price bid document.

• Both the documents ought to be submitted in separate envelopes both sealed with the offer number, the due date, and the vendor’s complete Name and Address. The envelops should be super-scribed as ‘Technical bid’ and ‘Price Bid’ The bid should reach the concerned authority before the due date and time of submission. The bids shall be submitted at the address mentioned in Page-9.

Sealed Envelope No. 3. • Both these sealed envelopes (No 1 & 2 ) should be placed in a third envelope sealed with the offer

number, the due date, and the vendor’s complete Name and Address. • The covering letter should be on the original letterhead of the vendor, signed, and stamped by

authorized person.

PDF created with pdfFactory trial version www.pdffactory.com

Page 9: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

9

• The 3rd envelope containing 1st and 2nd envelope as mentioned above should be dropped in the Tender Box marked as “TENDER BOX FOR VEHICLE TRACKING SYSTEM” at the address given below, on or before the due date and time of submission of bid.

LOGISTICS DEPARTMENT.

Retail Head Quarters, Bharat Petroleum Corporation Ltd., 12th Floor, E Wing, Maker Towers, Cuffee Parade, Mumbai – 400 005.India. • Bids received after the due date of submission will not be considered and shall be rejected. BPCL

is not responsible for any loss of documents. Bids received in the form of e-mail, fax or any other electronic media will not be acceptable.

• The offer / quotation bid will be valid for a period of 3 (Three) months from the due date of submission of bid.

• BPCL reserves the right to reject any bid or reject all the bids and cancel the tender without assigning any reason.

• The last date of submission of the bid is – 24.10.2011 @ 1500 HRS.

A. The Technical Bid.

The technical offer should provide following details: a. Power of Attorney for the authorized signatories. b. The management approach and strategy for the completion of the project, which includes

methodology, tools and documentation used for the project. The project organization structure, communication, training schedule, project schedule, staffing, number of teams working simultaneously, at sites etc should also be provided.

c. Interfacing and integration of the solution with BPCL’s ERP, i.e. SAP R3. d. Details of vendor’s infrastructure and local support in India. Service response time in case of a

failure. e. Vendor’s project plan including activity charts, deadlines, milestones, activity wise timelines, etc. f. Recognition and compliance with legal requirements. g. Resource or Resource profile. The details regarding the personnel deployed for work should be

provided to BPCL h. An unfilled Price bid to be submitted along with technical bid.

B. The Price Bid

The Price bid has to be submitted in the enclosed format. Prices quoted in the format will only be considered for evaluation, and this will be the final amount for the bid.

The Price quoted should include the following:

a. The Price quoted for VMU (with all accessories and SIM cards) uniform for all Locations,

and should be inclusive of transportation cost, taxes and installation charges and commissioning i.e. all cost inclusive in ready to use equipment cost. Any reinstallation as required due to maintenance/replacement should be included in the above cost.

PDF created with pdfFactory trial version www.pdffactory.com

Page 10: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

10

b. The cost of VMU includes the warranty for a period of 3 yrs from the date of commissioning.

c. All service charges i.e GPS / mobile charges if any / call center charges / service engineer charges/maintenance charges for hardware and software / generation & transmission of all reports/ to dealers / customers and Transporters in case of Violations/ e-mail message for auto generated letters / web access charges / providing LCD monitors at all loading Locations, would be paid on a consolidated basis as monthly service charges. Reconfiguration in case of change of ownership of T/Ls is deemed as included in above.

d. There would be no other charges payable other that covered in a & c. Therefore for proper functioning of VMU, if any process or activities not mentioned above but would be required will be considered as included by the vendor either in item no a or in c above.

e. Creation of Log in IDs for all stake holders i.e., BPCL officials, dealers, customers and transporters.

f. The unit price for VMU and service charges on an average all India basis i,e., price would remain same Pan India on unit basis.

g. Any development required in the Software at a later date and not covered above would be done by the vendor at an additional cost and for which the vendor has to quote cost per man day basis.

Development of software shall be the responsibility of the vendor. Specifications will be drawn up for any new development and agreed upon. Please quote per man day rate for such development including testing, development as required for VTS application. The number of man days to be agreed with contract administrator. ( One man day is considered as 8 Hours of work )

Contract document

The vendor, without prior permission of BPCL cannot disclose any information provided by BPCL to any third party, The vendors shall not disclose the tender or any provision, specification, prototype etc, to any person who is not involved in the performance of the contract.

INTRODUCTION

1.1 ABOUT THE COMPANY Bharat Petroleum Corporation Ltd. (BPCL) is one of the leading Oil Refining and Marketing companies in the country. BPCL is also one among the Fortune 500 companies. The company produces a diverse range of products, from petrochemicals and solvents to aircraft fuel and specialty lubricants and markets them through its wide network of Petrol Pump Outlets, Kerosene Dealers, LPG Distributors and Lube distributors/ Shoppers. BPCL also supplies fuel directly to various industries and several international and domestic airlines. BPCL group of companies comprising of BPCL, KRL& NRL,BORL . Today, BPCL is structured into a Corporate Centre, Strategic Business Units (SBUs), Shared Services and Entities. The organizational design comprising of Six customer-centric SBUs, viz. Aviation, Industrial & Commercial, LPG, Lubricants/ Gas and Retail and one asset based SBU, viz. Refinery. For more information about the company, please visit our website http://www.bharatpetroleum.in.

PDF created with pdfFactory trial version www.pdffactory.com

Page 11: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

11

1.1.1. THE RETAIL SBU

The Retail SBU is engaged in the retailing of Petrol, Diesel and Kerosene, besides various Non-fuel Products and Value-added services thorough its robust network of over 9300 Retail Outlets spread across the length and breadth of the country. BPCL is consciously working towards providing added value to customers, both in fuel and non-fuel areas at the Retail Outlets. The Enhanced Fuel Proposition called the ‘Pure for Sure’ program has been introduced in order to guarantee pure quality and correct quantity of the product delivered. On the non-fuel front, BPCL has introduced the errand mall concept successfully at select markets called the ‘In and Out’ stores, where the customer is offered a host of facilities like ATMs, Cybercafé, Music, Fast Food, Greeting Cards, Courier Services, and Bill Payments etc. Bharat Petroleum has also introduced the ‘Petro Card’ for individual customers and the ‘SmartFleet Card’ for fleet owners that enable the customers to preload their cards thus making the payment mechanism easy and convenient.

1.1.2 THE NET WORK OF SUPPLY LOCATIONS OF RETAIL SBU: (Logistics Data) The Retail SBU Network of BPCL is divided into four regions, Northern, Eastern, Southern and Western. The regions are further divided into territories and the distributions of Loading Locations are as under:

Northern Region : 30 Eastern Region : 18 Southern Region : 23 Western Region : 22

The details of Loading Location are listed below:

I. NORTHERN REGION

1.AONLA 9.HARIDWAR COD 17.KOTA TOP 25.REWARI 2.BAITALPUR 10.HISSAR 18.LALRU 26.SALAWAS 3.BANTHRA 11.JALANDHAR 19.MATHURA 27.SANGRUR 4.BHARATPUR 12.JAMMU 20.MEERUT 28.SRINAGAR 5.BHATINDA 13.KANPUR 21.MUGHALSARAI 29.UDAIPUR 6.BIJWASAN 14.KARARI 22.NAJIBABAD 30.BAGRU HP HOSP 7.DURAI 15.KATHGODAM 23.PANIPAT 8.GONDA 16.KOTA DEPOT 24.PIYALA

II. EASTERN REGION

1.BALASORE 6.HALDIA 11.PATNA 16.MALDA 2.BARAUNI 7.MUZZAFARPUR 12.RAJBANDH 17.RANGAPANI (NRL). 3.BEHRAMPUR 8.NJP 13.RANCHI 18.RANGPO (SIKKIM) 4.BUDGE BUDGE 9.NUMALIGARH DU 14.SAMBALPUR 5.DHANBAD 10.PARADEEP 15.TATANAGAR

PDF created with pdfFactory trial version www.pdffactory.com

Page 12: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

12

III. SOUTHERN REGION 1.CANNANORE 7.GUNTAKAL 13.KONDAPALLY 19.TIRUNVELLI 2.CHERLAPALLY 8.HASSAN TOP 14.MANGLORE 20.TONDIARPET 3.KADAPA HOSP IOCL 9.IRIMPANAM 15.MYSORE 21.TRIVANDRUM 4.DESUR 10.IRUGUR 16.ONGOLE 22.VIZAG 5.DEVANAGUNTHI 11.KAKINADA 17.RAICHUR 23.WARANGAL 6.GULBERGA 12.KARUR 18.TADA

IV. WESTERN REGION

1.BAKANIA 7.JAMNAGAR 13.MIRAJ 19.SIDHPUR 2.BHILAI 8.KANDLA 14.NAVEGAOM 20.VADINAR 3.BHITONI 9.KOYALI 15.PAKNI 21.AKOLNER 4.BORKHEDI 10.LONI 16.RAIRU 22.VASCO 5.GAIAGAON 11.MANGLIA 17.SABARMATI 6.HAZIRA 12.MANMAD 18.SEWREE

FUTURE EXPANSION:

Few more loading Locations, Retail out lets /customers and Tank Lorries are likely to be added during the contract period. 2. SCOPE OF WORK BPCL has already implemented VTS for approximately 7300 Tank Lorries of company owned and PCVO contracted Lorries engaged for transportation of MS (Petrol) / HSD (Diesel) and Delivered SKO (Kerosene) Tank Lorries to their various outlets across India, now invite bids from technically and commercially competent and experienced vendors to provide required hard ware and soft ware to effectively operate and carry forward the existing Vehicle Management System. The successful Vendor is also required to integrate new VMS system with already installed Vehicle Mounted Units and the existing VMS system to present a common interface to BPCL. It may be noted that the new VMU supplied by the successful vendor for installation in the company owned Tank lorry shall be paid by BPCL. The VMUs required for Public Carrier Vehicle (PCV) contracted by BPCL would be purchased by the transporters from successful vendor directly, based on the recommendation of BPCL. VMS solution provider would be required to install and integrate all VMUs under current usage and operate Vehicle Management system for the contracted period. The duration of the above contract is for a period of three (3) years ,with an option to BPCL to extend for one more year at the same .rates and Terms and conditions including one year extension of warranty. In case of Technology up gradation vendor would be required to bring in the new technology and operate the contract for the above period.

PDF created with pdfFactory trial version www.pdffactory.com

Page 13: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

13

For Tenderer :

I. Vehicle Management System will be hosted on a Tenderer’s Web server, Communication server

and (map and data base) server located at suitable data centre in Indian Geographic, which will constitute a Vehicle Management System (VMS) Server. A certificate from the existing user should be emailed to [email protected]

II. GPS/GSM MODULE (GPRS MODE) based Mapping, Tracking, and Operating and Maintenance service of VMS for fleet information in real time basis. Specification of mapping should be compatible to the existing philosophy and pattern.

III. The system should comprise of a Vehicle Mounted Unit (VMU) carrying a mobile tracking unit (GPS receiver, GSM trans-receiver and Onboard Computer to be mounted on Tank Lorry and a GSM cellular network).

IV. A suitable technology and hardware for VMS interfacing the same with VMU. V. Supply and testing of VMU for live trials including report generation prior to Price BID opening. VI. Supply and testing of VMU for Tank Lorries owned by BPCL/Dealer’s/ Private Transporters

contracted by BPCL . VII. Vehicle Mounted unit (Hard ware) supplied by the vendors shall have minimum 4 years of life

expectancy from the date of Installations with a warranty for 3 years. During the warranty period in case of any failure of the VMU, the same shall be replaced by the Service Provider at their cost.

VIII. The VMUs provided by vendor should be of proven design and its performance has been tested under Indian environment / Temperature / Road condition and should be intrinsically safe and Tamper proof.

IX. VMU should have IP67 (Ingress Protection) casing for protection from dust & water and the casing should be closed with tamper proof uncommon screws.

X. Hardware Protocol ,software developed for BPCL and its data stream to be made available to BPCL for ensuring compatibility with other suppliers if the same need to be used for contracts by any other vendors on expiry of the contract finalized with the select vendor.

XI. The VMU shall have an inbuilt auxiliary battery. i.e. to give the power to VMU during the time the VMU connection from the main of the battery of the vehicle is cut off due to safety reasons while the vehicle are in licensed premises i.e. such time should not be more than 3 hours at a time. The auxiliary battery should be of chargeable automatically when the VMU is connected with main Battery and should hold at a stretch of 6 ( six) hours. The Auxiliary battery should not generate voltage more than 150 Mili Amps.

XII. VMU must be fitted with a tamperproof internal GPS antenna (No external appendages). VMU should be designed to send warning signal to the server in case of VMU failure.

XIII. The installation of VMU on Tank Lorry is to be carried out in such a way so as to secure the device & power connections with stainless steel flexible pipes and clamps.

XIV. The VMU to be supplied and installed has to be designed as vehicle specific unit,i.e.the equipment shall operate only when connected to the Tank Lorry assigned. Re fixing/re installation with any other Lorry if required shall be done on obtaining written advice from nominated BPCL official.

XV. Use of robust servers with licensed software (provided by Tenderer) for supporting VMS applications for approximately 9500 vehicles. (Currently 7300 + 2200 estimated to be inducted during the 3 years contract period).

XVI. The Tenderer shall supply activated SIM card for VMU procured by transporter for their Tank Lorries.

PDF created with pdfFactory trial version www.pdffactory.com

Page 14: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

14

XVII. Vendor has option to select Pan India service provider for GPS/Mobile network or region wise/City wise .However the net work service provider should have 100% connectivity even in the remote location/on roads/highways so as to ensure that flow of data is on real time basis. The vendor has to give not more than 3 options on the network as a part of the technical bid and company reserves right to select any of the network , which will be binding on the vendor. Any change in the service provider for the network need to have prior approval of BPCL. As far as possible and practicable, BPCL will like to have option of a Pan India network rather than location/region specific network service provider.

XVIII. Procurement of GIS maps and conducting physical route survey for new Retail Outlet customer and Geo fencing of new loading and unloading locations.

XIX. Providing Mapping software to plot the location and route physically. Mapping of BPCL Depot as well as from Depot to RO’s/ customer with important landmarks as desired by BPCL.

XX. Customizations of software and reports as per specific formats ( Refer Page-16) XXI. Item no. XVIII and XIX as mentioned above, once developed will become BPCL property for its

own use and successful Tenderer is required : i) To use this package for providing VMS for BPCL for providing mapping tracking operating and

maintenance services for fleet information. ii) To provide complete software package with due licenses to BPCL parallelly in a BPCL server

as required by BPCL for its internal use. Accordingly vendor is required to quote for the same in schedule of rates (SOR).

XXII. Providing support to shift and accommodate 7300 (approx) TLs already provided with GPS based vehicle tracking system from the existing servers to the Tenderer’s server. The communication protocol (data stream) will be supplied by the existing vendor, who is operating the current VTS system with BPCL.

XXIII. The vendor shall provide service from end to end, i.e., Installation ,Maintenance, Operation, Generation of exception /other reports,/ important information as decided by BPCL/ and transmission of these reports /auto generated letters /intimating violations/reports to all the stake holders on line by email to their nominated concerned person. It will also include any modification/repair/up gradation of soft ware.

XXIV. Web Support / Help Line -The service provider shall have 7 days working in a week from 8 AM to 8 PM (without any / Sunday / holiday) a call center facility with dedicated 3 lines (Toll free number) in order to register the complaints/queries by any stake holder and monitor /track with the complaint number the status/final solution to the problem. This would include all matters for supply, installation /maintenance, change of spare parts/SIM, all type of reports i.e., single point contact between vendor and stake holders for all resolution with in a period of 24 hours.

XXV. The vendor should maintain an additional inventory of 10% VMU for immediate replacement of the defective VMU & also maintain a inventory of required spares / spare parts at all locations. Cost thereof should be taken in the unit cost built in. Any VMU needing maintenance / replacement; the same should be carried out without any additional cost to BPCL within 72 hours from the time of reporting, failing which, penalty will be levied as specified in cl-12 e, Page-31.

XXVI. Vendor shall provide technical literature / brochure of all components deployed / supplied of the proposed solution and warranty card with supply of each equipment.(Service maintenance contract-Trouble shooting ,service/spare charges

XXVII. Vendor is required to intimate the name, address, e-mail address and telephone nos. of the data centre, office and concerned persons / s.

XXVIII. The deployed software / hardware should be of proven technology & latest; with copyright or trademark registration and should be capable of taking the load continuously for 5 years. Tenderer

PDF created with pdfFactory trial version www.pdffactory.com

Page 15: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

15

has to submit official license certificates for all software to be used, Operating system, RDBMS or any other software/hardware from principal manufacturers at the time of submitting bid along with technical bid. The license certificate should mention end user name. The VMUs provided by vendor should be robust in design and its performance has been tested under severe conditions similar to Indian environment / Temperature / road condition and should be intrinsically safe and Tamperproof.

XXIX. Tenderer should provide access for about 1000 simultaneous connections to web site on 24*7 basis for checking and monitoring the performance of the tank Lorry operations. All reports shall also be generated and delivered electronically to designated persons by e-mail.

XXX. At the time of installation of the vehicle mounted unit in the Lorries appropriate documentation has to be prepared to ensure proper transfer of responsibility of safety and security of the equipment. This arrangement must be cleared by the Regional Retail Logistics I/C, of BPCL.

XXXI. Commissioning of new VMS using existing VMU,s report regeneration should be completed within 20 ( Twenty) weeks from the issue of LOI.

MANPOWER

a) The vendor shall arrange positioning of qualified and trained manpower to cover all locations across the country for attending to any defects during the pendency of the contract without any extra payment. The personnel should be minimum Graduate with Computer Certification or Diploma in Computer Science.

b) In order to resolve the service related problems / issues at field level within 72 hours, the minimum no of days for visit of Service Engineers to a location should be as follows:

I. Locations loading 150 Tank Lorries and above per day should be visited on a daily basis.

II. Locations loading 50-149 Tank Lorries per day should be visited on three working days a week.

III. Locations loading less than 50 Tank Lorries per day should be visited once in three working days a week.

TRAINING:

a) The successful vendor shall conduct minimum one day BPCL user training once a year at location/Territory Level with live connection after installation and commissioning. User manual shall be provided for each storage location.

b) The User training for AMM’s / TM’s office / Regional office for concerned users of the system will also undergo class room Training at TMs office level with live connection to the system. The schedule will be given at a later date as per the mutually agreed plan. Payment for this will be made as per item in schedule of rates.

c) One day training support by the vendor to Transporters/PCVO crew/Dealers once in a year for all the locations across the country.

PDF created with pdfFactory trial version www.pdffactory.com

Page 16: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

16

TESTS & INSPECTION a) Acceptance of all material shall be subject to inspection at vendor’s works and at RHQ, BPCL

Office, if any. Manufacturer’s test certificate shall have to be provided for all components of the system.

b) All the tests either on the field or at approved test house / outside laboratories concerning the execution of the work and supply of materials by the contractor shall be carried out by the contractor at his own cost, if any.

c) The work is subject to inspection at all times by the BPCL Officer and / or by a Third Party Inspection agency nominated by BPCL.

d) Inspection and acceptance of the work by BPCL Officer or Third Party Inspection Agency shall not relieve the contractor from any of his responsibilities under this contract.

e) Providing and operating necessary measuring and testing devices (including all consumables).No separate payment for testing shall be made which are required to ensure achievement of specified quality.

REPORTS • All trips for each T/L irrespective of numbers in a particular day have to be tracked and closed after

completion of each trip. • If the instrument is faulty or not working due to maintenance, some indication has to be provided in

reports. • The reports which are to be given from the system are given below:

Type of Report Level To Frequency Action by Reports contents Route violation Location LIC/

PCVO Daily LIC List of T/L with nos. of

violation and duration Unauthorized stoppage (more than5 mts)

Location LIC /PCVO

Daily LIC List of T/L with duration

Speed Location LIC /PCVO

Daily LIC List of T/L with nos of violation

Distance Location LIC /PCVO

Daily LIC List of T/L with distance covered

A) Trip wise B) Day wise

Distance Location/Region

LIC/TM /PCVO

Monthly LIC/TM/ List of T/L with distance covered

C) Trip wise D) Day wise

Vehicle wise exception

Location LIC /PCVO

Daily LIC

Depot wise exception Location LIC

Daily LIC

Daily status Location LIC Daily LIC RO wise distance master

Location LIC

Daily LIC

RO wise trip report Location LIC /PCVO

Daily LIC

Summary of Location/Re LIC/Region/R Monthly

PDF created with pdfFactory trial version www.pdffactory.com

Page 17: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

17

violations vis-à-vis action taken

gion/ RHQ/

HQ

Uptime (%) Location/Region/

LIC/Region/ Weekly

Uptime (%) Location/Region/RHQ Level

LIC/Region/RHQ

Monthly

Other Reports Location 1. T/L wise km.

2. no. of trips per T/L 3. Absentee details.

Exception Reports Region 1. Top 10 & bottom10% performers in KM location wise. 2. Absentee details 3. Reported violations not closed.

Exception Reports RHQ 1.Top & Bottom 2% performers in KM location wise. 2.Reported violations not closed

SMS Route Violation PCVO/ Daily PCVO Unauthorized stoppage

/PCVO/ daily PCVO

Auto generated letters Route Violation Location LIC/PCVO Daily LIC Unauthorized stoppage

Location LIC/PCVO Daily LIC

Abbreviation: TM- Territory Manager LIC : Location In Charge PCVO :Private Carrier Vehicle Operator. RO : Retail Outlet /Customer RHQ : Regional Head Quarter

PDF created with pdfFactory trial version www.pdffactory.com

Page 18: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

18

3. TECHNICAL SPECIFICATIONS

GENERAL :

The Fleet / Vehicle Management System deployed by vendor should meet the following requirements:

a) Vehicle Management System will be hosted on a Tenderer’s Web server, Communication server and (map and data base) server located in Indian Geographic, which will constitute a Vehicle Management System (VMS) Server.

b) Performance Requirements : The overall system deployed for above work for BPCL should be such that any query made to the system should give a response within 15 sec.(Max) at peak load of 3000 Lorries and 300 users logged in to the system.

c) The performance of the web enabled system deployed for above work of BPCL shall be such that

when user moves from one page to other page, it shall be instantaneous changeover. (i.e. this aspect of performance would be equivalent or comparable with any good Indian banking website).

d) For the aforesaid b & c important factors of technical evaluation, the Tenderer should have no

objection in getting it inspected / certified by 3rd party agencies, if nominated by BPCL at Tenderer cost, for the proposed Vehicle Management system in line with the requirement of tender for the performance of proposed work in accordance with the terms and conditions.

A confirmation to this effect is required to be given as confirmation-1 (enclosed separately in Page-44).

e) Any material mis-representation on this account would constitute a serious offence and vendor is liable for such offence and cancellation of his quote at any stage of the tender including forfeiting of EMD/SD.

The Vehicle Management system should meet the following requirements: The proposed VMS server to be deployed by the vendor will be hosted on a Tenderer’s Web server, Communication server and (map and data base) server located at suitable date centre in Indian Geographic, which will constitute a Vehicle Management System (VMS). A documentary proof for Service Level Agreement (SLA) for 99% uptime of the server system is required to be submitted by the Vendor. A confirmation to this effect is required to be given as confirmation-3 (enclosed separately).

PDF created with pdfFactory trial version www.pdffactory.com

Page 19: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

19

System Schematic

Software requirements :

a) The vendor should ensure high availability of Software applications and data base with automatic fail over, using clustering or equivalent options.

b) VMS should be a web based application for remote real time tracking. c) VMS should have the flexibility to work with any digital map if needed. d) BPCL ERP system will be sending consignment details (Location/TL no/product/consignment no,

date and time and qty (on real time basis as and when the Vehicle leaves the Loading Location electronically. VMS should be capable to receive such information and integrate the vehicle location (GPS data).

e) The software and Hardware of VMU so designed that, it should be capable of giving the printed data on halts, speed violations, route deviations, unauthorized halts, time taken for the trip from the location to Consignee, total Distance traveled from BPCL depot to consignee. The provision as requested by BPCL so that at a later stage, if it is decided on a pilot basis to take out this print to be handed over on reaching at ROs by the TL crew on providing small suitable printer attached to the VMU(Similar to provisions done for Radio Taxi).

f) The soft ware should be capable of generating Visual display of the T/Ls on its route and on real time basis real location print out of such display should be possible.

PDF created with pdfFactory trial version www.pdffactory.com

Page 20: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

20

g) The land marks would be identified on each route and soft ware should generate real time basis position of the T/Ls on reaching/on while in motion at these land marks by SMS to the concerned transporter, in case of route violation and unauthorized stoppages for more than 10 minutes.

h) The land marks as mutually agreed need to be incorporated into the electronic mapping which falls on the route of T/L and should have defined land marks for filling location as well as ROs.

i) Provision for Procurement of digital maps/conducting physical route surveys for new Storage locations/ROs/Customers.

j) Provision for Dual route mapping from primary and alternate supply sources .This can be done on activation by the location.

k) Provision for amendment of the Routes already mapped. l) Creation of Log in IDs for BPCL Staff /Transporters / Dealers/ Customers m) Transactional Data to be available for a period of One year.

Licensed software shall be as under:

I. Operating System – Windows 2003 server or improved version. II. RDBMS – Oracle 9i/10g/MS SQL Server.

Hardware requirements :

a) The VMUs provided by vendor should be of proven design and performance and its performance have been tested under severe conditions similar to Indian environment/Temperature/road condition should have intrinsically safe and Tamperproof meeting the specification of PESO.

b) Hardware Protocol and its data stream to be made available to BPCL for ensuring compatibility with other suppliers if the same need to be used for contracts by any other vendors on expiry of the contract, finalized with the select vendor.

c) The VMU shall have an inbuilt auxiliary battery. i.e., to give the power to VMU during the time the VMU connection from the main of the battery of the vehicle is cutoff due to safety reasons while the vehicle are in licensed premises I.e. such time should not be more than 3 hours at a time. The auxiliary battery should be of chargeable automatically when the VMU is connected with main Battery and should hold at a stretch of 6 (six) hour.

d) VMU must be fitted with an internal GPS antenna (No external appendages). e) 42” LCD display of any prominent make (LG/Samsung/Videocon----Sony/Phillips--) will be provided

by vendor at all locations and connected to server to provide visual display, which will be run by Staff of BPCL at the location. The vendor should provide adequate training to the staff. The related maintenance of the LCD monitor will be by done by the service provider.

SERVERS : Configuration : (Communication server), (Database server) and (Web server) suitable to run such applications for 9500 Vehicles. Indicative specifications of these servers are given below: Indicative Specifications : No. of servers required – 3 nos. or more to take care of up to 9500 units (keeping future scaling up in view) Web Server : Server X226Xeron 3.0 GHZ Dual CPU Capable/800 FSB/512X2 GB DDR SDRAM/ULTRA 320 SCSI Controller/Open Bay/Hot Swap Redundant Power supply/Gigabit Ethernet Card

PDF created with pdfFactory trial version www.pdffactory.com

Page 21: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

21

3.0 GHZ NOCONA Processor Option for 1GB PC3200 ECC DDR2 RDIMM Memory 2 GB PS2-3200 ECC DDR2 RDIMM 36GB 15K U320 SCSI HS Option 73 GB 15K U320 SCSI HS Option Sebring Refresh Option (SERVRAID 6I Ultra 320 Controller) GIGABIT Copper Single Port Adapter Communication Server : Server X226Xeron 3.0 GHZ Dual CPU Capable / 800 FSB/512X2 GB DDR SDRAM/ULTRA 320 SCSI Controller /Open Bay/Hot Swap Redundant Power Supply/Gigabit Ethernet Card 3.0 GHZ NOCONA Processor Option for 1 GB PC3200 ECC DDR2 RDIMM Memory 2 GB PS2-3200 ECC DDR2 RDIMM 36 GB 15K U320 SCSI HS Option 72 GB 15K U320 SCSI HS Option Sebring Refresh Option (SERVRAID 6I Ultra 320 Controller) GIGABIT Copper Single Port Adapter Map & Database Server : Server X226Xeron 3.0 GHZ Dual CPU Capable / 800 FSB/512X2 GB DDR SDRAM/ULTRA 320 SCSI Controller /Open Bay/Hot Swap Redundant Power Supply/Gigabit Ethernet Card 3.0 GHZ NOCONA Processor Option for 1 GB PC3200 ECC DDR2 RDIMM Memory 2 GB PS2-3200 ECC DDR2 RDIMM 36 GB 15K U320 SCSI HS Option 72 GB 15K U320 SCSI HS Option Sebring Refresh Option (SERVRAID 6I Ultra 320 Controller) GIGABIT Copper Single Port Adapter In addition, the vendor shall implement their custom built application software for tracking of vehicles, with suitable high quality maps etc. The application should be preferably run on above OS. The client end would be a Web Browser (client machine: Windows 95/98/XP/2000 with Internet Explorer). The application will be delivered via BPCL’s Intranet and Internet. The software must provide for an authentication system to allow for role based system access based on the requirements and level of the user. Server and data base maintenance backup/restoration requires a detailed server administration in place. Smooth operations of the Server / Server maintenance and to ensure 99% up time is the responsibility of the vendor. The Server location should be of Level 3/3A for security and reliability A confirmation to this effect is required to be given as confirmation-3 (enclosed separately). The server should be capable of taking the load for five years The levels of users apart from administrators are given below.

1. Depot/ COCO Operators/Dealers/Transporters 2. Refinery /Depot/Terminal/AFS /DU/ Officers / Managers 3. Territory Managers 4. Area Marketing Managers 5. Regional In charges.

PDF created with pdfFactory trial version www.pdffactory.com

Page 22: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

22

6. HQ Managers.

The application should be so designed as to facilitate integration to BPCL’s ERP (SAP) / SD module using suitable platform including any future up gradation of BPCL system. The software provided should have simple menu-driven user interface. The software shall integrate with the existing vehicle tracking system software being used by BPCL. Details will be given only to the successful bidder. Vehicle Mounted Unit :

a) The VMU should be of reputed make, time tested, widely used as well as, as per the specifications listed out by BPCL.

b) The vehicle mounted unit must have Electro Magnetic Interference (EMI) / Electro Magnetic Conductance (EMC) approval from ARAI (Automotive Research Association of India) permitting use on Petroleum Tank Lorries.

c) Any technical conditions stipulated by PETROLEUM & SAFETY ORGANIZATION PESO for installation of the vehicle mounted unit are in the Tenderer’s scope.

d) Tenderer is required to submit two units of VMU (Proposed to be supplied in this contract) as a sample for technical evaluation along with the technical bid. (On returnable basis). The VMU should be with proper Identification tag (mark) of the Tenderer.

e) The selected vendor to make provision for maintaining / repair of the existing VTS fitted into the operating Lorries.

The Vehicle Management System should provide for the following:

1. Minimum 90 days (history) data log on the Server. And, therefore, server size be sufficient enough to handle data transferred from vehicle on GPRS network continuously. The interval will be every 3 minutes in running conditions. In off condition and / or halt condition – no data transfer but the last position data shall be available.

2. Multi level login facility to be provided with proper authentication and privileges. 3. Audit trail: Log of all administration actions as well as all user logins shall also be maintained. 4. Alarm / Alert on special message from VMU in case of accident / malfunctioning status of VMU.

The VMU should have one way voice communication to the PCVO Crew for alerts on violation. 5. Emergency Alert to VMU shall be provided in the form of LED alert. 6. Velocity and direction monitoring. 7. User friendly GUI. 8. Graphically display the vehicle position on a digitized map with different levels of zoom 9. Geo-fencing of Retail outlets and supply locations within a radius of 15 metres from the boundary

of the Location and the Retail Outlet. 10. Animated Icons in different colors to represent vehicles 11. Display Vehicle Registration no. and other details on click of Mouse over the vehicle icon. 12. Graphically display of the route on a digitized map 13. Configure databases based on user requirements. Access to designated administrator to add,

modify, delete vehicles and their related details. 14. The vendor server should be capable of capture vehicle-wise trip details, the trip details for all

dispatches PAN India through BPCL integrated system. 15. Fleet Management Master Database containing

• Vehicle Registration number • Engine no.

PDF created with pdfFactory trial version www.pdffactory.com

Page 23: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

23

• Chassis no. • Owner’s name • Capacity (kl) • Model • Year of Manufacture • Repair History • Mandatory clearance status

♦ Explosive license validity date ♦ RTO

• Calibration due date • Insurance policy details

Note: Any addition to the data base shall be informed along with LOI. 16. Vehicle Database Trip-wise Details 17. Backup and restoration facility of older data. 18. The Tender once finalized will be covered under Intellectual Property rights. 19. Performance Monitoring Reports of Lorries on the following parameters to be provided to all

users like BPCL officers as nominated/Dealers (consignee)/ Transporters: • VTS Uptime % (Vehicle wise/location wise/Region wise/All India wise) • VTS equipments under Repair • VTS Not giving signals • No. of Trips per day/ per week/per month. • No. of VTS tampered. • Quantity Delivered (KL) day/month) • Distance covered (KM)day/month) • No. of work days –Daily. • Average distance (KM) per trip-Daily/weekly. • Average Delivery time/RO • Average Trip Time/RO • Total Deliveries- Monthly. • Total Distance Travelled • Total no. of Trips • Daily Deliveries • Cumulative Deliveries • Route Report • Speed Violation • Route Violation • Accident /Hijacking alerts

Apart from route report generated in a report form, the report shall have a link showing graphical representation on digital map, the standard route and actual route followed. Report should be selectable for Refinery/Depot / Terminal / Territories / Regional Office / All India level and product wise, and for specified durations, Lorry wise etc. Software should have facility to transpose report to EXCEL/WORD/PDF format. The report formats as specified in the Tender document are to be configured in the system. A user interface shall be provided for entering the details of vehicles and following data:

• Destination

PDF created with pdfFactory trial version www.pdffactory.com

Page 24: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

24

• Product (up to 4 products) • Quantity of each product • Date • Time

These above data shall be entered for each trip, stored in the database and used for reporting. Alternatively, the above details can be provided by BPCL’s ERP System and the same shall be incorporated into the VMS application for reporting and display purposes. BPCL :

a. Will provide the Tank Lorry at the locations for installing VMUs and digital activation. b. Identification of roads for new route mapping along with the vendor. The transportation towards

new route mapping will be provided by BPCL and the Vendor to charge the cost of mapping on per man day basis.

c. The list of locations where the vehicle mounted units on Tank Lorries has to be fixed is given in Page no 34-36.

4. DIGITAL MAPS & MAPPING : GIS MAPS to have the following features:

a. Digital Map Calibration to be undertaken for achieving the accuracy in results. The GIS Digital vector map of Metro and state capital cities and other prominent cities should be of Scale 1:2500 or better and for all small township / highways shall be on scale 1:10000 or better.

b. Graphical Representation to Very intuitive high resolution colored visual representation with multiple color based layer/POI representation.

c. 6 month auto upgrade of GIS data as a global data upgrade practice based on latest satellite imaginary and field survey data.

d. Play back and live movement management of object on map for real time object tracking experience

BPCL authorized or specified web users who receive the location information from the Tank Lorries spread across the country will be connected with this Tenderer’s VMS server. 5. Route Definition All the routes to be taken by the Lorries of BPC from Refinery/ depot/terminal/TOP to all the Retail Outlets / consumer outlet covered by the location shall be surveyed properly by the vendor. The routes shall match with the roads shown in the digitized map and prominent landmarks must be plotted on the map. Location of supply points/ and Retail Outlets/Direct customers must be shown with prominent colour icons. The survey should be done preferably with the help of an automatic GIS data logger. Accuracy of latitude/longitude, correlating the same with ground features and geo-fencing of the routes is of paramount importance. Successful Vendor has to go to all new Locations / Retail outlets / Customers location for physically mapping the landmarks enroute.

PDF created with pdfFactory trial version www.pdffactory.com

Page 25: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

25

Digital Map of delivery areas with roads, important landmarks, other features, with names shall be provided. Standard routes from Depot to Retail Outlet / Consumer outlet shall be mapped, with latitudes, longitudes ascertained and place names associated with the coordinates for all important landmarks along the route. (Mapping should earmark speciified zones of authorized movements / stops or prohibited area of movement) Digital Map customization as required i.e. the map of each location area will show : v Retail Outlets/Customer premises of BPC as well as other companies v Assigned routes of tanker lorries v Location of depots / terminals/Refineries v Other important landmarks e.g. Post Office, Hospital, Temple, Churches, Mosques, Bridge, Railway

crossings, other Petrol Pumps etc. Create and link to Records of vehicles by number, dealer name etc. Mapping software functions should include: Zoom (min. 3 levels), measure distances, show layers, symbols, link to database, show position of tanker lorry on map etc. OTHER FEATURES: Storage : 5000 location records If the VMU is in an area where the GSM connectivity is poor or not available, the device does not transmit any data. However, it should store the required data till such time as the device senses that it has reached a GSM coverage area. Hardware over the air configurable: The vehicle mounted unit should have capability to configure unit over the air depending upon the requirement. Reliability and capability of the service provider: Sales and service presence across the length and breadth of India is required. The service provider company should have their office in all the four regions and shall have representation at every state, PAN India to maintain and support the Vehicle Tracking System. Franchise and dealers or any individuals operating on behalf of Vendor shall not be considered as offices. Details of such offices need to be provided ISO Certification: The service provider shall hold a valid ISO 9001:2000 or equivalent certification for IT Services. This is a mandatory requirement. A confirmation to this effect is required to be given as confirmation – 4 (enclosed separately). Help Line (Call center from 0800AM to 0800 PM every day including Holidays and Sundays). The Web Support should be provided 24 hours. Tenderer shall be required to maintain Toll free number and three dedicated telephone lines /Call Centre / Help Desk/Web Based system to register the complaints from the RO / location /AMM’s office/TM’s office/Regional office/HQ and reports have to be generated after attending the complaint on regular basis.

PDF created with pdfFactory trial version www.pdffactory.com

Page 26: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

26

The call centre should be able to respond to queries regarding vehicle location and other related information by BPCL/BPCL transporter and its crew members. This Help Line system / service will be evaluated by BPCL and non compliance to this at any point of time during the pendency of contract will attract a penalty as specified cl.12 b.Page-31. BPCL decision will be final in this regard. 6. COMMERCIAL TERMS &CONDITIONS OF CONTRACT. Following are the Commercial Terms and Conditions that each vendor must abide by while quoting for the VMS Bid of BPCL

a. TENDER QUOTE

• The vendors are to quote in Indian Rupees only. No other currency to be used for quoting. Evaluation of the bids will be done in Indian Rupees. The vendors must quote for the bid as per the PRICE BID format only. (Page no 54-58) .

• The cost of all equipment / tools / templates etc. used for implementation must be included in the quote.

• The project is implemented at Retail Supply locations all over India as mentioned in Page no 34-36 of this document. The quote should also include the rates of lodging, boarding, travel, local travel and all other expenses related to the project.

• No extra payment will be made other than the final quoted amount on any account. • The payment of all the taxes and other statutory payments payable under any or all statues / laws /

acts etc. now or hereafter imposed are fully and exclusively liable for payment by the vendor. • All the taxes, cess, levies etc. should be included in the total amount. No increment in the final

amount will be tolerated by BPCL in this regard. • Income Tax, service tax etc. will be deducted at source by BPCL, as per the law prevailing at the

time of payment. • The complete scope of work as defined or as may be required for the intended objective of tender

should be included in the quoted price. No extra payment will be made in order to achieve the intended objective. Reasons like, bidders not envisaged / considered a particular activity or element of cost required for achieving the intended objective or some activity or element of cost required for the tender document but required for achieving the intended objective, will not form basis for considering extra payments.

• For working on extended hours / Saturdays / Sundays / Holidays to meet the committed / required time schedules, no extra payment will be made.

b. PAYMENTS TERMS:

The payments for the completed works shall be made by BPCL as per the following terms: All payments will be made only in Rs INR only. All payments will be made by the respective Regional office of BPCL, for the works carried in the locations / depot / Terminal under its jurisdiction within 30 days after the receipt of bill raised by the

PDF created with pdfFactory trial version www.pdffactory.com

Page 27: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

27

tenderer duly certified BPCL officials or by by 3rd party agencies, if nominated by BPCL. Bills shall be submitted in minimum lot size to optimize documentation. However, this shall be subject to BPCL’s discretion. All bills / invoices shall be raised by the Lead partner in the case of a consortium bid. For this purpose, for release of payment to consortium leader / partner-in-charge and consortium partners, the appropriate certificate from Income Tax authorities regarding rate of Income Tax to be deducted shall be produced by the Lead partner and the concerned consortium partner(s)

c. Security Deposit (SD)

The successful tenderer, before the commencement of the work, shall have to provide to the company by way of security, Bank Guarantee in the standard format provided by the company, for a amount equivalent to 10% of the total tendered value of the work excluding cost of VMUs and its installation. The successful tenderer shall have the option to adjust the EMD towards security deposit if he so desires. The SD will be retained till the successful completion of the work. In the case of SD in the form of Bank Guarantee, the same shall be kept valid by the tenderer at his cost till the completion of the work under contract and shall be extended from time to time. No interest will be payable on SD. Bank Guarantee for Security Deposit

• A composite bank guarantee need to be submitted by the successful vendor to BPCL as

security for the vendor’s obligation and / or discharge of implementation of vendor’s liability in connection with the said contract. The bank guarantee must be equivalent to 10% (ten percent) of the total value of the contract excluding the cost of VMU’s from any scheduled bank (other than the co-operative banks) in India, acceptable by BPCL, as per the enclosed format.

• In case of any loss or damage, costs, charges and expenses suffered by BPCL, by reason such as non performance of the vendor or any breach of any terms and conditions of the contract by the vendor, BPCL will have right to invoke the said bank guarantee. The vendor shall pay to BPCL, any excess of expenditure incurred by BPCL. The decision of BPCL in this respect will be final and binding on the vendor. This decision is not liable to be questioned. It intentionally includes: § Defect liability that may arise during the defect liability period / warranty as

mentioned in the contract. § Vendor’s performance on the contract.

• The vendor must submit the bank guarantee within 3 weeks from the date of LOI / signing of contract whichever is earlier. The validity of the bank guarantee must be for a period of 46 months from the date of LOI.

• If the time period for the completion of work is extended, the bank guarantee must be extended by the same period before the expiry of the original date.

• The vendor must rectify / replace any defect in services / materials, which may arise or lie undiscovered, at his own expense. If the vendor fails to do so, BPCL has the right to rectify the said defects by invoking the bank guarantee. The vendor shall pay to BPCL, any excess of expenditure incurred by BPCL. The decision of BPCL in this respect will be final and binding on the vendor. This decision is not liable to be questioned.

PDF created with pdfFactory trial version www.pdffactory.com

Page 28: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

28

• All bank guarantees should be unconditional, without demur and can be invoked on presenting to the issuing bank.

• All bank guarantees should be submitted in the prescribed format, with necessary claim period top provide sufficient time to lodge a claim after the expiry of the bank guarantee.

d. Compensation for delay in completion

I. Time is the essence of the Contract. In case the vendor fails to complete the work within

the scheduled time period, then, unless such failure is due to Force Majeure as defined or due to BPCLs defaults, the vendor shall pay BPCL by way of compensation for delay and not as penalty a sum @ 0.5% of the value of the “Supply Portion” for the quantity OR : the work portion” that is delayed per complete week of delay subject to maximum of 5% of the total contract value. The parties agree that this is a genuine pre-estimate of the loss / damage which will be suffered on account of delay / breach on the part of the vendor and the said amount will be payable on demand without there being any proof of the actual loss or damages caused by such delay / breach. The decision of BPCL in regard to the actual delay shall be final and binding on the vendor.

II. All sums payable by way of compensation shall be considered as reasonable compensation without reference to the actual loss or damage, which shall have been sustained.

e. Evaluation criteria

I. The technical bid shall be first opened on the due date of submission. II. Demonstration: After evaluating the technical bid parties meeting the qualifying criterion

will be required to give a demonstration with VMU equipment to BPCL, on a vehicle at their own cost, and get data recorded in proposed deployed site or demo site to show their technical capabilities. This successful demonstration will be a part of technically qualifying criterion of this tender.

III. Commercial bid of only those vendors who qualify in the technical bid will be opened for further evaluation.

IV. The evaluation will be done based on the total price quoted by the vendor for Item 1 to 6 of the Schedule of rate for the period of 3 years. Please refer price bid.

f. Rejection criteria

The offers/quotations will be rejected for the reasons mentioned below:

I. Offers/quotations not received at the specified address on or before the due date of submission.

II. Offers/quotations not received in the required format. III. Offers/quotations not received with the Tender Fee of Rs 5000.00. IV. Offers / quotations not received in separate envelopes; one having the technical

bid along with the un-priced commercial bid and another having the priced commercial bid.

V. Offers/quotations not received with the Earnest Money Deposit. VI. Offers / quotations received in the names other than the vendor to whom the

tender was addressed.

PDF created with pdfFactory trial version www.pdffactory.com

Page 29: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

29

VII. If delivery time / project execution time period is not acceptable to the bidder or time specified by bidder is more than the required time schedule.

VIII. Offers/quotations that do not accept the clause of composite bank guarantee for the performance of contract and deliverables.

IX. The prices are not quoted in the PRICE BID format and not quoting firm prices. X. If the vendor does not accept the payment terms and the Compensation for delay

in completion clause, the Tender will be rejected. 7. SPECIAL TERMS AND CONDITIONS CONTRACT

Earnest money deposit (EMD):

I. The Tenderer’s are required to submit along with his quotation a Bank Draft in favour of Bharat Petroleum Corporation Ltd. for a sum of INR 16,00,000/- (Rs. Sixteen Lacs) as earnest money deposit. The EMD shall be returned to the unsuccessful vendors within one month after the due date of opening of the tender. The EMD of the successful vendor will be retained till the commencement of the work. Thereafter the vendor may opt to adjust the EMD against the security deposit or request return of the EMD. No interest will be payable on the EMD.

II. The EMD shall be enclosed only in the technical bid cover. III. Cheques or Call Deposits shall not be accepted towards payment of EMD. IV. Tenders received without EMD shall be rejected outright. Public sector undertakings

(Central/State) and SSI Units registered with NSIC are exempted from making EMD payment. 8. Completion Time and effective date of start of contract for payment

Entire work should be completed within a period of 20 weeks. Start date will be reckoned from the date Letter of Intent (LOI). Entire VMS system should be stabilized within this 20 weeks time period. The contract period for the payment purpose would commence after satisfactory stabilization of the VMS system duly approved by the Engineer-in-Charge and thereafter monthly payments due to the contractor will commence for a period of 3 years.

9. Price Basis:

The bid shall be submitted in Rs Indian Rupees (INR). Bids submitted in any other currency shall be summarily rejected.

a) The rates shall be inclusive of all taxes, duties, packing & forwarding charges, octroi, freight,

transportation charges, service tax, transit / storage insurance, installation / erection, commissioning, inspection by BPCL representative or third party agency, if appointed by BPCL, labor, consumables, etc. complete wherever as applicable. No additional payment on any account will be entertained.

b) Forms C and D will not be issued by BPCL. c) Once the offer is accepted and agreement executed, the rates shall be valid till the completion of

works in respects. d) The project would be implemented at all BPCL locations / Depots / Terminals and retail outlets

across the Country. The rates quoted for the total scope of job should be submitted by the Tenderer considering that all the expenses including travel, lodging, boarding, local travel and other expenses

PDF created with pdfFactory trial version www.pdffactory.com

Page 30: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

30

related to the project are on the Tenderer’s account. No extra claims on this account will be entertained.

e) Rates shall include cost towards documentation for the entire system including detailed drawings, if required etc. No separate payment will be made for the same.

f) It is in the clear understanding of the Tenderer that the complete scope as defined or as may be required for the intended objective of this tender is included in the quoted price. No extra payment apart from the quoted price will be made in order to achieve the intended objectives. Reasons like, Tenderer having not envisaged / considered a particular activity or element of cost required to be carried out for achieving the intended objective or some activity not specifically mentioned in the tender enquiry / tender but required to be carried out for achieving the intended objective, will not form basis for considering extra payments.

g) No extra payments will be made for working on extended hours / Saturdays / Sundays / Holidays to meet the committed / required time schedules.

h) After finalizations of tender, BPCL reserves the right to increase / decrease the work order quantity of any or every and delete any item at the time of confirmation of order.

i) Any other instrument / equipment / service, which is not explicitly mentioned above or in the price bid but deemed necessary for the successful operation of the system complete in all respects, shall be in Tenderer’s scope.

j) Any benefit arising out of set off / refund / input credit of VAT/ST to BPCL, will not be the basis of any price adjustment in quoted rates for price comparison between the Tenderer. The position of lowest tender will be determined on the quoted price by the Tenderer. The successful Tenderer will have to submit the tax challan / invoice to BPCL as per the provision of VAT / ST laws of respective states of India.

10. Bill of Quantities and Schedules of rates:

a) Bill of quantities are approximate and indicative and payment shall be made as per actual certified measurements. The contractor is not entitled for any sort of compensation towards excess materials procured / stored.

b) After the placement of the order the successful tenderer shall not be allowed to sublet or assign any part of the work order without Corporation’s prior written consent.

c) The tendered quantity of items may vary as per the business requirement, and rates should be valid for such variations. Prior approval is necessary for increasing the quantity of work. Please note that the quantities for item no. 1,2,3,4 and 5 as per SOR can vary to (+/-) 30%. No adjustment in rate will be admissible for above variations.

d) In case, for any unforeseen reason, the Tank Lorries cannot be offered, BPCL will have rights to suitably replace / alter the site/s, within the inter Region or intra Region

11. Mobilization advance:

No Mobilisation advance will be given for the tendered work.

12. Penalty Clause

a. Compensation for delay in Completion / Commissioning -½ % ( half percent ) per week of the maximum of 5 % of the total order value ( excluding the cost of VMU ) if the vendor cannot commission the facilities including integration of the New System with the existing system , within 20 weeks from the date of LOI.BPCL reserves the right to cancel the LOI in case of delay .

PDF created with pdfFactory trial version www.pdffactory.com

Page 31: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

31

b. Help line system / service will be evaluated by BPCL for prompt response and satisfactory replies to the queries by any stakeholders. Non availability of this service for more than 4 hrs continuously at any point of time during the pendency of contract will attract a penalty of Rs 5000.00 per hour after 4 hours till the time the services are restored. BPCL decision will be final in this regard. For the purpose of calculation of penalty any part of an hour beyond 4 hours will be considered as full hour.

c. Non availability of Web server beyond 6 hours for whatsoever reason, deduction will be made @ Rs 25,000 per hour till the time services are restored. For the purpose of calculation of penalty any part of an hour will be considered as full hour. This is allowed only twice a year. In case of more failures, BPCL reserves right to terminate the contract.

d. The penalty for breach of safety during execution of works within the supply location premises shall be levied by the Corporation @ Rs. 2000/- per occasion for each Violation

e. Delay in Repair of New VMU :

Penalty to be levied for delay in repair of VMU ( to be supplied by the successful Vendor) beyond 3 days of logging of the Complaint. @ rate of Rs 500/- per day per unit till the day the repaired VMU is reinstalled.

f. Delay in Repair of Old / Existing VMU’s:

Penalty to be levied for delay in repair of VMU beyond 7 days of logging the Complaint@ rate of Rs 250/- per day per unit till the day the repaired VMU is reinstalled.

13. GENERAL TERMS AND CONDITIONS OF THE TENDER:

I. Notwithstanding the sub divisions of the tender document into several sections and volumes, every part of each shall be deemed to be supplementary of every other part and shall be read with and into the contract so far as it may be practicable to do so.

II. Payment to the contractor through Electronic Clearing System (ECS) can be made, subject to agreement by representative banks of BPCL and Contractor as per the existing system.

III. Tender documents are not transferable. IV. Vendor should ensure that their quotations reach to us before the last date & time of

receipt of Tender and will be dropped in the tender box. Tender document not dropped in the box provided before due date & time will be treated as late tenders for any reason whatsoever may not be considered for evaluation.

V. It is mandatory for every Vendor to fill all the documents as set out in the tender document irrespective of their earlier association with BPCL.

VI. All entries in the tender documents should be in ink Typed. All corrections should be attested by full signature of Vendor. Corrections wherever necessary should be made by scoring out the wrong words/figures by drawing a line across them and attesting these with full signatures. There shall be no erasures or over writing.

VII. The Vendor should quote his rates only in the prescribed form supplied by the Corporation. Rate given in the tender schedule should be expressed both in figures and words, and where there is difference between the two, the rate given in words will be taken as authentic. Should there be any discrepancy between unit rate and amount the unit rates will be considered as the correct ones.

PDF created with pdfFactory trial version www.pdffactory.com

Page 32: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

32

VIII. The Vendors / Firms having common Director / Partners can be considered but vendors have to submit their quotation from any one of the Firm. The quotation of other firm, if submitted will be rejected.

IX. When person signing the Tender/Agreement is not the sole proprietor or authorized representative of the Company the original Power of Attorney or a notary certified copy thereof authorizing such person to act and sign on behalf of the Company must be produced before signing the documents.

X. It shall be understood that every endeavor has been made to avoid error which can materially affect the basis of Tender and the successful Vendor shall take upon himself and provide for risk of any error which may subsequently be discovered and shall make no subsequent claim on account thereof. No advantage is to be taken either by the Corporation or the Vendor of any clerical error or mistake may occur in the general specification, schedules, and plans.

XI. Any terms and conditions attached printed / enclosed along with vendors offer will not be

binding on BPC. XII. The Vendors may send their representative to witness the opening of tenders, on the

appointed date and time if they so desire. XIII. BPCL reserve the rights to negotiate with the Vendor. The Vendor shall confirm the

negotiations within stipulated time. If the Vendor fails to comply, BPCL reserve the right to reject the tender at their discretion.

XIV. Vendor is advised not to enclose unwanted and unasked documents with the tender. Any such documents if received shall not be considered.

XV. Your tender may not be considered, if we are unable to evaluate your offer for want of any Information.

XVI. Your quotation should be for materials / contract services strictly in accordance with specifications mentioned in the tender.

XVII. Please send your offer in the envelopes as stated in the Tender Document. Otherwise your offer will be liable to be rejected.

XVIII. Please sign and return all the pages of tender enquiry including the enclosed deviation sheets as token of your acceptance.

XIX. In case of unscheduled holiday on opening day of tender, the next working day will be treated as scheduled prescribed day of opening of tender. Time and venue will remain same.

XX. In case of any of the above General Purchase Conditions are not acceptable to vendor , kindly mention the deviations only in the following format (technical and commercial) with reasons and justifications. Deviations stated elsewhere will not be accepted by us. In case the deviation sheets are submitted blank then all the terms and conditions will be deemed as accepted by you.

PDF created with pdfFactory trial version www.pdffactory.com

Page 33: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

33

14. DEVIATIONS:

Generally in tender document deviation are not acceptable, however in case you desire to bring out the same the details may please be furnished in the table given below:

LIST OF DEVIATIONS

Page No. Clause No. Description

Page No. Clause No. Description

PDF created with pdfFactory trial version www.pdffactory.com

Page 34: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

34

SUMMARY OF TANK LORRIES NOS. NORTH REGION ( INDICATIVE) SL.NO.

Location Number of Corporation owned TTs already fitted with VTS

No of PCVO TTs fitted with VTS

1 AONLA 0 39 2 BAITALPUR 0 59 3 BANTHRA 0 59 4 BHARATPUR 0 41 5 BHATINDA 0 87 6 BIJWASAN 17 116 7 DURAI 0 19 8 GONDA 0 25 9 HISSAR 0 12 10 JALANDHAR 1 107 11 JAMMU 0 177 12 KANPUR 2 83 13 KARARI 0 38 14 KATHGODAM 0 62 15 KOTA 1 85 16 LALRU 1 66 17 MATHURA 2 144 18 MEERUT 1 53 19 MUGHALSARAI 1 129 20 NAJIBABAD 0 85 21 PANIPAT 1 138 22 PIYALA 3 28 23 REWARI 0 77 24 SALAWAS 0 247 25 SAGNER 2 76 26 SANGRUR 0 86 27 UDAIPUR 0 167 TOTAL 32 2305 SUMMARY OF TANK LORRIES NOS. EASTERN REGION ( INDICATIVE) SL Location Number of Corporation owned

T/Ls already fitted with VTS Number of PCVO T/Ls fitted with VTS

1 Balasore 0 70 2. Barauni 0 83 3. Behrampur 1 25 4. Budge- Budge 7 213 5. Dhanbad 0 39 6. Haldia 0 95 7. Muzzafarpur 0 56

PDF created with pdfFactory trial version www.pdffactory.com

Page 35: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

35

8. NJP 0 129 9. Numaligarh 0 41 10. Paradeep 0 122 11. Patna 0 124 12. Rajbandh 1 134 13. Ranchi 1 38 14. Sambalpur 0 61 15. Tatanagar 2 29 TOTAL 12 1259 SUMMARY OF TANK LORRIES NOS. WESTERN REGION ( INDICATIVE) SL Location Number of Corporation owned

T/Ls already fitted with VTS Number of PCVO T/Ls fitted with VTS

1. BAKANIA 1 78 2. BHILAI 3 214 3. BHITONI 0 98 4. BORKHEDI 0 96 5. GAIAGAON 2 85 6. HAZIRA 3 51 7. JAMNAGAR 0 94 8. KANDLA 0 26 9. KOYALI 5 59 10. LONI 4 187 11. MANGLIA 4 123 12. MANMAD 0 292 13. MIRAJ 1 106 14. NAVEGAOM 1 99 15. PAKNI 1 62 16. RAIRU 2 68 17. SABARMATI 2 33 18. SEWREE 0 160 19. SIDHPUR 0 21 20 VASC0 3 56 TOTAL 32 2008 SUMMARY OF TANK LORRIES NOS. SOUTHERN REGION ( INDICATIVE) SL Location No.of Corpn owned T/Ls fitted

with VTS Number of PCVO T/Ls fitted withVTS

1. CANNANORE 1 26 2. CHERLAPALLY 8 137 3. KADAPA HOSP 0 12 4. DESUR 1 64 5. DEVANAGUNTHI 4 102 6. GULBERGA 0 19

PDF created with pdfFactory trial version www.pdffactory.com

Page 36: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

36

7. GUNTAKAL 1 14 8. HASSAN TOP 0 36 9. IRIMPANAM 6 226 10. IRUGUR 3 99 11. KAKINADA 1 24 12. KARURA INST 1 453 13. KONDAPALLY 2 88 14. MANGLORE 2 148 15. MYSORE 0 16 16. ONGOLE 1 24 17. RAICHUR 0 5 18. TADA 0 54 19. TIRUNVELLI 2 62 20. TONDIARPET 7 115 21. TRIVANDRUM 0 9 22. VIZAG 2 93 23. WARANGAL 1 55 TOTAL 43 1881 TENDERER’S DECLARATION DETAILS OF RELATIONSHIP WITH BPCL / KRL / NRL / BORL DIRECTOR ETC. Tenderer should furnish following details in the appropriate part based on their organizational structure. Organizational Structure Part of the form applicable Sole Trader Declaration-A Partnership Declaration-B Company Private / Public Declaration-C Organisation Structure-All organisations Declaration-D Declaration – A (APPLICABLE WHERE TENDERER IS SOLE PROPRIETOR) 1. Name of tenderer 2. Address Residence Office 3. State whether tenderer is related to Yes/No* any Director (s) of the BPCL / KRL / NRL / BORL 4. If ‘Yes’ to 3, state the name of BPCL/KRL/NRL / BORL’s Director and Tenderer Relationship with him / her. *Strike out whichever is not applicable. PLACE: DATE:

PDF created with pdfFactory trial version www.pdffactory.com

Page 37: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

37

Declaration-B (APPLICABLE WHERE THE TENDERER IS A PARTNERSHIP FIRM) 1. Name of the Partnership firm responding to the tender 2. Address 3. Name of Partners 4. State whether any of the partners is a Director to Yes/No* the BPCL/KRL/NR/BORL., 5. If ‘Yes’ to 4 state the name(s) of BPCL / KRL/ NRL/BORL’s Directors 6. State whether any of the partners is related to any Yes/No* of the Director(s) of the BPCL / KRL / NRL/BORL’s Directors 7. If ‘Yes’ to 6, state the name(s) of BPCL / KRL / NRL/BORL’s Directors and the concerned partner’s Relationship with him / her. * Strike out whichever is not applicable. PLACE: DATE Declaration – C (APPLICABLE WHERE THE TENDERER IS A PUBLIC / PRIVATE LTD. CO.) 1. Name of the Company responding to the tender 2. Address of:

a) Registered Office b) Principal Office

PDF created with pdfFactory trial version www.pdffactory.com

Page 38: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

38

3. State whether the Company is a Pvt. Ltd. Co. Yes/No* or Public Ltd., Co. 4. Names of Directors of the Company 5. State whether any of the Directors of the Tenderer’s Yes/No* Company is a Director of BPCL/KRL/NRL/BORL’s. 6. It ‘Yes’ to (5) state the name(s) of BPC/KRL/NRL/BORL’s Directors 7. State whether any of the Director of the Tenderer Company is related to any of the Director’s of the BPCL/KR/NRLBORL’s. Yes/No* 8. If ‘Yes’ to (7) state the name(s) of BPCL / KTL / NRL / BORL’s Director’s (of the Tenderer Co.) relationship with him /her.

• Strike out whichever is not applicable. PLACE : DATE : Declaration – D Tenderer is required to state whether they have employed any retired Director and above rank officer of BPCL / KRL / NRL / BORL in their firm. If so, details hereunder to be submitted. 1. Name of the person : 2. Post last held in BPCL/KRL/NRL/BORL : 3. Date of retirement : 4. Date of employment of the firm : Date Place:

Tenderer’s Signature & Seal N.B. 1. A separate sheet may be attached, if the above is not sufficient. 2. Strike out whichever is not applicable. If the Tenderer employs any person subsequent to signing the above declaration and the employee/s so appointed happen to be the near relatives of the Officer / Director of BPCL/KRL/NRL/BORL Central/State Governments, the Tenderer should submit another declaration furnishing the name/s of such employee/s who is /are related to the officer / s of BPCL / KRL/ NRL/ BORL / Central / State Governme

PDF created with pdfFactory trial version www.pdffactory.com

Page 39: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

39

TENDERER’S CONFIRMATION OF

1. BPCL REQUIREMENTS 2. DATA SHEET FOR DEPLOYED VMS SYSTEM

Sr.No. BPCL’S Requirement Tenderer’s Confirmation VMU I Operating Conditions 1 Temperature: (-)5 to (+) 65 Deg C 2 Humidity: 95% (non-condensing) 3 Altitude: Max 18500 feet aboveMSL 4 Approvals: CCOE approval for use of equipments /

system on Petroleum Tank Lorries

II GSM Module (GPRS MODE) 1 Make & Model No: Vendor to specify 2 Housing: Weather proof to min IP 23 3 Mode: GPRS / GSM 4 Data Rate: 9600 bps 5 Frequency: 900 / 1800 MHz (Dual band) 6 Antenna: Built in.( no External Anteena) III GPS RECEIVER 1 Make and Model No. 2 Antenna Type: Active Antenna 3 Protection: Antenna short circuit protection required 4 Mounting: Fixing should be done with ant vibration

screws

6 Enclosure: Weather proof enclosures and detachable for easy maintenance

7 Channels – 12 or more 8 L1 frequency: 1575.42 MHz 9 Cold Start: 2 minutes or better Sr.No. BPCL’S Requirement Tenderer’s Confirmation 10 Warm Start : 40 Seconds or better 11 Positional accuracy: (+) / (-) 25 metres 12 Amplifier: Low Noise Amplifier 13 Auxiliary contacts – 4 Digital I/O, 1 Analog Input (8 bit) IV VehicleTracking Module 1 Size L x B x H mm (vendor to specify)

PDF created with pdfFactory trial version www.pdffactory.com

Page 40: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

40

2 Make & Model No. Vendor to specify 3 Mounting / Fixing: Inside truck cabin with anti-vibration

screws

4 Cabling: To be done through stainless steel flexible conduits

5 Rating : Voltage: 9 – 48 V DC 6 Peak current during GSM transmission: Vendor to specify 7 Type of tracking: Real time 8 Voice communication: Not required 9 Multiple versatile interfaces: transmit data wirelessly over

GPRS preferably by exception in GSM

10 Serial interface connection: GPRS auto fail over to GSM connection

11 Hardware configuration: Should be over the air configurable

12 Diagnostic LED’s – Check Power, GPS, GSM status 13 Diagnostic LED’s: To be mounted on the body of the Tank

Lorries for security personnel at entrance gate to check power supply status to VMUN (on/off)

Sr.No. BPCL’S Requirement Tenderer’s Confirmation V GPRS SYSTEM 1 Packet size: Min.upto 200 locations in one packet 2 Zero error transmission: Provision to store positional data

in GSM dark zone for future transmission once the vehicle enters the GSM coverage area

VI Central Monitoring System 1 Server: Acceptance of BPCL specifications 2 Web server: Approved by BPCL

(Apache/Tomcat/IIS/Oracle AS)

3 Operating system: Approved by BPCL (Windows 2003 or latest ) server.

4. Data storage: Minimum 90 days data log on the service provider’s server for entire fleet

VII Software Management 1 RDBMS-Oracle 9i /10g / MS SQL Server 2 Browser: Windows XP Log of all administration actions as

well as all user logins shall also be maintained

3 Graphics: 4 User Friendly GUI 5 Position on the digitized map 6 Geofencing – Required 7 Animated Icons in different colours to represent Vehicles

PDF created with pdfFactory trial version www.pdffactory.com

Page 41: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

41

8 Display Vehicle Regn.No. and other details on mouse over over the vehicle icon

9 Zoom: Minimum three level of zoom 10 Reports: Acceptance of BPCL specifications NOTE Only minimum requirements are given above WEB SERVERS AND MAP DATABASE SERVER Sr.No. Parameters Tenderer to specify 1 Make offered 2. Model offered 3 Processor 4 Chipset 5 Rack Mountable 6 Memory 7 Bays Available 8 HDD 9 RAID controller 10 Networking 11 HBA 12 Ports 13 Bus Slots 14 Security 15 System Management 16 Remote Management 17 DVD Rom Drive 18 Fans 19 Power Supply 20 Software 21 Compatibility (all software’s to be provided by tenderer

including O/s) Proposed hardware should be certified for Windows 2003 Advanced or latest and Data Center Editions / REDHAT Linux. And should support MS SQL Database in Microsoft Cluster Environment / Oracle 9i

DATABASE SERVER SR.NO. PARAMETERS TENDERER TO SPECIFY 1 Make offered 2 Model offered 3 Processor 4 Chipset 5 Rack Mountable 6 Memory 7 Bays Available 8 HDD

PDF created with pdfFactory trial version www.pdffactory.com

Page 42: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

42

9 RAID controller 10 Networking 11 HBA 12 Ports 13 Bus Slots 14 Security 15 System Management 16 Remote Management 17 DVD Rom Drive 18 Fans 19 Power Supply 20 Software 21 Compatibility (all software’s to be

provided by Tenderer including O/s) Proposed hardware should be certified for Windows 2003 Advanced or latest and Data Center Editions And should support MS SQL Database in Microsoft Cluster Environment / Oracle 9i

COMMUNICATION SERVER SR.NO. PARAMETERS TENDERER TO SPECIFY 1 Make offered 2 Model offered 3 Processor 4 Chipset 5 Rack Mountable 6 Memory 7 Bays Available 8 HDD 9 RAID controller 10 Networking 11 Ports 12 Bus Slots 13 Security 14 System Management 15 Remote Management 16 DVD Rom Drive 17 Fans 18 Power Supply 19 Software 20 Compatibility (all software’s to be

provided by Tenderer including O/s) Proposed hardware should be certified for Windows 2003 Advanced or latest, and Data Center Editions. And should support MS SQL Database in Microsoft Cluster Environment / Oracle 9i.

PDF created with pdfFactory trial version www.pdffactory.com

Page 43: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

43

STORAGE SR.NO. PARAMETERS TENDERER TO SPECIFY 1 SAN SWITCH Make Offered Model Offered SAN Switches FC Cables Form Factor 2 STORAGE SYSTEM Make Offered Storage Controllers FC HDDs RAID Support Interface Power Supply Partioning Storage Management Certification Proposed hardware should be certified for

Windows 2003 Advanced and Data Center editions. And should support MS SQL Database in Microsoft Cluster Management

3 TAPE DRIVE Make Offered Type Tapes Compatibility Proposed hardware should be certified for

Windows 2003 Advanced or latest and Data Center editions. And should support MS SQL Database in Microsoft Cluster Management.

PDF created with pdfFactory trial version www.pdffactory.com

Page 44: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

44

CONFIRMATION – 1 (To be filled up by the Tenderer) For technical / Commercial Bid Date : From ------------------- To M/s Bharat Petroleum Corporation Ltd (Marketing Division) Tender No. RL.HQ.TPT.VTS.2011. Dear Sirs, Having examined the Tender Documents consisting of the NIT, Instructions to Tenderer’s-Introduction, submission of bids, scope of work, General conditions of contract, Special terms and conditions, list of locations, material / equipment specifications, Time Schedule, Form of Contract, Form of Tender, Form of Schedule of Rates and having understood the provisions of the said Tender Documents and having thoroughly studied the requirements of BPCL related to the work tendered for ,in connection with the Operations and maintenance Services of Vehicle Tracking System in BPCL and having conducted a thorough study of the job site(s) involved, for the performance of work. We confirm that BPCL requirement of VMS is dependent on the systems deployed by the vendor and therefore, it is important to stress upon the need of performance requirement of the system. We confirm that Performance of the overall system design shall be such that any query made to the system shall give a response within 15 sec (max) at peak load of 3000 trucks and 300 users logged into the VMS system. We also confirm that performance of the web enabled overall system deployed for above work of BPCL shall be such that when user moved from one page to other page it will be instantaneous (i.e. this aspect of performance would be equivalent or comparable with any good Indian banking website). We also undertake that if required BPCL at its discretion may appoint third party agency for Inspection and verification of the system to demonstrate the performance of the system, if required with simulators. We also undertake that this being the import factor of technical evaluation we have no objection in getting it inspected at our cost for the proposed Vehicle Management System in line with the requirement of tender for the performance of proposed work in accordance with the terms and conditions.

PDF created with pdfFactory trial version www.pdffactory.com

Page 45: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

45

CONFIRMATION – 2 (To be filled up by the Tenderer) For technical / Commercial Bid Date : From ------------------- ------------------ To M/s Bharat Petroleum Corporation Ltd (Marketing Division) Tender No- RL.HQ.TPT.VTS.2011. Dear Sirs, Having examined the Tender Documents consisting of the NIT, Instructions to Tenderer’s-Introduction, submission of bids, scope of work, General conditions of contract, Special terms and conditions, list of locations, material / equipment specifications, Time Schedule, Form of Contract, Form of Tender, Form of Schedule of Rates and having understood the provisions of the said Tender Documents and having thoroughly studied the requirements of BPCL related to the work tendered for in connection with the , Operations and maintenance Services of Vehicle Tracking System in BPCL and having conducted a thorough study of the job site(s) involved, the site conditions, the climatic conditions, labour, power, water, material and equipment availability, the transport and communication facilities, temporary office accommodation and quarters and all other facilities and things whatsoever necessary for or relative to the formulation of the tender or the performance of work. I/We hereby confirm that the VMS servers of the Tenderer to be deployed for above work is located at the following address:

PDF created with pdfFactory trial version www.pdffactory.com

Page 46: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

46

CONFIRMATION – 3 (To be filled up by the Tenderer) For technical / Commercial Bid Date : From ------------------- ------------------ To M/s Bharat Petroleum Corporation Ltd (Marketing Division) Tender No. RL.HQ.TPT.VTS.2011. Dear Sirs, Having examined the Tender Documents consisting of the NIT, Instructions to Tenderer’s-Introduction, submission of bids, scope of work, General conditions of contract, Special terms and conditions, list of locations, material / equipment specifications, Time Schedule, Form of Contract, Form of Tender, Form of Schedule of Rates and having understood the provisions of the said Tender Documents and having thoroughly studied the requirements of BPCL related to the work tendered for in connection with the , Operations and maintenance Services of Vehicle Tracking System in BPCL and having conducted a thorough study of the job site(s) involved, the site conditions, the climatic conditions,labour, power, water, material and equipment availability, the transport and communication facilities, temporary office accommodation and quarters and all other facilities and things whatsoever necessary for or relative to the formulation of the tender or the performance of work. I/We hereby confirm submission of documentary proof for having a service level agreement (SLA) for 99% uptime of the servers for the proposed Vehicle Management System in line with the requirement of tender for the performance of proposed work in accordance with the terms and conditions.

PDF created with pdfFactory trial version www.pdffactory.com

Page 47: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

47

CONFIRMATION – 4 (To be filled up by the Tenderer) For technical / Commercial Bid) Date : From ____________________ To M/s Bharat Petroleum Corporation Ltd (Marketing Division) Tender No. RL.HQ.TPT.VTS.2011. Dear Sirs, Having examined the Tender Documents consisting of the NIT, Instructions to Tenderer’s-Introduction, submission of bids, scope of work, General conditions of contract, Special terms and conditions, list of locations, material / equipment specifications, Time Schedule, Form of Contract, Form of Tender, Form of Schedule of Rates and having understood the provisions of the said Tender Documents and having thoroughly studied the requirements of BPCL related to the work tendered for in connection with the Operations and maintenance Services of Vehicle Tracking System in BPCL, and having conducted a thorough study of the job site(s) involved, the site conditions, the climatic conditions, labour, power, water, material and equipment availability, the transport and communication facilities, temporary office accommodation and quarters and all other facilities and things whatsoever necessary for or relative to the formulation of the tender or the performance of work We confirm that BPCL requirement of VMS is dependent on the system deployed by the vendor and its services and therefore, it is also important to stress upon requirement of the Regional Offices/Branch offices and services centre, and therefore, considering above, we hereby confirm submission of documentary proof for having ISO-9001-2000 or equivalent certification for the provisions for I.T. Services for the proposed Vehicle Management System in line with the requirement of tender for the performance of proposed work in accordance with the terms and conditions. We also undertake that certificate provided is true to the best of our knowledge. We also undertake and confirm that the list of Regional office / Branch office / Service centre appended below here is true to the best of our knowledge. LIST OF REGIONAL OFFICES / BRANCH OFFICES. Sr no STATE Name and address of the / Regional

Branch office. Contact no

The Tenderer may use extra sheet if required.

PDF created with pdfFactory trial version www.pdffactory.com

Page 48: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

48

PROFORMA OF BANK GUARANTEE (On non-judicial paper of appropriate value) To Bharat Petroleum Corp.Limited E&F Maker Towers, 12th floor Cuffe Parade Mumbai 400 005 Dear Sirs, M/s ------------- (hereinafter referred as “BIDDER” / “CONTRACTOR”) (Bidder’s/Contractor’s name and address) have taken tender for the Work of ----------- for -------(Name of work) ----------------. Bharat Petroleum Corp.Ltd., Mumbai, with registered office in Bharat Bhavan I, 4&6 Currimbhoy Road, Ballard Estate, Mumbai 400 001, India, (hereinafter referred as “OWNER”). The tender condition provide that the BIDDER / CONTRACTOR shall pay a sum of Rs. ………………………………………. (Rupees _______________________________________) as earnest money / initial / full security deposit includes guarantee executed by schedule ‘A’ Bank, undertaking full responsibility to indemnify owner in case of default. The BIDDER/CONTRACTOR have approached us and at their request and in consideration of the premises, we ____ having our office at ________________ (hereinafter referred as “GUARANTOR”) have agreed to give such guarantee as hereinafter mentioned. 1. GUARANTOR hereby undertake and agree that if default shall be made by

BIDDER/CONTRACTOR in performing any of the terms and conditions of the tender, GUARANTOR do hereby irrevocably bind themselves and undertake to pay the OWNER on first demand in writing by OWNER without protest or demur or proof or condition and without reference to the BIDDER/CONTRACTOR, the said amount of Rs. .. (Rupees_________________).

2. OWNER will have the full liberty without reference to GUARANTOR and without effecting this guarantee to postpone for any time or from time to time the exercise of any of the powers and rights conferred on OWER under the tender with the said BIDDER / CONTRACTOR and to enforce or to forbear from endorsing any powers or rights or by reason of time being given to the said BIDDER / CONTRACTOR which under law relating to the sureties would but for provision have the effect of releasing the GUARANTOR.

3. OWNER will have the right to recover the said sum of Rs.----------------------(RUPEES _________________) from GUARANTOR in manner aforesaid and such rights will not be affected or suspended by reason of the fact that any dispute or disputes have been raised by the said BIDDER/CONTRACTOR and or that any dispute or disputes are pending before any officer, tribunal or court.

4. The guarantee herein contained shall not be determined or affected by the liquidation or winding up, dissolution or change of constitution or insolvency of the said _______________________. (Bidder’s/Contractor’s name.)

PDF created with pdfFactory trial version www.pdffactory.com

Page 49: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

49

5. GUARANTOR’S liability under this guarantee is restricted to Rs._______________ (Rupees_________________). This guarantee shall remain in force until ________________unless a (3 months beyond bid validity) demand under guarantee is made against GUARANTOR within the aforesaid date, in which even the validity of this bank guarantee shall automatically be extended for another 2 (two) months, all rights under the said guarantee shall be forfeited and GUARANTOR shall be relieved and discharged from all liabilities thereunder.

6. GUARANTOR have power to issue this guarantee in your favour under Memorandum and Articles of Association and the undersigned has full power to do under the Power of Attorney dated _______ granted to him by the Bank.

Yours faithfully, _____________Bank by its Constituted Attorney Signature of a person duly authorized to sign on behalf of the bank

NOTE : In case of earnest money, BIDDER shall be applicable and in case of initial / full security deposit, CONTRACTOR shall be applicable.

PDF created with pdfFactory trial version www.pdffactory.com

Page 50: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

50

INTEGRITY PACT (To be executed on plain paper and applicable for all tenders of value above Rs. 1 crore)

Between Bharat Petroleum Corporation Limited (BPCL) hereinafter referred to as "The Principal", And …………………..………………………..hereinafter referred to as "The Bidder/Contractor/Supplier" Preamble The Principal intends to award, under laid down organization procedures, contract/s for ………………..The Principal values full compliance with all relevant laws and regulations, and the principles of economic use of resources, and of fairness and transparency in its relations with its Bidder/s, Contractor/s and Supplier/s. In order to achieve these goals, the Principal cooperates with the renowned international Non-Governmental Organisation "Transparency International" (TI). Following TI's national and international experience, the Principal will appoint an Independent External Monitor who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above. Section 1 - Commitments of the Principal (1) The Principal commits itself to take all measures necessary to prevent corruption and to observe the

following principles: a) No employee of the Principal, personally or through family members, will in connection with the tender, or the execution of the contract, demand, take a promise for or accept, for himself/herself or third person, any material or immaterial benefit which he/she is not legally entitled to. b) The Principal will, during the tender process, treat all Bidders with equity and reason. The Principal will, in particular, before and during the tender process, provide to all Bidders the same information and will not provide to any Bidder confidential / additional information through which the Bidder could obtain an advantage in relation to the tender process or the contract execution. c) The Principal will exclude from the process all known prejudiced persons.

(2) If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the relevant Anti-Corruption Laws of India, or if there be a substantive suspicion in this regard, the Principal will inform its Vigilance Office and in addition can initiate disciplinary actions.

Section 2 - Commitments of the Bidder / Contractor / Supplier (1) The Bidder / Contractor/Supplier commits itself to take all measures necessary to prevent corruption.

He commits himself to observe the following principles during his participation in the tender process and during the contract execution. a) The Bidder / Contractor/Supplier will not, directly or through any other person or firm, offer, promise or give to any of the Principal's employees involved in the tender process or the execution of the contract or to any third person, any material or immaterial benefit which he/she is not legally entitled to, in order to obtain in exchange, any advantage of any kind whatsoever during the tender process or during the execution of the contract. b) The Bidder / Contractor/Supplier will not enter with other Bidders into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to introduce cartelization in the bidding process.

PDF created with pdfFactory trial version www.pdffactory.com

Page 51: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

51

c) The Bidder / Contractor/Supplier will not commit any offence under the relevant Anti-Corruption Laws of India; further the Bidder / Contractor/Supplier will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or document provided by the Principal as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically. d) The Bidder / Contractor/Supplier will, when presenting his bid, disclose any and all payments he has made, is committed to, or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract.

(2) The Bidder / Contractor/Supplier will not instigate third persons to commit offences outlined above or be an accessory to such offences.

Section 3 - Disqualification from tender process and exclusion from future contracts If the Bidder, before contract award, has committed a transgression through a violation of Section 2 or in any other form such as to put his reliability or credibility as Bidder into question, the Principal is entitled to disqualify the Bidder from the tender process or to terminate the contract, if already signed, for such reason. (1) If the Bidder/Contractor/Supplier has committed a transgression through a violation of Section 2 such

as to put his reliability or credibility into question, the Principal is also entitled to exclude the Bidder / Contractor/Supplier from future contract award processes. The imposition and duration of the exclusion will be determined by the severity of the transgression. The severity will be determined by the circumstances of the case, in particular the number of transgressions, the position of the transgressors within the company hierarchy of the Bidder and the amount of the damage. The exclusion will be imposed for a minimum of 6 months and maximum of 3 years.

(2) A transgression is considered to have occurred if the Principal after due consideration of the available evidences, concludes that no reasonable doubt is possible.

(3) The Bidder accepts and undertakes to respect and uphold the Principal's absolute right to resort to and impose such exclusion and further accepts and undertakes not to challenge or question such exclusion on any ground, including the lack of any hearing before the decision to resort to such exclusion is taken. This undertaking is given freely and after obtaining independent legal advice.

(4) If the Bidder / Contractor/Supplier can prove that he has restored / recouped the damage caused by him and has installed a suitable corruption prevention system, the Principal may revoke the exclusion prematurely.

Section 4 – Compensation for Damages (1) If the Principal has disqualified the Bidder from the tender process prior to the award according to

Section 3, the Principal is entitled to demand and recover from the Bidder liquidated damages equivalent to Earnest Money Deposit/Bid Security.

(2) If the Principal has terminated the contract according to Section 3, or if the Principal is entitled to terminate the contract according to Section 3, the Principal shall be entitled to demand and recover from the Contractor/Supplier liquidated damages equivalent to Security Deposit / Performance Bank Guarantee.

(3) The Bidder agrees and undertakes to pay the said amounts without protest or demur subject only to condition that if the Bidder / Contractor/Supplier can prove and establish that the exclusion of the Bidder from the tender process or the termination of the contract after the contract award has caused no damage or less damage than the amount of the liquidated damages, the Bidder /

PDF created with pdfFactory trial version www.pdffactory.com

Page 52: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

52

Contractor/Supplier shall compensate the Principal only to the extent of the damage in the amount proved.

Section 5 - Previous Transgression (1) The Bidder declares that no previous transgression occurred in the last 3 years with any other

Company in any country conforming to the TI approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process.

(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender process or the contract, if already awarded, can be terminated for such reason.

Section 6 - Equal treatment of all Bidders / Contractors / Suppliers / Subcontractors (1) The Bidder/Contractor/Supplier undertakes to demand from all subcontractors a commitment in

conformity with this Integrity Pact, and to submit it to the Principal before contract signing. (2) The Principal will enter into agreements with identical conditions as this one with all Bidders,

Contractors/Suppliers and Subcontractors. (3) The Principal will disqualify from the tender process all Bidders who do not sign this Pact or violate its

provisions. Section 7 – Punitive Action against violating Bidders / Contractors / Suppliers / Subcontractors If the Principal obtains knowledge of conduct of a Bidder, Contractor, Supplier or Subcontractor, or of an employee or a representative or an associate of a Bidder, Contractor, Supplier or Subcontractor which constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform the Vigilance Office. Section 8 - Independent External Monitors

(1) The Principal has appointed competent and credible Independent External Monitors for this Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement.

(2) The Monitor is not subject to instructions by the representatives of the parties and performs his functions neutrally and independently. He reports to the Chairperson of the Board of the Principal.

(3) The Bidder/Contractor/Supplier accepts that the Monitor has the right to access without restriction to all Project documentation of the Principal including that provided by the Bidder / Contractor / Supplier. The Bidder / Contractor / Supplier will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to this project documentation. The same is applicable to Subcontractors. The Monitor is under contractual obligation to treat the information and documents of the Bidder/Contractor/Supplier/ Subcontractor with confidentially.

(4) The Principal will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the Principal and the Bidder/Contractor/Supplier. The parties offer to the Monitor the option to participate in such meetings.

(5) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so inform the Management of the Principal and request the Management to discontinue or heal the violation, or to take other relevant action. The Monitor can in this regard submit non-binding recommendation. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action. However, the Independent External Monitor shall give an opportunity to the Bidder / Contractor / Supplier to present its case before making its recommendations to the Principal.

PDF created with pdfFactory trial version www.pdffactory.com

Page 53: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. Authorized signature of the Tenderer with seal

Page

53

(6) The Monitor will submit a written report to the Chairperson of the Board of the Principal within 8 to 10 weeks from the date of reference or intimation to him by the 'Principal' and, should the occasion arise, submit proposals for correcting problematic situations.

(7) If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an offence under relevant Anti-Corruption Laws of India, and the Chairperson has not, within reasonable time, taken visible action to proceed against such offence or reported it to the Vigilance Office, the Monitor may also transmit this information directly to the Central Vigilance Commissioner, Government of India.

(8) The word 'Monitor' would include both singular and plural. Section 9 - Pact Duration This Pact begins when both parties have legally signed it. It expires for the Contractor/Supplier 12 months after the last payment under the respective contract, and for all other Bidders 6 months after the contract has been awarded. If any claim is made / lodged during this time, the same shall be binding and continue to be valid despite the lapse of this pact as specified above, unless it is discharged / determined by Chairperson of the Principal. Section 10 - Other provisions (1) This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered Office

of the Principal, i.e. Mumbai. The Arbitration clause provided in the main tender document / contract shall not be applicable for any issue / dispute arising under Integrity Pact.

(2) Changes and supplements as well as termination notices need to be made in writing. Side agreements have not been made.

(3) If the Bidder/Contractor/Supplier is a partnership or a consortium, this agreement must be signed by all partners or consortium members.

(4) Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreement remains valid. In this case, the parties will strive to come to an agreement to their original intentions.

……………………… ……………………………………… For the Principal For the Bidder/Contractor/Supplier Place ……………… Witness 1 : ………………

(Signature/Name/Address)

Date ………………. Witness 2 : …………… (Signature/Name/Address

Names, Addresses and Contact Numbers of Independent External Monitors

Sr. No. Name of IEM Address Telephone Nos.

2. UPPILIAPPAN SUNDARARAJAN

Flat No. 3A-1302, Whispering Palms Lokhandwala Complex, Akurli Road Kandivali (East), Mumbai – 400 101. Maharashtra, India.

Land: 022 884 3600 Mobile 98205 03000

PDF created with pdfFactory trial version www.pdffactory.com

Page 54: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. authorized signature of the Tenderer with seal

Page

54

Tender No. RL.HQ.TPT.VTS.2011 PRICE BID SCHEDULE OF RATES

Sr.No.

Description of Items

Qty.

Unit

Currency

Unit Rates in Rs

Amount (INR)

In Figures In Words In Figures 1

Cost of Vehicle mounted units (VMU) including GSM antenna, control unit and GPS / GPRS transmitter, installation /testing and commissioning, complete in all respects as per BPCL specifications. VMU’s Rates once found competitive will be indicated to PCVO who in turn will directly purchase from the BPCL approved vendor/s or VTS manufacturer. (This rate will be communicated to transporters for purchasing the unit from the successful vendor).For BPCL owned Tank Lorry the cost of VTS will be paid by BPCL. Quote for 1 make of VMU (inclusive of all taxes), which can be integrated in single VMS software. (One time cost for 3 years of contract period).

8000 approx

Nos.

Rs INR

Unit rates quoted are all inclusive. Seal Date -

PDF created with pdfFactory trial version www.pdffactory.com

Page 55: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. authorized signature of the Tenderer with seal

Page

55

Tender No.RL RL.HQ.TPT.VTS.2011. PRICE BID SCHEDULE OF RATES Sr.No.

Description of Items

Qty.

Unit

Currency

Unit Rates in Rs

Amount (INR)

In Figures

In Words In Figures

2 Cost towards Route mapping of New RO/Customers/Supply Locations Job will include a) Physical route survey of accurately mapped designated valid routes from loading locations / to the Retail Out lets / Customer’s premises as per the detailed specifications complete inclusive of all taxes and duties. b).Uploading digital maps preferably as per survey of India for each new route and customization through physical mapping to indicate important land marks, including depots, terminals, TOP, AFS, consumer outlets, and other key land marks, including other Oil Cos. ROs on route. Job will include physical route survey of accurately mapped designated valid routes from loading location/depot/terminal to the delivery destination.

600 man days.approx

Per man DAY

Rs INR

Transportation arrangements for mapping of new Retail Outlets, customer, supply points will be provided by BPCL. Note : The unit rates quoted above are all inclusive. Seal Date

PDF created with pdfFactory trial version www.pdffactory.com

Page 56: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. authorized signature of the Tenderer with seal

Page

56

Tender No. RL.HQ.TPT.VTS.2011. PRICE BID SCHEDULE OF RATES Sr.No.

Description of Items

Qty.

Unit

Currency

Unit Rates in Rs

Amount (INR)

In Figures

In Words In Figures

3 Cost Towards a) Geo fencing module to be provided in the applications with additional exception reports for route violation as per detailed specifications complete inclusive of all taxes and duties. b) Providing package for VMS for BPCL for providing mapping, tracking, operating and maintenance services for fleet information. c) Providing complete software package with due licenses to BPCL parallelly in a BPCL server as required by BPCL for its internal use.

LUMPSUM LS Rs INR

Note : The unit rates quoted above are all inclusive. Seal Date

PDF created with pdfFactory trial version www.pdffactory.com

Page 57: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. authorized signature of the Tenderer with seal

Page

57

Tender No. RL.HQ.TPT.VTS.2011. PRICE BID SCHEDULE OF RATES Sr.No.

Description of Items

Qty.

Unit

Currency

Unit Rates in Rs

Amount (INR)

In Figures

In Words In Figures

4 Service charges for operating, maintenance, providing exception report from web based VMS report including supply of activated SIM to be fixed on to VMU, providing LCD monitors at all Loading Locations, configuring with Web enabled software in Vendor’s servers in a secured web site, customization of MIS reports, creation of customized master database of locations, fleet & users, modification of reports/ MIS reports and trouble shooting of software and hardware for complete system inclusive of all taxes. (Per month per VMU cost for 3 years contract period)

8000 vmu Approx X36 months=28800 vmu months

Per vmu per month

Rs INR

Note : The unit rates quoted above are all inclusive. Seal Date

PDF created with pdfFactory trial version www.pdffactory.com

Page 58: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. authorized signature of the Tenderer with seal

Page

58

Tender Ref- Tender No. RL.HQ.TPT.VTS.2011. PRICE BID SCHEDULE OF RATES Sr.No

Description of Items

Qty.

Unit

Currency

Unit Rates in Rs

Amount Rs (INR)

In Figures

In Words In Figures

5

Providing full day training to BPCL personnel at each supply Location/TM’s office for familiarization, operations and trouble shooting of the system. At some locations training will be given in two batches. (One time cost for 3 years of contract period).The rate quoted rate is inclusive of all expenses towards travelling/lodging/boarding.

100 days

Days

Rs INR

Sr.No 6

Hiring of Software Engineers for Development purposes of the packages for 8 hrs in a day .( max 10 days)

10 days Day Rs INR

Note : The unit rates quoted above are all inclusive. Seal Date

PDF created with pdfFactory trial version www.pdffactory.com

Page 59: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. authorized signature of the Tenderer with seal

Page

59

ENVELOPE A : TECHNICAL BID

TENDER NO. : RL.HQ.TPT.VTS.2011

DUE DATE & TIME : 24/10/2011 AT 15.00 HRS

SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND MAINTENANCE SERVICE FOR VEHICLE MANAGEMENT SYSTEM OF TANK LORRY FLEET FOR M/S BHARAT PETROLEUM CORPORATION LIMITED.

TO

SR. MANAGER TRANSPORT (LOGISTICS), RHQ BHARAT PETROLEUM CORPORATION LTD. 12 TH FLOOR, E- WING , MAKER TOWER

CUFFE PARADE,MUMBAI- 400005. Name & Address of the Tenderer: _________________________ _________________________ _________________________

PDF created with pdfFactory trial version www.pdffactory.com

Page 60: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. authorized signature of the Tenderer with seal

Page

60

ENVELOPE B : PRICE BID

TENDER NO. : RL.HQ.TPT.VTS.2011

DUE DATE & TIME : 24/10/2011 AT 15.00 HRS

SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND MAINTENANCE SERVICE FOR VEHICLE MANAGEMENT SYSTEM OF TANK LORRY FLEET FOR M/S BHARAT PETROLEUM CORPORATION LIMITED.

TO

SR. MANAGER TRANSPORT (LOGISTICS), RHQ BHARAT PETROLEUM CORPORATION LTD. 12 TH FLOOR, E- WING , MAKER TOWER

CUFFE PARADE,MUMBAI- 400005.

Name & Address of the Tenderer: _________________________ _________________________ _________________________

PDF created with pdfFactory trial version www.pdffactory.com

Page 61: SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND ... th oct 2011... · and the contract. Work Order shall be placed on the lead partner who shall be obliged to discharge all the

RL.HQ.TPT.VTS.2011. authorized signature of the Tenderer with seal

Page

61

ENVELOPE C : TECHINICAL & PRICE BID

TENDER NO. : RL.HQ.TPT.VTS.2011

DUE DATE & TIME : 24/10/2011 AT 15.00 HRS

SUB : TENDER FOR AWARD OF CONTRACT FOR OPERATING AND MAINTENANCE SERVICE FOR VEHICLE MANAGEMENT SYSTEM OF TANK LORRY FLEET FOR M/S BHARAT PETROLEUM CORPORATION LIMITED.

TO SR. MANAGER TRANSPORT (LOGISTICS), RHQ

BHARAT PETROLEUM CORPORATION LTD. 12 TH FLOOR, E- WING , MAKER TOWER

CUFFE PARADE,MUMBAI- 400005.

Name & Address of the Tenderer: _________________________ _________________________ _________________________

PDF created with pdfFactory trial version www.pdffactory.com