Open Tender through E- Procurement

For Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), .

Document Title Tender for Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. Document Type RFP Bid Type Three Part Bid – BQ, Technical & Commercial CRFQ No 1000359486/ET NO.78110 Date of CRFQ 28.10.2020 Pre bid meeting on 4th November 2020, 10:00 Hrs. IS Conference Room, ERPCC Building, 2nd Floor, BPCL A Installation, Sewree Fort Road, Sewree East, Mumbai 400015 or Online through Microsoft Teams Last Date for 12th November 2020 at 15:00 hrs. IST Submission of Bid

RFQ issued by: Bharat Corporation Limited, IS Department, ERPCC Building, 2nd Floor, BPCL A - Installation, Sewree Fort Road, Sewree East, Mumbai – 400015

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 1 | 71 Subject: Invitation of tender for Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai.

Dear Sir / Madam,

1. BPCL invites bids for selection of AMC Service Provider to provide services pertaining to Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai for a period of three years.

2. Please visit the website https://bpcleproc.in for participating in the tender and submitting your bid online.

3. Bidders are invited to submit offer in a three-part bid for the subject job as per the technical specifications and on the terms & conditions contained in this tender document.

4. Bidders are required to submit their bids in three part bids consisting of the following, through this E-Tender.

a) Bid-Qualification Criteria (BQC) document (Part – I) This should contain required Bid Qualification documents /details/relevant proof against each of the given Criteria.

b) Techno-Commercial Bid (Part – II) This should contain all technical details, Literature, Leaflets etc., confirmation of Commercial terms and conditions of the tender.

c) Price Bids (Part – III) This should contain Prices /Taxes against the bill of materials.

5. First BQC bid document of bidders will be evaluated. Techno-commercial bids of only those bidders, who qualify the BQC criteria, will be evaluated further.

6. Price bids of only those bidders, who qualify the techno-commercial criterion, will be opened and evaluated further.

7. The bidders shall be required to submit an EMD of Rs. 1 lakh by DD drawn on any scheduled Bank payable at Mumbai, in physical form in our office at the following address before due date and time failing which bids will not be considered for evaluation. Demand Draft should be in favor of M/s. Corporation Limited, Mumbai and submitted at the following address:

DGM, IS (P&C) Bharat Petroleum Corporation Limited, IS Department, ERP Competency Center, 2nd Floor, BPCL A – Installation, Sewree Fort Road, Sewree East, Mumbai – 400015.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 2 | 71

EMD also can be deposited by NEFT (Account no. 22205020107 / IFSC SCBL0036001 / Standard Chartered Bank, MG Road, Mumbai 400001), please refer enclosed NEFT Mandate Form (Annexure – IX ) for bank details. Please provide NEFT details in EMD form on eproc (https://bpcleproc.in) site along with proof of payment.

EMD is exempted for MSE vendors and NSIC vendors subject to submission of the details of MSE Registration with Directorate of Industries or any other competent authorities and NSIC registration as applicable along with the technical bid.

Bidders quoting as MSE would be required to submit CA Certificate along with MSE Registration Certificate / document (not applicable in case of NSIC) to avail the benefit under Public Procurement Policy as per MSMED Act. 2006 / Public Procurement Policy Order 2012. The CA Certificate should be dated after the date of floating of the tender and shall be specific to the tender for which bid is being submitted. Format of CA Certificate is attached.

Bidder shall have to submit copy of MSE Registration Certificate along with CA Certificate. (Format of CA certificate – Annexure VII). In case CA Certificate is not submitted, bid of the vendor shall be rejected at EMD stage.

EMD of the successful bidder will be returned only after successful execution of job against the Outline agreement / Purchase Order or submission of PBG (if applicable)”.

EMD of the unsuccessful bidders shall be returned after finalization of the L-1 Bidder.

8. Bidder should submit Bid-Qualification document, Techno-commercial & price bid through online. However, the instrument i.e. EMD in the form of Demand Draft and the Integrity Pact duly signed and stamped by authorized personnel of your company to be submitted in physical form on or before the due date and time of this tender. Pre-Signed Integrity Pact to be downloaded from ‘eproc’ Portal.

9. BPCL does not take any responsibility for any delay in submission of online bid due to connectivity problem or non-availability of site and/or receipt of instrument i.e. DD and Integrity Pact to be submitted in physical form due to postal delay. No claims on this account shall be entertained.

10. Incomplete tenders shall be liable for rejection without seeking any further clarification. We also reserve the right to reject any or all tenders without assigning any reasons whatsoever.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 3 | 71 11. Bidders, who (i) have failed to execute a Contract / Purchase Orders, after the same had been issued to them and was accepted by them (ii) had failed to take up the Job and / or has withdrawn, after being Declared as Lowest Bidder (L1), for any Tender issued by BPCL IS Procurement Department, due to any reasons in last 3 years in BPCL, are ineligible to participate in this tender.

12. Bidder to quote for all items in the tender, required for AMC and Operational Management.

13. We suggest vendor shall do site survey to identify requirement. Site Survey: Bidders are requested to visit BPCL CDC for a walk through inspection prior to submitting their proposal. Submitting proposals without the Site survey would be at the bidder's own risk. Date and Time: Monday to Friday from 9:00 AM to 4:00 PM (excluding BPCL declared holidays).

14. If vendor failed to obey tender conditions and service support during entire tender duration then BPCL reserve the rights to penalize and blacklist the vendor.

Thanking you,

Yours faithfully,

For Bharat Petroleum Corporation Ltd.

Himanshu Shah DGM IS (Procurement & Contracts)

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 4 | 71 Table of Contents General Instructions to Bidders for E-Tendering ...... 6 Important Notes to Bidders: ...... 11 Background ...... 12 Scope of Work (SOW) ...... 12 Technical Specifications ...... 21 Other terms and Conditions ...... 41 Existing Infrastructure details of the Data Center: ...... 46 Bid Qualification Criteria ...... 50 Techno-Commercial Bid Format: ...... 52 Techno-Commercial Evaluation Criteria: ...... 53 Price Bid Evaluation/Contract Award Criteria: ...... 53 General Terms and Conditions ...... 54 Termination of Contract: ...... 54 Commercial Terms & Conditions ...... 56 Payment Terms ...... 57 SLA Requirements ...... 58 Performance Bank Guarantee: ...... 58 Penalty for Breach of Contract: ...... 59 Other Contractual Stipulations ...... 60 Bill of Material ...... 61 Un-priced Bid Format ...... 63 Annexure – III: Non-Disclosure Agreement ...... 65 Annexure – IV: MEMORANDUM OF AGREEMENT ...... 70 Annexure – VI: - Template for Submitting Queries for Pre-bid Meeting ...... 70 Annexure – VII: Format of CA certificate to be submitted by the MSE Bidders ...... 71 Annexure -VIII: General Conditions of Contract (GCC) ...... 71 Annexure – IX: NEFT Mandate Form ...... 71 Annexure – X: Format for Compliance of Restrictions for Countries which share land border with ...... 71

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 5 | 71 General Instructions to Bidders for E-Tendering

a) Interested bidders may download the tender from BPCL website http://www.bharatpetroleum.in) or the CPP portal (http://eprocure.gov.in) or from the e- tendering website (https://bpcleproc.in) and participate in the tender as per the instructions given therein, on or before the due date of the tender. The tender available on the BPCL website and the CPP portal can be downloaded for reading purpose only. For participation in the tender, please fill up the tender online on the e-tender system. You can submit the bid only on https://bpcleproc.in. Prior to submission of bid, you need to register in the portal.

b) For registration on the e-tender site https://bpcleproc.in, you can be guided by the “Instructions to Bidders” available under the download section of the homepage of the website. As the first step, bidder shall have to click the “Register” link and fill in the requisite information in the “Bidder Registration Form”. Kindly remember your e-mail id (which will also act as the login ID) and the password entered therein. Once you complete this process correctly, you shall get a system generated mail. Login in to the portal using your credentials. When you log in for the first time, system will ask you to add your Digital Signature. Once you have added the Digital Signature, please inform by mail to the bidder administrator [email protected] with a copy to [email protected] for approval. Once approved, bidders can login in to the system as and when required.

c) As a pre-requisite for participation in the tender, bidders are required to obtain a valid Digital Certificate of Class IIB and above (having both signing and encryption certificates) as per Indian IT Act from the licensed Certifying Authorities operating under the Root Certifying Authority of India (RCIA), Controller of Certifying Authorities (CCA). The cost of obtaining the digital certificate shall be borne by the bidder.

In case any bidder so desires, he may contact our e-procurement service provider M/s. E- Procurement Technologies Ltd., Contact no. Tel: +91-79-40270573 & Tel: +91 22 2417 6419 | 65354113 | 65595111 for obtaining the digital signature certificate.

d) Corrigendum/amendment, if any, shall be notified on the site https://bpcleproc.in. In case any corrigendum/amendment is issued after the submission of the bid, then such bidders, who have submitted their bids, shall be intimated about the corrigendum/amendment by a system-generated email. It shall be assumed that the information contained therein has been taken into account by the bidder. They have the choice of making changes if needed in their bid before the due date and time.

Bidders are required to complete the following process online on or before the due date/time of closing of the tender:

 Bid Qualification Criteria (Part – I)  Techno-commercial Bid (Part – II)  Price bid (Part –III)

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 6 | 71 e) Directions for submitting online offers, electronically, against e-procurement tenders directly through internet: • Bidders are advised to log on to the website (https://bpcleproc.in) and arrange to register themselves at the earliest, if not done earlier.

• The system time (IST) that will be displayed on e-Procurement web page shall be the time considered for determining the expiry of due date and time of the tender and no other time shall be taken into cognizance.

• Bidders are advised in their own interest to ensure that their bids are submitted in e- Procurement system well before the closing date and time of bid. If the bidder intends to change/revise the bid already submitted, they shall have to withdraw their bid already submitted, change / revise the bid and submit once again. In case bidder is not able to complete the submission of the changed/revised bid within due date & time, the system would consider it as no bid has been received from the bidder against the tender and consequently the bidder will be out from tendering process. The process of change / revise could be done any number of times till the due date and time of submission deadline. However, no bid can be modified after the bids submission deadline.

• Once the entire process of submission of online bid is complete, they will get an auto mail from the system stating you have successfully submitted your bid in the following tender with tender details.

• Bids / Offers shall not be permitted in e-procurement system after the due date / time of tender. Hence, no bid can be submitted after the due date and time of submission has elapsed.

• No manual bids/offers along with electronic bids/offers shall be permitted.

f) For tenders whose estimated procurement value is more than Rs. 10 lakhs, bidders can see the rates quoted by all the participating bidders once the price bids are opened. For this purpose, bidders shall have to log in to the portal under their user ID and password, click on the “dash board” link against that tender and choose the “Results” tab.

g) No responsibility will be taken by BPCL and/or the e-procurement service provider for any delay due to connectivity and availability of website. They shall not have any liability to bidders for any interruption or delay in access to the site irrespective of the cause. It is advisable that bidders who are not well conversant with E-tendering procedures, start filling up the tenders much before the due date /time so that there is sufficient time available with him/her to acquaint with all the steps and seek help if they so require. Even for those who are conversant with this type of e-tendering, it is suggested to complete all the activities ahead of time. It should be noted that the individual bid becomes viewable only after the opening of the bid on/after the due date and time. Please be reassured that your bid will be viewable only to you and nobody else till the due date/ time of the tender opening. The non- availability of viewing before due date and time is true for e-tendering service provider as

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 7 | 71 well as BPCL officials. h) BPCL and/or the e-procurement service provider shall not be responsible for any direct or indirect loss or damages and or consequential damages, arising out of the bidding process including but not limited to systems problems, inability to use the system, loss of electronic information etc.

In case of any clarification pertaining to e-procurement process, the bidder may contact the following agencies / personnel:

For system related issues: M/s. E-Procurement Technologies Ltd at contact no. Tel: +91-79-40270573 / +91 22 2417 6419 followed with an e-mail to id [email protected].

For tender related queries: a. Luisa Chodankar of BPCL at contact no. 022-24176450/Mobile No. 9619171858 followed with an email to ID [email protected]. b. Sadanand Rane of BPCL contact no.022-24166512/ Mobile No.9820396749 followed an email to ID [email protected] c. Himanshu Shah of BPCL at contact no. 022-24176199/9819911524 followed with an email to ID [email protected]

For Technical related queries:

a. Kumar Gaurav of BPCL at contact no. 022 – 24176035 / Mobile No. 8970900029 followed with an email to ID [email protected] b. J P Manas of BPCL at contact no. 022- 24176536/Mobile No. 9833747915 followed with an email to ID [email protected]

Completeness of Response

a) Bidders are advised to study this RFP document carefully before submitting their proposals in response to this RFP. Submission of a proposal in response to this RFP shall be deemed to have been done after careful study and examination of this document with full understanding of its terms, conditions and implications.

b) A bid shall be considered Responsive only when the bidder’s response to this RFP is full and complete in all respects including the compliance sheet.

c) Failure to furnish all the information required in this RFP or submission of a proposal not responsive to the RFP in all aspects will be at the Bidder's risk and may result in rejection of the bidder’s Proposal.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 8 | 71 Modification and Withdrawal of Proposal

No proposal may be withdrawn in between the deadline for submission of proposals and the expiration of the validity period specified by the bidder on the proposal form. Entire EMD may be forfeited if any of the bidders withdraw their bid during the validity period.

Non-Conforming Proposals

A proposal may be construed as a non-conforming proposal and ineligible for consideration if it does not comply with the requirements of this RFP. Failure to comply with the technical requirements, and non-acknowledgment of receipt of amendments, are common causes for holding proposals non-conforming.

Right to Modify Submission Deadline

BPCL may, at its discretion, extend the deadline for submission of proposals by issuing a corrigendum or by intimating all bidders who have been provided the proposal documents, in writing or by facsimile, in which case all rights and obligations of this RFP and the bidders previously subject to the original deadline will thereafter be subject to the deadline as extended.

Right to Terminate the Process

BPCL may terminate the RFP process at any time and without assigning any reason. BPCL makes no commitments, express or implied, that this process will result in a business transaction with anyone.

This RFP does not constitute an offer by BPCL. The bidder's participation in this process may result in BPCL selecting the bidder to engage in further discussions and negotiations toward execution of agreement. The commencement of such negotiations does not, however, signify a commitment by BPCL to execute agreement or to continue negotiations. BPCL may terminate negotiations at any time without assigning any reason.

BPCL also reserved the right to cancel the tender after opening of the Bid and declaration of L1 bidder if warranted, without assigning any reason. No vendor should make any commitment whatsoever in respect of the tender or contract unless a formal LOA /OLA/PO is issued and accepted by the Vendors.

Disqualification

The bid is liable to be disqualified in the following cases or in case bidder fails to meet the bidding requirements as indicated in this RFP: a) Bid not submitted in accordance with the procedure and formats prescribed in this document or treated as non-conforming Bid. b) The bidder qualifies the Bid with his own conditions. c) Bid is received in incomplete form.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 9 | 71 d) Bid is not accompanied by all the requisite documents like EMD, Integrity Pact etc. before due date & time. In case of EMD exemption, MSE/ NSIC Certificate should be submitted. e) Information submitted in technical Bid is found to be misrepresented, incorrect or false, accidentally, unwittingly or otherwise, at any time during the processing of the agreement (no matter at what stage) or during the tenure of the agreement including the extension period if any. f) Commercial Bid is uploaded as part of technical Bid. Bidder tries to influence the Bid evaluation process by unlawful/corrupt/fraudulent means at any point of time during the bid process.

Integrity Pact (IP)

• Pre-signed Integrity Pact available on Link https://ebiz.bpc.co.in/docs/Integrity_Pact.pdf shall be uploaded by the Bidder/s along with the technical bid documents, duly signed and stamped by the authorized signatory.

All the pages of the Integrity Pact shall be duly signed and witnessed. Bidder's failure to upload the IP duly signed along with the bid documents shall result in the bid not being considered for further evaluation.

• If the Bidder has been disqualified from the tender process prior to the award of the contract in accordance with the provisions of the Integrity Pact, BPCL shall be entitled to demand and recover from Bidder Liquidated Damages amount by forfeiting the EMD/Bid Security as per provisions of the Integrity Pact.

• If the contract has been terminated according to the provisions of the Integrity Pact, or if BPCL is entitled to terminate the contract according to the provisions of the Integrity Pact, BPCL shall be entitled to demand and recover from Contractor Liquidated Damages amount by forfeiting the Security Deposit/ Performance Bank Guarantee as per provisions of the Integrity Pact.

• Bidders may raise disputes/complaints if any, with the nominated Independent External Monitor.

Names/addressed/contact numbers of Independent External Monitors (IEM) appointed to oversee implementation is as follows:

Shri. Vikram Srivastava Shri. Virendra Bahadur Singh Shri. Anupam Kulshreshtha

ADDRESS ADDRESS ADDRESS

E-202, Second Floor , Greater H.No. B-5/64, Vineet Khand, Gomati B-3/3, ‘Yarrows Apartments’, Plot C- Kailash Part 2, New Delhi – 110048 Nagar, Lucknow - 226010 58/5, Sector 62, Noida, UP -201309 [email protected] [email protected] [email protected]

Mob. No. 09810642323 Mob. No. 8853760730 Mob. No. 9968281160

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 10 | 71 Important Notes to Bidders:

1. While preparing this document, BPCL tried to cover all relevant information. However, Bidder should examine this document and bring out any omissions. Once the bid is technically acceptable & commercially evaluated, it is the responsibility of the Bidder to complete the Project, as per the Scope, without any further commercial impact to BPCL.

2. It is the Bidder’s responsibility to carefully review this document and understand the scope of work while quoting for the bid. This Project is to be completed as defined in the Scope of work. Any hardware, software required for executing the project & not listed in this RFP, will be on Bidder’s account and Bidder must take into account all such costing while submitting bids.

3. Jobs awarded under this contract cannot be sub-contracted without the consent of BPCL.

4. PRE-BID MEETING: Pre-Bid Meeting Date & Venue is mentioned on ‘eproc’ Portal. Parties desiring to attend the pre-bid meeting are requested to send a prior intimation by email along with Name, Email ID of all the participants and also share all the queries (as per the prescribed format in (Annexure – VI) by email to [email protected] / [email protected] ) at the latest two days in advance. Further queries/clarifications on this tender may not be entertained after pre‐bid meeting.

Due to COVID scenario, BPCL may decide to hold the pre-bid meeting through video conferencing/e-meeting. BPCL shall use Microsoft Teams platform to conduct the remote meeting and invites shall be sent by BPCL to all the interested parties whose details have been received by the above-mentioned cutoff time. It is the responsibility of interested participants to arrange for infrastructure at their end for joining the e-meeting through invite link from BPCL.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 11 | 71 Background

Corporate Data Centre (CDC) –Sewree (Mumbai) was commissioned in 2006 and is running as Primary Data Center for BPCL that hosts critical infrastructure including physical and virtual Environment to support all the business critical online transactions and applications viz. SAP, Non-SAP, LPGNext/LPGOne, Email/Exchange, SharePoint and Retail Automation etc.

Contact Persons for Technical Clarification:

(a) Mr. Kumar Gaurav Assistant Manager – CDC (Infra.) BPCL, A – Installation, Corporate Data Centre Sewree Fort Road, Sewree East, Mumbai 400015. Mobile No. +91 8970900029 Email: [email protected]

(b) Mr. Jagdish Prasad Manas Chief Manager – IS (Infra.) BPCL, A – Installation, Corporate Data Centre Sewree Fort Road, Sewree East, Mumbai 400015. Mobile No. +91 9833747915 Email: [email protected]

Scope of Work (SOW)

Scope of the Work is to provide “Annual Maintenance support” for Data Centre utilities including Civil, electrical and mechanical aspects of Corporate Data center, Mumbai. The vendor has to prepare a detailed check list of all the periodic activities to be carried out under each of the item categories described below and on completion, submit signed reports to the concerned BPCL officer. Vendor to prepare the check list on award of job and submit the same for approval by BPCL officer before commencement of job.

Following are Details for AMC of Data center utilities:

Sr. No. Product/Services Details Period 1. Comprehensive AMC for Party should carry out comprehensive AMC & Quarterly LT Electrical System preventive maintenance of systems on a quarterly basis.

All Planned activities listed in technical specifications u/s 1 (Comprehensive AMC for LT Electrical System) should get completed

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 12 | 71 within due date given under Annual maintenance plan approved by BPCL.

Any Failure in Device need to attend in 2 hours and resolved in 6 hours.

2. Comprehensive AMC for Party should carry out comprehensive AMC & Quarterly ASCO Switch preventive maintenance of systems on a quarterly basis.

All Planned activities listed in technical specifications u/s 2 (Comprehensive AMC for ASCO Switch) should get completed within due date given under Annual maintenance plan approved by BPCL.

Any Failure in Device need to attend in 2 hours and resolved in 6 hours.

3. Comprehensive AMC for Party should carry out comprehensive AMC & Quarterly Precision AC DB Panels preventive maintenance of systems on a quarterly basis.

All Planned activities listed in technical specifications u/s 3 (Comprehensive AMC for Precision AC DB Panels) should get completed within due date given under Annual maintenance plan approved by BPCL.

Any Failure in Device need to attend in 2 hours and resolved in 6 hours.

4. Comprehensive AMC for Party should carry out comprehensive AMC & Quarterly Distribution Panels. preventive maintenance of systems on a quarterly basis.

All Planned activities listed in technical specifications u/s 4 (Comprehensive AMC for Distribution Panels) should get completed within due date given under Annual maintenance plan approved by BPCL.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 13 | 71 Any Failure in Device need to attend in 2 hours and resolved in 6 hours.

5. Comprehensive AMC for Party should carry out comprehensive AMC & Quarterly Earth Pits of GI Pipe and preventive maintenance of systems on a Copper Plate. quarterly basis.

All Planned activities listed in technical specifications u/s 5 (Comprehensive AMC for Earth Pits of GI Pipe and Copper Plate.) should get completed within due date given under Annual maintenance plan approved by BPCL.

Any Failure in Device need to attend in 2 hours and resolved in 6 hours.

6. Comprehensive AMC for Party should carry out comprehensive AMC & Quarterly 500KVA Diesel Generator preventive maintenance of systems on a with DG AMF Panels. quarterly basis.

(Kirloskar Make) All Planned activities listed in technical specifications u/s 6 (Comprehensive AMC for 500KVA Diesel Generator with DG AMF Panels.) should get completed within due date given under Annual maintenance plan approved by BPCL.

Any Failure in Device need to attend in 2 hours and resolved in 6 hours.

7. Non-Comprehensive AMC Party should carry out Non-comprehensive Quarterly for 200KVA UPS AMC & preventive maintenance of systems on a quarterly basis. Emerson (DB Power) make with Emerson Mega All Planned activities listed in technical Switch specifications u/s 7 (Non-Comprehensive AMC for 200KVA UPS) should get completed within due date given under Annual maintenance plan approved by BPCL.

Any Failure in Device need to attend in 2 hours and resolved in 6 hours.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 14 | 71 8. Non-Comprehensive AMC Party should carry out Non-comprehensive Quarterly for 10 KVA UPS AMC & preventive maintenance of systems on a quarterly basis. Emerson (DB Power) make All Planned activities listed in technical specifications u/s 8 (Non-Comprehensive AMC for 10 KVA UPS) should get completed within due date given under Annual maintenance plan approved by BPCL.

Any Failure in Device need to attend in 2 hours and resolved in 6 hours.

9. Comprehensive AMC for Party should carry out comprehensive AMC & Quarterly INSTA Switches (Static preventive maintenance of systems on a Transfer Switch) quarterly basis.

DB Power Make All Planned activities listed in technical specifications u/s 9 (Comprehensive AMC for INSTA Switches (Static Transfer Switch)) should get completed within due date given under Annual maintenance plan approved by BPCL.

Any Failure in Device need to attend in 2 hours and resolved in 6 hours.

10. Comprehensive AMC for Party should carry out comprehensive AMC & Bi-Monthly Precision ACs. preventive maintenance of systems once in two months. Emerson Make – 6 Nos. – 20 Tr All Planned activities listed in technical specifications u/s 10 (Comprehensive AMC for Precision ACs.) should get completed within due date given under Annual maintenance plan approved by BPCL.

Any Failure in Device need to attend in 2 hours and resolved in 6 hours.

11. Comprehensive AMC for Party should carry out comprehensive AMC & Bi-Monthly Precision ACs. preventive maintenance of systems once in two months.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 15 | 71 Emerson Make – 2 Nos. – All Planned activities listed in technical 12.5 Tr specifications u/s 11 (Comprehensive AMC for Precision ACs.) should get completed within due date given under Annual maintenance plan approved by BPCL.

Any Failure in Device need to attend in 2 hours and resolved in 6 hours.

12. Comprehensive AMC for Party should carry out comprehensive AMC & Bi-Monthly Precision ACs. preventive maintenance of systems once in two months. Emerson Make – 1 Nos. – 5 Tr All Planned activities listed in technical specifications u/s 12 (Comprehensive AMC for Precision ACs.) should get completed within due date given under Annual maintenance plan approved by BPCL.

Any Failure in Device need to attend in 2 hours and resolved in 6 hours.

13. Comprehensive AMC for Party should carry out comprehensive AMC & Quarterly Comfort AC. preventive maintenance of systems on a quarterly basis. Blue Star make All Planned activities listed in technical specifications u/s 13 (Comprehensive AMC for Comfort AC.) should get completed within due date given under Annual maintenance plan approved by BPCL.

Any Failure in Device need to attend in 2 hours and resolved in 6 hours.

14. Comprehensive AMC for Party should carry out comprehensive AMC & Quarterly Fire & Safety Very Early preventive maintenance of systems on a Smoke Detection quarterly basis. Aspirators (VESDA) All Planned activities listed in technical specifications u/s 14 (Comprehensive AMC for Fire & Safety Very Early Smoke Detection

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 16 | 71 Aspirators (VESDA)) should get completed within due date given under Annual maintenance plan approved by BPCL.

Any Failure in Device need to attend in 2 hours and resolved in 6 hours.

15. Comprehensive AMC for Party should carry out comprehensive AMC & Quarterly Fire suppression Systems preventive maintenance of systems on a NAF S125 with FAS panel quarterly basis. and smoke/heat All Planned activities listed in technical detectors. specifications u/s 15 (Comprehensive AMC for Fire suppression Systems NAF S125 with FAS panel and smoke/heat detectors) should get completed within due date given under Annual maintenance plan approved by BPCL.

Any Failure in Device need to attend in 2 hours and resolved in 6 hours.

16. Comprehensive AMC for Party should carry out comprehensive AMC & Quarterly Rodent Repellant systems. preventive maintenance of systems on a quarterly basis.

All Planned activities listed in technical specifications u/s 16 (Comprehensive AMC for Fire & Safety Smoke Detectors and Rodent Repellant systems.) should get completed within due date given under Annual maintenance plan approved by BPCL.

Any Failure in Device need to attend in 2 hours and resolved in 6 hours.

17. Comprehensive AMC for Party should carry out comprehensive AMC & Quarterly Water Leakage Detection preventive maintenance of systems on a (WLD) system quarterly basis.

All Planned activities listed in technical specifications u/s 17 (Comprehensive AMC for Water Leakage Detection (WLD) system)

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 17 | 71 should get completed within due date given under Annual maintenance plan approved by BPCL.

Any Failure in Device need to attend in 2 hours and resolved in 6 hours.

18. Comprehensive AMC for Party should carry out comprehensive AMC & Quarterly Fire Extinguishers preventive maintenance of systems on a quarterly basis.

All Planned activities listed in technical specifications u/s 18 (Comprehensive AMC for Fire Extinguishers) should get completed within due date given under Annual maintenance plan approved by BPCL.

Any Failure in Device need to attend in 2 hours and resolved in 6 hours.

19. Comprehensive AMC for Party should carry out comprehensive AMC & Quarterly CCTV System preventive maintenance of systems on a quarterly basis. Camera – Honeywell make All Planned activities listed in technical specifications u/s 19 (Comprehensive AMC for NVR – Samsung make CCTV System) should get completed within due date given under Annual maintenance plan approved by BPCL.

Any Failure in Device need to attend in 2 hours and resolved in 6 hours.

20. Comprehensive AMC for Party should carry out comprehensive AMC & Quarterly Interflex make Access preventive maintenance of systems on a Control Devices and quarterly basis. Software. All Planned activities listed in technical specifications u/s 20 (Comprehensive AMC for Interflex make Access Control Devices and Software.) should get completed within due

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 18 | 71 date given under Annual maintenance plan approved by BPCL.

Any Failure in Device need to attend in 2 hours and resolved in 6 hours.

21. Comprehensive AMC for Party should carry out comprehensive AMC & Quarterly Trane make BMS preventive maintenance of systems on a Software with Desktop quarterly basis. PC. All Planned activities listed in technical specifications u/s 21 (Comprehensive AMC for Trane make BMS Software with Desktop PC) should get completed within due date given under Annual maintenance plan approved by BPCL.

Any Failure in Device need to attend in 2 hours and resolved in 6 hours.

22. Comprehensive AMC for Party should carry out comprehensive AMC & Quarterly Public Address System preventive maintenance of systems on a quarterly basis.

All Planned activities listed in technical specifications u/s 22 (Comprehensive AMC for Public Address System) should get completed within due date given under Annual maintenance plan approved by BPCL.

Any Failure in Device need to attend in 2 hours and resolved in 6 hours.

23. Support : BMS Manpower 24 x 7 x 365 Support- Proactive, Reactive & Other Services

Details in technical specifications u/s 23

24. Support : Data Center Shift 24 x 7 x 365 Support. Proactive, Reactive & Engineers Other Services

Details in technical specifications u/s 24

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 19 | 71 The Technical specifications for the SOW points are detailed as Annexure-I.

A list of equipment and systems covered in the scope of this contract is given as Annexure-II

BPCL has planned replacement of UPS systems, PACs, Comfort ACs and BMS System and the same shall not be covered under AMC after replacement. The payment shall be made proportionately only for the period, these equipment were under AMC.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 20 | 71 Annexure-I

Technical Specifications

Detailed Technical scope for utilities and equipment installed at CDC for subject AMC for 3 years is given as under:-

1. Low Tension Electrical System Party should carry out comprehensive AMC & preventive maintenance of following systems on a quarterly basis:

The party should Include AMC for 100% parts coverage (Exception is only Capacitors & Batteries). Unlimited Breakdown calls include 100% labor and travel coverage. AMC also Includes Four Pre-Scheduled Quarterly Preventive Maintenance Service per year.

Particular Qty

BEST Isolator System Consisting of 3x400 Amps Isolators (HRC Fuses) 3

BEST Bus Bar Chamber consisting of 3 Incoming Cables and 6 Outgoing 1 Cables and 800/5 A Current Transformer

BEST Main Panel in DG Room Consisting of 800 Amps Motorized MCCBs, 800 1 Amps BUS Couplers, 800 Amps MCCBs, 400 Amps MCCB, other MCBs, Surge protection devices, energy meters and Programmable Logic Control Unit.

Auto Power Factor Control Panel consisting of 400Amps MCCB, 25KVAR, 15 1 KVAR, 10 KVAR, 5 KVAR Capacitors and other MCBs and contactors.

LT Panel 1 with energy meters, 800A MCCBs, 400A MCCBs, 250A MCCBs, 1 other MCBs, switches and other accessories.

LT Panel 2 with energy meters, 800A MCCBs, 400A MCCBs, 250A MCCBs, 1 other MCBs, switches and other accessories.

Panels are commissioned / modified in 2015.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 21 | 71 Switchgear

 Ensure that all enclosure panels, doors, and structures are well maintained in accordance with the manufacturer’s specifications.

 During de-energized maintenance, enclosures are to be vacuum cleaned of all loose dirt and debris —the use of compressed air is not recommended since this may cause foreign particles to become embedded in the insulation or damaged insulators.

 Any buildup of dirt or other contaminants that will not come off with vacuuming should be cleaned with lint-free rags using cleaning solvents recommended by the manufacturer.

 All vents and fan grills are to be cleaned of all dust and/or dirt accumulations. Ensure that ventilation openings are not obstructed.

 Where seals and/or gaskets are installed, these should be examined and repaired or replaced as necessary.

 Inspect insulators and conductor supports for signs of cracking, broken pieces, and other physical damage or deterioration. Clean all loose dirt with lint-free rags

 Examine all bolts and connecting devices for signs of deterioration, corrosion, or overheating. Ensure that bolts and connecting devices are tight, according to the manufacturer’s specifications

 Apply an antioxidant compound to all aluminum-to copper connections.

Molded-Case Circuit Breakers (MCCB)

 Clean the breaker housing and inspect it for cracks or signs of overheating. Tighten all connections.

 Exercise the breaker several times to ensure the machine has freedom of movement and to allow contact wiping.

 In addition, larger duty circuit breakers (225 amps or above) should be electrically trip tested to ensure proper operation of the trip elements and trip linkages.

 All molded-case circuit breaker panels should be cleaned of all dirt, dust, and debris using a vacuum.

 Test contact resistance to ensure the quality of breaker contacts.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 22 | 71 Refer to the latest edition of the National Electrical Manufacturer’s Association (NEMA) Standard AB4, Procedures for Verifying Field Inspections and Performance Verification of Molded Case Circuit Breakers. Raceways

 Check raceways for proper mechanical support of raceway and cables as well as check insulation for abrasion or cracks at support points.

 Examine raceway joints for clean and tight connections.

Bus Duct

 To be checked for proper tightness as well as evidence of overheating, corrosion, arcing, or other forms of deterioration.

Infrared Inspection

 An infrared, or thermographic, inspection should be performed at least once every year on all switchgear, distribution panels, cable and bus connections, motor control centers and starters, and other critical equipment.

 Infrared surveys are done on energized equipment and should be conducted during peak demand periods if possible with prior approval of the BPCL team.

Important Assessment and Reports

 Annual Power Quality Assessment

A. Walkthrough assessment 1. Detailing of the electrical infrastructure. 2. Current running load capacity 3. Review of maintenance schedules for its adequacy. 4. Routing of cables 5. Separation of power & communication cables.

B. Capacity Assessment 1. Measure ampacity of UPS i/p & o/p and check breaker and cable sizing. 2. Measure ampacity of CRAC and check breaker and cable sizing 3. Measure ampacity of PDU and check breaker and cable sizing.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 23 | 71 C. Redundancy assessment 1. Studying the backup plans in the event of source failure. 2. Studying transfer logic arrangement. 3. DG name plate details. 4. Transfer load to DG test.

D. Harmonic assessment 1. Harmonic levels monitoring at UPS i/p 2. Harmonic levels monitoring at UPS o/p 3. Harmonic levels monitoring at PDU o/p 4. Harmonic levels monitoring at lighting DB 5. Harmonic levels monitoring at PAHU/PAC units 6. Harmonic levels monitoring at Chiller/AHU units

E. Threat/ Risk analysis 1. Based on collected data, breaker sizing, cable sizing corrections shall be detailed. 2. Identify whether the operations can be foolproof. 3. Areas of sabotage will be studied.

F. Single Point Failure 1. Equipment receiving power from single source 2. Power redundancy check from source level for critical & cooling circuits.

G. Battery Assessment 1. Individual cell voltage. 2. Charge Discharge currents. 3. Risk analysis. 4. Recommendations

 Annual Thermography: Infrared Thermography of entire Electrical System.  Relay testing at the level of LT/UPS/ other distributional panels wherever applicable.  Annually Electrical Safety Audit as per Data Center/Building Standards. Safety assessment of existing DC electrical equipment and check the following to avoid the fire in DC: 1. Overloading of conductors/cables and equipment.

2. Electrical heat source too close to flammable materials.

3. Short circuit.

4. Poor connections giving rise to sparking.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 24 | 71 5. Use of inferior grade materials or equipment.

6. Blowing of fuses leading to heavy sparking.

7. Generation of Static electricity.

8. Generation of unusual heat.

9. Grounding / earthing system.

10. Thermal scanning.

 Annual Energy efficiency Assessment

A. Walkthrough assessment 1. Detailing of the air-con infrastructure. 2. Current running load capacity 3. Feasibility of maintenance 4. Leakages.

B. PAC capacity assessment 1. Collect data pertaining to CFM 2. Collect temperature & humidity at supply air side 3. Collect temperature & humidity at return air side. 4. Calculate Cooling tonnage.

C. PAC performance assessment 1. Measure the power consumption of each PAC/CRAC. 2. Verify the name plate data of kW/ton and compare with the actual data. 3. Verify the name plate data for tonnage and compare with the calculated data.

D. Air balancing assessment 1. Collect temperature & CFM from individual grills. 2. Collect temperature & CFM from individual racks cold aisle side. 3. Collect temperature & CFM from individual racks hot aisle side. 4. Comment on the air quantity supplied V/s required. 5. Perform air balancing by closing and adding or adjusting the grills.

E. Risk analysis 1. Identifying hot pockets in DC.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 25 | 71 2. Backup/ contingency planning for PAC/CRAC unit failure. 3. Gas charging inside the DC. 4. Outdoor unit accessibility.

F. Cooling optimization Based on the collected data, suggestions in terms of PAC/CRAC usage to reduce energy bills.

G. General Cooling System Assessment 1. Physical audit to understand and evaluate the existing Cooling System design, installation & Configuration for the Datacenter Environment. 2. Measurement of Temperature, humidity , Flow and Pressure in DC and examine the following areas: a. Airflow management b. Heat recirculation c. Under floor and overhead airflow obstructions d. Equipment row orientation and placement e. Power consumption measurements from display panels of PDUs and UPS systems f. Cooling system component specifications g. Summary view of internal rack cable management h. Ceiling height and raised floor depth i. Summary understanding of raised floor perforated panel or overhead diffuser application j. Summary understanding of raised floor cable cutout management k. Summary view of perimeter wall penetrations l. Summary view of under-floor and overhead obstacles to airflow m. Summary of hot spots and heat recirculation n. Sample measurements of computer equipment inlet air temperature and humidity o. Present infrastructure management practices

Other Deliverables

 In case of any customization in PLC or issue with Programmable Logic Control Unit, Vendor should be able to rectify the same immediately.  1 set of lightning arrestor system shall also be covered in this AMC  Lighting sensors in sever room and UPS rooms are also covered in this AMC.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 26 | 71 2. ASCO Switch Party should carry out comprehensive AMC & preventive maintenance of following systems on a quarterly basis:

The party should Include AMC for 100% parts coverage (Exception is only Batteries). Unlimited Breakdown calls include 100% labor and travel coverage.

ASCO Switch 400Amps:- (Input from LT1 & LT2, Output to UPS2).

3. Precision AC DB Panels Party should carry out comprehensive AMC & preventive maintenance of following systems on a quarterly basis:

The party should Include AMC for 100% parts coverage (Exception is only Batteries). Unlimited Breakdown calls include 100% labor and travel coverage.

DB Panels Consisting of 8 nos. x 80Amps 3Pole MCCB in Server Room – 2 Nos.

DB Panel Consisting of 4 nos. x 63Amps 3 Pole MCCB in DB room – 2 Nos.

DB panels with STS and MCBs for supplying power to PACs – 8 nos.

4. Distribution Panels Party should carry out comprehensive AMC & preventive maintenance of following systems on a quarterly basis:

The party should Include AMC for 100% parts coverage (Exception is only Batteries). Unlimited Breakdown calls include 100% labor and travel coverage.

Total Distribution Boxes of 27 Nos. with 529 nos. MCBs / MCCBs/ TPN / RCCB switches etc. supplying power to server room, for lighting, for raw power etc. inside the CDC building.

Industrial Power Switches and Sockets in server room, network room etc. are also covered in AMC.

5. Earth Pits of GI and Copper plate Party should carry out comprehensive AMC & preventive maintenance of following systems on a quarterly basis:

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 27 | 71 The party should Include AMC for 100% parts coverage (Exception is only Batteries). Unlimited Breakdown calls include 100% labor and travel coverage.

12 nos. of GI Earth Pits

6 nos. of Copper Earth Pits

2 nos. of maintenance free earth pits.

Vendor should ensure Earth Resistance is less than 2 Ohms.

Vendor should ensure regular watering and addition of charcoal and salts / chemicals to all Earth Pits.

Earth Pits were commissioned in 2018.

6. 500 kVA DG sets with AMF panels. Party should carry out comprehensive AMC & preventive maintenance of following systems on a quarterly basis:

The party should Include AMC for 100% parts coverage (Exception is only Batteries). Unlimited Breakdown calls include 100% labor and travel coverage.

500 kVA DG sets with AMF panels of Kirloskar make – 2 Nos. (Commissioned in 2006)

DG 1 Run Hours = 380 Hrs

DG 2 Run Hours = 280 Hrs

 Maintenance of DG Set will be carried out as per manufacturer’s standard practice and by OEM approved vendors only.  Diesel required to run the DGs shall be provided by BPCL.  Necessary Coolant, Oil and Consumables should be provided by Vendor.  Attend to all electrical and mechanical breakdowns.  Any repair job should be carried out without any additional cost to BPCL.  Overhauling of DG is not covered under the scope of Contract.  Replacement of 12V 180AH Battery inside the DGs is not covered under the scope of contract.  Battery Charger is covered under the scope of this contract. Scope also includes the two additional hooters and devices installed in CDC building for DG.  Relays and Electronic Circuits are covered under the scope of contract.  Vendor/party should provide cost of excluded Items in advance (if any) and vendor should clearly mention all Exceptions and deviations.  Reference for any exceptions will be Tender document and not the industry practice.  Submission of Call sheets & reports

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 28 | 71 7. 200 kVA UPS System Party should carry out non-comprehensive AMC & preventive maintenance of following systems on a quarterly basis:

Unlimited Breakdown calls include 100% labor and travel coverage.

200 KVA Emerson (DB Power) UPS system: 3 nos. (Inclusive breakers required for battery bank etc.) – commissioned in 2006.

Mega Switch for 200 kVA UPS – 1 No. (Emerson – DB Power make)

Preventive maintenance of UPS includes the following

 Checking of tightness of all power & control connections

 Charger Setting

 Inverter Settings

 Rectifier setting

 Battery bank health check including impedance check

 Mode operation check

 Check off all indications & cooling fans

 Calibration/Settings of UPS parameters whenever required

 Submission of Call sheets & reports

 The vendor needs to provide RCA and incident reports within 72 hours in case of any unplanned availability failure of UPS.

In addition to above vendor need to conduct a Harmonic Analysis of entire Electrical System and UPSs (Once annually) and submit report.

8. 10 kVA UPS System Party should carry out non-comprehensive AMC & preventive maintenance of following systems on a quarterly basis:

Unlimited Breakdown calls include 100% labor and travel coverage.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 29 | 71 10 KVA Emerson (DB Power) UPS system: 2 nos. (Inclusive breakers required for battery bank etc.) – Commissioned in 2006.

Preventive maintenance of UPS includes the following

 Checking of tightness of all power & control connections

 Charger Setting

 Inverter Settings

 Rectifier setting

 Battery bank health check including impedance check

 Mode operation check

 Check off all indications & cooling fans

 Calibration/Settings of UPS parameters whenever required

 Submission of Call sheets & reports

 The vendor needs to provide RCA and incident reports within 72 hours in case of any unplanned availability failure of UPS.

In addition to above vendor need to conduct a Harmonic Analysis of entire Electrical System and UPSs (Once annually) and submit report.

9. Insta-Switch (STS) Party should carry out comprehensive AMC & preventive maintenance of following systems on a quarterly basis:

The party should Include AMC for 100% parts coverage (Exception is only Batteries). Unlimited Breakdown calls include 100% labor and travel coverage.

9 nos. of DB Make INSTA Switches (Static Switch)

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 30 | 71 10. Precision AC System 20 Tr – 6 Nos Party should carry out comprehensive AMC & preventive maintenance of following systems on a Bi- Monthly basis:

The party should Include AMC for 100% parts coverage (Exception is only Batteries). Unlimited Breakdown calls include 100% labor and travel coverage.

Precision AC (Emerson) –20 TR –6 nos. – Commissioned in 2006.

Preventive maintenance of Precision Air Conditioners includes the following-

 Cleaning up of unit & Air filter

 Cleaning of the cooling coil and condenser coil

 Cleaning of humidifier bottle and electrodes

 Cleaning of water supply strainer and drain inside the machine

 Checking of driver belt & replace if necessary

 Lubrication of bearings if necessary

 Checking up of operating of the unit, controller and condenser

 Combing of fins of condenser & evaporate coil if necessary

 Measurement of current for all individual equipment

 Checking of all overall relay settings

 Checking of all electrical components for loose connections & lighting if necessary

 Checking of refrigeration piping for gas leakage

 Checking of pulleys, motor mounts, and condenser fan mounts, etc.

 Checking of panel insulation

 Checking of temperature readings

 Checking of microprocessor controllers for operation

 Submission of Call sheets & reports

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 31 | 71 The following are excluded under comprehensive AMC but these need to be checked during quarterly preventive maintenance and report to be submitted.  Condenser Coil of Precision ACs.  Cooling Coil of Precision ACs

11. Precision AC System 12.5 Tr – 2 Nos Party should carry out comprehensive AMC & preventive maintenance of following systems on a Bi- Monthly basis:

The party should Include AMC for 100% parts coverage (Exception is only Batteries). Unlimited Breakdown calls include 100% labor and travel coverage.

Precision AC (Emerson) –12.5 TR – 2 nos – Commissioned in 2006.

Preventive maintenance of Precision Air Conditioners includes the following-

 Cleaning up of unit & Air filter

 Cleaning of the cooling coil and condenser coil

 Cleaning of humidifier bottle and electrodes

 Cleaning of water supply strainer and drain inside the machine

 Checking of driver belt & replace if necessary

 Lubrication of bearings if necessary

 Checking up of operating of the unit, controller and condenser

 Combing of fins of condenser & evaporate coil if necessary

 Measurement of current for all individual equipment

 Checking of all overall relay settings

 Checking of all electrical components for loose connections & lighting if necessary

 Checking of refrigeration piping for gas leakage

 Checking of pulleys, motor mounts, and condenser fan mounts, etc

 Checking of panel insulation

 Checking of temperature readings

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 32 | 71  Checking of microprocessor controllers for operation

 Submission of Call sheets & reports

One time replacement of Condenser Coil for both the PACs to be carried out within 1st quarter of the AMC.

The following are excluded under comprehensive AMC but these need to be checked during quarterly preventive maintenance and report to be submitted.  Condenser Coil of Precision ACs.  Cooling Coil of Precision ACs

12. Precision AC System 5 Tr – 1 Nos Party should carry out comprehensive AMC & preventive maintenance of following systems on a Bi- Monthly basis:

The party should Include AMC for 100% parts coverage (Exception is only Batteries). Unlimited Breakdown calls include 100% labor and travel coverage.

Precision AC (Emerson) –5 TR – 1 nos - – Commissioned in 2006.

Preventive maintenance of Precision Air Conditioners includes the following-

 Cleaning up of unit & Air filter

 Cleaning of the cooling coil and condenser coil

 Cleaning of humidifier bottle and electrodes

 Cleaning of water supply strainer and drain inside the machine

 Checking of driver belt & replace if necessary

 Lubrication of bearings if necessary

 Checking up of operating of the unit, controller and condenser

 Combing of fins of condenser & evaporate coil if necessary

 Measurement of current for all individual equipment

 Checking of all overall relay settings

 Checking of all electrical components for loose connections & lighting if necessary

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 33 | 71  Checking of refrigeration piping for gas leakage

 Checking of pulleys, motor mounts, and condenser fan mounts, etc

 Checking of panel insulation

 Checking of temperature readings

 Checking of microprocessor controllers for operation

 Submission of Call sheets & reports

The following are excluded under comprehensive AMC but these need to be checked during quarterly preventive maintenance and report to be submitted.  Condenser Coil of Precision ACs.  Cooling Coil of Precision ACs

13. Comfort Air Conditioning System Party should carry out comprehensive AMC & preventive maintenance of following systems on a quarterly basis:

The party should Include AMC for 100% parts coverage (Exception is only Batteries). Unlimited Breakdown calls include 100% labor and travel coverage.

Comfort Air Conditioner of Blue star make

Comfort AC 8.3TR Blue Star 1 Comfort AC 3TR Blue Star 4 Comfort AC 2 TR Blue Star 4

Comfort AC 1.5TR Blue Star 2

Split AC of make - 2 nos. – 2 Tr.

Preventive maintenance includes the following:

 Cleaning up of unit & Air filter.

 Cleaning of cooling coil & condenser coil.

 Checking of driver belt & replace if necessary.

 Lubrication of bearings if necessary.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 34 | 71  Checking up of operating of the unit, controller & condenser.

 Combing of fins of condenser & evaporate coil if necessary.

 Measurement of the current of all individual equipment.

 Checking of all overload relay settings.

 Checking of all electrical components for loose connections & tighten if necessary.

 Checking of refrigeration piping of gas leakage.

 Checking of pulleys, motor mounts, and condenser fan mounts, etc.

 Checking of panel insulation.

 Submission of Call sheets & reports

14. Fire and Safety VESDA Panels Party should carry out comprehensive AMC & preventive maintenance of following systems on a quarterly basis:

The party should Include AMC for 100% parts coverage (Exception is only Batteries). Unlimited Breakdown calls include 100% labor and travel coverage.

Very Early Smoke Detection Aspirators (VESDA) – 3 Nos.

In addition to the scope of work for Comprehensive AMC and maintenance of VESDA system, vendor/party will have to replace 3 nos. of VESDA Filters within first quarter of AMC (one time activity).

15. Fire Suppression system NAF S 125 with FAS panel and smoke/heat detectors. Party should carry out comprehensive AMC & preventive maintenance of following systems on a quarterly basis:

The party should Include AMC for 100% parts coverage (Exception is only Batteries). Unlimited Breakdown calls include 100% labor and travel coverage.

 Fire Panel (Make: EST 3) with detectors (140 no.) and MCPs and hooters installed in CDC premises.  Fire suppression Systems NAF S 125 (Europlex Technologies), Cylinders (7 x 80 kg, 2 x 90 kg, weight of the gas is mentioned.)  Refilling of NAF S 125 gas is excluded.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 35 | 71

In addition, the Vendor needs to plan, conduct and document Mock Fire Drill once in six (6) months. The vendor also needs Fire and Safety Training for all staff in every 6 months.

Replacement of wind Socks are to be provided by the vendor as and when Wind socks get torn off. (Currently Wind socks are of 24” Diameter x 4 feet length with Red and White Band)

Testing of the Smoke and Powder Exhaust Fans (4 nos.) to be done on quarterly basis

16. Rodent Repellant System Party should carry out comprehensive AMC & preventive maintenance of following systems on a quarterly basis:

The party should Include AMC for 100% parts coverage (Exception is only Batteries). Unlimited Breakdown calls include 100% labor and travel coverage.

RAT Repellant – 20 Controller units with 240 no. transducer (Make Maser Electronics (P) Ltd.), regular monitoring of these devices and ensure working.

17. Water Leakage Detection System Party should carry out comprehensive AMC & preventive maintenance of following systems on a quarterly basis:

The party should Include AMC for 100% parts coverage (Exception is only Batteries). Unlimited Breakdown calls include 100% labor and travel coverage.

Water Leakage Detection (WLD) system in Server Room & UPS Room: regular monitoring of this system should be done. WLD testing to be carried out during Preventive Maintenance on quarterly basis.

18. Fire Extinguishers Party should carry out comprehensive AMC & preventive maintenance of following systems on a quarterly basis:

The party should Include AMC for 100% parts coverage (Exception is only Batteries). Unlimited Breakdown calls include 100% labor and travel coverage.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 36 | 71 Type of Fire Extinguishers Qty Capacity ABC 14 5 Kg ABC 5 2 Kg CO2 5 4.5 Kg DCP 1 75 Kg DCP 2 10 Kg NAF 10 5 Kg

All Fire Extinguishers should be refilled once in a year. Pressure testing of the fire extinguishers to be carried out as per the applicable standards.

19. CCTV System Party should carry out comprehensive AMC & preventive maintenance of following systems on a quarterly basis:

The party should Include AMC for 100% parts coverage (Exception is only Batteries). Unlimited Breakdown calls include 100% labor and travel coverage.

43 nos. CCTV Cameras. Honeywell Make. (10 Bullet and 33 Dome) 2 x 24 port NVR (Samsung Make) with 4 x 4 TB Hard Disks in each NVR.  2 x 24 port Switch – cisco make.

Vendor should ensure regular backup of CCTV Recordings as per SOP. Vendor should provide necessary support in changing CCTV cable connections if required by Corporate Data Centre.

20. Interflex / Falco make Access Control Devices and Software Party should carry out comprehensive AMC & preventive maintenance of following systems on a quarterly basis:

The party should Include AMC for 100% parts coverage (Exception is only Batteries). Unlimited Breakdown calls include 100% labor and travel coverage.

Comprehensive AMC of Interflex / Falco software, Reloading the software, backup of Data, Restoration of Data, all type of door controllers, other controllers & Access Card sensors. (16 doors) – 2014-2015 make.

Also the server room door has 2 nos. of ESSL make biometric access control system. – Installed in 2019.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 37 | 71 21. Trane make BMS Software + Controller with Desktop PC Party should carry out comprehensive AMC & preventive maintenance of following systems on a quarterly basis:

The party should Include AMC for 100% parts coverage (Exception is only Batteries). Unlimited Breakdown calls include 100% labor and travel coverage.

Comprehensive AMC of Trane software, controller, Its Desktop PC and other hardware required for its operation and customization of BMS Dashboard as per the need of Corporate Data Centre

22. Public Address System Party should carry out comprehensive AMC & preventive maintenance of following systems on a quarterly basis:

The party should Include AMC for 100% parts coverage (Exception is only Batteries). Unlimited Breakdown calls include 100% labor and travel coverage.

Public Address System (1no. 250Watts Ahuja Amplifier, 18 nos. 10Watts Ahuja Ceiling mounted Speakers, 2 nos. HORN Speakers, 1 no. Shure make Mic, Portable Amplifier Speaker system).

23. BMS Manpower 8 Nos. of Manpower for facility management support (FMS) working in 24x7x365 shifts with timings as per industry standard with a primary role of monitoring Building Management System (BMS) and other Data Center infrastructure.

Minimum Qualification: Diploma in Electrical/Electronics & Communication/Mechanical with a minimum of 3-year experience in BMS operations.

Operators with Electrician Certificate / PWD certificate and experience in Data Center operations shall be preferred.

Vendor to arrange basic training on all devices and utilities which are part of Data Center like electrical equipment DG, PAC, UPS, Inverter, Fire Detection system, Fire Suppression system, BMS, Access Control, Video Surveillance System, Electrical Systems, etc. All BMS staff need to get the certificate of training on the above devices/utilities from the vendor/ party within 90 days from the joining date.

 Vendor/party has to ensure suitable replacement in place, in case of any planned leave of BMS personnel

 The notice period for leaving the job is a minimum one month.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 38 | 71  BMS staffs need to proactively monitor and maintain health status/reports of all utilities and devices of the data center.

 BMS staff ensure that basic checklist(s) should be recorded and maintained as guided by BPCL staff.

 BMS person should immediately log a call for any fault/ failure with vendor/party and follow up till the call resolution.

 The vendor needs to do the payment to the FMS support person in case of any extra office hours claim made by BMS staff.

 The vendor/ party needs to provide complete set of necessary tools and People Protection Equipment (PPE) like safety gloves, shoes, etc.

 All the staff posted at site should be covered with Medical under ESI & PF. A necessary registration document should be provided to BPCL at the time of staff deployment at the site.

 All kinds of necessary background (like police, qualification, experience) verification of staff while joining should be arranged by support provider and submitted to BPCL along with letterhead.

 To attend minor electrical faults in the data center on an immediate basis

 To coordinate with the service engineer at the site while issue resolution.

 To maintain Earth's Pit resistance record and monitoring.

 To ensure a basic checklist would be recorded and maintained as guided by BPCL staff.

 To ensure successful DG tests.

 The BMS operator should be able to replace all the lighting fixtures as and when needed.

 The BMS operator will ensure that all lights and ACs are switched off when not in use.

 Schedule for Refilling of Fire extinguisher & earth pit check to be maintained.

24. Data Center Shift Engineer

4 Nos. of Manpower for Data Center Shift Engineer working in 24x7x365 shifts with timings as per industry standard with the primary role of monitoring overall Data Center infrastructure 24x7x365.

Experience: Minimum 4 years of experience for working in Data center or equivalent critical operations.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 39 | 71 Minimum Qualification

B.E/B. Tech. in Electrical /Electronics & Communication / Instrumentation / Mechanical engineering.

An overall Datacenter in charge when BPCL Infrastructure team is not available to cater 24x7x365 operations of data center

 To ensure all standards of data center followed by staff & vendors for any activity during shift hours.

 To verify checklist filled by BMS operators to ensure the health status of all utilities (DG/UPS/BMS /PAC’s etc.)

 Responsible & to primarily handle any emergency situation in Datacenter including fire, security threat, unavailability of services, etc.

 To report/escalate BPCL team (Infrastructure/Network/server admin) as per matrix, if any issue found during Shift hours.

 Maintaining records and drawing schematics of the data center to detail what equipment is installed at which position & its current status.

 Recommends and implements policies, standards, and documentation procedures related to all data center operations activities.

 Coordinate with BMS operators & AMC vendors & follow up for the resolution.

 Maintain Utilities Uptime record & response time of Vendors.

 Communicate both orally and in writing to technical & non-technical personnel (e.g., writing reports, making presentations or do if required documenting procedures)

 Support to Network and Basis team during off office hours in case of emergency.

 To maintain service and maintenance reports of all electrical equipment of the Data Center & Single Line Diagram.

 Vendor/party has to ensure suitable replacement in place, in case of any planned leave of BMS personnel.

 The notice period for leaving the job is a minimum one month.

 The vendor needs to do the payment to the staff in case of any extra office hours claim made.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 40 | 71  The vendor/ party needs to provide complete set of necessary tools and People Protection Equipment (PPE) like safety gloves, shoes, etc.

 All the staff posted at site should be covered with Medical insurance under ESI & PF. A necessary registration document should be provided to BPCL at the time of staff deployment at the site.

 All kinds of necessary background (like police, qualification, experience) verification of staff while joining should be arranged by support provider and submitted to BPCL along with letterhead.

Other terms and Conditions

I. For Line Item no. 1-22 (Equipment AMC related)

 Comprehensive AMC includes AMC for all hardware, software, components, services & systems /sub-systems support provided by Vendor against any defect. All parts required for maintenance of equipment and/or correction of faults will be supplied by Vendor without any cost to BPCL.

 Vendor should carry out preventive maintenance of all systems on defined periodicity.

 Vendor should maintain an inventory of spare parts at site for critical systems to avoid any delay in maintenance of equipment.

 Vendor should provide maintenance support directly or thru authorized service center or OEMs & their authorized franchisees alone.

 Maintenance services shall be available to BPCL on 24 x 7 for all 365 days. Vendor has to share escalation matrix for all Vendors.

 Call Response: Vendor should ensure to provide high level of quality service promptly, since this Data Center is very critical. Any call reported by BPCL to Vendor should be responded within 2 hours and resolved within 6 hours.

 Vendor should send trained & experienced engineers with necessary authorization letter or ID card for troubleshooting & rectification of problems.

 Engineers should always give a duly signed call report on company letter head or company standard call-sheet format for all work/modifications carried out at site.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 41 | 71  Vendor should supply new patches release for any software or product and will bring to BPCL notice immediately, if any.

 In case of absence of any person deployed for the purpose of this contract, suitable replacement should be provided on immediate basis. BPCL team’s decision on selection of staff depending on competency / experience will be final.

 Non-attendance or non-rectifications of the faults coming under the scope of work and terms & conditions of the contract will entitle BPCL to get the job done from any other vendor at the risk and cost of the vendor. The final decision in this regard would be taken by BPCL.

 Vendor shall make available at site any safety equipment required to work with electricity, fires, refrigerant, gases under pressure, places at any height, depth, and in ducts and electrical safety equipment and safety belts, helmets, shoes, rain/water protection equipment etc. which may be required for the purpose of any job at no additional charge.

 During the tenure of the contract the contracting agency has to co-ordinate the work with other agencies working inside or outside the BPCL office building. Also in case of emergency or major problems the contractor has to provide complete support and assistance to any other agency or for jobs of Electrical maintenance, HVAC (Heat ventilation and air conditioning) system, DG set and BEST Electrical Sub-station, interior contracts etc.

II. For Line Item no. 23-24 (Manpower related)

Supply of manpower / resources for AMC at CDC, Mumbai.

Total 8 nos. of manpower are required as BMS Manpower, and 4 nos. of manpower are required as “Data center shift engineer” to manage Data center on 24x7x365 basis.

“BMS Manpower” shall mean BMS Staff who are support staff provided by the Bidder deputed at the offices / locations of the Client for providing the agreed services. “Data Center Shift Engineer” shall mean engineers who are staff provided by the Bidder deputed at the offices / locations of the Client (i.e. BPCL) for providing the agreed services. “COST OF SERVICES” shall mean the amount to be paid to the Bidder by the Client as a reimbursement for the salaries for providing the services to the Client and also all amounts payable on the behalf of such staff, by way, statutory benefits such as Provident Fund, ESI, Gratuity expenses, Bonus and all periodic labor welfare payments as per applicable laws. “Services” shall mean all services necessary or required to be rendered by the Bidder to the Client to effectively meet the requirements of the Client. “Service Fees” shall mean the amount to be paid to the successful Bidder by the Client as a consideration for the Services which is being quoted by the bidder in this tender.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 42 | 71 The Successful bidder shall be required to provide CVs of the prospective BMS Operators, & DC Shift Engineers within 7 days of receipt of our call for such services.

Based on CV provided, the shortlisted person will be required to appear in person to BPCL office for consideration of final selection.

Based on the acceptance of CV the selected person should be deployed onsite within 15 days of such acceptance.

The bidder, on or after award of the work shall name and depute qualified Manpower for respective roles. The resource offered by bidder shall be subjected to a basic level Interview to be conducted by BPCL and the decision of the BPCL will be final on the selection of such resources.

The successful Bidder shall ensure the following:

 The successful Bidder shall not do or cause to be done any act whereby or by reason whereof the reputation and goodwill of the client is adversely affected in any manner whatsoever.

 The successful Bidder shall develop its own network and arrangements and recruit BMS Operator, and DC engineers for providing Services as required by the client.

 The successful Bidder shall at all times, employ number of competent, qualified and experienced manpower as required by the Client to carry out the Services. If required by the Client, the successful Bidder shall provide resumes and such other details of its manpower to the Client.

 The successful Bidder for rendering the Services here under shall be solely liable and responsible for timely payments of all dues to such staff, such as salaries, wages and other dues.

 All manpower engaged in providing services under the Contract period, will be considered manpower resources of the successful Bidder and they shall not be deemed to be employees of the Client.

 The successful Bidder shall promptly pay all undisputed claims, dues salaries, statutory compliances and wages of all its staff providing Service under the Contract period. The Client shall have the right to require the successful Bidder to submit satisfactory evidence of payment of dues salaries and wages.

 The successful Bidder shall be liable and responsible for meeting all liabilities to the BMS Manpower, and DC engineers for providing Services here under and meet such liabilities in a timely manner in compliance with all the applicable laws.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 43 | 71  The Client shall not be liable for any payments, dues, wages, salaries etc. directly to the BMS Manpower, and DC engineers.

 All manpower shall enter the Client premises only when specifically instructed to do so.

 Resources of the successful Bidder shall not cause any nuisance in the Client premises or inconvenience to any other person.

 If and whenever any of the Contractor’s/Bidder’s staff shall in the opinion of Officer-in-Charge be guilty of any misconduct or be incompetent or insufficiently qualified or negligent in the performance of their duties or that in the opinion of the owner or Officer-in-Charge, it is undesirable for administrative or any other reason for such person or persons to be employed in the works, the bidder, if so directed by the Officer-in-Charge, shall at once remove such person or persons from employment thereon.

 Any person or persons so removed from the works shall not again be employed in connection with the works without the written permission of the Officer-in-Charge. Any person so removed from the works shall be immediately replaced at the expense of the contractor by a qualified and competent substitute.

 The bidder shall be responsible for the proper behavior of all the staff, and shall exercise a proper degree of control over them and in particular, and without prejudice to the said generality, the bidder shall be bound to prohibit and prevent any employees from trespassing or acting in any way detrimental or prejudicial to the interest of the community or of the properties or occupiers of land and properties in the neighborhood and in the event of such employee so trespassing, the contractor shall be responsible therefore and relieve the client of all consequent claims or actions for damages or injury or any other grounds whatsoever. The decision of the Officer-in-Charge upon any matter arising under this clause shall be final. Bidder shall ensure that none of their employees are ever engaged in any anti-national activities.

 All contractors’ personnel entering in BPCL premises shall be properly identified by badges issued by client which must be worn all times on Owner’s premises. Necessary documents etc. to be submitted by the successful bidder as required by the client, for issuing such badges/passes.

III. PAYMENT TO BMS Manpower and DC Engineers:

1. The BIDDER shall strictly comply with all provision of labour laws and submit monthly records to Officer In-charge.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 44 | 71

2. The BIDDER shall strictly follow all provisions of Minimum Wages Act (s) (Central), Contract Labour (Regulation & Abolition) Act or any other Act(s) applicable to workers in this area.

3. The BIDDER must obtain necessary licenses from the licensing authority wherever applicable.

4. Successful Bidder shall arrange for group insurance policy to cover accident or any other suitable accident insurance policy in addition to workmen compensation policy.

5. The successful Bidder shall not employ any executive whose age is below 18 years.

6. The successful Bidder shall also maintained valid labour license under the inter-state migrant workmen act, if the successful Bidder is likely to engage migrant executives.

7. The successful Bidder shall issue identity card to executive deployed by them.

8. The successful Bidder shall make payment of the contribution by way of employees’ contribution towards provident fund.

9. BPCL shall not be liable to pay any compensation in respect of any disease / injury or fatality caused to the workers of the BIDDER. It will be the sole responsibility of the BIDDER.

10. The successful Bidder shall make payment of compensation in case of accidental injury in accordance with the provisions of the Employee compensation Act 1923. For this the successful Bidder shall take insurance policy for the workmen engaged for the job. The successful Bidder shall also submit copy of insurance policy and keep it renewed during the contract period

11. The successful Bidder shall pay bonus to his eligible employees in accordance with the provisions of the payment of Bonus act. He shall keep and maintain the register as prescribed under the payment of Bonus Act and shall produce before the authorized officer of the BPCL.

The company reserves the right to terminate work order / LOI if successful Bidder fails to comply the labour laws as stated above and the labour laws which are applicable to his firm from time to time.

The company will be entitled to deduct directly from the bills to be paid to the successful Bidder on account of default in respect of all liabilities referred to in above clauses.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 45 | 71 Annexure-II

Existing Infrastructure details of the Data Center:

Qty Sr.No Description of Equipment 3 1 BEST Isolator System Consisting of 3x400Amps Isolators (HRC Fuses) 2 BEST Bus Bar Chamber consisting of 3 Incoming Cables and 6 Outgoing Cables and 800/5 1 A Current Transformer 3 1 BEST Main Panel in DG Room consisting of 800Amps Motorized MCCBs, 800 Amps BUS Couplers, 800Amps MCCBs, 400Amps MCCB and other MCBs with Programmable Logic Control Unit 4 Auto Power Factor Control Panel consisting of 400Amps MCCB, 25/15/10/5 KVAR 1 Capacitors and other MCBs. 5 Kirloskar make 500KVA Diesel Generator with DG Panels 2 6 LT Panel 1 and LT Panel 2 2 7 400Amps ASCO Switch (Input from LT1 & LT2, Output to UPS2 1 8 Emerson (DB Power) make 200KVA UPS 3 9 Emerson Mega Switch for 200KVA UPS 1 10 Emerson (DB Power) make 10 KVA UPS 2 11 DB Make INSTA Switches (Static Switch) 9 12 Precision AC DB Panels 2 Nos. in Server Room, 1 no. in UPS 3 13 Emerson Precision ACs (Capacity 20TR+12.5TR+5TR) 9 14 Blue Star make Comfort AC (Capacity 1 x 8.3TR CDC Hall, 4 x 3TR CDC Hall/ Monitoring 13 Room, Conference Room, + 4 x 2TR (Telecom Room) + 2 x 1.5TR BMS Room), Voltas Split AC – 2 nos. 15 27 nos. of Distribution Panels consisting of 529 nos. of MCB/ MCCBs/ TPN / RCCB etc. Set 16 Fire & Safety Very Early Smoke Detection Aspirators (VESDA) 3 17 Fire suppression Systems NAF S125 with panels and cylinders. Fire panel of EST3 make. 9 Cylinders 18 Fire & Safety Smoke Detectors, RAT Repellants (Make Maser Electronics (P) Ltd. 140 & 240 19 Water Leakage Detection (WLD) system in Server & UPS Room 3 Modules 20 Fire Extinguishers A B C Type 37 21 Security Systems - 2 NVR(16+16)TB and 2*24 port Switch CCTV cameras (Dome (33) and 2xNVR+43x Bullet(10) Type, Make-Camera-Honeywell, NVR-Samsung and Switch-CISCO – 2 nos. CCTV + 2 POE switch

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 46 | 71 22 Interflex / Falco make Access Control Devices and Software, ESSL biometric access 18 doors controller, card readers and associated accessories. 23 Trane make BMS Software + controller with Desktop PC 1 Set 24 Public Address System (1no. 250Watts Ahuja Amplifier, 18 nos. 10Watts Ahuja Ceiling 1 Set mounted Speakers, 2 nos. HORN Speakers, 1 no. Shure Mic, Portable Amplifier Speaker system) 25 Earth Pits of GI Pipe and Copper Plate 20 26 BMS manpower (24x7 x 3 shifts) 8 27 Data Center Engineer Manpower – Shift In charge 4

DB Details DB Name No. of Breakers Rating of Breakers Server DB 1A 33 30*32A SP, 2*63 A TP, 1*125 A MCCB Server DB 1B 33 30*32A SP, 2*63 A TP, 1*125 A MCCB Server DB 1C 35 33*32A SP, 1*63 A TP, 1*125 A MCCB Server DB 2A 33 30*32A SP, 2*63 A TP, 1*125 A MCCB Server DB 2B 33 30*32A SP, 2*63 A TP, 1*125 A MCCB Server DB 2C 33 30*32A SP, 2*63 A TP, 1*125 A MCCB Server DB 1D 25 2*63A TP,4*32A TP,8*20A SP,10*32A SP, 1*125 A MCCB Server DB 2D 25 2*63A TP,4*32A TP,8*20A SP,10*32A SP, 1*125 A MCCB PAC DB-2 5 4*63A TP, 1*250 A MCCB PAC DB-3 5 4*63A TP, 1*250 A MCCB CAC DB- 3 5 4*32 A TP, 1*63 A TP Lighting DB-1C 25 8*10A SP,8*16A SP,8*20A SP, 1*40 A RCCB Power DB-3B 25 8*20A SP, 8*16A SP,8*10A SP, 1*32 A TP PAC DB -1 5 2*63A TP, 2*32 A TP, 1*63 A FP Lighting DB-1B 25 8*20A SP, 8*16A SP,8*10A SP, 1*32 A FP CAC DB- 2 9 2*32A TP, 6*32A SP, 1*63 A TP UPS output DB 1 6 1*400A MCCB, 5* 125 A MCCB UPS output DB 2 6 1*400A MCCB, 5* 125 A MCCB UPS DB 3 17 4*40A TP,1*32A SP, 2*20A SP,4*16A SP, 2*10A SP,3*6A SP , 1*63 A TP CAC DB-1 21 2*63A TP, 1*32A TP, 5*20A SP, 5*16A, 2*32 SP,5*10A SP, 1*125 A MCCB Lighting DB Test Lab 11 1*20A SP, 9*16A SP, 1*63 A FP Lighting DB 13 1*63A FP, 9*16A SP, 3*10A Raw Power 13 1*63A FP,12*16A SP CAC DB 13 1*63A TP, 3*50A TP, 1*32A TP, 2*32A SP, 5*16A SP, 1*100A MCCB Lighting DB 1A 25 8*20A SP, 8*16A SP, 8*10A SP, 1*63 A TP+ELCB PDB 3A 25 8*20A SP, 8*16A SP, 8*10A SP, 1*40 A TP PDB 3C 25 8*20A SP, 8*16A SP, 8*10A SP, 1*40 A TP 529

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 47 | 71 Panel Details

EB Panel (BEST Incomer)

Panel Item Make Qty

EB-01 & EB-02 LT Panel 800 Amp MCCB ABB 6

EB-01 & EB-02 LT Panel 800 Amp MCCB L&T 2

EB-01 & EB-02 LT Panel 400 Amp MCCB L&T 1

EB-01 & EB-02 LT Panel 6 Amp MCB L&T 24

Surge Supressor L&T 1

Lighting Outgoing MCB 63Amp 4 Pole L&T 1

Lighting Outgoing MCB 63Amp 2 Pole L&T 1

Lighting Outgoing MCB 32Amp 2 Pole L&T 3

PLC Auto/Manual Switch 6 Amp MCB L&T 2

PLC Auto/Manual Switch PLC Controller SHAVISION 1

APFC Panel

400 Amp MCCB L&T 01 Nos.

Capacitor 15 KVAR L&T 01 Nos.

Capacitor 10 KVAR L&T 01 Nos.

Capacitor 05 KVAR L&T 01 Nos.

Capacitor 25 KVAR L&T 05 Nos.

100 Amp MCCB of Capacitor L&T 08 Nos.

10 Amp Contactor MOC 25 L&T 08 Nos.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 48 | 71 Old LT Panel No – 01

800 Amp MCCB Legrand 01 Nos Total 24 MCB For LED Status 6 400 Amp MCCB Legrand 03 Nos AMP with Energy Meters.

250 Amp MCCB Legrand 02 Nos Associated CT in the busbar for energy meters. 125 Amp MCCB Legrand 02 Nos

100 Amp MCCB Legrand 02 Nos

63 Amp MCCB Legrand 05 Nos

40 Amp MCCB Legrand 07 Nos

New LT Panel No - 02

800 Amp MCCB L&T 01 Nos Total 13 MCB For LED Status 6 AMP with Energy Meter. 400 Amp MCCB L&T 03 Nos

250 Amp MCCB L&T 02 Nos Associated CT in the busbar 125 Amp MCCB L&T 01 Nos for energy meters.

100 Amp MCCB L&T 01 Nos 63 Amp * 2 nos MCB.

Executive summary and write-up on the proposal

Executive summary & write-up on the Proposed AMC for Acceptance, should be provided. The executive summary should be a brief overview of the engagement and should identify the main features and benefits of the proposed AMC.

Deviations from Objectives

The Vendor Company must specify the deviations / assumptions, if any, from the expectations conceived in this Tender clearly. In case nothing is specified under this heading, it will be assumed that there are no deviations from the BPCL’s proposals.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 49 | 71 Pre-Qualification Criteria

Instructions to the Bidder

The bidder must ensure that copies of documentary proofs are uploaded under “Other Document” for all the qualification criteria mentioned below. The originals must be produced on request.

Submission of authentic documents is the prime responsibility of the bidder. Wherever we have concern or apprehension regarding the authenticity/correctness of any document, we reserve the rights of getting the document cross verified from the document issuing authority.

Bid Qualification Criteria

Pre-Qualification is being the first step in the tendering process, the following BQC has been proposed for selection of the vendors. The bidder must fulfil each of the following criteria in order to qualify for the tender:

Criteria: 1 Bidder must be a registered company in India under the Companies Act, 1956 and must have a valid GST registration.

&

The bidder should have support/technical service office/infrastructure in MMR (Mumbai Metropolitan Region). Documents required from the bidder:

Copy of Certificate of Incorporation and Memorandum & Articles of Association.

Copy of certificate of GST Registration.

Bidder shall submit documentary evidence (Copy of Rent Agreement / Ownership deed or any other valid legal document) of having a support/technical service office/infrastructure in MMR (Mumbai Metropolitan Region). The legal documents must be in the name of the bidder.

Criteria: 2 The bidder should have average annual financial turnover of minimum Rs. 36 Lakhs in immediate last three consecutive financial years as per their audited accounts, as on due date of bid submission.

The bidder should have positive Net worth as per latest audited balance sheet. Bidder shall not be under liquidation, court receivership or similar proceeding. Documents required from the bidder:

A certificate from Chartered Accountant confirming that the bidder has average annual financial turnover of minimum Rs. 36 Lakhs per annum in the three consecutive financial years of 2017-18, 2018- 19 and 2019-20 as per their audited accounts, as on due date of bid submission.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 50 | 71

A certificate from Chartered Accountant is to be submitted that the bidder has positive Net worth as per latest audited balance sheet.

Undertaking from the authorized signatory/company secretary of the bidder that the Bidder is not under liquidation, court receivership or similar proceeding.

Criteria: 3 Bidder must have executed minimum ‘Two contracts of Maintenance of Data Centre in different client organizations with 30 or more IT racks each’ during the last 3 Years with at least one of the Data Centre having Tier-III rating or Tier 3 Architecture or higher.

&

Bidder should have at least 10 manpower resources deployed at Client site for Operational Management support of Data Center. Documents required from the bidder:

Copies of Contract/Purchase Order (PO) or Job Completion Certificate /any other relevant document from client organization(s) / Self – Declaration for the bidder, clearly mentioning that Data Centre is of Tier- III rating or with Tier 3 architecture or higher.

Copies of Contract/Purchase Order (PO) or Job Completion Certificate /any other relevant document from client organization(s) / Self – Declaration for the bidder, clearly mentioning that the bidder has deployed at least 10 manpower resources in the DC of client organization.

Bidder is also required to provide details of the client organization(s) along with Contact Number, Name and Email address of the person responsible.

Criteria: 4 The Bidder must submit a declaration to the effect that they are not currently serving any Holiday listing order issued by BPCL or MOPNG debarring them from carrying on business dealings with BPCL/MOPNG or serving a banning order by any other Oil PSE. If this declaration is found to be false, BPCL shall have the right to reject bidder’s offer, and if the bid has resulted in a contract, the contract shall be liable to be terminated. Documents required from the bidder:

An undertaking duly signed by authorized signatory / company secretary in support of not being barred / holiday listed by any of the mentioned Organizations on their letter head.

Bidders are required to qualify each of the above mentioned Bid Qualification Criteria to become eligible for the evaluation of Techno-Commercial bid.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 51 | 71 Techno-Commercial Evaluation:

Techno-commercial bid will be accepted only if they are in the prescribed format in e-tender, with complete information and compliance to technical and commercial conditions laid therein. Bidders qualifying Techno Commercial Evaluation will be further proceeded for commercial evaluation.

Techno-Commercial Bid Format:

Please provide following information as part of your Techno-Commercial bid. All information required herein must be provided. If the information provided is found to be incomplete, incorrect or unsatisfactory, the bid is liable to be rejected.

1. List of deviations, if any, else submit duly signed and stamped NIL Deviation statement on company letter head. 2. Power of Attorney in the name of person who is signing the bid documents – Attested copy. 3. BPCL’s RFP duly stamped & signed by the authorized signatory in token of acceptance of all terms & conditions mentioned in this document. 4. Bidder need to produce valid document from OEM / OEM Authorized partner / Self-declaration for service & support for all the equipment mentioned in Annexure-II. Bidders providing Self- Declaration for direct service and support should ensure that sufficient spare parts are available with them. 5. Detailed AMC project execution plan with Preventive maintenance plan & deliverables at each milestone. 6. Risk analysis in executing this project, if any, & proposed mitigation plan. 7. The full Bill of Material (BOM) with part number of the vendor and the quantity needs to be mentioned in the Technical bid. 8. Undertaking that the Bidder is quoting for all the line items mentioned in technical bid and he will be supplying the same as per PO(s) issued by BPCL. 9. Unpriced Bid with declaration on it that “The Price bid is as per the format requested & prices submitted are in the units specified in the tender without any conditions attached” under the signature of the authorized signatories. In case there is any condition mentioned in Price bid or is not in the required format, which is not mentioned in Technical bid under “Deviation Statement”, the bid is liable to be rejected. 10. BPCL’S PRE SIGNED INTEGRITY PACT DOCUMENT AVAILABLE ON LINK https://ebiz.bpc.co.in/docs/Integrity_Pact.pdf HAS TO BE DULY SIGNED BY THE BIDDER’S AUHTORIZED SIGNATORY / COMPETENT AUTHORITY. ORIGINAL INTEGRITY PACT TO BE SUBMITTED TO BPCL, SEWREE OFFICE, BEFORE SUBMISSION OF BID AND A COPY OF THE SAME TO BE UPLOADED IN THE SYSTEM BY THE BIDDERS. 11. Non-Disclosure Agreement (NDA) form (Annexure III) duly signed by the Authorized signatory (to be submitted by successful Bidder within 15 days of issue of Purchase Order). 12. Undertaking to be given on Bidders Letter Head for Acceptance of GCC conditions (Annexure - VIII). 13. Undertaking to be given on Bidders Letter Head as Compliance of Restrictions for Countries which share land border with India (Annexure – X).

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 52 | 71

Techno-Commercial Evaluation Criteria:

Only the Bidders who qualify ‘Bid Qualification Criteria’ will be considered for Techno-Commercial Bid Evaluation.

Only those Bidders who satisfy all of the criteria specified below shall be considered Technically Qualified and shall be further considered for Price Bid Evaluation.

Compliance to all the items given in Annexures corresponding to BPCL’s specification for Scope of Work, Qualification and Experience of various profiles, Roles and Responsibilities, Payment Terms, Penalties, General Terms and Conditions, Other Contractual Stipulations etc. Any deviation from the Technical Specification should be clearly brought out. BPCL Technical Evaluation Committee may at its discretion accept, seek further clarification or reject any such deviation.

If a Bidder fails to accept all requirements/T&Cs specified in Annexures or anywhere else in the Tender document without any deviation, whatsoever, his/her bid is liable to be rejected.

Price Bid Evaluation/Contract Award Criteria:

Price bids of techno-commercially qualified bidders will be evaluated considering the unit rate and quantity for three years including applicable taxes. Contract will be awarded to the overall lowest (L1) quote basis.

Final overall quote inclusive of taxes which is outcome of bidding process shall remain firm and shall determine the L1 (lowest quote). For L1 Bidder, no request for changing overall quoted price (inclusive of taxes) for the tender, shall be entertained due to any error on account of calculation mistakes, incorrect rates and/or incorrect tax rates etc. in price bid. Any corrections on account of this shall be made by adjusting the basic rate of item without increasing the overall bid amount (inclusive of taxes). Bidders are requested to check their quote thoroughly (inclusive and exclusive of taxes) before final submission of the bid. If Bidder withdraws quote after submission, action as deemed fit shall be initiated by BPCL.

In Event the Bidder is not in a position to take up the job after being declared as L1 through the Bidding Process, for whatever reason including but not limited to the scenarios mentioned below, the Bidder is likely to be put into Holiday List or Black list in accordance to the Company Policies.

Owners (BPCL) reserves its right to allow Micro and Small Enterprises (MSEs) and MSEs owned by Scheduled Caste (SC) or the Scheduled Tribe (ST) entrepreneurs, purchase preference as admissible/applicable from time to time under the existing Govt. policy. Purchase preference to a MSE and a MSE owned by SC/ST entrepreneurs shall be decided based on the price quoted by the said MSEs as compared to L1 Vendor at the time of evaluation of the price bid.

Since this is a non-divisible tender, an MSE quoting in the price band of L1+15 per cent shall be awarded for full/complete supply of tendered value subject to bringing down of price to L1 by the concerned MSE.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 53 | 71 In case of more than one such MSEs are in the price band of L1+15%, then L1 MSE will be offered first and if matches the L1 price, MSE shall be allowed to supply total tendered quantity. If L1 MSE does not match L1 price, other MSE falling in range of L1+15% price band will be offered in order of L2 MSE, L3 MSE etc. until they match L1 price. No separate preference shall be given to MSE owned by SC/ST entrepreneurs over MSE owned by general person.

MSME vendors need to provide the details of MSE Registration with Directorate of Industries or any other competent authorities along with the technical bid.

General Terms and Conditions a) BPCL reserves the right to vary above schedule at its absolute and sole discretion, should the need arise and Bidder acknowledges that it cannot hold BPCL responsible for breach of any of the dates mentioned in this tender document. b) From the date of RFP issue through the date the contract is awarded, communication/ correspondence regarding this RFP with any BPCL personnel or its members or anyone other than the designated contact person listed in the RFP instructions is prohibited. Failure to follow this provision may be grounds for disqualification from proposal consideration. c) Any costs incurred in responding to this request for proposal shall be borne by the Bidder only. d) BPCL reserves the right to cancel the tender at any stage without assigning any reason. e) At any stage during the contract period, if it is observed that offered service does not meet BPCL’s requirement and/or the vendor fails to provide requisite performance due to any reason not attributable to BPCL, the successful bidder shall have to take suitable measures without any additional cost to BPCL. f) All terms, conditions and provisions contained in the RFP shall form part of the contract by default. g) Bidder shall nominate a single point coordinator from his side for BPCL for all communication and procedural activities. h) If the single point coordinator nominated from the Bidder’s side is replaced, all handing over procedures related to co-ordination with BPCL will be the sole responsibility of the Bidder.

Termination of Contract:

BPCL may, without prejudice to any other remedy for breach of contract, by written notice of default, sent to the Bidder, terminate the Agreement for services in whole or in parts: a) If the Bidder fails to deliver either the whole or part of the services as defined in scope of work within the time period(s) specified in the agreement or any extension thereof granted by BPCL.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 54 | 71 b) If the Bidder, in the judgement of the BPCL, has engaged in fraudulent and corrupt practices or acted with malafide intentions in competing for or in execution of the Contract. c) In case Bidder is not able to fulfill the contractual commitments, then BPCL may decide to terminate the contract at its discretion and may not engage the bidder in future BPCL projects. d) In the event BPCL terminates the Agreement in whole or in part, as per the above excluding for convenience period, BPCL may procure the services from anyone in such manner as it deems appropriate. It will be done at the risk and cost of the Bidder. However, the Bidder shall continue performance of the Contract to the extent not terminated. e) For convenience the notice period shall be 90 days.

Code of Conduct to be followed while at BPCL premises a) The resources engaged by BPCL will follow the normal code of conduct applicable to staff of BPCL. In addition to this, they will not be in possession of removable storage devices like pen drive, CD writer, floppy, etc. while at work in BPCL premises. b) Use of internet access shall be provided for official purposes and not for personal use. If the resource is found not adhering to the code of conduct specified, he/she would be sent back and the Bidder to provide immediate replacement of the resource so that BPCL work does not get affected.

NOTE: All the other relevant Terms & Conditions which are not mentioned in this Tender document will be as per the GENERAL CONDITIONS OF CONTRACT (GCC) given in ANNEXURE – VIII.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 55 | 71 Commercial Terms & Conditions

Pricing Type a) The quoted rates shall be valid for acceptance for the period of 90 days from the date of opening of the price bid. b) Prices quoted by the bidder must be all inclusive, firm and final, and shall not be subject to any escalation whatsoever during the period of the contract. Prices should indicate the price at site and should include all applicable taxes. c) The contract period will be for three years from the date of signing of ‘Agreement for Annual Maintenance Contract (AMC) and Operational Management support’ for Corporate Data Center (CDC) –Mumbai’ (Annexure IV). This agreement should be submitted within a week of issuance of Letter of Acceptance (LOA). d) The Vendor should quote separately for Basic price and GST as applicable on the item quoted separately with applicable SAC. e) Vendor has to quote per year rate for AMC for Line Items in the price bid form of e-procurement. f) Vendor has to quote rate for all the manpower supply on Monthly basis in the price bid form of e- procurement. g) The rates will be firm for the entire period of the contract.

Tax Clause

1. Basic price and rate of tax applicable on the material supplied /services rendered should be separately mentioned in the Tender Form. Bidder shall be required to indicate the SAC / HSN Code along with tax rates as applicable under GST law, in unpriced bid and at the time of quoting.

2. The rates along with taxes, finalized for each location, shall remain valid for the entire period of contract. However, BPCL shall have option to review the prices for downward/upward revision of cost due to reduction/increase in government levies, taxes, duties etc.

3. Variation in the rates for Statutory levies/ taxes / duties during the tenure of the contract within delivery schedule will be allowed only on the submission of documentary evidence from Govt. / Statutory Authorities and its acceptance by BPCL.

4. Any downward revision in taxes or levies etc., during the contract period shall be recovered from the vendor from the current running bills. Changes in the taxes structure as mentioned above shall be updated in the POs suitably.

5. The price quoted in the Price Bid should cover charges for all Products / Services asked in this Tender. No other payment shall be made over and above quoted rates.

6. All prices quoted should be in INR.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 56 | 71 Terms of delivery

The Contract for AMC & Operational Management Support at CDC shall be for 3 years from the date of placement of PO or w.e.f. 01.02.2021 whichever is later. Purchase Order for the same will be issued on `Year on year basis'.

Payment Terms

a. 100 % Payment will be made on quarterly basis on receipt of Invoice at the end of each quarter against submission of PBG of 10% of 1st year AMC PO basic value valid for a period of 3 years and 6 months. b. Payment will be made to the vendor on 30th day after submission of bill along with supporting service reports. c. BPCL will be deducting the mandatory deductions i.e. WCT, TDS etc. from the payments due to the contractor. d. Variation in the rates for statutory levies/ taxes/ duties will be allowed only on submission of documentary evidence from Govt. / statutory authorities and its acceptance by the BPCL. e. Vendor will have to ensure that complete documents for payment are submitted. f. Part payment will not be made other than payment terms mentioned in this document. g. No additional charges on account of transportation of men and material, lunch, tea, conveyance will be given. h. Payment would be made through National Electronic Fund Transfer (NEFT). Hence, please ensure that bank details submitted by you is correct or submit the latest bank details in the format available with us. i. In case the vendor fails to submit PBG due to any unavoidable situation, an amount equal to PBG will be deducted towards SD in lieu of PBG and the same will be released once the original PBG is received and verified.(i.e. 10% deduction in each of the bills submitted towards SD in lieu of PBG). The same shall be released either after submission of PBG or after one year from the date of bill processing. a) Please note BPCL has setup a Business Process Excellence Centre (BPEC) for Vendor Invoice processing. b) BPEC will function as a payments factory to receive, digitize and process vendor invoices in a timely and accurate manner. In addition, the centre will receive and account for Performance Bank Guarantees (PBGs) and Bank Guarantees (BGs). This includes release of retention money/release of PBGs.

The following documents will need to be sent to BPEC:  Original Commercial Invoices (in TAX Invoice Format)  Please quote our Purchase Order (PO) number & Vendor Code No. on the invoice, mandatorily.  PBGs / BGs against Retention and Security Deposits.  Request for release of Retention money/Release of PBG.

Please send these documents to the following address for payment processing:

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 57 | 71 BUSINESS PROCESS EXCELLENCE CENTRE (BPEC) 4th FLOOR, BPCL OFFICE COMPLEX PLOT NO. 6 SECTOR - 2 BEHIND CIDCO GARDEN, KHARGHAR NAVI MUMBAI-410210

Note the above BPEC address is not the Delivery or Billing address on the Invoice.

The payment status of your invoices can be tracked by vendor at https://econnect.bpcl.in

Vendor can self-register on the above portal to check the status of invoices and payments. Vendor will continue to receive e-mail update on Vendor Invoice status as per current practice. If you have any payment related queries, please send them to [email protected]

BPCL shall not be held responsible for delay in payment under following circumstance.  Non-submission of Bank Guarantee as per tender / PO terms & conditions.  Incorrect / incomplete Invoicing (like States / HSN/SAC etc.) after placement of PO.  Delay in submission of bills.  Incorrect invoices or Bills or submitted without BG will be liable for Rejection.

SLA Requirements

Comprehensive AMC / AMC (as detailed in the tender specs) for all heads for 3 years. Support: 24X7 all 365 days during the contract period Uptime: Party should ensure reliable service uptime level of minimum 99.9 % for all the systems. For all heads Response time: 2 hrs. Resolution time: within 6 hrs. Vendor should maintain an inventory of spare parts at site for critical systems to avoid any delay in maintenance of equipment.

Performance Bank Guarantee: a) To ensure performance of the contract and due discharge of the contractual obligations, the successful contractor will have to provide security deposit of 10% of the basic Annual Contract Value in the form of Bank Guarantee. b) In the case of security deposit submitted in the form of Bank guarantee, the Bank Guarantee shall be valid and remain in force till the contractual completion period (expiry of the defect liability period- refer clause-74 of GCC, if applicable) and with a claim period of six months thereafter. c) In case the successful contractor is not furnishing the performance security deposit as referred above on award of the job, the same shall be deducted from each running account bills at the rate of 10% of bill

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 58 | 71 value till overall security deposit of 10% as mentioned above is collected till we receive the PBG. d) Within 30 days of the receipt of notification of award from the BPCL, the successful bidder shall furnish the performance security in form of a Bank Guarantee as given in (Annexure – V) for an amount of 10% of the annual PO value and valid for the PO period. e) The BG shall be denominated in Indian rupees and shall be a bank guarantee in favor of Bharat Petroleum Corporation Ltd. from a scheduled bank in India. f) The proceeds of the BG shall be payable to BPCL as compensation for not meeting the contractual obligations by the bidder under this bid. BPCL shall as soon as practicably possible notify the bidder in writing of its invocation of its right to receive such compensation, indicating the reasons for which the bidder is in default. g) Unless invoked pursuant to above conditions the BG shall be discharged by BPCL and returned to the bidder at the end of the PO period. h) At no time during the pendency of the resultant agreement shall the bidder allow the BG to expire. Expiry during the term of the resultant agreement shall be a ground for termination of the Contract.

Penalty for Breach of Contract:

Support: 24X7 all 365 days coverage basis Preventive Maintenance: as per scope of work. For all heads: Response time within 2 hrs. Resolution time: within 6 hrs.

Penalty for equipment AMC: Any delay in response time beyond 2 hours and problem resolution time beyond 6 hours during AMC period shall attract Penalty @ Rs.1000/- per day, per call (service) failure will be deducted with applicable taxes from vendor's current/running bill, if any.

Penalty for Manpower: In case of absenteeism of any staff deployed at site and no suitable replacement is provided, Non- adherence to punctuality in office timing, change of staff without BPCL's consent for the purpose of this contract, then penalty of thrice the cost incurred per person per day will be deducted with applicable taxes from the payment to the successful vendor on pro-rata basis. Any Lapse in the monitoring the systems/ not reporting incidents/manual error which cause a downtime of equipment will cost Rs. 5000/- per incident and same will be deducted from Quarterly payment to vendor. Vendor has to ensure safety practices as per BPCL/Industry standard. In case of Non-compliance and any of safety incident vendor will be penalized Rs. 10000/Incident. Notwithstanding anything contrary contained herein, the total penalties under the contract shall not exceed 10% of Total AMC PO value. BPCL reserves the right to terminate the contract on reaching maximum limit of penalty.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 59 | 71 Other Contractual Stipulations

Please refer detailed Scope of Work and General Terms & Conditions enclosed as per Annexures.

The Vendor is required to execute the order as a turn-key project and BPCL shall not be responsible for any omission/deletion of any component and no additional cost shall be paid to vendor by BPCL towards the same. Such component / accessories shall be provided by Vendor at his cost.

The Service Level Agreement (SLA) must be supported by an excellent operational planning, support, and procedures. Proposal of SLA should clearly have acceptance of all Terms & Conditions. SLA should be signed between the Vendor and BPCL within one month after issuing Purchase Order (PO) by mutual discussion. Vendor will prepare the SLA copy and will get it mutually signed on stamp paper as per standard practice.

 NDA Clause:

The successful bidder (L1) has to sign the 'Non-Disclosure Agreement (NDA)' on Rs. 100/- stamp paper (Non Judicial) from their competent authority as a compliance for the 'Non-Disclosure Agreement' in line with BPCL's IS Security Policy, refer Annexure - III for NDA Template. Purchase orders will not be placed without entering into above NDA.

 Exit Clause

Either of the parties reserves the right to terminate the contract at any point of time by serving 3 months' notice.

 Extension of the Contract

This contract may be extended by 6 months at same rate, terms & conditions if required to do so.

 Right to Audit:

BPCL reserves the right to audit or inspect work performed by the vendor. BPCL may participate directly or through an appointed representative, e.g., Mutually Agreeable external auditor, in order to verify that the tasks related to this project have been performed in accordance to the procedures indicated.

NOTE: Arbitration Clause, Limitation of Liability and Force Majeure clause are as per GCC attached with this Tender.

ALL ABOVE TERMS & CONDITIONS ARE ACCEPTABLE TO US. SIGNATURE & NAME OF THE PERSON WITH COMPANY SEAL

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 60 | 71 Bill of Material

Bill Of Materials for Annual Maintenance Contract & Operational Management Support for CDC-Mumbai BOM for Equipment AMC

Hardware Sr. (HW) First Second Third No Description Qty UOM /Service Year Year Year . (SER)

Comprehensive AMC for LT 1 SER 1 LS Y Y Y Electrical System Comprehensive AMC for ASCO 2 SER 1 LS Y Y NA Switch - 1 No. Comprehensive AMC for Precision 3 SER 1 LS Y Y Y AC DB Panels Comprehensive AMC for 4 SER 1 LS Y Y Y Distribution Panels. Comprehensive AMC for Earth Pits 5 of GI Pipe and Copper Plate. - 20 SER 1 LS Y Y Y Nos. Comprehensive AMC for 500KVA 6 Diesel Generator with DG AMF SER 1 LS Y Y Y Panels. - 2 Nos. Non - Comprehensive AMC for 7 SER 1 LS Y Y NA 200KVA UPS - 3 Nos. Non - Comprehensive AMC for 10 8 SER 1 LS Y Y NA KVA UPS - 2 Nos. Comprehensive AMC for INSTA 9 SER 1 LS Y Y Y Switches (Static Transfer Switch) Comprehensive AMC for Precision 10 SER 1 LS Y Y NA ACs. - 6 Nos - 20 Tr. Comprehensive AMC for Precision 11 SER 1 LS Y Y NA ACs. - 2 Nos - 12.5 Tr. Comprehensive AMC for Precision 12 SER 1 LS Y Y NA ACs. - 1 Nos - 5 Tr. Comprehensive AMC for Comfort 13 SER 1 LS Y Y NA AC. - 13 Nos.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 61 | 71 Comprehensive AMC for Fire & 14 Safety Very Early Smoke Detection SER 1 LS Y Y Y Aspirators (VESDA) - 3 Nos. Comprehensive AMC for Fire suppression Systems NAF S125 15 SER 1 LS Y Y Y with FAS panel and smoke/heat detectors.

16 Comprehensive AMC for Rodent SER 1 LS Y Y Y Repellant systems. Comprehensive AMC for Water 17 SER 1 LS Y Y Y Leakage Detection (WLD) system Comprehensive AMC for Fire 18 SER 1 LS Y Y Y Extinguishers Comprehensive AMC for CCTV 19 SER 1 LS Y Y Y System Comprehensive AMC for Interflex 20 make Access Control Devices and SER 1 LS Y Y Y Software. Comprehensive AMC for Trane 21 make BMS Software + Controller SER 1 LS Y Y Y with Desktop PC. Comprehensive AMC for Public 22 SER 1 LS Y Y Y Address System BOM for Operational Management (Manpower)

Hardware Sr. (HW) First Second Third No Description Qty UOM /Service Year Year Year . (SER)

8 No. of BMS Administrator for 8 * 12 23 SER MONTH Y Y Y Corporate Data Center = 96 4 No. of Shift Engineer for 4 * 12 24 SER MONTH Y Y Y Corporate Data Center = 48 Note: Y = Meaning service is required in that year. NA = Meaning service is not required for that year.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 62 | 71 Un-priced Bid Format

All figures must be in Indian Rupees (to be quoted in commercial bid format on e-proc. site). Vendor to quote Unit rate (per man month), GST percentage, SAC, type of GST & Billing state in commercial bid format on e-Proc. site.

(Please mention SAC and whether prices quoted or not in Commercial price bid in e-proc.)

No prices to be mentioned in this Unpriced Bid document which are uploaded as part of technical bid on Eproc.

For AMC Items:

Price Price Price Hardware(H In INR In INR In INR Sr. Description W) /Service SAC No. (SER) (Year 1) (Year 2) (Year 3)

Comprehensive AMC for LT Electrical 1 SER System Comprehensive AMC for ASCO Switch - 1 NA 2 SER No. Comprehensive AMC for Precision AC DB 3 SER Panels 4 Comprehensive AMC for Distribution Panels. SER Comprehensive AMC for Earth Pits of GI 5 SER Pipe and Copper Plate. - 20 Nos.

Comprehensive AMC for 500KVA Diesel 6 SER Generator with DG AMF Panels. - 2 Nos.

Non - Comprehensive AMC for 200KVA UPS NA 7 SER - 3 Nos. Non - Comprehensive AMC for 10 KVA UPS - NA 8 SER 2 Nos. Comprehensive AMC for INSTA Switches 9 SER (Static Transfer Switch) Comprehensive AMC for Precision ACs. - 6 NA 10 SER Nos - 20 Tr. NA Comprehensive AMC for Precision ACs. - 2 11 SER Nos - 12.5 Tr.

Comprehensive AMC for Precision ACs. - 1 NA 12 SER Nos - 5 Tr. 13 Comprehensive AMC for Comfort AC. - 13 SER NA

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 63 | 71 Nos. Comprehensive AMC for Fire & Safety Very 14 Early Smoke Detection Aspirators (VESDA) - SER 3 Nos. Comprehensive AMC for Fire suppression 15 Systems NAF S125 with FAS panel and SER smoke/heat detectors. Comprehensive AMC for Rodent Repellant 16 SER systems. Comprehensive AMC for Water Leakage 17 SER Detection (WLD) system 18 Comprehensive AMC for Fire Extinguishers SER 19 Comprehensive AMC for CCTV System SER Comprehensive AMC for Interflex make 20 SER Access Control Devices and Software. Comprehensive AMC for Trane make BMS 21 SER Software + Controller with Desktop PC. Comprehensive AMC for Public Address 22 SER System

For Data center Manpower:

Price Price Price Hardware Qty In INR In INR In INR Sr. (HW) No. of [B] =12 * Description Resource SAC No. /Service [A] (Year 1) (Year 2) (Year 3) (SER) s Months [A] 8 No. of BMS Administrator for 23 SER 8 96 Corporate Data Center 4 No. of Shift Engineer for 24 SER 4 48 Corporate Data Center

Note: NA = Meaning service is not required for that year.

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 64 | 71 Annexure – III: Non-Disclosure Agreement

This Agreement is made as of the ------2020 between BHARAT PETROLEUM CORPORATION LTD. (BPCL) a Enterprise, having its registered office and Corporate office at Bharat Bhavan , 4&6 , Currimbhoy Road , Ballard Estate , Mumbai -400001 hereinafter referred as First Part which expression shall unless repugnant to the subject or the context mean and included its successors, nominees or assigns and M/s ------a company incorporated under the Indian Companies Act, 1956, and having its registered office at herein after called “-Second Part ” which expression shall unless repugnant to the subject or the context mean and include its successors, nominees or assigns.

Whereas in order to pursue the business purpose of this particular project as specified in Annexure A (the “Business Purpose”), M/s------recognize that there is a need to disclose certain information, as defined in para 1 below, to be used only for the Business Purpose and to protect such confidential information from unauthorized use and disclosure.

In consideration of First Part’s disclosure of such information, Second Part agrees as follows:

1. This Agreement will apply to all confidential and proprietary information disclosed by First part to Second part, including information which the disclosing party identifies in writing or otherwise as Confidential before or within thirty days after disclosure to the receiving party (“Confidential Information”).

Confidential Information consists of certain specifications, designs, plans, drawings, software, prototypes and/or technical information, and all copies and derivatives containing such Information, that may be disclosed to other part by first part for and during the Purpose, which disclosing party considers proprietary or confidential (“Information”). Confidential Information may be in any form or medium, tangible or intangible, and may be communicated/disclosed in writing, orally, or through visual observation or by any other means by other part (hereinafter referred to as the receiving party) by the First Part (hereinafter referred to as one disclosing party). Information shall be subject to this Agreement, if it is in tangible form, only if clearly marked as proprietary or confidential as the case may be, when disclosed to the receiving party or, if not in tangible form, its proprietary nature must first be announced, and it must be reduced to writing and furnished to the receiving party within thirty (30) days of the initial disclosure. 2. M/s ------i.e. Second Part ------hereby agreed that during the Confidentiality Period:

a) The receiving party shall use Information only for the Purpose, shall hold Information in confidence using the same degree of care as it normally exercises to protect its own

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 65 | 71 proprietary information, but not less than reasonable care, taking into account the nature of the Information, and shall grant access to Information only to its employees who have a need to know, but only to the extent necessary to carry out the business purpose of this project as defined in exhibit A, shall cause its employees to comply with the provisions of this Agreement applicable to the receiving party, shall reproduce Information only to the extent essential to fulfilling the Purpose, and shall prevent disclosure of Information to third parties. The receiving party may, however, disclose the Information to its consultants and contractors with a need to know; provided that by doing so, the receiving party agrees to bind those consultants and contractors to terms at least as restrictive as those stated herein, advise them of their obligations, and indemnify the disclosing party for any breach of those obligations.

b) Upon the disclosing party's request, the receiving party shall either return to the disclosing party all Information or shall certify to the disclosing party that all media containing Information have been destroyed.

3. The foregoing restrictions on each party's use or disclosure of Information shall not apply to Information that the receiving party can demonstrate:

a) Was independently developed by or for the receiving party without reference to the Information, or was received without restrictions; or

b) Has become generally available to the public without breach of confidentiality obligations of the receiving party. The information shall not be deemed to be available to the general public merely because it is embraced by more general information in the prior possession of Recipient or of others, or merely because it is expressed in public literature in general terms not specifically in accordance with the Confidential Information; or

c) Was in the receiving party's possession without restriction or was known by the receiving party without restriction at the time of disclosure and receiving party declare of possession of such confidential information within a day upon such disclosure by disclosing party ; or

d) Pursuant to a court order or is otherwise required by law to be disclosed', provided that Recipient has notified the disclosing party immediately upon learning of the possibility of any such court order or legal requirement and has given the disclosing party a reasonable opportunity and co-operate with disclosing party to contest or limit the scope of such required disclosure including application for a protective order. e) Is disclosed with the prior consent of the disclosing party; or

f) The receiving party obtains or has available from a source other than the disclosing party without breach by the receiving party or such source of any obligation of confidentiality or non-use towards the disclosing party.

4. Receiving party agrees not to remove any of the other party’s Confidential Information from the premises of the disclosing party without the disclosing party’s prior written approval and

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 66 | 71 exercise extreme care in protecting the confidentiality of any Confidential Information which is removed, only with the disclosing party’s prior written approval, from the disclosing party’s premises. Receiving party agrees to comply with any and all terms and conditions the disclosing party may impose upon any such approved removal, such as conditions that the removed Confidential Information and all copies must be returned by a certain date, and that no copies are to be made off of the premises.

5. Upon the disclosing party’s request, the receiving party will promptly return to the disclosing party all tangible items containing or consisting of the disclosing party’s Confidential Information all copies thereof.

6. Receiving party recognizes and agrees that all of the disclosing party’s Confidential Information is owned solely by the disclosing party (or its licensors) and that the unauthorized disclosure or use of such Confidential Information would cause irreparable harm and significant injury, the degree of which may be difficult to ascertain. Accordingly, receiving party agrees that the disclosing party will have the right to obtain an immediate injunction enjoining any breach of this Agreement, as well as the right to pursue any and all other rights and remedies available at law or in equity for such a breach.

7. As between the parties, all Information shall remain the property of the disclosing party. By disclosing Information or executing this Agreement, the disclosing party does not grant any license, explicitly or implicitly, under any trademark, patent, copyright, mask work protection right, trade secret or any other intellectual property right. The disclosing party disclaims all warranties regarding the information, including all warranties with respect to infringement of intellectual property rights and all warranties as to the accuracy or utility of such information. Execution of this Agreement and the disclosure of Information pursuant to this agreement does not constitute or imply any commitment, promise, or inducement by disclosing party to make any purchase or sale, or to enter into any additional agreement of any kind.

8. Disclosing party’s failure to enforce any provision, right or remedy under this agreement shall not constitute a waiver of such provision, right or remedy.

9. This Agreement will be construed in, interpreted and applied in accordance with the laws of India.

10. This Agreement and Exhibit A attached hereto constitutes the entire agreement of the parties with respect to the parties' respective obligations in connection with Information disclosed hereunder and supersedes all prior oral and written agreements and discussions with respect thereto. The parties can amend or modify this Agreement only by a writing duly executed by their respective authorized representatives. Neither party shall assign this Agreement without first securing the other party's written consent.

11. This Agreement will remain in effect for three years from the date of the last disclosure of Confidential Information, at which time it will terminate, unless extended by the disclosing

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 67 | 71 party in writing.

12. With regard to the confidential information of M/s disclosed to BPCL, BPCL agrees to comply with all the obligations of receiving party mentioned in this Agreement.

IN WITNESS WHEREOF, the parties hereto have executed this Agreement by their duly authorized officers or representatives.

M/S ------BHARAT PETROLEUM CORPORATION LIMITED

Signature: Signature: Printed Name: _ Printed Name: Designation: _ Designation:

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 68 | 71 Exhibit A

1. Business Purpose: …………………………………………………………… …………………………………………………………………………………….

2. Confidential Information of M/s ------

All communication/ information submitted to the BPCL relating to the proposal of M/s For the purpose of procurement and subsequent integration with existing infrastructure of BPCL, marked as confidential.

3. Confidential Information of BPCL:

a) All details relating to architecture and other Network infrastructure details of BPCL etc. b) All information shared in oral or in written form by BPCL with M/s------. c) Any information desired by M/s ------shall be justified for. d) Information downloaded or taken in physical form shall be returned/ destroyed after use and not copied. e) Draft Technical specifications for the various projects and Tender documents for the same.

BPCL: ______M/S______

Signed Signed

______

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 69 | 71 Annexure – IV: MEMORANDUM OF AGREEMENT

Refer Memorandum of Agreement, Page 37 of General Conditions of Contract (GCC).

NOTE: Copy of following documents are required to be enclosed with this Memorandum of Agreement: 1. Copy of PO 2. Copy of LOA 3. Standard Payment terms 4. Corrigendum /Amendment 5. General conditions of contract. 6. Documents as per RFP/Tender requirements. 7. All other legal documents as per BPCL GCC.

Annexure – V: BANK GUARANTEE

Refer Proforma of Bank Guarantee, Page 42 of General Conditions of Contract (GCC).

Annexure – VI: - Template for Submitting Queries for Pre-bid Meeting

Pre-Bid meeting queries template

1) Name of the person: 2) Contact Details: 3) Name of the organization: 4) Query details

S.N. Reference Page Clause Existing Clause Query / Proposed Change No No

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 70 | 71 Annexure – VII: Format of CA certificate to be submitted by the MSE Bidders

(Document can be downloaded from the BPCL ‘eproc’ Portal at https://bpcleproc.in )

Annexure -VIII: General Conditions of Contract (GCC)

(Document can be downloaded from the BPCL ‘eproc’ Portal https://bpcleproc.in)

Annexure – IX: NEFT Mandate Form

(Document can be downloaded from the BPCL ‘eproc’ Portal https://bpcleproc.in)

Annexure – X: Format for Compliance of Restrictions for Countries which share land border with India

(Document can be downloaded from the BPCL ‘eproc’ Portal https://bpcleproc.in)

Annual Maintenance Contract (AMC) and Operational Management Support for Corporate Data Center (CDC), Mumbai. P a g e 71 | 71