To, REQUEST FOR QUOTATION M/s. BPCL ESTIMATE Collective RFQ Number/ Purchase Group . - 400038. 1000221189 / M04-IS DEPT WR/CO Ph:,Fax:. Contact person/Telephone Vendor Code:300648 SAWANT SHYAM SAMBHAJI/022-22714242 Fax : - Email:[email protected] Our ref.: RFQ No/Date: 6000784913 / 25.11.2014 Quotation Due Date/Time:12.12.2014/15:00:00

Material/Services required at: M/s. Bharat Corporation Limited Integrated Data Centre, NOIDA

______India Dear Sir / Madam,

1. This is an e-tender, for limited vendors and only those vendors, whose names are inserted in the e-tender, can submit their bids through e-platform.

2. You are invited to submit your offer in two-part bid for Comprehensive Annual Maintenance Contract and Manpower for Electrical & BMS Operation of Integrated Data Centre (IDC) NOIDA for a period of 2 years from the date of PO or tentatively by 1st March 2015, final decision will be taken by BPCL.

3. Please visit the website https://bpcl.eproc.in for participating in the tender and submitting your bid online.

4. Bids submitted after the due date and time of closing of tender or not in the prescribed format is liable to be rejected. 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 to be submitted in physical form due to postal delay. No claims on this account shall be entertained.

I. GENERAL INSTRUCTIONS TO TENDERERS FOR E-TENDERING:

a. Interested parties may download the tender from BPCL website http://www.bharatpetroleum.in (or) from the e-tendering website https://bpcl.eproc.in and participate in the tender as per the instructions given herein, on or before the due date and time of the tender. The tender available on the BPCL website can be downloaded for reading purpose only. For participation in the tender, please fill up the tender online on the e-tender system available on https://bpcl.eproc.in.

b. For registration on the e-tender site https://bpcl.eporc.in, you need to download the User Instruction Manual from the site and read it. They shall have to select "Enrollment" and complete the "Supplier Registration Form" by filling in all the information correctly. Kindly remember the login id, password entered therein. After you complete this process, system will

Page 1 of 15 Vendor Sign & Stamp For Corporation Ltd. RFQ Number :6000784913 Date : 25.11.2014 To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648) generate an e-mail wherein a system generated "Challenge Phrase" will be mailed to you to complete balance registration process.

c. As a pre-requisite for participation in the tender, tenderers are required to obtain a valid Digital Certificate of Class IIB and above 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 tenderer.

d. In case any tenderer so desires, he may contact our e-procurement service provider M/s. C1 India Pvt. Ltd., Mumbai (Contact no. 022-66865606/66865600 / ) for obtaining the digital signature certificate.

e. Corrigendum/amendment, if any, shall be notified on the site https://bpcl.eproc.in. In case any corrigendum/amendment is issued after the submission of the bid, then such tenderers 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 tenderer. They have the choice of making changes in their bid before the due date and time.

f. Tenderer is required to complete the following process online on or before the due date/time of closing of the tender:

- Technical bid - Price bid

g. Directions for submitting online offers, electronically, against e-procurement tenders directly through internet:

(i) Tenderers are advised to log on to the website https://bpcl.eproc.in) and arrange to register themselves at the earliest.

(ii) The system time (IST) that will be displayed on e-tender 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 considered to determin actual time.

(iii) Tenderers are advised in their own interest to ensure that their bids are submitted in e-tender system well before the closing date and time of bid. If the tenderer intends to change/revise the bid already entered, he may do so any number of times till the due date and time of submission deadline. However, no bid can be modified after the deadline for submission of bids.

(iv) Once the entire process of submission of online bid is complete, the tenderers are required to go to option 'own bid view' through dashboard and take the print of the envelope receipt as a proof of submitted bid.

(v) Bids / Offers shall not be permitted in e-procurement system after the Page 2 of 15 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. RFQ Number :6000784913 Date : 25.11.2014 To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648) due date / time of tender. Hence, no bid can be submitted after the due date and time of submission has elapsed.

(vi) No manual bids/offers along with electronic bids/offers shall be permitted.

h. No responsibility will be taken by BPCL and/or the e-tender service provider for any delay due to connectivity and availability of website. They shall not have any liability to tenderers for any interruption or delay in access to the site irrespective of the cause. It is advisable that tenderers 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 well as BPCL officials.

i. BPCL and/or the e-tender 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.

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

1. For system related issues :

a. M/s.C1 India at contact no. 022-65281885/ 65281886 followed with a e-mail to id [email protected] or [email protected]

2. For tender related queries:

a. Mr. Milind Mangalgiri of BPCL at contact no. 022-22713754 /22714214 followed with an email to ID [email protected]

b. Mr. Shyam Sawant of BPCL at contact no. 022-22714242 followed with an email to ID [email protected]

3. For Technical related queries and visit to IDC Greater NOIDA

a. Mr.Rajesh Kumar Manager(IDC INFRA)of BPCL at contact no. 0120-2354230, Mobile No.9250911463 followed with email ID [email protected]

b. Site Address Bharat Petroleum Corporation Ltd Page 3 of 15 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. RFQ Number :6000784913 Date : 25.11.2014 To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648) Bharat Petroleum Corporate R&D Center IDC, Plot No. 2A, Udyog Kendra, Surajpur Greater NOIDA, UP - 201308

II. Submission of Bids

Bid should be submitted online through bpcl.eproc.in in two-part bid i.e. Technical Bid & Commercial Bid.

TECHNICAL BID (on line submission) following documents to be uploaded.

- Acceptance of Terms & conditions in CRFQ 1000221189 and Annexure-I in Toto by clicking on the button provided on the screen.

- Deviation if any or NIL Deviation statement.

PRICE BID (on line submission)

i. Price Bid

III. TERMS & CONDITIONS OF TENDER:

1. In case tenderers are not registered with BPCL, they shall submit an interest free Earnest Money Deposit (EMD) of Rs. 1.00 lakh (Rupees one lakh only) by crossed account payee Demand draft drawn on any nationalized/scheduled bank in favour of "Bharat Petroleum Corporation Ltd." payable at Mumbai.

2. The said EMD of Rs. 1.00 lakh (Rupees one lakh only) to be submitted in our office at the following address before due date and time the technical bid opening.

Mr. Milind Mangalgiri IIS Department, 2nd floor, Bharat Bhavan II, 4 & 6 Currimbhoy Road, Ballard Estate, Mumbai _ 400001

3. EMD of the unsuccessful bidder will be returned within due course after the evaluation of the price bid.

4. EMD of the successful bidder will be returned only after the registration process is completed by BPCL, if applicable.

5. INTEGRITY PACT

i) Bidder's failure to upload the scanned copy of IP (Integrity Pact) duly signed and witnessed shall result in the bid not being considered for further evaluation.

ii) 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, Page 4 of 15 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. RFQ Number :6000784913 Date : 25.11.2014 To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648) 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.

iii) 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.

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

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

Shri No. 82, Shakti Bhavan Race Course Road Bangalore 560 001 ______Tel:080-22256568/09731316063 Item Material Qty Unit Unit Basic Rate ______Description Delivery date (in Figures) ______00010 Comp. AMC for Comfor ACs 28.02.2017 The item 00010 covers the following services: 10 9007890 2 YR PMT . SUPPORT Facility Management (Years)

AMC of all IT related infrastructure and services / vendor management under Facility Management. ______Comprehensive AMC for Comfort AC for 2 years. Bill of Material (BOM) and Scope of Work enclosed as per Annexure-I.

1. Carrier Comfort AC - Qty-1 ______2. Comfort AC - Qty-2

Service Item 10: Unit basic rate in words ______

______Service Tax%______VAT%______CST%______00020 Comp. AMC for Preciscon ACs 28.02.2017 The item 00020 covers the following services: 10 9007890 2 YR PMT . SUPPORT Facility Management (Years)

Page 5 of 15 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. RFQ Number :6000784913 Date : 25.11.2014 To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648) Item Material Qty Unit Unit Basic Rate ______Description Delivery date (in Figures)

AMC of all IT related infrastructure and services / vendor management under Facility Management. ______Comprehensive AMC for Precision AC (Make Emerson) for 2 years. Precision AC ______Qty - 9. Bill of Material (BOM) and Scope of Work enclosed as per Annexure-I.

Service Item 10: Unit basic rate in words ______

______Service Tax%______VAT%______CST%______00030 Comp. AMC for UPSs 28.02.2017 The item 00030 covers the following services: 10 9007890 2 YR PMT . SUPPORT Facility Management (Years)

AMC of all IT related infrastructure and services / vendor management under Facility Management. ______Comprehensive AMC for DB Power make 5 Nos. of UPS for a period of 2 years. ______Bill of Material (BOM) and Scope of Work enclosed as per Annexure-I.

Service Item 10: Unit basic rate in words ______

______Service Tax%______VAT%______CST%______00040 Comp. AMC for DG sets 28.02.2017 The item 00040 covers the following services: 10 9007890 2 YR PMT . SUPPORT Facility Management (Years)

AMC of all IT related infrastructure and services / vendor management under Facility Management. ______Comprehensive AMC for make 2 nos. of DG set for a period of 2 years. ______Bill of Material (BOM) and Scope of Work enclosed as per Annexure-I.

Page 6 of 15 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. RFQ Number :6000784913 Date : 25.11.2014 To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648) Item Material Qty Unit Unit Basic Rate ______Description Delivery date (in Figures)

Service Item 10: Unit basic rate in words ______

______Service Tax%______VAT%______CST%______00050 Comp. AMC for Fire Safety & Security 28.02.2017 The item 00050 covers the following services: 10 9007890 2 YR PMT . SUPPORT Facility Management (Years)

AMC of all IT related infrastructure and services / vendor management under Facility Management. ______Comprehensive AMC for Fire Safety & Security systems (make & Misc.) for a period of 2 years.

Fire Alarm/Detection System, Fire Suppression System(FM200), CCTV System, WLD system, Rodent Repellant system, PA System, Air curtains and VESDA System and VESDA Filters. Bill of Material (BOM) and Scope of Work ______enclosed as per Annexure-I.

Service Item 10: Unit basic rate in words ______

______Service Tax%______VAT%______CST%______00070 Comp. AMC for Electrical LT system 28.02.2017 The item 00070 covers the following services: 10 9007890 2 YR PMT . SUPPORT Facility Management (Years)

AMC of all IT related infrastructure and services / vendor management under Facility Management. ______Comprehensive AMC for Electrical Low Tension (LT) system for a period of 2 ______years. Bill of Material (BOM) and Scope of Work enclosed as per Annexure-I.

Service Item 10: Unit basic rate in words ______

Page 7 of 15 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. RFQ Number :6000784913 Date : 25.11.2014 To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648) Item Material Qty Unit Unit Basic Rate ______Description Delivery date (in Figures)

______Service Tax%______VAT%______CST%______00080 Non-Comp. AMC for Electrical HT System 28.02.2017 The item 00080 covers the following services: 10 9007890 2 YR PMT . SUPPORT Facility Management (Years)

AMC of all IT related infrastructure and services / vendor management under Facility Management. ______Non-Comprehensive AMC for Electrical High Tension (HT) with Transformer System for a period of 2 years. Bill of Material (BOM) and Scope of Work enclosed as ______per Annexure-I.

Service Item 10: Unit basic rate in words ______

______Service Tax%______VAT%______CST%______00090 Data Center Power Technician 28.02.2017 The item 00090 covers the following services: 10 9007935 24 MON MPW . Hire BMS Administrators-MON (Months)

BMS Administrators for Integrated Contact Centre, Greater Noida

Manage the BMS operations like monitoring of CCTV, Server room ACs, DG sets. Maintain the logs for the same and take action as per guidelines. ______Manpower (One Staff) for Data Center Power Technician (mainly electrical) for a period of 2 years. Bill of Material (BOM) and Scope of Work enclosed as per Annexure-I.

(Vendor to quote per month per staff rate for Line Item 80 in the price bid ______form of e-procurement)

Service Item 10: Unit basic rate in words ______

Page 8 of 15 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. RFQ Number :6000784913 Date : 25.11.2014 To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648) Item Material Qty Unit Unit Basic Rate ______Description Delivery date (in Figures)

______Service Tax%______VAT%______CST%______00100 BMS Operators 28.02.2017 The item 00100 covers the following services: 10 9007935 24 MON MPW . Hire BMS Administrators-MON (Months)

BMS Administrators for Integrated Contact Centre, Greater Noida

Manage the BMS operations like monitoring of CCTV, Server room ACs, DG sets. Maintain the logs for the same and take action as per guidelines. ______Manpower (4 staff in shift) for managing Building Managerment System (BMS) Operation system for a period of 2 years. Bill of Material (BOM) and Scope of Work enclosed as per Annexure-I.

(Vendor to quote rate for all 4 staff on Monthly basis for Line item 90 in the ______price bid form of e-procurement0.

Service Item 10: Unit basic rate in words ______

______Service Tax%______VAT%______CST%______Grand Total (inclusive of all taxes, duties/charges etc) In figure: In Words :

______

Page 9 of 15 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. RFQ Number :6000784913 Date : 25.11.2014 To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648) ______TERMS & CONDITIONS

1.Pricing types 1. Validity of offer should be 90 days from the date of opening of technical bid.

2. Vendor has to quote rate for AMC of equipments per year for Line Item 10 to 70 in the price bid form of e-procurement.

3. Vendor has to quote per month per staff rate for Line Item 80 in the price bid form of e-procurement.

4. Vendor has to quote rate for all 4 staff on Monthly basis for Line item 90 in the price bid form of e-procurement.

5. The rates will be firm for the entire period of the contract.

6. Evaluation Criteria: The L1 (Lowest Quote) will be decided based on overall basis (Basic price + taxes).

2.Terms of delivery - The delivery dates indicated under the column "Unit Delivery date" in the tender document are tentative only.

- However, Contract for AMC & Manpower for Electrical & BMS Operation at IDC shall be for 2 years from the date of PO or tentatively by 1st March 2015, final decision will be taken by BPCL.

- Purchase Order for the same will be issued on yearly basis.

Page 10 of 15 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. RFQ Number :6000784913 Date : 25.11.2014 To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

3.Terms of payment 1. Payment will be made quarterly basis and the successful Vendor will raise the bill on quarterly basis at the end of the quarter and payment will be made to the vendor on the basis of certification from BPCL Data Center in-charge, within 15 days after submission of bill along with supporting reports (service and monthly reports).

2. M/s BPCL will be deducting the mandatory deductions i.e. WCT, TDS etc. from the payments due to the contractor.

3. Variation in the rates for statutory levies/ taxes/ duties will be alllowed only on submission of documentary evidence from Govt. / statutory authorities and its acceptance by the BPCL.

4. Vendor will have to ensure that complete documents for payment are submitted.

5. Part payment will not be made other than payment terms mentioned in the inquiry.

6. No additional charges on account of transportation of men and material, lunch, tea, conveyance will be given.

7. 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.

4.Warranties Comprehensive AMC for all heads for a period of 2 years.

Support : 24X7 all 365 days during the contract period Uptime : Party should ensure reliable service uptime level of minimum 99.5 % for all the systems.

For all heads Response time within 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 equipments.

Page 11 of 15 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. RFQ Number :6000784913 Date : 25.11.2014 To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

5.Penalty for breach of contract Comprehensive AMC for all heads for a period of 2 years

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.500/- per day, per call (service) failure will be deducted 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 twice the cost incurred per person per day will be deducted from the payment to the successful vendor on pro-rata basis.

Notwithstanding anything contrary contained herein, the total penalties under the contract shall not exceed 10% of the Total PO Value.

6.Contract riders (clauses)

Page 12 of 15 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. RFQ Number :6000784913 Date : 25.11.2014 To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

7.Other contractual stipulations Please refere detailed Scope of Work and General Terms & Conditions as enclosed as per Annexure-I.

1. 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.

2. The Service Level Agreement (SLA) must be supported by an excellent operational planning, support, 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.

3. NDA Clause : Vendor 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(Soft copy of NDA has already been with you which was sent by us). Purchase orders will not be placed without entering into above NDA. If NDA has already been submitted, please ignore this clause.

4. Arbitration clause : In case of any dispute or differences arising under and out of, or in connection with the contract, shall be referred to the sole arbitration by an arbitrator appointed under the provision of Indian arbitration and reconciliation Act 1996 and subject to jurisdiction of courts in Mumbai only.

5. Limitation of liability will be restricted to Total Contract Value.

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

Page 13 of 15 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

______Important Notice ______Sr.No Description 001 Quotation received after due date will not be entertained

002 Your quotation must specify exact amount or percentage discount, Excise, S.T., Charges, Transport, Packing & forwarding, Octroi, etc. as applicable.

003 In case you are unable to quote, kindly send the quotation with a regret for our records. Non-receipt of a regret will adversely affect your vendor rating.

004 No quotation will be accepted without your rubber stamp and signature.

005 Your quotation must be strictly in enclosed envelope indicating Collective RFQ No., RFQ No. and due date.

006 For all future correspondences please mention the vendor code Collective RFQ Number & RFQ Number.

007 Retention Money 10 % shall stand deducted from each and every running bill submitted in the event of contract is awarded.

LIST OF ENCLOSURES

Page 14 of 15 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

------Tear off Portion to be pasted on the envelope containing offer------______Collective RFQ No. : 1000221189

Our Reference: Due Date : 12.12.2014 RFQ No. : 6000784913 Due Time : 15:00:00 Subject:

To,

______Purchase Group : M04-IS DEPT WR/CO

Page 15 of 15 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd.

Annexure-I

Annual Maintenance Contract (AMC)

And

Manpower for Electrical & BMS Operation

On

Infrastructure, Utilities & Management of Integrated Data Center (IDC) – Greater Noida, BPCL

Page 1 of 15

INDEX

1. SECTION I: Statement of Work

1.1 Introduction 1.2 Purpose of Tender

2. SECTION -II: Existing Infrastructure

3. SECTION -III: 3.1 AMC Overview

4. SECTION -IV: Scope of work and General Terms and conditions

4.1 Scope of work 4.1.1. Civil & interiors 4.1.2. Electrical works –General for Uninterruptible Power Supply 4.1.3 Electricals:500 KVA cummins DG sets 4.1.4 UPS System 4.1.5 Precision AC 4.1.6 Comfort AC 4.1.7 Fire Safety & Security System 4.1.8 BMS Manpower 4.1.9 Electrical manpower 4.1.10 Scope of work for HT (High Tension)

5. SECTION –V: Other Terms & Conditions 5.1 Service Level agreement 5.2 Other terms and conditions 5.3 Executive summary and write-up on the proposal 5.4 Deviations from Objectives

Page 2 of 15

1. Section I - STATEMENT OF WORK

1.1 INTRODUCTION

BPCL is one of the leading Oil Marketing Companies in India with a retail chain of more than 12000 Retail Outlets (ROs), about 3000 LPG Distributors and 300 offices spread across length and breadth of the country. BPCL had deployed a Ku Band Based VSAT Hub at IDC (Integrated Data Centre), Greater Noida for connecting 700 remote offices and Retail Outlets (ROs). The state of art Integrated Data Centre (IDC) at BPCL is involved in IT services besides providing network connectivity to its offices. BPCL intends to utilize existing infrastructure to support Data Center related services for hosting various application in primary and DR (Disaster recovery) mode.

1.2 PURPOSE OF TENDER

BPCL is issuing the current RFP to provide Manpower for managing Building Management System (BMS), Power Technician & Annual maintenance contract (AMC) for 24x7x365 supporting various utilities and infrastructure services as per following detailed scope of work (SOW) & General Terms & conditions for state of art data center situated at Greater Noida.

2. Section II - EXISTING INFRASTRUCTURE OF DATA CENTER

SR.No Type Equipment Manufacturer Qty 1 IDC-Utilities 500KVA Diesel Generator CUMMINS 2 2 IDC-Utilities 200KVA UPS Emerson 4 3 IDC-Utilities 15 KVA UPS Emerson 1 4 IDC-Utilities Precision AC Emerson 9 5 IDC-Utilities Comfort AC Carrier 1 6 IDC-Utilities Split AC Voltas 2 7 IDC-Services Data Center Power N.A 1 Technician 8 IDC-Services BMS manpower N.A 4 9 IDC-Utilities Fire & Safety Multiple (Refer Sec N.A III) 10 IDC-Utilities Low Tension (LT) Multiple (Refer Sec N.A electrical System III) 11 IDC-Utilities High Tension (HT) Multiple (Refer Sec N.A electrical System with III) Transformer

Page 3 of 15

SECTION III -

3.1 AMC Overview

BPCL is looking for IDC AMC services & BMS/Electrical manpower support for a period of 2 years as per details given below: SL Description Make/Vendor AMC Type Duration 1 Comfort AC: Carrier/Voltas Comprehensive Full 2 years 1 Carrier Comfort AC 2 Voltas Comfort AC

2 Precision AC: Emerson Comprehensive Full 2 years 9 no. of PACs

3 UPS: DB Power/Emerson Comprehensive Full 2 years 5 nos. of UPSs 4 DG Set: Cummins Comprehensive Full 2 years 2 nos. of DG Sets 5 Fire Safety & Security: Fire Alarm/ Detection System, Fire Suppression System(FM200), CCTV System, WLD System, Siemens Comprehensive Full 2 years Rodent Repellant System, Build.Tech.

PA System, VESDA System, Replacement of existing VESDA filters (11 Nos) 6 BMS and Access Control AMC Not System: required 7 Electrical Low Tension AMC Comprehensive Full 2 years 8 High Tension (HT) Non- Full 2 years electrical Comprehensive 9 Manpower as Data Center Power One Staff Full 2 years Technician 10 Manpower for BMS operations 4 Staff in shift Full 2 years

4. SECTION -IV: Scope of work & General Terms & conditions

4.1 Scope of work:

Scope of work for utilities and equipments installed at IDC for subject AMC for 2 years is given as under:-

4.1.1. Civil & interiors

Party should carry out comprehensive AMC & preventive maintenance of following systems on quarterly basis: 4.1.1.1. Air Curtains 4.1.1.2 Rat Repellant system

Page 4 of 15

4.1.2 Electrical works –General for Uninterruptible Power Supply

Party should carry out comprehensive AMC & perform the preventive maintenance of following systems on quarterly basis: 4.1.2.1 Main LT panel-DG substation system 4.1.2.2 Servo Stabilizer – 500 KVA – 1 no. 4.1.2.3 Main HT Panel – Non Comprehensive AMC for HT 4.1.2.4 Transformer 500 KVA – 1 no 4.1.2.5 LT-Power distribution panel to data center 4.1.2.6 LT cables 4.1.2.7 AMF panel 4.1.2.8 AC electrical panels – 6 nos 4.1.2.9 UPS electrical panels – 5 nos 4.1.2.10 Luminous inverters 1400 VA – 3 nos 4.1.2.11 800/400 Amps MCCB 4.1.2.12 160 Amps MCCB 4.1.2.13 125/100 Amps MCCB 4.1.2.14 Power Switches & all sockets 4.1.2.15 Electrical points 4.1.2.16 Earth pit maintenance – approx 30 nos

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

4.1.3 Electricals: 500 KVA Cummins DG sets Party should carry out comprehensive AMC & preventive maintenance of following system on quarterly basis  500 KVA Cummins DG sets: 2 nos. 4.1.3.1 Quarterly Preventive Maintenance visits per DG Set 4.1.3.2 Maintenance of DG Set will be carried out as per manufacturer’s standard practice 4.1.3.3 ‘B’ check at 275-300 Hours or 6 Months whichever earlier, vendor should replace filters, oil, coolant & other parts required at time of Preventive Maintenance

Page 5 of 15

4.1.3.4 ‘C’ Check is at 1450-1500 Hours or 12 months whichever is earlier. Vendor should replace filters, oil, coolant & other parts required at time of Preventive Maintenance 4.1.3.5 To supply all maintenance consumables covered under the contract as detailed in scope of work for warranty and out of warranty Gen sets if asked by BPCL 4.1.3.6 Attend to all electrical and mechanical breakdowns. 4.1.3.7 Any repair job should be carried out without any additional cost to BPCL. 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. 4.1.3.8 Submission of Call sheets & reports

4.1.4 UPS systems

Party should carry out comprehensive AMC & preventive maintenance of following systems on quarterly basis: 200 KVA DB power/Emerson UPS system: 4 nos 15 KVA DB power/Emerson UPS system: 1 nos

The preventive maintenance includes following 4.1.4.1 Checking of tightness of all power & control connections 4.1.4.2 Charger Setting 4.1.4.3 Inverter Setting 4.1.4.4 Rectifier setting 4.1.4.5 Battery bank health check including impedance check 4.1.4.6 Mode operation check 4.1.4.7 Check of all indications & cooling fans 4.1.4.8 Calibration/Settings of UPS parameters whenever required  Submission of Call sheets & reports

Page 6 of 15

4.1.5 Precision AC

Party should carry out comprehensive AMC & preventive maintenance of following systems on quarterly basis: Precision AC (Emerson) – 17.7 TR – 4 nos Precision AC (Emerson) –17.5 TR –3 nos Precision AC (Emerson) –10 TR – 2 nos

The preventive maintenance includes the following 4.1.5.1 Cleaning up of unit & Air filter 4.1.5.2 Cleaning of cooling coil and condenser coil 4.1.5.3 Cleaning of humidifier bottle and electrodes 4.1.5.4 Cleaning of water supply strainer and drain inside the machine 4.1.5.5 Checking of driver belt & replace if necessary 4.1.5.6 Lubrication of bearings if necessary 4.1.5.7 Checking up of operating of unit, controller and condenser 4.1.5.8 Combing of fins of condenser & evaporate coil if necessary 4.1.5.9 Measurement of current for all individual equipments 4.1.5.10 Checking of all overall relay settings 4.1.5.11 Checking of all electrical components for loose connections & lighting if necessary 4.1.5.12 Checking of refrigeration piping for gas leakage 4.1.5.13 Checking of pulleys, motor mounts, and condenser fan mounts etc 4.1.5.14 Checking of panel insulation 4.1.5.15 Checking of temperature readings 4.1.5.16 Checking of microprocessor controllers for operation 4.1.5.17 Submission of Call sheets & reports

4.1.6 Comfort AC

Party should carry out comprehensive AMC & preventive maintenance of following systems on quarterly basis: CAC of carrier make – 1 no. Split AC of Voltas make - 2 nos. The preventive maintenance includes following:

Page 7 of 15

4.1.6.1 Cleaning up of unit & Air filter. 4.1.6.2 Cleaning of cooling coil & condenser coil. 4.1.6.3 Checking of driver belt & replace if necessary. 4.1.6.4 Lubrication of bearings if necessary. 4.1.6.5 Checking up of operating of unit, controller & condenser. 4.1.6.6 Combing of fins of condenser & evaporate coil if necessary. 4.1.6.7 Measurement of current of all individual equipments. 4.1.6.8 Checking of all overload relay settings. 4.1.6.9 Checking of all electrical components for loose connections & tighten if necessary. 4.1.6.10 Checking of refrigeration piping of gas leakage. 4.1.6.11 Checking of pulleys, motor mounts, and condenser fan mounts etc. 4.1.6.12 Checking of panel insulation. 4.1.6.13 Replacement / Repair of auto switch over device for 2 nos of Voltas Split ACs in case of any fault/ failure. 4.1.6.14 Submission of Call sheets & reports

4.1.7 Fire Safety & Security System

Party should carry out Comprehensive AMC & preventive maintenance of following system on quarterly basis 4.1.7.1 CCTV Surveillance system 4.1.7.2 Very Early Smoke Detection Aspirators (VESDA).  In addition to the scope of work for Comprehensive AMC and maintenance of VESDA system, vendor/party will have to replace 11 nos of VESDA Filters within first quarter of AMC. 4.1.7.3 Fire Detectors & alarm systems – analog/digital 4.1.7.4 Public Address (PA) System 4.1.7.5 Water Leakage Detection (WLD) system 4.1.7.6 Fire suppression systems as FM 200 with all fire panels 4.1.7.7 All type of door controllers, other controllers & sensors including sitting area of IDC(First Floor) and integration whenever required 4.1.7.8 Submission of Call sheets & reports.

Page 8 of 15

4.1.8 BMS Manpower 4 Nos. of Manpower for facility management support (FMS) working in 3 shifts & 1 in general shift with timings as per industry standard with primary role of monitoring Building Management System (BMS) and other Data Center infrastructure.

Minimum Qualification: Diploma in Electrical/Electronics & communication with minimum 2 year experience in BMS operations

4.1.8.1 Vendor to arrange basic training on all devices and utilities which are part of Data Center like electrical equipments DG, PAC, UPS, Inverter, Fire Detection system, Fire Suppression system, BMS, Access Control etc. All BMS staff need to get the certificate of training on above devices/utilities from vendor/ party within 90 days from joining date. 4.1.8.2 Vendor/party has to provide suitable replacement in place, in case of any planned leave of BMS personnel 4.1.8.3 Notice period for leaving the job is minimum one month. 4.1.8.4 BMS staff need to proactively monitor and maintain health status/reports of all utilities and devices of data center. 4.1.8.5 BMS staff should record and maintain basic checklist(s) as guided by BPCL staff. 4.1.8.6 BMS person should immediately log a call for any fault/ failure with vendor/party and follow up till the call resolution. 4.1.8.7 Vendor needs to do the payment to FMS support person in case of any extra office hours claim made by BMS staff. 4.1.8.8 Vendor/ party needs to provide necessary tools and People Protection Equipment (PPE) like safety gloves, shoes etc. 4.1.8.9 All the staff posted at site should be covered with Medical under ESI & PF. Necessary registration document should be provided to BPCL at the time of staff deployment at site. 4.1.8.10 All kind of necessary background (like police, qualification, experience) verification of staff while joining should be arranged by support provider and submitted to BPCL along with letter head.

Page 9 of 15

4.1.9 Electrical Manpower One number of Manpower for handling electrical jobs in Data Center Minimum Qualification: ITI certificate in electrical with minimum 5 years of experience in handling mission critical environment (e.g. hospital, data center, airport, government agency) with preference to data center experience. Or Diploma in electrical with Minimum 2 Year experience in mission critical environment (e.g. hospital, data center, airport, government agency) with preference to data center experience.

Scope of work for Manpower (FMS Support-electrician) will be 4.1.9.1 To carry out logging a call with vendor in case of any issue with no delay and coordinate with vendor/sub vendor/support provider till resolution and closure of call. 4.1.9.2 To attend minor electrical faults in data center on immediate basis 4.1.9.3 To coordinate with the service engineer at site while call resolution. 4.1.9.4 To carry out primary thermal scan of all major electrical joints on Monthly Basis. 4.1.9.5 To maintain Earth Pit resistance record and monitoring. 4.1.9.6 Basic checklist should be recorded and maintained as guided by BPCL staff. 4.1.9.7 Vendor/Party has to provide suitable replacement in place, in case of any planned leave 4.1.9.8 Duty hours will be Monday to Saturday from 9 AM to 6 PM 4.1.9.9 Vendor/ party needs to provide necessary tools and People Protection Equipment (PPE) like safety gloves, shoes etc. 4.1.9.10 To carry out successful DG test and switchover in coordination with DG staff whenever needed. 4.1.9.11 The electrician would replace all the lighting fixtures as and when needed. 4.1.9.12 Engineer will ensure that all lights and ACs are switched off when not in use. 4.1.9.13 To maintain service and maintenance reports of all electrical equipments of Data Center & Single Line Diagram. 4.1.9.14 Schedule for Refilling of Fire extinguisher & earth pit check to be maintained 4.1.9.15 Vendor needs to do the payment in case of any extra office hours claim made by staff.

Page 10 of 15

4.1.9 Scope of work for HT (High Tension) with Transformer Party should carry out NON Comprehensive AMC & preventive maintenance of following system on quarterly basis Substation Maintenance: 4.1.9.1 This requires to carry out maintenance of HT equipments installed at substation 33KV BPCL as per the respective manufacturers (OEM) standards and schedule / checklist given by BPCL. 4.1.9.2 All the HT cables laid at BPCL will be maintained by the vendor. 4.1.9.3 Any statutory approval from Local and Central Electricity Authority for the HT installation shall be arranged by the contractor. BPCL will pay the statutory levies/inspection fees on receipt of advice from concern departments. 4.1.9.4 Following are the electrical & electrical installations installed at substation require periodic monitoring, maintenance and operation in compliance with Indian Electricity Rule 1956 under the supervision and guidance of the representative of BPCL. Sr. Equipments /area Quantity No. 1 Isolator 33KV (Switchyard) 1 set

2 CT 33kv (Switchyard) 2 set

PT 33kv (Switchyard) 3 nos

3 Metering Room 1 nos

Maintenance of HT(33KV) cables 1 KM in length(Approx)

4 HT / VCB substation -- 33KV 01

5 Transformer 500KVA 01

6 Maintenance of cable joints

7 Earth Pits maintenance for Switchyard and Substation.

Page 11 of 15

4.1.9.5 Inspection and preventative schedule will be carried out by the contractor staffs in presence of BPCL representative as per the recommended schedule. 4.1.9.6 All relays of 33KV/0.433KV substation should be tested and calibrated as per norms of IS 3842. Secondary injection testing of all relays including WMP- 13, CDG 61/CAG14 is to be carried out once in a year of HT side. Primary injection testing is to be carried out once in a year for all 33KV/0.433KV substation relays. All the relays should be calibrated once in a year. 4.1.9.7 Vacuum Circuit Breaker (VCB) is to be overhauled once in a year. 4.1.9.8 Transformer oil should be checked for oil dielectric strength and filter once in a year. The maintenance should be carried out as per IS 2026 part-III standard. 4.1.9.9 Isolator, conductor, Termination, bus bars, CT, PT, all Insulators & all connectors should be tested on half yearly basis and inspection report should be submitted to BPCL. 4.1.9.10 In case of any new cable to be laid down, the cable should be laid in accordance to the IS standard or as specified by BPCL. Routing of the cable should not infringe with the day to day operation of the terminal. Cable should be properly supported or laid in a definite channel, trench or conduits.

5. Other Terms & Conditions

5.1 Service Level agreement

The Service Level Agreement (SLA) must be supported by an excellent operational planning, support, procedures. Proposal of SLA should clearly have acceptance of all Terms & Conditions. SLA should be signed between the Vendor and BPCL at the time of Purchase Order (P.O.) after mutual discussion. Vendor will prepare the SLA copy and will get it mutually signed on stamp paper of Rs. 100/- as per standard practice.

5.2 Other Terms & Conditions

5.2.1 Comprehensive AMC includes AMC for all hardware, software, components, services & systems /sub-systems support provided by party against any defect. All parts

Page 12 of 15 required for maintenance of equipments and/or correction of faults will be supplied by party without any cost to BPCL.

5.2.2 Party should carry out preventive maintenance of all systems on quarterly basis.

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

5.2.4 Maintenance services shall be available to BPCL on 24X7 for all 365 days. Vendor has to share escalation matrix for all Vendors. Party should ensure to provide high level of quality service promptly. Any call reported by BPCL to party should be responded within 2 hours and resolved within 6 hours.

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

5.2.6 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.

5.2.7 Party should supply new patches release for any software or product and will bring to BPCL notice immediately, if any.

5.2.8 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.

5.2.9 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.

5.2.10 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 equipments and safety belts, helmets, shoes, rain/water protection equipments etc. which may be required for the purpose of any job at no additional charge.

5.2.11 Vendor should provide at least two sets of uniform (pant, shirt and shoes) to each of the persons deployed by him for one year of the contract period. M/s

Page 13 of 15

BPCL will not be responsible for maintenance of the uniforms. The persons deployed are required to be in uniform while they are on duty.

5.2.12 M/s BPCL will provide seating arrangement for the use by persons deployed under this contract, at any place inside the building as deemed suitable by M/s BPCL. The same may be changed by M/s BPCL as per their convenience.

5.2.13 Vendor should accept full and exclusive responsibility for Wages, PF, Bonus, Medical, Leave, etc. and any other obligations referred to under the law now and hereafter imposed by State Govt./Local Bodies for the person(s) deployed by the tendered. The successful tenderer should accept full and exclusive responsibility of insurance of the persons deployed by him.

5.2.14 The Vendors' liability shall be restricted only to the total contract value. This limit shall not apply to damages for bodily injury (including death), and damage to real property and tangible personal property for which vendor is legally liable. Vendor shall in no event be liable for indirect, consequential, incidental and special damages, third party claims and loss of/damage to data.

5.2.15 Vendor should make regular and full payment of wages, salaries, PF and any other payments due to his employee(s) and furnish necessary proof.

5.2.16 If applicable vendor should obtain the necessary Labour License from the licensing Authority under the Contract Labour (R&A) Act and Contract Rules framed there under and produce the same to the authorised representative of Bharat Petroleum Corporation Ltd., whenever asked to do so.

5.2.17 Vendor should comply with all Statutory laws and acts, Factory Act, Laws under CL(R&A) Act 1970 and EPF & ESI ACT, Payment of wages act, Minimum wages act or other Statutory Rules, regulations with their latest amendments, by-laws applicable or which might become applicable at NOIDA with regard to the performance of the work included herein or touching this Contracts, from time to time and take such necessary steps as may be deemed necessary in this regard. The successful tendered shall keep Bharat Petroleum Corporation Ltd. indemnified against all penalties, claims and liabilities of every kind for any violation of such Acts, Laws or Regulations etc. by him/her, his/her agent or his/her staff.

Page 14 of 15

5.2.18 If at any time during the period of the Contract, it is observed by either party that any terms of the Contract are violated by the either party, the non defaulting party reserves the right to terminate the Contract with one month notice. However, the right of termination shall be exercised by the non defaulting party fails to cure the breach within a period of 30 days from the notice thereof.

5.2.19 It should be the responsibility of the vendor to ensure that no unlawful act is done by his person(s) while on duty.

5.2.20 In case of loss of the Corporation's property due to negligence or carelessness of the person(s) deployed by the vendor, he will be responsible and shall make good the same.

5.2.21 Vendor should be solely responsible for setting/resolving any dispute/claim of his/her personnel during the period of the Contract. No liability shall accrue to Bharat Petroleum Corporation Ltd. under any circumstances even after expiry of the contract.

5.2.22 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 Electrical Sub-station, interior and sanitary contracts etc.

5.4 Executive summary and write-up on the proposal

Executive summary & write-up on the Proposed AMC for Acceptance of all should be provided. Vendor need to provide a high-level synopsis in responses to the RFQ. The executive summary should be a brief overview of the engagement and should identify the main features and benefits of the proposed AMC.

5.5 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.

Page 15 of 15