You are on page 1of 45

Bharti Airtel Ltd Pre Bid Queries

Vendor
Sr. No Section Page no RFP Clause Queries Required IOCL's Response
Name
Airtel 1 16. PRE 7 (b) Registered as ‘Other Service Provider’ with the Department of Should not be applicable for a Telecom Service Provider No Change in Tender condition. As per New
QUALIFICATIO Telecommunication, Govt. of India and certificate valid on the date of Telecom Policy (NTP) 1999, DOT has accorded in
N (PQ) publishing the Notice Inviting Tender. principle approval for registration of Non Telecom
CRITERIA: Services like Vehicle Tracking Systems as 'Other
Service Provider'. Bidder may provide clarifications
from DOT on the same.

Airtel 2 16. PRE 9 Contract Document along with either completion certificates OR duly Contract copies are usually not possible to share due to NDAs signed with most No change in Tender Condition. Copy of contract
QUALIFICATIO Certified copy of bill/Invoice. Copy of contract document may not be of the customers. We request to allow sharing the PO/LOC copies for all document may not be insisted if completion
N (PQ) insisted if completion certificate/Bill/Invoice copy specifies detail segments. certificate/Bill/Invoice copy specifies detail
CRITERIA: otherwise required like Date of PO/contract agreement, contract Value, otherwise required like Date of PO/contract
Execution Value, date of completion and other requirements if any. agreement, contract Value, Execution Value, date
2. In case of Work Orders from Private Parties- Certificate from CA of completion and other requirements if any.
certifying the value of work done with TDS certificates (where applicable)
OR bank statement shall be required in addition to that specified in (1)
above. TDS Certificates / Bank Statements shall be used as corroborative
evidence only.
3. The completion certificate of the work order should include work order
reference, date of completion & final completed value of work. If, required,
IOCL shall seek additional documents and the bidder is required to provide
same.

Airtel 3 16. PRE 10 EITHER of the conditions set out below must be satisfied by such Request IOCL to consider atleast one order value not less than Rs.30,00,000 No Change in Tender condition.
QUALIFICATIO prospective bidder.
N (PQ)
CRITERIA: OR

OR
M/s BSNL

Tender No.: HCC/OPS-04/PT-169/2018-19 Centralized vehicle tracking and management system (CVTMS) as a Managed Service in OPEX model for Tank Trucks under contract of
IOCL for a period of five years

S. No. Tender Section No. and Content in the Tender Clarification sought IOCL's Response
Page No.10
1 Section 16. PRE QUALIFICATION (b) Registered as ‘Other Service It is requested that the clause may be No Change in Tender condition. As per New Telecom
(PQ) CRITERIA: Provider’ with the Department of revised as: "Telecom Service Provider" in Policy (NTP) 1999, DOT has accorded in principle
Telecommunication, Govt. of India and place of ‘Other Service Provider’ for PSUs approval for registration of Non Telecom Services like
certificate valid on the date of under govt of India undertaking. OR Vehicle Tracking Systems as 'Other Service Provider'.
publishing the Notice Inviting Tender. allow consotium bidder as per Sr.3 Bidder may provide clarifications from DOT on the
below. same.
Page No. 6
2 5. l.a l) Exemption from submission of EMD: Exempted for PSUs like BSNL. PSU's are exempted from EMD.
a) Central/ State PSUs and JVs of IOC as
per prevailing guidelines from time to
time.

3 Bidder Bidder means consortium of two or more No change in Tender conditions.


partners shall fulfil criteria. Some criteria
may be fulfilled by one partner,some
other criteria by other partner.
M/s Arya Omnitalk Wireless Solutions Pvt. Lts.

Tender Number: HCC/OPS-04/PT-169/2018-19 (Centralized vehicle tracking and management system (CVTMS) as a Managed Service in OPEX model for Tank Trucks under contract of IOCL for a period of five years)

SN Clause Ref Existing content Clarification /change requested IOCL's Response


To increase the participation from capable and interested bidders the values of orders for prequalification and tech
marking should be reduced as below:

Prequalification ( c) Experience in similar work At least One order of value not less than Rs. 20,00,00,000/ -
OR
At least One order of value not less than Rs. 48,24,79,161/ - At least Two orders each of value not less than Rs. 10,00,00,000/ -
1 Cl 16, page 10 OR No change in tender conditions
At least Two orders each of value not less than Rs. 38,59,83,328/ - OR
OR
At least Three orders each of value not less than Rs. 28,94,87,496/ - At least Three orders each of value not less than Rs.05,00,00,000/ -

Sir, we are having more than 75000 GPS devices across india and more than 25000 of these are working in oil and gas
industry. However, a single order values of these magnitude will not be available with most of the bidders. Hence this
criteria needs to be diluted as indicated above.

As it is a QCBS based evaluation we request the IOCL authorities as below:

a. IOCL should not declare technical marks of technically qualified bidders at the time of first price bid opening (before
reverse auction)- If technical marks are declared then it may jeopardize the reverse auction participation of bidders
a. It will be as per prevailing policies of
b. We would also like to know if a bidder decides NOT to participate in reverse auction, then its submitted price should be IOCL.
(i) Combined Techno-Commercial and Price Bid Evaluation:
considered for combined techno-commercial evaluation. Please confirm b. Reverse auction will be carried out as per
-The modified quote (after Reverse auction) of each bidder will be
2 Clause 17, page 13-15 prevailing policies of IOCL. In case bidder
further processed manually to arrive at the combined score, i.e. Techno-
Reverse Auction with QCBS will make bid too complicated. Bidders will unnecessarily bleed and finally not be able to does not participate in the process, its
commercial score + modified price bid score.
sustain the services during operations. Thus, reverse auction to be removed. original quoted price will considered for
further processing.
But if IOCL wish to retain it, let IOCL do technical scoring first, mail it in password protected attachment to bidders without
providing password, do the reverse auction related procedure and once auction is over, send the password.

This will help IOCL in terms that bidder will just not be guided by marks while participating in auction.

There is no application of ethernet support in the given RFP application and hence the same should be removed. Moreover,
it will unnecessarily increase the cost
Technical specifications for Vehicle mounted devices.
Even the AIS 140 standard asks for 4 hours battery backup. This again a cost increasing parameters without any useful
application. Hence it should be reduced to 4 Hours
6. External Interfaces- ethernet Support
3 Cl 1.2.8 Page 43 7. Battery backup – battery life up to 24 hours refer corrigendum on VMU specifications.
The regular operating temperature of electronic devices in Indian conditions even for vehicle environment cannot exceed
9. Environment -operating temperature (-20 to 85 Deg C)
60 Deg C. Hence this parameter should also be reduced to (-20 to 60 Deg C)
11. Wireless Communication- SIM, LoRa, WIFI, Bluetooth etc
There is no application of LoRa, WIFI and Bluetooth support in the given RFP application and hence the same should be
removed. Moreover, it will unnecessarily increase the cost. Only SIM communication is applicable for the RFP application
given.
Request for Clarification
Name and Address of the ARS Traffic and Transport Technology (India) Pvt. Ltd.,
Organization Submitting Request 131-135, First Floor, Nila, Technopark, Trivandrum-695581

Pre-Bid Queries – Tender No – Tender Name: TENDER NO : HCC/OPS-04/PT-169/2018-19 E Tender Id :2019_MKTHO_89374_1 Development / Customisation, Supply, implementation and Maintenance of Centralised
vehicle tracking and management system (CVTMS) as a managed service on OPEX model for POL Tank Trucks under contract with Indian Oil Corporation Limited.

Sr. No. Page Section No. Clause Actual Clause in RFP Clarification Sought / IOCL's response
No. No Amendment Requested
1 10 Pre Qualification (c) An experience of having successfully completed similar work contract Inorder to evaluate the operational efficiency of the bidder, we request No change in Tender conditions.
(PQ) Criteria; or continuing the contract for a minimum of 2 (two) years continuously, in the authority to allow bidders to use projects that were executed within
CLAUSE 16 the last 5 (five) years prior to the preceding month from date of the last 7 years prior to the preceding month from the date of
advertisement of the Notice Inviting Tender (01.01.2014 to 31.12.2018) advertisement of the tender.

2 10 Pre Qualification Supply, installation and customisation, route creation and mapping & Geo- We request the authority to reframe the clause as Supply, installation and No change in Tender conditions. Vehicle
(PQ) Criteria fencing, implementation, maintenance and operation of GPS and GPRS customisation, route creation and mapping & Geo-fencing, Tracking system for Passenger vehicles
CLAUSE No 1 based Vehicle Tracking System for POL / cargo / goods /material implementation, maintenance and operation of GPS and GPRS based will fall under Criteria 1.C (Any other GPS
transportation using commercially off the shelf (COTS) platform OR Client Vehicle Tracking System for Passenger/POL / cargo / goods /material based solution) of "Similar work"
specific Custom developed platform, in any Oil & Gas company or Govt. / transportation using commercially off the shelf (COTS) platform OR Client conditions.
Private Sector client in any sector. specific Custom developed platform, in any Oil & Gas company or Govt. /
Private Sector client in any sector.

3 14 17. Tender Supply, installation and customisation, route creation and mapping & Geo- No change in Tender conditions. Vehicle
Evaluation fencing, implementation, maintenance and operation of GPS and GPRS Tracking system for Passenger vehicles
Criteria;clause 1A based Vehicle Tracking System for POL / cargo / goods /material will fall under Criteria 1.C (Any other GPS
transportation using commercially off the shelf (COTS) platform OR Client based solution) of "Similar work"
specific Custom developed platform, in any Oil & Gas company or Govt. / conditions.
Private Sector client in any sector.-

4 General query - Pre Qualification & Technical Evaluation We request the authority to allow bidder's who are 99.9% subsidiaries of
their foreign / Indian parent company to use their parent company
technical and financial credentials for qualifications and technical scoring
criteria.

Refer corrigendum on PQC


5 10 Pre Qualification EITHER of the conditions set out below must be satisfied by such We request the authority to evaluate bidder efficiency in handling similar No change in Tender conditions.
(PQ) prospective bidder. nature of projects by accounting the number of projects they have
Criteria;Clause No At least One order of value not less than Rs. 48,24,79,161/- OR executed rather than evaluating based on the highest work order value of
1 At least Two orders each of value not less than Rs. 38,59,83,328/- OR the project. So we request the authority to minimise the value of project
At least Three orders each of value not less than Rs. 28,94,87,496/- for more participation of competitive bidders and reframe the clause as
For this purpose, “Similar Work” means: Supply, installation and shown below:-
customisation, route creation and mapping & Geo-fencing, implementation, EITHER of the conditions set out below must be satisfied by such
maintenance and operation of GPS and GPRS based Vehicle Tracking prospective bidder.
System for POL / cargo / goods /material transportation using One project with min value of 8 CR OR
commercially off the shelf (COTS) platform OR Client specific Custom Two Project with min value of 4 CR OR
developed platform, in any Oil & Gas company or Govt. / Private Sector Three projects with min value of 2 CR
client in any sector.
Also for similar nature work , we request the authority to reframe the
clause as Supply, installation and customisation, route creation and
mapping & Geo-fencing, implementation, maintenance and operation of
GPS and GPRS based Vehicle Tracking System for Passenger/ POL /
heavy vehicles/ Buses / cargo / goods /material transportation using
commercially off the shelf (COTS) platform OR Client specific Custom
developed platform, in any Oil & Gas company or Govt. / Private Sector
client in any sector.
6 11 PRE The prospective bidder must submit documents such as Purchase Orders / We request the authority to accept the purchase / work orders for No change in Tender condition.
QUALIFICATION Work Orders along with their completion certificates or receipts of projects which recently got implemented and still awaiting the client
(PQ) CRITERIA payment and / or bank statements or any other supporting documents certificate.
which conclusively proves the completion of the work awarded which is
being used by the prospective bidder in support of the satisfaction of the
Pre - Qualification Criteria. All or any of the Purchase Orders and / or Work
Orders required for satisfaction of the Pre – Qualification Criteria may have
been executed in India or in any other country.

7 12 PRE Value of completed job inclusive of GST but exclusive of AMC value shall We request the authority to consider the workorder /total contract value No change in Tender condition.
QUALIFICATION be used for arriving at Single/Two/Three completed work order value. including the AMC for arriving at Single/ Two/ Three completed project
(PQ) CRITERIA value.
8 23 1.1 The solution should also encapsulate Geo-Fencing along with Please clarify whether the authority will provide the Geo fencing data or In case of availability of existing data,
INTRODUCTION determination of Geo-RTD routes and creating geo-spatial database. the bidder is required to fix it by survey. same will be provided for uploading.
Otherwise succesfull Bidder has to create
9 58 1 Terms of 1st part of payment will be released in 2 (Two) installments. 50% on We highly recommend on CAPEX – OPEX payment model and it will be win all the
No routes
change including
in Tender geo-fencing
conditions.
Payment; Annexure successful User Acceptance (refer special terms & conditions) within 4 win situation for both client and SI for making this project successful.
E month from PO acceptance date and rest 50% after 4 months of User While analyzing the RFP, we found that the payments to the service
Acceptance & complete implementation of the solution for all TTs in all provider is proposed to be an unconventional revenue sharing /rental
locations. model. Considering the involvement of high investment in material supply
6. 2nd part of payment is the rental payment (per VMU / per month) for from the bidder, not much experienced bidders would be interested in
Hosting, maintaining, operating and management of CVTMS solution, will participating in this tender. We would also like to bring to your notice
be released by respective State offices of IOCL (for all locations under that, the overall project costs of the revenue sharing system are generally
respective State office) based on submission of certified and verified high, as the MSIs load their financing cost. Rental model projects are
documents as per SLA provided in Special terms and conditions of this associated with risks of market price, financing, technology, which might
tender. impact the revenue collection. In addition, there will be operational and
maintenance issues in such projects due to lack of information and
uncertainty about future conditions. We also expect that authority would
recognize the fact that commercial risks of operational/rental model
projects are generally high for any MSI.

Under such circumstances, we are requesting the authority to modify


the payment terms to CAPEX-OPEX payment model so that bidders with
expertise in the domain of the project can participate in this tender
Communication Media
Tender No : HCC/OPS-04/PT-169/2018-19
E Tender Id : 2019_MKTHO_89374_1
S.No. RFP Ref RFP Clause Query IOCL's Response
1 pt 16 pg 10 We request you to kindly amend the required order No change in Tender conditions.
OR values as per the asked turnover in the RFP, as the
projects of such nature are in their nacent stage. This
38,59,83,328/- would help other SI's like us a chance of
OR participation.

28,94,87,496/-

2 Consortium Clause Since the solution requires different expertise for No change in Tender conditions.
turnkey solution we request you to allow consortium
for bidding.
3 pt 8 pg 7 Bids submission date Kindly extend the bid submission date atleast by 15 Bid submission date has been extended by
days as the bid requires time to design a workable another week.
solution.
pt 1.2.1(2) pg 24 2. De-commissioning and removal of existing Vehicle Mounted Kindly let us know the make and model of existing Make & Model is not required as old VMUs
Unit (VMU) from the above mentioned number of existing Tank VMU's are to be removed and handed over to the
4
Trucks. Also, please clarify whether decommissioned VMU's respective Transporters.
to be returned to IOCL.
5 pt 22 d-6 pg 34 vi. The tenderer shall supply activated and embedded SIM card We understand that at present SIM's are issued in Since the Tender is in OPEX model, all
for VMUs. the name of the user. IOCL need to provide responsibility lies with the successful bidder.
necessary documents for issuance of SIM's.
Dimension Data
Sr No Query IOCL's Response

1. Request to relax the


Reference PO requirements
Page No Pre-qualification from current values
1 Refer corrigendum on PQC
10 Criteria 2. Please allow reference PO
from parent company or
group companies
Efkon India Private Limited
Sr. No RFP Document Reference Content of the RFP requiring clarification Clarification Sought IOCL's response
(Volume, Section No.,
Page No.)
1 Page 24 clause 1.2, subclause Providing real-time tracking of Tank Trucks and generating real-time alerts Please confirm if the visual display is to be installed in the tank As per Tender terms & conditions, Visual display is
1.2.1 SCOPE OF WORK through Voice Box and SMS/e-Mail/push notification alerts to intended truck. If Yes who is responsible for providing the visual display in not required inside Vehicle's cabin. However, map
point 6 users. The software solution should be capable of generating visual display the tank truck. based real-time tracking should be avialbale as part
of Tank Truck on its route on real time basis on a map based solution using of the software solution / mobile app
Survey of India/Google/Map My India or any other registered and certified
GIS maps.
2 Page 24 clause 1.2, subclause Providing real-time tracking of Tank Trucks and generating real-time alerts Incase of tempering of VTS device and Voice Box subsystem. The device is supposed to be Tamper proof and
1.2.1 SCOPE OF WORK through Voice Box and SMS/e-Mail/push notification alerts to intended Please elabaorate who will bear the cost of Tempering system should be able to generate alerts in case of
users. The software solution should be capable of generating visual display replacement. tampering / dislocation of the device.
of Tank Truck on its route on real time basis on a map based solution using
Survey of India/Google/Map My India or any other registered and certified
GIS maps.
3 Page 25 clause 1.2, subclause The Software solution should use standard interface / protocol for E- Lock works on completely different technology than the rest No change in Tender conditions.
1.2.1 SCOPE OF WORK communicating with VMU / Voice Box/etc., so that it can also communicate of the solution. The integration of the solution software with E-
point 14 with other allied hardware devices like pre-installed VMUs / Connected Lock is not possible.
vehicles / e-Locks / Media Navigation / etc. which IOCL can decide of using in In the view of above we request authority to remove this clause.
future.
4 Page 30 clause 1.2.4 VMU should be Resistance of Hazardous Substance (RoHS) certified. Please list the certifications. The VMU should be ROHS certified. No change in
Obligations of the Tenderer, Tender conditions.
5 point 22,
Page D III 1.2 SCOPE OF Conducting training sessions every six months at each supply locations and
25 Clause The payment for training is not covered under payment terms Training is part of the estimate as per Scope of work.
WORK, other IOCL offices. mentioned at ANNEXURE -E Page 58 . We Request the No change in Tender conditions.
Point 25 authorities to provide Payment for the training sessions and
6 Clause 16 PRE QUALIFICATION Indian firm/Company incorporated as per Govt. of India rules. include the sameHPCL,
In the previous in theBPCL
payment
RFPsterms.
a standard clause that allows Refer corrigendum on PQC
(PQ) CRITERIA bidders to use parent company experience, is missing in the
Page 10 current RFP. We request you to incorporate the below clause in
the RFP which allow bidder to use the parent experience.
"A wholly owned/ 99.99% subsidiary Company registered in India
of a Foreign Company having requisite experience. For
considering the experience and credentials of the Parent
Company, the subsidiary Company registered in India should
provide an undertaking from their Parent Company confirming
thereby:
(i) Perpetual and unconditional access to expertise,
personnel and facilities of the Parent Company to the Indian
Company; and
(ii) Sharing of risks and profits of the Indian Company by the
Parent Company;"
FIFO
Sr No Bidder's Querry IOCL's response

Dear Sir,
We Fast In Fast Out Solutions Pvt Ltd, wanted to write to you about the tender “Centralized vehicle tracking and
management system (CVTMS) as a Managed Service in OPEX model for Tank Trucks under contract of IOCL for a period
of five years” released on 03-01-19 by IOCl bearing Tender No.: HCC/OPS-04/PT-169/2018-19. We are very keen to
participate in this Tender. However, when we saw some of the Pre Qualification (PQ) Criteria, we found that these
conditions are difficult to meet for a start-up or a Micro and Small Enterprises (MSE). IOCL has been very supportive of
start-ups and MSE and has been nurturing them to grow by providing various opportunities. In fact, FIFO has been
fortunate to have received the support and opportunity to carry out VTS projects across different States in India. We are
eager to participate in this tender but the below pre qualification criteria restricts any start-up or MSE including FIFO
from participating.1. At least One order of value not less than Rs. 48,24,79,161/-2. At least Two orders each of value not
less than Rs. 38,59,83,328/-3. At least Three orders each of value not less than Rs. 28,94,87,496/-4. Minimum annual
turnover requirement shall be 9,84,25,749/- (including taxes)We would like you to please consider modifying the
1 No change in Tender conditions.
eligibility or PQ criteria at least for a start-up or MSE company so that small companies can participate. Or please allow
start-ups with relevant experience to participate if they can show a partnership where a bigger company (non VTS
related) which is financially sound is willing to back the start-up through an agreement. And the partner’s (bigger
company) financials would be considered for financial eligibility and start-up’s experience would be considered for the
VTS Project execution. And we would like to know if the Tender Close date can be extended from 28-01-19 by two
weeks?Also, FIFO has invested a lot of money in running the VTS projects for over 2000 TTs in TNSO, KASO and KESO
through a rental model. As we have financed these projects through debts the new tender being called will affect our
company very badly. We would like to request you to allow for a different tender at least for the 3 South Indian States
where we operate so that we can continue to participate in those tenders and continue our work.Additionally, please do
let us know if you need any further info from our end or a meeting to discuss this further and we will be glad to meet and
put forward our concerns. We believe IOCL will consider our plea as IOCL has been a very supportive company for Indian
start-ups, MSEs for a long time.
M/s HPE

Sr. Page
Section No. RFP Text Query
No. No. IOCL's Response
a. Bidder wants to know whether IOCL is already having an e-lock system?
If yes then please mention the brand used. Also please mention the count of
If the offered solution is able to integrate with any pre-
the e-lock systems.
1 15 Criteria table 2nd point installed VMUs / e-locking system through standard a. e-locking solution is in implementation stage. Details will be
APIs. shared with the successful bidder.
b. Bidder wants to know the OEM, brand and count of the already existing
B. existing VMUs to be only de-commissioned while installing
VMUs present with IOCL for their vehicles.
the new VMUs.
1.2.1 Providing end-to-end solution for GPS/GSM
Module (GPRS Mode) based Vehicle Tracking Bidder wants to know whether AIS-140 complaince is required by IOCL. If
2 24 1.2 Scope of Work System (VTS) on existing about 26000 Tank Trucks not, in case of any future enhancements, efforts cost to be mutually
plus the additional Tank Trucks which may be discussed and provided.
inducted during next five years.
refer to corrigendum on VMU specification
Please help with more details regarding Voice Box -
a. Announcements
1.2.4 Supply, installation, testing and commissioning i. What kinds of announcements are these ?
and Regular Maintenance of on board Voice Box (VB) ii. Who is responsible for making announcements ?
i.e. voice announcement (safety related b. Are there any driving related alerts send via the Voice box. Below are our
3 24 1.2 Scope of Work alerts/messages) system in two languages (Hindi & concerns
One Regional Language based on political state) and i. Throwing alerts will face resistance from Fleet Owners and Drivers
integrated with VMU on the number of Tank Trucks ii. This will not work as drivers will switch off/tamper the device to turn the
Pre-recorded voice announcement (safety related
mentioned above. voices off
alerts/messages) system in two languages (Hindi & One
iii. Drivers may not want to listen to any advice on their driving pattern or
Regional Language based on political state) is required based
behaviour.
on real-time alerts.
Please provide more details regarding decommissioning of existing Vehicle
Mounted Unit (VMU)
1.2.2 De-commissioning and removal of existing
a. What is the complexity of installation Existing VMUs to be only de-commissioned while installing the
4 24 1.2 Scope of Work Vehicle Mounted Unit (VMU) from the above
b. What is the average time to remove the installation new VMUs.
mentioned number of existing Tank Trucks.
c. Who is the owner of the decommissioned VMU After de-commisioning, existing VMUs to be handed over to
the Transporters.
1.2.6 Providing real-time tracking of Tank Trucks and
Please provide details on push notifications whether it needs to be
5 24 1.2 Scope of Work generating real-time alerts through Voice Box and
supported for android or iOS app.
SMS/e-Mail/push notification alerts to intended users.
Notifications to be supported on both Android as well IOS
1.2.10 Solution to facilitate geo-fencing of Depots /
Terminals and Retail Outlets / IB Premises along with Bidder requests IOCL to provide more details on Geo-fencing of Depots,
the entire route between the supply location and Terminals and Retail Outlets with the route between them
6 25 1.2 Scope of Work destination with geo-coordinates and digitalizing the a. Who is incharge of creating geofences and routes ?
same in the System for existing as well as new b. If the vendor is incharge, what is the number start and end points we are
Certified versions of Geo-Maps to be used for creating routes
destinations to be commissioned during next 5 years looking at. Need this info for estimation of manual work.
digitally through the system which will follow system workflow
in different parts of the country.
process of approval which should be configurable.

Bidder requests IOCL to provide more details on multiple route creation


1.2.11 Software solution to facilitate multiple route
a. Please explain the use case and process of multiple route creation
7 25 1.2 Scope of Work creation with approval process containing important
b. Please explain the approval process Certified versions of Geo-Maps to be used for creating routes
land marks
digitally through the system which will follow system workflow
process of approval which should be configurable.
1.2.12 Software solution to facilitate Re-verification
and maintenance of Geo-routes with approval Bidder requests IOCL to explain the process of re-verification.
8 25 1.2 Scope of Work Certified versions of Geo-Maps to be used for re-verification of
process for existing as well as new routes created in
routes digitally through the system which will follow system
the system as per IOCL policies from time to time.
workflow process of approval which should be configurable.
1.2.15 Integration of VTS with IOCL existing ERP
Bidder requests IOCL to share the details on how to interface with these
(SAP) system and/or Supply Location Automation
9 25 1.2 Scope of Work systems.
System (TAS) / Other IOCL Systems as per
requirement. Integration with IOCL systems will be through APIs only
1.2.16 Software solution to facilitate data exchange Bidder requests IOCL to share data exchange mechanisms.
10 25 1.2 Scope of Work
with IOCL systems on a real-time / batch mode
Integration with IOCL systems will be through APIs only
a. Please specify if the Mobile Apps will be different for each group. If yes,
1.2.19 Providing mobile application for VTS system please share the requirements documents for each of the Mobile Apps
11 25 1.2 Scope of Work which can be used by Transporters, Retail Outlet b. If the Mobile App is same for all the groups, please share the
Dealers and IOCL officials. requirements documents for each of the Mobile App.
Details will be shared with the successful bidder.
In case IOCL decides to use VMUs of newer Since every manufacturers will be using their own protocol for device
technology replacing the existing through same or communication, efforts will be involved if replacing with other manufacturers.
12 25 Section 1.2.1- Point : 17 any other business partner, the software solution
Bidder requests to include cost basis efforts undertaken as mutually agreed The solution should ensure use of standard and generic APIs
should be able to integrate seamlessly without any by IOCL and bidder. so that it can integrate with any other allied device.
involvement of additional cost.
Software solution to facilitate Re-verification and
Bidder wants to know how are the routes made available to the TT driver?
13 25 Section 1.2.1 Point: 12 maintenance of Geo-routes with approval process for
Does the driver have access to the mobile app?
existing as well as new routes created in the system
as per IOCL policies from time to time. Through Mobile App.
1.2.24 Providing VTS training to IOCL officials /
Transporters / Dealers, at all 120 supply locations (at Bidder wants to know whether video conferencing and remote tutoring can It can be one of the options. However, during initial
14 26 1.2 Scope of Work
present) and other IOCL locations during the entire be used for training purpose. implementations / commisioning stage, physical training will be
contract period. required.
Route Geo-Fence: It is the corridor within which the
Section 1.2.2 - Tank truck is authorized to travel from supply location Bidder requests IOCL to brief on the 60m RO/CO area and 30m geofence
15 26
Geofence point to destination (RO/CO). This is 60 m wide (30 m on creation.
either side of the route). It is for the defined route which should be configurable.
The solution should be compatible to standard OS at enterrise
The software solution should be compatible on all Bidder wants to know whether UNIX and linux supported application level. Any new feature / upgradation required in future by IOCL
16 30 Section 1.2.4 - Point"7"
standard operating systems like Windows / Unix / mandatory. should not be restricted due to incompatibility of OS used /
Linux. deployed.
Section 1.2.4 - Under Bidder wants to know the purpose of 30 meter radius. Is it for the parking
17 32 Geo-fencing of routes to be done with a radius of 30
21st - Point "m" area and route?
meters from the centre of the road on either side. It is for the defined route which should be configurable.
a) Minimum 90 days data log (history) on the Server
Section 1.2.4 Point no and, therefore, server sizing be sufficient enough to Bidder requests IOCL to confirm on the maximum retention period of the
18 32
21 handle data transferred from vehicle on GPRS data.
network continuously. The data should be retained for a period of min. 5 years.
VMU must be fitted with a tamperproof internal Bidder requests IOCL to include external type of antenna as well in order to
Section 1.2.4 - Point 22 -
19 34 GPS/GSM antenna (no external appendages) with increase the accuracy of the satellite signals. Please note internal GPS
d - VIII
built-in auxiliary battery for power back up. antenna will have low accuracy. refer to corrigendum on VMU specification
Internal battery back up can be given but based on the reporting interval the
withstanding of the battery charge can be confirmed. As of now we have
planned to provide 30 minute reporting interval to withstand for 24hrs. Is it
VMU must be fitted with a tamperproof internal ok or any other changes in reporting interval? When the device is working
Section 1.2.4 - Point 22 -
20 34 GPS/GSM antenna (no external appendages) with with vehicle main battery connection , the reporting interval can be provided
d - VIII
built-in auxiliary battery for power back up. as mentioned In the tech-bid document. But when the vehicle battery
connection is tampered, then the device started to report from backup
battery with 30 min reporting interval to extend the backup battery life for 24
hrs. refer to corrigendum on VMU specification
Please clarify about deactivation, whether the deactivation is to stop
reporting or any alerts or anything else? Please provide need more details
In case of any attempt of VMU Tampering /
on the same.
21 34 Section 22 - Point "X" displacement from its original position of installation
The VMU device will work with backup battery if tampered. So whether
the VMU should immediately get de-activated.
bidder has to deactivate the SIM card of the device or immobilize the
vehicle. Exact details will be shared with successful bidder.
The VMU to be supplied and installed has to be
designed as vehicle specific unit i.e. the equipment
shall operate only when connected to the Tank Truck Please clarify whether the understanding that the equipment should work for
22 34 Section 22 - Point "XIII" The equipment should be registered with only one vehicle at
assigned. Re-fixing/re-installation with any other Tank the dedicated trucks only and it should not work for other trucks is correct.
any point of time. In case, it is fitted to any other vehicle then
Truck, if required shall be done on obtaining written
the old registration to be invalidated and to be registered with
advice from nominated officer of IOCL.
the new vehicle.

Section 1.2.4 - Point 22 Passing through Accident prone areas based on Bidder wants to know whether Accident prone zones need to be provided
23 35
- d - XXIV Maps. based on the map providers only or is there any other mechanism.
It should be based on certified Geo-Maps provider.
Bidder wants to know whether for night driving between 10 PM to 6 AM the
Section 1.2.4 - Point 22 -
24 35 Night driving between 10 PM to 6 AM. vehicle should be in halt between this time or else the voice alert to be
d - XXIV
raised in the VB each 10min or set timing? Exact details will be shared with successful bidder.
Route creation, mapping and approval process
a) Creation of all weather motorable shortest Primary
Routes from supply locations to destinations (Retail Bidder wants to know how many routes to be assigned to each TT? Also
25 36 Section 1.2.5 outlets / institutional business premises / other IOCL request to share the number of stops which will be there in each route since
locations). this information is required to calculate the count of geozones for each TT.
IOCL will provide supply location wise list of existing
destinations. Exact details will be shared with successful bidder.
Provision to create 1(One) or more (as per IOCL’s
Bidder wants to know whether the secondary route is to be created as a sub-
26 36 Section 1.2.5 - Point "b" requirement) Secondary route against each primary
route for the primary route.
route on the requests of authorized concerned In addition to Primary route, there can be one or more
officers under IOCL State Offices. secondary routes.
CVTMS system should propose primary and
secondary routes based on requests created in the
system and the routes to be plotted digitally and Please clarify on who will accept the route? Is the acceptance provided by
27 37 Section 1.2.5 - Point"E" shown over Map based software and required driver? If yes then please confirm whether mobile application has to be
alerts/status to be intimated to the concerned officer provided to the driver.
for further acceptance / rejection within the workflow IOCL officials through system based configurable workflow
process. process.
There should be provision to forward all such
Bidder wants to know whether for route approval, will there be single
28 37 Section 1.2.5 - Point"h" accepted routes to respective approver as per
approval or multiple approvals? Kindly brief on the hierarchy.
workflow hierarchy for final approval. Exact details will be shared with successful bidder.

i) Mandatory Re-verification of 1/3rd available primary


routes along with all important Landmark information
including Toll points and its rates on yearly basis so
as to complete the verification of all primary routes in
3 years in a cyclic way through the same process of
Section 1.2.5 - Point"I & Bidder requests IOCL to kindly brief on the re-verification of the primary
29 37 workflow based approval.
j" routes in 3 years in a cyclic way.
j) During Re-verification process, In case of change in
route OR distance (RTD KM), system should propose
comparison statement between previous Route with
distance and current new route with distance. It will Certified versions of Geo-Maps to be used for re-verification of
follow the same process of workflow based approval. routes digitally through the system which will follow system
workflow process of approval which should be configurable.
CVTMS solution should be made operational, in all
Annexure D - 1. Special respects, on minimum 95% of the total Tank Trucks We request IOCL to provide standard no. of vehicles per day, based on
30 46
terms & conditions (at present about 26,000), within 8 months from the which a plan can be arrived to achieve the 95% within 8 months.
IOCL will extend full cooperation and support during
date of acceptance of PO by the successful tenderer.
implementation.
Bidder should provide the detailed solution document Bidder wants to know whether IOCL already has a centralised monitoring
Annexure D - 2. with architecture diagram and give details of security setup? Apart from that, does IOCL tertiary offices have necessary
31 46
Manpower management, centralized monitoring and software infrastructure (hardware setup for monitoring truck movement in the
application portal. application) to monitor the trucks operating under them?
Details will be shared with the successful bidder.
The Tenderer shall arrange to implement & IOCL has indicated 8 months to cover 95% installations. Also has indicated
demonstrate the entire CVTMS solution to cover 1 to complete 1 pilot installation per IOCL State Office within first 4 months.
Annexure D -3. User pilot supply locations under each IOCL State Office So, first 4 months is for pilot installation, and upon acceptance, remaining 4
32 46
Acceptance by covering all the TTs of the respective locations months to install remaining of the 26,000 installations?Please confirm
within maximum 4 months from the date of whether the understanding is correct.
acceptance of the PO. Also assumption that the pilot period is 30 days is correct?
Yes. Bidder to mobilise resources accordingly.
The payment of rental & support charges per Tank
Annexure D - 6. Truck per VMU shall be paid to the successful There are other dependencies for the proper reporting of the devices, which
33 49 Calculation of VTS tenderer for the service rendered as per agreed is not fully under the control of the bidder. So, we request that this point
uptime of VMU/Devices consideration between the parties which will be as should be removed.
below slab system: No change in tender conditions

Page: 33
Display of vehicle registration no. and other details
like consignee, invoice no, date, qty. of product, time
left from depot, etc on click of mouse over the vehicle
icon.

Page: 27
Section 1.2.4 - Under Bidder wants to know whether IOCL invoice data integration from their SAP
Auto Closure:
21st Point - "O" point is only to display in the map in the pop-up window when doing mouse over
34 33 & 27 TT reports back to Supply location Geo-fence (TT
Section 1.2.2 - Trip on the icon and for checking the trip open and close? Is there any other data
parking area) after delivering the load at intended
status point expected?
destination along with Invoice acknowledgement
details.
Force Closure:
Non-occurrence of auto-closure and TT reaches the
supply location geo-fence (TT parking area) again
and a new invoice is generated for the TT.
Open Trip: Non-occurrence of auto or forced closure.
SAP Invoice data to be linked to every trip by vehicles
Bidder wants to know whether the invoice data is to be showcased from
35 General -
supplier to retail outlets through trinetra? Query not relevant to Tender
36 General - Bidder wants to know whether AC or non-ac vehicles for VB? Both
Bidder wants to know whether all the TTs are contract vehicles. Also is
37 General -
there any restrictions on tapping the wiring? Details will be shared with the successful bidder.
If third party device integration to be done then we need the pre-requisite
38 General - details to check the integration feasibility like protocol and interface details.
Bidder requests IOCL to provide the same. Details will be shared with the successful bidder.
There is no provision for penalty to transporters for damaging the device if it
has been tampered with. Bidder would like to recommend strong penalties.
39 General -
Also if someone is a repeat offender then there should be a provision for
contract termination. No change in tender conditions
Bidder request to change the validity of EMD to 120 days from the last date
40 5 Annexure A Clause 5 Bank Guarantee (BG) for the EMD should be valid
of submission of final bid. Since Bid is valid for 120 days
upto 7 months from the date of opening of bids. No change in tender conditions

The number of vehicles may increase/decrease by


15% during the contractual period. Whenever
Transportation Contract expires at a particular
location and new contract is finalized, many Tank
Please provide details on the expiry period under the existing contracts for
41 23 1.1 Introduction Trucks under old contract goes out of contract
the 26000 Tank Trucks in almost 120 Terminals / Depots.
whereas many new Tank Trucks are inducted in the
new contract. In such a case Successful bidder will
have to dismantle the VMUs (vehicle mounted units)
from the TTs going out of contract and fit the same in
the new TTs which are inducted in the new contract.
No extra payment will be made for this activity. Details will be shared with the successful bidder.

If IOCL terminates the tender/contract as regards any


one or more Tank Trucks without any reason (part
termination simpliciter), it shall be liable to pay a
Termination Fee as defined below: Bidder request to pay 75% of the monthly service charges payable (to be
Annexure D clause 8 I. In the event that the VMU/Device is not returned to recovered from Transporters) for such monthly services charges, multiplied
42 52
(C)(4) the tenderer, the Termination Fee shall be 50% of the by the number of months remaining in the period of monthly service charges
monthly service charges payable (to be recovered for termination without reason and in case of VMU/Device is not returned.
from Transporters) for such monthly services
charges, multiplied by the number of months
remaining in the period of monthly service charges.
II. If the VMU/Device is returned to the Tenderer, no
Termination fee shall be payable. No change in tender conditions
Considering the vendor will be investing upfront on the VTS software and
The no. of IOCL terminals /depots/Tank trucks are related implementation and support charges, bidder requests IOCL to
43 23 1.1 Introduction
indicative and may increase or decrease & IOCL provide some minimum commitment in order to prepare the commercial
does not guarantee any minimum business volume. structure for this opex deal. No change in tender conditions

9. Rental payment will be on monthly basis and shall Bidder request to add that all the payment shall be made within 30 days of
44 59 Annexure E clause 9
be made at the end of month after submission of receipt of monthly bill. IOCL will make every effort to release payment for non-
monthly Bills to IOCL state offices. disputed invoices at the earliest.
The VMU / VB to be provided by the tenderer shall
We request that the specifications of Petroleum & Explosives Safety
mandatorily meet specifications of Petroleum &
45 33 Cl.22(d) in Pg.33 Organization (PESO), Govt. of India be enlisted so that vendor and review
Explosives Safety Organization (PESO), Govt. of
and confirm compliance to the same.
India. No Change in tender Conditions.
Bidder request to cap the maximum price adjustment for delay in
46 61 Annexure F Price Adjustment for Delay in Delivery of Work and /
delivery of work and/or services to 5% of Purchase order value.
or Services No change in tender conditions

Any VMU/VB needs maintenance / replacement, the


same should be carried out without any additional We understand that time delay attributable to IOCL or time period for IOCL
47 36 Cl.22(e) cost, within 72 hours from the time of reporting, failing to issue necessary clarifications/directions will be excluded for computing
which compensation charges will be levied as the 72 hrs time period.
specified in Price adjustment section of this tender
document. IOCL will extend full cooperation and support.
Offer shall be valid for 120 Days from date of opening
of technical bid. In case of requirement, IOCL may Bidder request to change offer validity to 120 days from the last date of
48 8 Annexure A Clause 9
seek further extension of the validity of the offer from submission of bid.
the bidders. No change in tender conditions
A code review should be carried out by a third party
We submit that due to intellectual property ownership reasons, OEMs will
and a certificate obtained that the software does not
49 40 Cl.2.6(n)(ii) not share the source code of their software application. Hence we submit
contain any malicious code to be submitted at regular
that a self declaration on no malicious code from OEM be accepted.
intervals No change in tender conditions
2.4.6 The Successful Bidder’s Failure
Annexure G Clause
50 94 The Successful Bidder shall be put on the Holiday Bidder request to delete black list/Holiday list clause.
2.4.6
List/Black List of IOCL as its policy; No Change in tender Conditions.
We submit that only upon understanding the specific nature of changes in
1.2.7 Generation and During contract period at any point of time, VTS
VTS definitions and logic, the vendor will be able to document the change in
Transmission of definitions and logics to arrive at various exceptions /
51 42 the existing scope of work, the timeline for implementing the said change
Reports through Vehicle deviations may undergo change. Successful tenderer
and the additional cost to be factored for the same. We submit that change
Tracking System to develop/change the related processes to the
request process be followed for the same.
satisfaction of IOCL without any extra cost. Proper change request process will be followed.

Upon occurrence of any delay of delivery, any default,


breach or violation of any of the provisions of the
Contract by the Successful Bidder, IOCL shall,
without prejudice to its other rights and remedies
hereunder or in law, the Successful Bidder shall pay
Annexure G Clause Bidder request to cap the maximum price discount to 5% of Purchase order
52 97 to IOCL, price discount in an amount calculated at the
3.3.1 value.
rate of 0.5% of the Contract Value for each week
during which such default, breach or violation
continues. This provision will not be applicable for the
defaults, breach or violation for which the price
adjustments have been specifically provided under
this Tender Document. No Change in tender Conditions.
We submit that only upon understanding the specific additional reports
1.2.7 Generation and Upon implementation IOCL may ask for additional
requetsed by IOCL, the vendor will be able to document the change in the
Transmission of reports over & above available in the software &
53 42 existing scope of work, the timeline for implementing the said change and
Reports through Vehicle listed here as part of requirements, if required vendor
the additional cost to be factored for the same. We submit that change
Tracking System to develop additional reports to the satisfaction of
request process be followed for the same.
IOCL without any extra cost. No Change in Tender Conditions.

Though the contract period is envisaged for 5 years,


IOCL gives commitment for contract period of 3
years. After 3 years, if IOCL wishes to exit the Bidder request to delete this clause as this will help in giving more
54 98 Annexure G Clause 3.6
contract, IOCL may do so by giving notice period of 6 competitive price in Opex model.
months to the bidder. However, the work order shall
be valid for five years i.e., if no notice is given the
VTS system continues in OPEX model for five years. No Change in Tender Conditions.
In case Bidder fails to comply with the terms and
conditions of the tender, IOC is free to get the work We understand that a notice and a reasonable cure period will be provided
55 46 Cl.1 (e) of Annexure-D
executed through alternate agency at the risk and prior to getting the work from an alternate agency. Notice & a reasonable cure period will be provided to the
cost of the Tenderer. successful Bidder.
In case Bidder fails to comply with the terms and
conditions of the tender, IOC is free to get the work We understand that the additional cost incurred for getting the remaining IOCL will recover the cost incurred in carrying out the job
56 46 Cl.1 (e) of Annexure-D
executed through alternate agency at the risk and work done from an alternate agency will be charged to the existing vendor. through an alternate agency , in case of failure to comply the
cost of the Tenderer. terms & conditions bt the suceesful Bidder.
The complete customization and client specific
development of CVTMS solution will be treated as We understand that the IP for the base software will continue to be with the
57 46 Cl.1 (g) of Annexure-D
intellectual property of IOCL during the entire contract OEM and IOCL will get a license to use the same. IOCL will get a license to use the customised software and it's
period of 5 years. application for CVTMS solution.
Tenderer has to submit successful completion and
User Acceptance report duly signed by both the We understand that User Acceptance report sign-off will be completed by
58 47 Cl.3(d)
Tenderer’s representative as well as IOCL supply IOCL supply location's in-charge in a timely manner. IOCL will make every effort for signing of the User Acceptance
location’s in-charge. in a timely manner.
Pg 58- We submit that an undisputed invoice be paid within 30 days of its receipt by IOCL will make every effort to release payment for non-
59 Annexure E in Pg.58-60
60 Payment IOCL. disputed invoices at the earliest.

IOCL reserves the right to cancel the LOI in case of


delay and in that case the Bank guarantee shall be We understand that a notice and a reasonable cure period will be provided
60 61 Cl.3 of Annexure-F revoked / Security Deposit shall be forfeited by IOCL prior to cancellation of LOI and invocation of bank guarantee/security
towards compensation. Also work order may be deposit.
placed on an alternate Bidder at the risk and cost of Please refer Termination clause mentioned in tender document
the Original Vendor Page no-52.

Compensation for delay in completion /


We submit that an aggregate cap on delay penalty be provided due to
61 61 Pt.1 in Annexure F table commissioning of CVTMS system, in all respects on
revenue recognition issues.
minimum 95% of the total tank trucks beyond 32
weeks from the date of acceptance of PO No Change in Tender Condition.
Annexure N- 1.1 “Defect Liability Period” or “Warranty Period” shall
We understand that this refers to the period for which the solution and the
62 78 DEFINITIONS OF mean a period of Five years from the date of First Go
products will need to be supported by the bidder.
COMMON TERMS – Live The contract is for 5 years period.
The Successful Bidder shall not be entitled to seek
We understand that the contract refererd to herein will contain all terms and
2.4.2 Execution and any deviation, modification or amendment in the
63 92 conditions that are discussed and agreed by the parties upon being selected
signing of the Contract Contract except as specifically agreed and decided by
as the successful bidder.
IOCL at its sole discretion. Yes, with suceesful Bidder.

Upon occurrence of any delay of delivery, any default,


breach or violation of any of the provisions of the
Contract by the Successful Bidder, IOCL shall,
without prejudice to its other rights and remedies
hereunder or in law, the Successful Bidder shall pay
We submit that this clause is not applicable to this project as delay penalties
64 97 3.3 Price discount to IOCL, price discount in an amount calculated at the
are already mentioned in Pt.1 in Pg.61.
rate of 0.5% of the Contract Value for each week
during which such default, breach or violation
continues. This provision will not be applicable for the
defaults, breach or violation for which the price This provision will not be applicable for the defaults, breach or
adjustments have been specifically provided under violation for which the price adjustments have been specifically
this Tender Document. provided under this Tender Document in Page no-61/62.

Notwithstanding the before said, the liability of the


We submit that - (i) 'negligence' be re-worded as 'gross negligence'; and (ii)
65 Bidder shall not be limited in the event the liability
97 3.4 Limitation of Liability 'misconduct' be re-worded as 'wilful misconduct'. Making negligence and
arises out of fraud, negligence, misconduct,
misconduct as unlimited liability edeats the very purpose of a liability cap.
infringement of intellectual property rights and/or loss
of data by the Bidder. No Change in tender conditions.

Notwithstanding the before said, the liability of the


Bidder shall not be limited in the event the liability We request for deletion of "loss of data by the bidder" as it is not applicable
66 97 3.4 Limitation of Liability
arises out of fraud, negligence, misconduct, for this project.
infringement of intellectual property rights and/or loss
of data by the Bidder. No Change in tender Conditions.

The payment of rental & support charges per Tank


Truck per VMU shall be paid to the successful Bidder request to change payment of rental and support charges as
tenderer for the service rendered as per agreed
consideration between the parties which will be as Uptime >95% - 100% of Quoted Rates
67 49 Annexure D clause 6 (l)
below slab system Uptime >85% and <=95% - 95% of Quoted Rates
Uptime >75% and <=85% - 85% of Quoted Rates
Uptime >95% - 100% of Quoted Rates Uptime < = 75% - IOCL will have a right to terminate the contract.
Uptime >85% and <=95% - 80% of Quoted Rates
Uptime >75% and <=85% - 50% of Quoted Rates
Uptime < = 75% - Nil No Change in Tender Conditions.
We understand that IOCL will take all regualtory/statutory approvals Bidder to take all regulatory / statutory approvals necessary for
68 General -
- necessary for IOCL to receive the services from the vendor. VTS service as it purely on OPEX Model.
We submit that in the event of any physical damage, theft, destruction or
69 General - tampering of the VTS devices that are attributable to IOCL or its partners,
IOCL will bear the cost of replacement VTS device and its installation.
- No change in tender conditions.
Bidder Request to allow CA certificate for payment received. Copy of Invoice
70 10 Clause 16 /Bill signed and stamped from customer for Signoff received for Government Please refer tender document Page no-11/12 (Sr no-1 & 2) for
Pre-Qualification / PSU reference provided by Bidder the docyments required.
M/s I Triangle Infotech
Tender No : HCC/OPS-04/PT-169/2018-19
Centralized vehicle tracking and management system (CVTMS) as a Managed Service in OPEX model for Tank Trucks under contract of IOCL for a period of five years
Pre-Qualification Criteria
Sl No Parameter Description Queries/Request IOCL's response
1 Prequalification Criteria EITHER of the conditions set out below must be satisfied by such prospective
bidder.

 At least One order of value not less than Rs. 48,24,79,161/-


Request to consider single order worth Rs 6.00 crores as none
No change in Tender conditions.
of the Indian company will have Single Work order worth Rs
48.24 Cr . None of the MSME/MSE company meets this criteria
2 Similar Work Supply, installation and customisation, route creation and mapping & Geo- fencing, implementation, Request to consider the experience in Public Transport
maintenance and operation of GPS and GPRS based Vehicle Tracking System for POL / cargo / goods buses/cabs No change in Tender conditions. Vehicle Tracking system for
/material transportation using commercially off the shelf (COTS) platform OR Client specific Custom Passenger vehicles will fall under Criteria 1.C (Any other GPS
developed platform, in any Oil & Gas company or Govt. / Private Sector client in any sector. based solution) of "Similar work" conditions.

3 PESO Approval b) The VMUs to be provided by the tenderer should be of proven design and performance and its Please remove PESO certificate as, PESO is not issuing any
performance has been tested under severe conditions similar to Indian certificate with respect to VMU
No change in Tender conditions.
environment/temperature/road conditions, should have intrinsically safe, meeting the specification
of Petroleum & Explosives Safety Organization (PESO), Govt. of India.
Technical specifications for Vehicle mounted devices
Sr. Parameters Features & Description Queries/request
No.

1 Mechanical · PESO approval for use in Petroleum Tank Trucks Please remove PESO certificate as, PESO is not issuing any
No change in Tender conditions.
certificate with respect to VMU
2 Electrical  Input main supply voltage: 9 VDC to 48 VDC. Request to change the Input to 8VDC to 32VDC Refer to corrigendum on VMU specifications.
 Sleep mode current is <2mA. Request to alllow the devices with sleep mode current <20mA Refer to corrigendum on VMU specifications.
 Cable: 16 Core, Tinned Copper & FR Request to change the core to 14 strands Refer to corrigendum on VMU specifications.
3 GPS specification  Channels 52. Request to change to channels to 33 tracking and 99
acquisition channels. As per AIS140 12 tracking channels are
mandatory Refer to corrigendum on VMU specifications.
4 External interfaces  Digital I/O: Min. 2 I/P and 2 O/P Refer to corrigendum on VMU specifications.
 Serial I/O: 2 Refer to corrigendum on VMU specifications.
 Ethernet support. Request to remove the clause which is not as per AIS140
standards Refer to corrigendum on VMU specifications.
5 Backup Battery  Battery life up to 24 hours. The device will keep tracking even if
unplugged from power supply up to 24 hours. Request to change to 8-10 Hrs Refer to corrigendum on VMU specifications.
Refer to corrigendum on VMU specifications.
6 Key Features  Cell triangulations Request to remove which is not as per AIS140 Refer to corrigendum on VMU specifications.
7 Wireless Communication  LoRa support.
Request to remove the clause as it is non standard part and
none of the manufacturer complies to this requirement Refer to corrigendum on VMU specifications.
 Sigfox support.
Request to remove the clause as it is non standard part and
none of the manufacturer complies to this requirement Refer to corrigendum on VMU specifications.
8 General Request to consider AIS140 Certified devices only as it is
mandatory for all the commercial vehicles as per the Ministry
of Road Transport and Highways ,Govt. of India
(MoRTH)notification. The copy of the notification is enclosed
herewith for your reference Refer to corrigendum on VMU specifications.
M/s KPIT
IOCL
Centralized vehicle tracking and management system (CVTMS) as a Managed Service in OPEX model for Tank Trucks
Bidders request for clarification for RFP reference no.: HCC/OPS-04/PT-169/2018-19
under contract of IOCL for a period of five years
Bidding document reference (s) (page no.
Content of tender document requiring clarification Points of clarification required IOCL's Response
& section no.)
Kindly clarify, whether consortium is allowed. Considering the fact that scope
Annexure A Item 16.1 Pre Qualification Criteria includes VMU hardware & CVTMS software, we suggest to allow consortium of 2.
Main Bidder has to satisfy all prequlification criteria. Bidder
Consortium of experts in the field of software & hardware will be beneficial to IOCL.
can have arrangement or agreement with other partners.
Considering value of the project, qualification criteria's seems to be on higher side
which will restrict potential bidder. We request to change criteria as follow:At least
EITHER of the conditions set out below must be satisfied by such
One order of value not less than Rs.11,00,00,000/- OR At least Two orders each of
prospective bidder.At least One order of value not less than Rs.
16. PRE QUALIFICATION(PQ) CRITERIA Page value not less thanRs. 5,50,00,000/-We request to consider purchase orders/Letter of
48,24,79,161/- OR At least Two orders each of value not less than Rs.
10 Award for ongoing/ projects in commissioning phase for qualification criteria.
38,59,83,328/- OR At least Three orders each of value not less than Rs.
Projects in commissioning phase may not produce completion certificates/payment
28,94,87,496/-
received as per criteria but project value can qualify the criteria which demonstrates
capability of the bidder
No Change in Tender Conditions.

4. For work orders following the OPEX model, for ongoing Work Orders
total revenue received against such work order in the last five (5) years
We request to consider purchase orders/Letter of Award for ongoing/ projects in
prior to the preceding month from date of advertisement of the NIT will be
commissioning phase for qualification criteria. Projects in commissioning phase may
(PQ) CRITERIA Page 12 counted as completed/executed value of work against PQC and this should
not produce completion certificates/payment received as per criteria but project
be proved by receipts of payment and / or bank statements or any other
value can qualify the criteria which demonstrates capability of the bidder
duly authorized document from the customer which proves that the
payment has been made to the bidder from the customer.
No Change in Tender Conditions.
5. Bidder having technical support center / office at each region (E/W/N/S) We request to remove this criteria & consider bidders self declaration to setup
17. TENDER EVALUATION CRITERIA Page 15
of India. technical support at each region of India No Change in Tender Conditions.
11. Details of work carried out along with Documents such as Purchase
We request to consider purchase orders/Letter of Award for ongoing/ projects in
Orders / Work Orders along with their completion certificates or receipts of
ANNXEXURE - B, CHECKLIST OF commissioning phase for qualification criteria. Projects in commissioning phase may
payment and / or bank statements or any other duly authorized document
DOCUMENTSPage 21 not produce completion certificates/payment received as per criteria but project
which conclusively proves the completion of the work awarded in support
value can qualify the criteria which demonstrates capability of the bidder
of the satisfaction of the Pre - Qualification Criteria.
No Change in Tender Conditions.
Tank Trucks under old contract goes out of contract whereas many new
Tank Trucks are inducted in the new contract. In such a case Successful
bidder will have to dismantle the VMUs (vehicle mounted units) from the Incase a new TT is fitted 3 years after start of contract, will the coverage be for 2
ANNEXURE –C, SCOPEOF WORK, Page 23
TTs going out of contract and fit the same in the new TTs which are years left in the contract or for 5 years after installation?
inducted in the new contract. No extra payment will be made for this
activity. 2 Years left in the contract.
The no. of IOCL terminals /depots/Tank trucks are indicative and may
If projected volume doesn't meet in that case there will be chance of loss of business
ANNEXURE –C, SCOPE OF WORK, Page 23 increase or decrease & IOCL does not guarantee any minimum business No of Tank Trucks & No of Locations have been indicated in
hence we request for minimum volume commitment to submit best bid to IOCL
volume. the tender.
No support is required from existing VMU vendor. Sucessful
2. De-commissioning and removal of existing Vehicle Mounted Unit (VMU) We assume support from existing VMU vendor for de-commissioning activity. Kindly
1.2 SCOPE OF WORK, Page 24 Bidder has t de-commission the VMU for instalation of new
from the above mentioned number of existing Tank Trucks clarify.
VMUs.
14. The Software solution should use standard interface / protocol for
communicating with VMU / Voice Box/etc., so that it can also communicate
1.2 SCOPE OF WORK, Page 24 with other allied hardware devices like pre-installed VMUs / Connected We request to provide standard protocol for VMU.
vehicles / e-Locks / Media Navigation / etc. which IOCL can decide of using Software solution should use standard and generic protocal
in future. for seamless integration with pre-installed devices ( if any).
17. In case IOCL decides to use VMUs of newer technology replacing the
existing through same or any other business partner, the software solution
We request to remove this clause as there will be additional cost impact in replacing
1.2 SCOPE OF WORK, Page 24 should be able to integrate seamlessly without any involvement of
VMU with newer technology which may bot possible without extra cost.
additional cost. However, minimum 3 years of use of the initial VMUs will
be guaranteed by IOCL. No Change in Tender Conditions.
10. Making enhancement / modifications in the managed solution as per
We request to limit the change request as effort estimation for unlimited change
1.2.4 Obligations of the Tenderer, Page 30 IOCL’s requirement from time to time without any financial implication in
request is not possible
this regard. No Change in Tender Conditions.
During contract period at any point of time, VTS definitions and logics to
1.2.7 Generation and Transmission of
arrive at various exceptions / deviations may undergo change. Successful We request to limit the change request as effort estimation for unlimited change
Reports through Vehicle Tracking System,
tenderer to develop/change the related processes to the satisfaction of request is not possible
Page 42
IOCL without any extra cost. No Change in Tender Conditions.
1.2.8 Technical specifications for Vehicle We request to change this specification to standard vehicle battery range as below: 8
Input main supply voltage: 9 VDC to 48 VDC.
mounted devices VDC to 32 VDC. Refer corrigndeum on VMU /VB Specification
1 LoRa support.
1.2.8 Technical specifications for Vehicle
2. Sigfox support. Please indicate the functionality requiring these specifications
mounted devices
3. Bluetooth support. Refer corrigndeum on VMU /VB Specification
System generated letter to be sent through Email to
1.2.1.18 Scope of Work Does "letters" mean hard copies? Please clarify.
intended users including Transporter.
It is mentioned 5000 users here but initially it was mentioned that there will not
1.2.6.a.4 Software Technical Requirement - General 5000 is the peak load, however there may not be more than
more than 1000 concurrent users. Which number to refer?. Kindly clarify.
1000 concurrent users.
1.2.6.g Software Technical Requirement - Backup Archival & Purging What is the retention period in active & backup? 5 Years period.
M/s Tata Consulatancy Services
Sr No Page Clause Clause Clause Details Query TCS Suggestions IOCL's Response
No. No.
1 10 16 c)PRE QUALIFICATION An experience of having successfully Request the Time line to increase to 10 years as most An experience of having successfully completed similar work No change in Tender conditions.
(PQ) CRITERIA: completed similar work contract or of the VTS projects are long terms and spread over the contract or continuing the contract for a minimum of 2 (two)
continuing the contract for a minimum of years. years continuously, in the last 10 (Ten) years prior to the
2 (two) years continuously, in the last 5 preceding month from date of advertisement of the Notice
(five) years prior to the preceding month Inviting Tender (01.01.2009 to 31.12.2018)
from date of advertisement of the Notice
Inviting Tender (01.01.2014 to 31.12.2018)

1 10 16 1)PRE QUALIFICATION EITHER of the conditions set out below Meeting the criteria of one order of 48.24 crs for GPS Request modify the PQ requirement. No change in Tender conditions.
(PQ) CRITERIA: must be satisfied by such prospective and GPRS based Vehicle Tracking System for POL / The Bidder or Lead bidder (in case consortium) should have
bidder: cargo / goods /material transportation by any Indian satisfactorily implemented the followings for GPS and GPRS
At least One order of value not less than organization is very unlikely. No such project has been based Vehicle Tracking System:
Rs. 48,24,79,161/- done in India.
OR Moreover number of vehicle included in the project is 1. A single Project on Vehicle Tracking for value not less than
At least Two orders each of value not less not specified. 20 Crs. Two project not less than 10 cr. each
than Rs. 38,59,83,328/-
OR 2. The Bidder should have implemented at least 1 projects on
At least Three orders each of value not less Vehicle Tracking System Vehicle Tracking System for POL /
than Rs. 28,94,87,496/- cargo / goods /material transportation.

3. The Bidder should have implemented GPS based


Automatic Vehicle Tracking System projects for fleet of at
least 20000 Vehicles.

4. The Bidder should have implemented at least three GPS


based Automatic Vehicle Tracking System projects any Govt.
/ Private Sector client in any sector.

Additional clause to be added:

Experience in Government IT Project:


Bidder should have been engaged in an IT/ ITeS project of
minimum value Rs. 200 Crore involving services to Govt/PSU
1 10 16 c)PRE QUALIFICATION An experience of having successfully We would request the time line to 10 years in India.
An experience of having successfully completed similar work No change in Tender conditions.
(PQ) CRITERIA: completed similar work contract or contract or continuing the contract for a minimum of 2 (two)
continuing the contract for a minimum of years continuously, in the last 10 (Ten) years prior to the
2 (two) years continuously, in the last 5 preceding month from date of advertisement of the Notice
(five) years prior to the preceding month Inviting Tender (01.01.2009 to 31.12.2018)
from date of advertisement of the Notice
Inviting Tender (01.01.2014 to 31.12.2018)

2 12 16 2)Pre-Qualification Audited Annual Turnover of the Considering the size of the contract, 11.57 Crs We suggest to make it 500 Crs No change in Tender conditions.
Criteria prospective bidder in any of the last three turnover is too less.
(3) financial years, as ending on 31st
March, 2018 (i.e. for the financial years of
2015-16, 2016-17 and 2017-18) should be
at least Rs. 11,57,94,999/(including taxes)

3 23 Scope of Works IOCL is already having a vehicle fleet of This scope is not clearly mentioned in the RFP It is clearly mentioned in the Tender
1.1 Introduction approximately 26000 Tank Trucks in document. document that all new VMUs to be
almost 120 Terminals / Depots plying 1- How many devices are to be un-installed? installed in the vehicles after removal
across nook and corner of the country 2- Will the recently installed devices be reused and of existing VMUs (if any).
Un-installation of existing Vehicle integrated into the new system ? If yes, How many
Mounted Unit (VMU) from the above such devices will be there?
mentioned number of existing Tank
Lorries
4 23 1.1 Scope of Works The no. of IOCL terminals /depots/Tank We understand that the quantity will be 26000 +/- It is clearly mentioned in the tender
Introduction trucks are indicative and may increase or 15%. In this clause the business volume is not document that the contract is for 5
decrease & IOCL does not guarantee any guaranteed and hence it is contradictory. Please years for 26000 (+/- 15%) vehicles
minimum business volume Clarify. Availability of 26000 +/- 15% trucks for 5 years across the country.
should be guaranteed as this is managed service
contract.
5 23 1.1 Scope of Works ……………………...The cloud service can The requirement is SaaS. Please clarify the It is upto the succesfull bidder. Any
Introduction - 4 either be on IaaS or PaaS model. requirement of IaaS or PaaS model in this case. cloud model can be used.
6 23 1.2 (3) Scope of Works - 3 IP 67 : As per IP67 standard VMU should "dust proof" and We suggest to remove Voice Box (VB). No change in Tender conditions.
protected against water projected from a nozzle. To
meet this standard Voice Box (VB) i.e. voice
announcement should not be part of the VMU. Water
and dust will enter through the voice box speaker. This
is contradictory.
7 23 1.2 (4) Scope of Works - 4 Supply, installation, testing and As per the Indian Road Traffic Act No driver is not We suggest all required driver behavior and real time No change in Tender conditions.
commissioning and Regular Maintenance permitted to use a hand-held communication device alerts/events and desired reports to be generated at back
of on board Voice Box (VB) i.e. voice while driving. This includes a cell phone, microphone end. The report for any trip after completion will be made
announcement (safety related or other communication devices. available with all violations and real time alerts/event during
alerts/messages) system in two languages the trip.
(Hindi & One Regional Language based on Further, voice announcement may disturb the driver
political state) and integrated with VMU attention and hence TCS suggests Voice Box (VB) to be
on the number of Tank Trucks mentioned removed from scope.
above.

8 25 1.2 (14) Scope of Works - 14 The Software solution should use standard 1- Will the pre-installed VMU will be in addition to 1. There will not be any pre-installed
interface / protocol for communicating 26000? VMU. Existing VMUs to be removed
with VMU / Voice Box/etc., so that it can 2 - What are the makes and models of VMUs ? before insatlling the new VMU by the
also communicate with other allied 3- We assume that the support for such VMUs will successful bidder. however, there
hardware devices like pre-installed VMUs remain with existing vendor. Please confirm. may exist pre-installed e-lock device.
/ Connected vehicles / e-Locks / Media 4-- Will this be added in the payment for 'per vehicle 2. Not required as explained here in
Navigation / etc. which IOCL can decide of per month' for Hosting, map Software license and point 1.
using in future support ? 3. Not required as explained here in
5-- What is the functionality of e-Locks and where it point 1.
used? 4. Not required as explained here in
6-- IOCL will facilitate in arranging the point 1.
protocol/interface details of all existing VMUs/eLocks 5. Details to be shared with successful
and other systems. bidder.
6. It is clearly mentioned in the tender
document that the solution should
use standard generic protocols for
communication with standard APIs so
that it can communicate with other
allied devices if any.

9 25 1.2 (17) Scope of Works - 17 In case IOCL decides to use VMUs of newer 1- Will IOCL float RFP for newer technology VMU? 1. It cannot be commented as on
technology replacing the existing through 2- We assume that 'per vehicle per month' payment date.
same or any other business partner, the for Hosting, map Software license and support will be 2. Yes.
software solution should be able to continued even with new devices installed ? 3. Successful bidder has to ensure
integrate seamlessly without any 3- In case the replacement is done by other vendor , that the solution can be seamlessly
involvement of additional cost. However, the protocol of the device will be arranged by IOCL. intigrated with newer technology
minimum 3 years of use of the initial VMUs (if required).
VMUs will be guaranteed by IOCL.

10 25 1.2 (22) Scope of Works - 22 Mandatory positioning of qualified Is it requited to deploy person at each IOCL Supply No change in Tender conditions.
technicians to cater to 120 (at present) Locations. This should be made clear. Some vendor
IOCL Supply Locations all over India for day- may propose 1 person to take care of multiple IOCL
to-day maintenance of Vehicle mounted Supply Location. Will this be allowed?
devices. If yes, How many supply locations can be managed by
one person?

11 25 1.2 (24 Scope of Works Providing VTS training to IOCL officials / 1- Please provide number of days for VTS trainings and Training to be conducted every six
& 25 Transporters / Dealers, at all 120 supply refresher courses at each location? months at all 120 supply locations (at
locations (at present) and other IOCL 2- How many person will attend trainings? present) and other IOCL offices as per
locations during the entire contract Tender terms & conditions.
period. Participants will be Transporters /
Conducting training sessions every six Vehicle Crew members along with
months at each supply locations and other IOCL officials.
IOCL offices.
12 30 1.2.4 Commissioning of new CVTMS system As per RFP term new contractor will un-install the We suggest IOCL accept the project with 10 % devices No change in Tender conditions. IOCL
(16) Obligations of the including field work, other associated existing devices and install new ones after the existing installed and demonstration of all the software features. will ensure vehicle availability.
Tenderer: work, report generation as mentioned contract is over and vehicle is made available. Additional details will be shared with
above, and scope of work, should be When all the existing contracts for 26000 trucks will be the successful Bidders.
completed within 8 months from the date over ? IOCL needs to ensure vehicle availability.
of acceptance of PO by the successful
tenderer, failing which compensation
charges shall be applicable and recovered
(as per agreed consideration), LOI is liable
to be cancelled and new LOI placed on an
alternate tenderer at the risk and cost of
the original tenderer

13 32 The Vehicle Tracking CVTMS should have provision to generate We understand that TT movement from IOCL depot to Tracking and monitoring of TT movement from IOCL depot to No change in Tender conditions.
21. The System should provide and send details of Unloaded / Empty Tank Retail outlet is a trip, hence tracking and monitoring of Retail outlet only.
Vehicle for the following: trucks reaching back to IOCL supply vehicle is not required for return trip (Retail outlet to With this we can improve the system performance. After
Trackin location Geo-fence (TT parking area) to Depot). With this we can improve the system vehicles returns to Parking area and reports. the same will be
g IOCL system for generating TT scheduling performance (data/bandwidth). After vehicles returns included into TT scheduling.
System - at IOCL end. to Parking area and reports. the same will be included
r into TT scheduling.

14 34 22 . D Vehicle Mounted Unit v. In case of no GSM connectivity (Dark In this clause the minimum storage is asked for 3 days We suggest max 10000 Packets to be considered. It is clarified that the device should
(v) (VMU), Voice Box (VB) & Zone), the VMU should be able to store whereas in the VMU specification is mentioned as have minimum storage of data
Power Cable Connections positional data continuously in its internal 15000 sample. Which one to be complied ? packets of 3 days.
memory (Min. storage for 3 days) and
should be able to push the data
immediately to the Central server on
restoration of GSM connectivity.

15 35 22 xiv Vehicle Mounted Unit The installation of VMU/VB should be Is Automotive grade mandatory ? Which all VMU / VB should comply with all
(VMU), Voice Box (VB) & done as required for automotive grades of components of VMU/VB should be of Automotive statutory norms applicable in India.
Power Cable highest safety standard method. Grade?
Connections:
16 43 1.2.8 Technical specifications Internal Back-up duration 24hrs As per business case 24 hour battery back-up not TCS suggest max 4-6 hrs Internal Back-up.
...7 for Vehicle mounted required for IOCL? Why the requirement is for 24 hrs
devices Device Specs Back-up ? The VMUs will be wired and will be
powered by vehicle battery. Refer to corrigendum on VMU
specifications.
17 44 1.2.8 Technical specifications Wireless Communication Where the following wireless communications are LoRa connectivity is not available in most of operational area
…11 for Vehicle mounted required to be used: of IOCL. Also support for LoRa and other wireless
devices Device Specs communication increases the cost substantially. We suggest
LoRa ? a simple GPS device with GPRS communication system. This
Sigfox ? makes it cost effective and more reliable.
WIFI ?
Bluetooth ?
Refer to corrigendum on VMU
specifications.
18 44 1.2.8 Technical specifications Internal Sample storage count is 15000 We suggest max 10000 Packets to be considered. It is clarified that the device should
...8 for Vehicle mounted have minimum storage of data
devices Device Specs packets of 3 days.

19 45 1.2.8 Technical specifications : As per specification driver is expected to receive or We suggest to remove the voice box to eliminate violating No change in tender conditions.
Voice Box microphone & speaker. reject the call by pushing the button and also speak Road Traffic Act.
while driving.
As per the Indian Road Traffic Act No driver is not We suggest all required driver behavior and real time
permitted to use a hand-held communication device alerts/events and desired reports to be generated at back
while driving. This includes a cell phone, microphone end. The report for any trip after completion will be made
tolerance or other communication devices. available with all violations and real time alerts/event during
the trip.
Further, voice announcement may disturb the driver
attention and hence TCS suggests Voice Box (VB) to be
removed from scope.
20 46 ANNEX Manpower The Bidder shall arrange to position an We assume there will be only 1 office in every state There are 16 State offices at present
URE –D official at every IOCL state office who will office and person's availability required is only during and one official is required to be
1. be responsible for handling & monitoring office hours on Monday to Friday. Please confirm. present as per normal office hours
Special day-to-day activities of CVTMS issues at and working days.
terms supply locations under the state office in
& coordination to State Operations
conditi department
ons -c

21 49 6. Monthly rental payment l) The payment of rental & support charges We should have a slab between 85 to 95 % TCS suggest to keep the slabs as under: No change in tender conditions.
Calcula per Tank Truck per VMU shall be paid to >95% 100 % of quoted Value
tion of the successful tenderer for the service >90% and <=95% 95% of Quoted Value
VTS rendered as per agreed consideration >85% and <=90% 90% of Quoted Value
uptime between the parties which will be as >80% and <=85% 80% of Quoted Value
of below slab system: <=80% Nil
VMU/ >95% 100 % of
Devices quoted Value
- l): >85% and <=95% 80% of Quoted
Value
>75% and <=85% 50% of Quoted
Value
<=75% Nil

22 98 3.6 Exit Though the contract period is envisaged As this will be Managed Service Contrast , the prices This clause may please be modified. In case of exit pre- No change in tender conditions.
for 5 years, IOCL gives commitment for will be adjusted for entire set of fleet and for entire contract period expiry, IOCL will have to pay remaining un-
contract period of 3 years. After 3 years, if contract period of 5 years. recovered amount to Contractor.
IOCL wishes to exit the contract, IOCL may
do so by giving notice period of 6 months
to the bidder. However, the work order
shall be valid for five years i.e., if no notice
is given the VTS system continues in OPEX
model for five years.

23 58 Annexu Payment 4. The 1st part of the payment will only be Installation of all 26000 will depend upon availability We suggest IOCL accept the project with 10 % devices No change in tender conditions.
re E released once the entire CVTMS solution is of trucks and may take very long time and request to installed and demonstration of all the software features.
fully implemented across all the locations accept the project after demonstration of
of IOCL involving all the Tank Trucks as functionalities and release the 1st part of the
specified earlier in Scope of work. payment.

24 BOQ In the BOQ , unit rate and total value is Number of months is not considered in calculating the Cost includes period of 60 months.
provided. total cost. Is the total for 1 year ?
25 The current vehicle strength (Nos) has
The no. of IOCL terminals been mentioned in in the tender
/depots/Tank trucks are
indicative and may
increase or decrease &
IOCL does not guarantee
any minimum business Request IOCL to guarantee minimum business
23 1.1 volume. Introduction volume.
26 No change in tender conditions.

For the purpose of this


STC, the term “tax” in
addition to tax imposed
under CGST (Central
Tax)/SGST (State
Tax)/IGST (Integrated
Tax)/UTGST (Union
Territory Tax)/ GST
Compensation Cess Acts,
also includes any duties,
cess or statutory levies
levied by central or state
54 9 authorities. Special Clauses of Taxation Request IOCL to accept the bid exclusive of taxes c
27 No change in tender conditions.
Rental payment will be
on monthly basis and
shall be made at the end
of month after
submission of monthly Request IOCL to make the payment monthly in
59 9 Bills to IOCL state offices. Terms of Payment advance
28 No change in tender conditions.

The maximum liability of


the Successful Bidder
shall be limited to 100%
of the Contract Value.
Notwithstanding the
before said, the liability
of the Bidder shall not be
limited in the event the
liability arises out of
fraud, negligence,
misconduct, infringement
of intellectual property
rights and/or loss of data Request IOCL to keep maximum liability of the
97 3.4 by the Bidder. Limitation Of Liability Successful Bidder limited to 5% of the Contract Value.

29 Integration of VTS Details will be shared with the


with…… Other IOCL Pls share the details of the "Other" IOCL systems succesfull Bidder.
25 15
Systems as per which need to be integrated with the VTS
requirement.
30 Integration with IOCL existing systems
IOCL to share the details of the IOCL existing systems
Software solution to will always be based on APIs. Format
to enable the bidder to understand the level of efforts
25 16 facilitate data and other details will be shared with
required for integrating the VTS with the IOCL
exchange….. the successful bidder.
systems.
31 Seamless integration of the VTS with the changed /
In case IOCL decides to newer / diferent VMUs cannot be the sole
25 17 use VMUs of newer responsibility of the service provider.
technology….. This has to be a joint responsibility of the Service
provider, IOCL and the third party vendor of IOCL.
32 ….. The tenderer will 1. Maintenance of the VMUs will be restricted to the 1. Yes.
carry out free VMUs supplied by the tenderer. 2. Details are already clarified in the
25 19 maintenance and 2. Maintenance will NOT be free of cost in case the tender document itself.
modifications required by VMUs have been misused / tampered with by any
IOCL….. agency other than the tenderer or its partner.
32 Integration with IOCL existing systems
Software solution to facilitate data How many IOCL Offices need to be connected. Will will always be based on APIs.
25 16 Scope of Work exchange with IOCL systems on a real-time IOCL take care of bandwidth/connectivity to all such Connectivity within IOCL offices will
/ batch mode locations be taken care of internally.

33 Providing access of Bidder has to maintain all software


The responsibility of procuring the licenses for the 3rd
system to all solutions provided for CVTMS only.
party softwares / solutions / firmwares, etc will be of
26 21 users……concurrent users
IOCL.
will not be more than
Case in point is SAP (ERP)
1000.
34 No change in tender conditions.
All / any allied services / activities will be limited to:
1. The solution provided by the tenderer.
Any other allied activities 2. The geographical locations as per the bid document.
/ services required for 3. Hardware supplied by the tenderer.
26 27
management of Vehicle All out of pocket expenses such as courier charges for
Tracking System. transportation of the equipments for repairing,
replacing, etc will be borne by the Principal Employer /
IOCL as the case may be.
35 On National Highways and Expressways, tankers The value is indicative and should be
routinely need to overtake slow moving vehicles in the configurable in the sytem.
heavy vehicle lanes at speeds > 60 kmph.
28 Over Speed Deviation Speed > 60 kmpH
This restrictive validation needs to be revised based
on the basis of State, National Highways and
Expressways.
36 Tenderer cannot be held responsible if the solution is IOCL will provide full cooperation and
…… completed within 8 delayed due to the non co operation of certain officers support towards implementation of
31 16 months from the date of / sections of the IOCL in sharing information and data the project.
acceptance of the PO….. required by the tenderer in implementing the
solution.
37 The interval for data transmission will be as per the The interval for data transmission will
requirement of the solution. be every 2 minutes in vehicle running
The interval for data Data transmission will be: condition.
32 21 b transmission will be 1. Real time OR
every 2 minutes….. 2. Every 2 mins OR
3. Batch mode - Once in 24 hrs
As per the requirement of the solution.
38 The VMU / VB have sensitive electronic componenets. No change in tender conditions.
……..in case of any failure The maintenance of a fault free electrical system of
of the VMU / VB, the the vehicle will be the responsibility of the vehicle
33 22 a same shall be replaced / owner / user.
upgraded by the tenderer Any defect occuring in the VMU / VB due to the faulty
at their cost. electrical circuit / system of the vehicle will not be the
responsibility of the tenderer.
39 No change in tender conditions.
1.2.6 ( c …… all subsequent pages should open There is a dependency on the system and resources of
38 Application Performance
) within 5 secs…. the IOCL, among other dependencies.
40 IOCL already has a system in place, including SAP Bidder has to maintain and manage
licenses. all software solutions provided for
Procurement, maintenance and regular CVTMS only.
IOCL needs to clarify whether onus of maintenance /
1.2.6 ( upgrades for all Software licenses like
40 Software Licensing procurement of licenses of the existing and 3rd party
p) Database, Geo-Maps, Web Server, etc. will
software will be transferred to the tenderer.
be owned by the successful Bidder only
The word "ETC" needs to be removed / clarified within
certain fixed boundaries.
41 No change in tender conditions.
It should be a "Train the trainer program". Tenderer
1.2.6 ( Documentation and
41 Training to all the above groups…. should train a group of trainers identified by IOCL,
q ) Training
who in turn will train the end users.
42 IOCL will provide full cooperation and
This is too short a period considering the delays due to
support towards implementation of
busy schedule of the IOCL personnel. Tenderer will try
the project.
46 3 User Acceptance ….. Within maximum 4 months…. to achieve the targets, but should not be held
responsible for the delays caused due to busy
schedule of the IOCL personnel.
42 As per Bidders choice but accessibility
31 20.d Obligations of Tenderer Call Center Where shall the Call-Center be located. of 24X7 has to be ensured.

Unlimited liability for infringement of intellectual No change in tender conditions.


IPR Infringement of IPR and / loss of data
43 property rights and/or loss of data by the Bidder
There is no specific provision for Intellectual Property Bidder is responsible for the offered
Protection of pre-existing IPR of bidder
IPR Rights including for Bidder Pre Existing IPR and third CVTMS solution only.
and third parties
44 party IPR
Limitation of liability (100% of the
Open-ended Risk Purchase clause - need to be limited contract value) will be as per clause
Risk Purchase Risk purchase clause not capped
& capped 3.4 under General Terms & conditions
45 - Annexure - N
46 Confidentiality One sided confidentiality clause Confidentiality clause need to be mutual No change in tender conditions.
M/s Tech Mahindra Ltd.
Tender Ref: - HCC/OPS-04/PT-169/2018-19 A23E Tender Id : 2019_MKTHO_89374_1 for CVTMS Implementation
S. No RFP Document Subject / Topic Query / Points of clarification Required
Reference(s)(sect IOCL's Response
1 NIT--12 VERIFICATION OF ORIGINAL Genuineness of the documents can be taken by undertaking from No change in the tender condition.
DOCUMENTS: the bidder,as verification of Original documents is not feasible
because of the fact that orders are old and kept with the respective
business units across the globe and many times completion
certificate are taken on the mail itself from the customers. Further
this is not a standard clause in any of the PSU/Govt tenders and
hence request for the deletion of the clause.

2 NIT--16 Pre-Qualification Criteria - A contract involving Digital/IOT Implementation or ERP integration


Similar Work means dealing with GPS based automation in any Oil & Gas company or
Govt. / Private Sector client in any sector.

With regard to the above we understand that any large scale ERP If the large scale ERP transformation /smart city
transformation /smart city /Command and Control centre projects /Command and Control centre projects or any Digittal
can be considered under Digital/IOT implementation, please confirm solution invloves or delas with GPS based automation or
whether our understanding is correct, if not kindly consider the same solution , then it can be considered under Digital/IOT
for maximum partcipation. implementation.
3 NIT--16 Pre-Qualification Criteria - We request IOCL to allow the self Declaration for the PO's under Non No change in the tender condition.
PO/Completion certificate Disclosure Agreement.
4 Annexure D - 4 Completion period and stages Successful installation and implementation of CVTMS for entire fleet No change in the tender condition.
26000 in 8 months. / We Request for the minimum timeline
completion of 15-18 Months.
5 Annexure D - 6 Calculation of VTS Uptime of How about faulty workman ship by the drivers? How it will be As the Bidder is supposed to provide tamper proof VMU,
VMU devices factored as this will directly impact vendors rental month on month then driver workmanship issue will not arise.
payment.
6 1.2.1 (7.) Page 24 3 Axis Movement Need additional sensors, and also need IOCL to objectively define Any Sudden or harsh braking, Sharp bend manouvering has
what is meant by harsh braking, long driving, sudddent manouvering to be captured by the system. This provision has been kept
etc. as a safety measures. Long driving timing will be shared to
the suceeful bidder.

7 1.2.1 (4.) Page 24 Voice Box Need to know how many alert messages of what length are to be Pre-recorded Safety messages to be delivered on real time
recorded, as will need storage accordingly basis in case of any violation by the Tank Truck Driver as
per specification given in the tender.
8 1.2.1 (12.) Page Upload existing routes Need to understand the structure that IOCL is using.
Wil be shared with successful Bidder.
25
9 1.2.1 (14.) Page Communication with other API is the standard medium that can be provided. Solution should ensure that standard generic APIs are used
25 allied devices so that it can communicate with allied device.
10 1.2.1 (15.) Page Integration with ERP Should be done by SAP implementor - we can give the API.
25 Yes.
11 1.2.1 (17.) Page Replacement with newer Cost of new device, and ample time for integration should be
Successful bidder has to ensure that the solution can be
25 technology provided. Also the device should use the standard GPS technology
seamlessly intigrated with newer technology VMUs (if
protocols and not be unique or encrypted.
required).
12 1.2.1 (18.) Page Real time alerts Emails and App based alerts would be ideal - SMS and letters are In maximum cases alrets will be through automated Email
25 outdated and an additional cost (SMS is 10p/txt) & on mobile App.
13 Page 26 VTS definitions Who will manage and maintain this information? We can VTS deifinitions given are indicative and solution should
incorporate if it is provided ensure that these are configurable. Finalised details will be
shared with the suceessful Bidder.
14 Annexure-E Payment Terms We request IOCL to change the payment terms as under: Payment
for the Capex items should be paid 80% upon delivery and remaining
20% against Installation. Payment for Installation & Commissioing
shall be paid progressively against the specfic milestones and
payment for support shall be paid Monthly/ Quarterly.
No change in the tender condition.
15 Annexure-F Price Adjustment for Delay in Delay in Delivery of work and or services during support period is
Delivery of Work and or not capped, we request IOCL to cap it to 5% of the capex Order
services value. No change in the tender condition.
16 SLA during support period is also not capped, we request IOCL to cap
the SLA to 5% of the Yearly contract value. No change in the tender condition.
17
Page 24 &S scope Of Work Please provide make and model of trucks and supported protocols Finalised details will be shared to suceesful Bidder.
18
Page 24 &S scope Of Work Is decommissioning of existing of VTU responsibilities of bidder? Yes.
19 There are 120 loctaions at present, details given as
Page 24 &S scope Of Work What are the locations of installations and uninstallation of trucks. Annexure-T
20 Alongwith Hindi, 1 regional language based on ecah
Page 24 &S scope Of Work Apart from Hindi, how many other languages bidder has to support? political state.
21 The entire solution has to be managed by the suceesful
Page 24 &S scope Of Work Who will provide SMS/Email Server/Map? Bidder as the contract is in OPEX model.
22
3 axis movement detection of Tank Trucks e.g. harsh braking / sharp Mode & communication of real time alerts have already
maneuvering, continuous driving, night driving, accidents etc., and been described in the tender. Alerts to be delivered
transmitting the alerts to the concerned users. Do we notify driver as through Voice Box (pre-recorded messages), Email & App
Page 24 &S scope Of Work well? How it is happening currently? notification.
23 Page 25 Looking for cloudsolutions Yes.
24 What level of location accurcay customer is looking for ? 5 meter/10
Page 25 meter/15 meter Refer to corrigendum on VMU specifications.
25
Software solution to facilitate Re-verification and maintenance of
Geo-routes with approval process for existing as well as new routes
created in the system as per IOCL policies from time to time. Approval process is a work pflow process, details of which
Page 25 What are the policies? will be shared to the suceesful Bidder.
26 Please provide name of all the applications which need to be
Page 25 integrated and avilabale integration interfaces? Any integration with IOCL system will be through APIs.
27 User Types total no users (External/Interanl for web and mobile No of users (40000) is indicative may increase during the
Page 25 applications). Is this number 40000. contract period.
28 Page 25 Number and Name of supply locations? Given in the Tender condition as Annexure-T
29 30 Is IOCL going to provide the security compliance? All compliance has to ensured by the Bidder.
30 Indicative no of 26000+/- 15% Tank Trucks have been given
31 Do we have truck projection for every year? in the Tender.
31 Franchise and dealers or any individuals operating on behalf of
tenderer shall not be considered as offices.
32 Can Bidder work with partner to provide the solutions? Bidder can have internal tie up with other partners.
32 Geo-fencing of routes to be done with a radius of 30 meters from the Detilas already given in the tender. Further detail will be
32 centre of the road on either side. Please clarify. shared with the Suceessful Bidder.
M/s TRAQ Matrix
1. PQC Criteria Parameter Our query IOCL's respnse
No change in Tender condition
As per Clause no.16(Pre Qualification Criteria),it has been
mentioned that in case of Micro and Small Enterprises
(MSE), similar work order value shall be at least One order
1 of value not less than Rs. 410,107,286/-.
2. Technical
Parameters Features Our query IOCL's respnse

1.Mechanical PESO approval for use in Petroleum 1)As per directive if a vehicle moves inter-state, AIS PESO approval is mandatory.
140 approved devices should be mandatory. There
should be no such company who is having both AIS
140 and PESO approval.So is PESO approval still
required?
2. GPS specification Channels 52 Which kind of channel is required tracking or
acquisition?
3.External interfaces A)Digital I/O:2 I/P and 2 O/P A)Why 2 outputs are required? Refer to corrigendum on VMU specifications.
B)Serial I/O:2 B)Why 2 serial I/O is required? Refer to corrigendum on VMU specifications.
c)Ethernet support C)Why Ethernet support is required? Refer to corrigendum on VMU specifications.
4.Backup battery Battery life upto 24 hours Being a vehicle tracker,7-8 hours battery life is
enough.Bigger battery will drain the vehicles
battery.Is it still necessary to have battery life upto
24 hours? Refer to corrigendum on VMU specifications.
5.Key features A)Cell triangulation A)It will increase the operational cost significantly.So
it can be omitted. Refer to corrigendum on VMU specifications.

B)If the device is tamper proof,why dislocation alerts


are required? No change in Tender condition

B)Tamper –proof and dislocation alerts


6.Wireless A)LoRa support What is the usecase of LoRa support and Sigfox Refer to corrigendum on VMU specifications.
communication B)Sigfox support support?Can we omit it?

3 Others
We also request you to kindly allow consortium to
participate in this tender. No change in Tender condition
M/s Trimble
E Tender Id :2019_MKTHO_89374_1
S.NO POINT NO PAGE DESCRIPTION IN TENDER DOC QUERY IOCL's response

1 16 how this order value comes with a company having turnover of No change in Tender conditions.
Rest. 48,24,79,161/- 11,57,94,999. Order value should not be more than INR 10 Cr. Kindly
clarify
2b 11 Will this above agreement fulfil and considered for PQC criteria to match No change in Tender conditions.
We entered in GPA (General Purchase agreement) with one of the OEM customer order value? Kindly clarify
for supply of GPS devices and Solutions. The OEM customers has there Sub-
Contractors and JV Companies and OEM customer guided/requested us to supply
our GPS devices to their Sub-Contractors and JV Companies against the purchase
order issued by them as they are their sub-assembly manufacturer. All terms and
condition and all the clauses of GPA signed by us with OEM customers are
applicable to supplies made to OEM Sub-Contractors and JV Companies. OEM
Customer gets the sub-assembly from these Sub-Contractors and JV Companies
for final stage fitment which includes GPS device and solution
3 57 The work orders for 2nd payment will be released by respective State Offices of Will be it a single work order release by respective state of IOCL for all Single Work Orders will be issued from respective
IOCL. terminals or work order for each terminal will issue a separately for that State Offices for all terminals under it.
state office.
4 58 Payment will be on monthly basis and shall be made at the end of month after Will Payment be release for entire quantity from State office or Terminal Payment will be released by State Offices agaisnt
submission of monthly Bills to IOCL state offices. wise invoices to be require and same has to be submitted on terminals. monthly invoice having terminal wise details.
Kindly clarify
5 2 52 If the VMU/Device is returned to the Tenderer, no Termination fee shall be payable.We strongly recommend for early termination charges for return of the
devices before contract period. IOCL need to make sure device & other
accce. is recovered in good working condition
6 1 52 In the event that the VMU/Device is not returned to the tenderer, the Termination fee shall be recovered from IOCL and IOCL may claim it from
Termination Fee shall be 50% of the monthly service charges payable (to be Transporters to make it centralized system Incase transporter doesn't
recovered from Transporters) for such monthly services charges, multiplied by pay than what will be the recovery criteria.
the number of months remaining in the period of monthly service charges.

7 21 35 Have an emergency /panic button within the drivers reach which when pressed Is loud speaker require in central control room or regional offices ? It is required at the central control room to be
will automatically trigger a phone call to the helpline and put it on loud speaker. Kindly confirm managed and provided by the successful bidder.

8 Tenderer shall be required to maintain Toll free number and two dedicated Is control require in each regional office or in a centralized control room It is required at the central control room to be
telephone lines /Call Centre / Help Desk/Web Based system to register the under vendor or IOCL premises. Kindly clarify managed and provided by the successful bidder.
complaints from IOCL officials and reports have to be generated after attending
the complaint on regular basis.
9g 37 a) System should be able to provide all Toll gates along with their existing Toll Will toll information to be provided by IOCL. Toll details including rates to be updated by the bidder
rates (applicable for Petroleum Tank Trucks) which are falling within the proposed only. IOCL can support with details available with
routes created by the system. them.
10 1.2.8 43 Electrical : 9V to 48V 9 V to 36 V is good enough for vehicle which uses 12V/24V battery
Refer to corrigendum on VMU specifications.
11 44 External Interfaces :Ethernet support Please elaborate use of the this Ethernet Port Refer to corrigendum on VMU specifications.
12 44 Battery backup 24 hours Reporting frequency in not mentioned in the document. Can it be specify It is clarified in clause 6 under special Terms &
as per industry standard off 30 min when vehicle is ideal and ignition is conditions - Annexure D
off.
13 44 Key features : Two way communications As per DOT guideline two way communication is not allowed in M2M Communication will be required in case of any
SIM for more than 1 dedicated number. So driver can not communicate emergency with the central control room to be
with multiple people. Kindly clarify if it will be toll free or officer managed and provided by the successful bidder.
number.
14 44 LoRa support. Kindly elaborate why these features are required in VMU ? Refer to corrigendum on VMU specifications.
Sigfox support.
Latest WIFI 802.11 support.
Bluetooth support.
15 45 Voice box : Plug and play type hands free microphone & speaker. As per DOT guideline two way communication is not allowed in M2M Communication will be required in case of any
Duplex Mode. SIM for more than 1 dedicated number. So driver can not communicate emergency with the central control room to be
Push button to answer or reject calls. with multiple people. Kindly clarify if it will be toll free or officer number. managed and provided by the successful bidder.

16 45 Voice Box Input power supply will be 3VDC / 5VDC. Voice box power can be taken from Vehicle battery which is 12/24 V so Refer to corrigendum on VMU specifications.
this feature in not require. Kindly remove it.
17 1.2.4.3 30 Regular upgrades for all Software licenses like upgrade of license only when required by product. Vendor may be in Any cloud model is acceptable. Any new feature /
Database, Geo-Maps, Web Server, etc. All licenses will be owned by the SaaS model whereby we have licensed to use for the particular period upgradation required in future by IOCL should not be
successful NOT own. restricted due to lower incompatible versions /
Bidder only liscences deployed.
18 1.2.4.6 30 Bidder to submit VAPT certificates at regular intervals as decided by IOCL from Define regular , is annual acceptable? What is the trigger for ad hoc VAPT will be required by Cert.In agencies only.
time VAPT? Does VAPT always needs to be from cert.in agencies?
to time.
19 1.2.4.7 30 The software solution should be compatible on all standard operating systems Systems using enterprise grade MS SQL does not need to run on The solution should be compatible to standard OS at
like Linux/Unix. Please advise if vendor can use other OS which will be enterrise level. Any new feature / upgradation
Windows / Unix / Linux scalable for such large projects . required in future by IOCL should not be restricted due
to incompatibility of OS used / deployed.

20 1.2.4.8 30 The software solution should be compatible with standard Database systems as Kindly clarify IOCL standard database structure. Details to be shared with succesfull bidder.
standardized by IOCL.

21 1.2.5.f 37 OP46 format OP46 format - Please elaborate Details to be shared with succesfull bidder.
22 1.2.6.b.i 38 IOCL-authorized representative has to have rights to visit the Data center for Cannot comply for cloud based solution like Azure. IOCL can access IOCL should have access to the entire solution
inspection application using browsers like Chrome. Please clarify. including Database views through administrative
rights.
23 1.2.6.b.ii 38 Internet Explorer , Chrome , Firefox compatibility Need clarification as Internet explorer is no longer a browser supported, Based on diversity of users across IOCL, compatibility
even MS has removed after IE 11; Chrome and Firefox supported , Need of all standard browsers tobe ensured.
to review same
24 1.2.6.c.i 38 Page loading for 5 sec Please elaborate as it will take more than 5 second in case of more no of The page should load within 5 secs . The time for data
vehicles loading on maps to be displayed may depend on volume of data which
should be fully optimised.
25 1.2.6.e.ii 39 Formats for Data extraction (xml,csv,txt,json,etc) Please clarify as normally data format is provided in excel and PDF. Details to be shared with succesfull bidder.
Usually other formats are not use by end user
26 1.2.6.l 40 l) Application Logging The logs should be captured with adequate level of detail Please specify adequate level of detail. What is the data required? Details to be shared with succesfull bidder.
required for later analysis, while balancing the need to not adversely affect
performance.
I. All user account management activity should be logged. ii. Every access control
related events should be logged. iii. Changes to application configuration settings
should be logged. iv. The security logs should be archived periodically. v. The
application should provide a log analysis console to view the logs and analyze
them.
27 1.2.6.m 40 Application security Since Application is web based; is WAPT on an Meghraj provider VAPT will be required by Cert.In agencies only.
enough? VAPT may not be practical
28 1.2.6.n.ii 40 A code review should be carried out by a third party and a certificate obtained Kindly Define third party criterion AND regularity of review Details to be shared with succesfull bidder.
that the software does not contain any malicious code to be submitted at regular
interval
29 1.2.6.r 41 Software upgrade Please confirm that the downtime required for the upgrade is used in mutually agreed downtime required will not be
uptime calculation. This has cost implementations considered for uptime calculation.

30 1.2.7.i 41 Dashboard Kindly specify the dashboard requirement/structure Details to be shared with succesfull bidder.
31 1.2.7.foot 42 During contract period at any point of time, VTS definitions and logics to arrive at Kindly elaborate on Scope of work and confirm the satisfaction criteria. No change in Tender conditions.
notes various exceptions / deviations may undergo change. Successful tenderer to Number of reports should be fixed during entire contract period
develop/change the related processes to the satisfaction of IOCL without any
extra cost.

Upon implementation IOCL may ask for additional reports over & above available
in the software & listed here as part of requirements, if required vendor to
develop additional reports to the satisfaction of IOCL without any extra cost.

32 1.2.8.11 44 Wireless communication Please elaborate on the wireless communication in VTS Provision kept or any future requirement.
33 14 25 Other allied hardware devices like pre-installed VMUs / Connected vehicles / e- Need protocol document with NOC from the existing service provider for The solution should ensure use of standard protocols
Locks / Media Navigation / etc. which IOCL can decide of using in future which product this additional service to be required and APIs so that any other allied devices can be
seamlessly integrated.
34 25 26 Conducting training sessions every six months at each supply locations and other Every 6 month training will be provided through Web meeting , will that It can be one of the options. However, during initial
IOCL offices. be ok implementations / commisioning stage, physical
training will be required.
35 22/d/iii 34 VMU should be Resistance of Hazardous Substance (RoHS) certified. Major component of VTS will be RoHS complied or hardware. Please The VTS device should be ROHS compliant.
clarify
36 1.2/2 24 De-commissioning and removal of existing Vehicle Mounted Unit (VMU) from the If VTS/Acce. need to reinstalled for Same transporter but other vehicle No change in Tender conditions.
above mentioned number of existing Tank Trucks. then it should be on chargeable basis
37 1.2/13 25 Software solution to have provision for uploading existing routes between source No approval is required for upload of existing routes , Can IOCL All routes to be created afresh in the CVTMS solution.
and destinations (using an agreed format) and further verification of the uploaded confirmed how many approved route are available and is this data However IOCL may provide available route data which
routes through the system. available with Toll and other information as specified in Tender also should follow the system workflow of approval
process.
38 1.2.8/ 43 Mechanical : Weight <D9 300 gms and small form factor not more than 200mm X Is it mandatory to have weight <300 gms and given specs for VTS only Refer to corrigendum on VMU specifications.
130mm X 50mm (L x W x H) for vehicle mounted unit& Electrical Cable: 16 Core, and 16 core cable , Is their constraint of VTS weight in TT . What is the
purpose of so many core wires in wire harness
39 1.2.8/ 44 OEM integration to be supported Please specify on the integration with different OEM's Refer to corrigendum on VMU specifications.
40 ANNEXURE –D 46 In case of any old VMU already fitted onto the Tank Trucks, they need to be IOCL to specify how many such vehicles are present each state/location , Total no of vehicles has already been indicated in the
removed and de-commissioned before fitting the new one. Since de installations is in bidder scope total implementation time needs tender document. No change in other conditions.
to be increased proportionately
41 ANNEXURE –D 46 The complete customization and client specific development of CVTMS solution IOCL will have IP for customized development only during contract No change in Tender conditions.
will be treated as intellectual property of IOCL during the entire contract period of period , Requirement needs to be given by IOCL
5 years.
42 ANNEXURE –D 46 As no TT will be allowed to enter the location without working VMU, IOCL needs to give space for storing units at locations also IOCL need to All possible support and cooperation will be extended
arrangements must be made for VMU replacement no sooner a TT reports at identify & arrange for vehicles at one location where VTS related work by IOCL.
location for loading with defective/non-operative VMU can be carried out .
43 ANNEXURE –D 46 The Bidder shall arrange to position an official at every IOCL state office who will IOCL need to provide work space , internet , computer , Landline for All possible support and cooperation will be extended
be responsible for handling & monitoring day-to-day activities of CVTMS issues at support executive by IOCL.
supply locations under the state office in coordination to State Operations
department.
44 ANNEXURE –D 47 The Installation and implementation of a location shall be complete only when all We propose to have online installation acceptance procedure , also can May be one of the options.
the TTs under a location (as per details provided by respective location) are up give feasibility where location VTS co Ordinator can upload PDF copy of
and running successfully with installed VMU / VB and Installation report is jointly installation
signed by bidder’s representative and IOCL personnel in-charge of the location.

45 8 52 Transporter shall bear the risk of accidental loss, theft, and damage of any kind to Device return value to be calculated and should be paid to bidder - Page No change in Tender conditions.
the VMU / Devices, and to this extent, Successful bidder may take necessary 52 & point no 4
insurance for the same.
46 (d) Device Recovery
53 This will not apply to cases where the devices become the property of IOCL/Transporters
Since as
it isabove
a OPEX contract device will be property of Bidder from day It will be Bidder's property.
one to entire contract duration.
M/s Unlimit IoT Pvt. Ltd.
Ref: TENDER NO : HCC/OPS-04/PT-169/2018-19, E Tender Id :2019_MKTHO_89374_1

Sr No Query IOCL's Response


Volumetric of 26000: Will it be deployed in phases? The complete solution to be implemented within 8 months. IOCL will
1 extend full cooperation & support in this regard.
Deployment in Meghraj cloud: Is it expected that the cloud based As per tender terms, Hosting of the integrated solution should be on a
application be deployed in the Govt of India cloud? cloud environment managed by providers who belong to Meghraj (Govt.
of India) empaneled service providers OR on a cloud environment having
ISO 27001 certified minimum Tier-3 Data Centre located anywhere
within geographical boundary of India, ensuring round-the-clock
functioning with 99.9% uptime / availability .
2
Devices: Along with the tracking unit and voice box, we understand Yes.
that there is the requirement for Emergency/SoS button.
3
Wireless Communication: Does the tracking unit (VMU) have to Refer corrigendum on VMU specifications.
support all the listed communication medium or is it optional?.
· LoRa support.
· Sigfox support.
· Latest WIFI 802.11 support.
· Bluetooth support
4
Project Experience: Can the Work Order of one of our group company If Bidder is 100% subsidiary of a parent company then work order of
based within the jurisdiction of India be acceptable? Parent company may be considered with respect to other terms and
5 conditions of the tender.
Consortium: Is it allowed? And if possible, please reconsider if the Consortium bid is not allowed.
work order of one of the members in the consortium be acceptable.
6
One request is for reconsidering the Pre-Qualification criteria, if No change in Tender conditions.
possible.
7
M/s WIPRO
Page Clause Description of Existing Clause Deviations / Recommendations - To be Inculded while Presenting the
No No. Terms / Headings RFP
IOCL's Response
Offer shall be valid for 120 Days from date of opening of technical bid. In case of
requirement, IOCL may seek further extension of the validity of the offer from the Offer shall be valid for 120 Days 30 days from date of opening of technical bid. In case of
8 9 VALIDITY OF BID/OFFER bidders. requirement, IOCL may seek further extension of the validity of the offer from the bidders. No change in tender conditions.

Shortlisted bidder(s) shall be required to present their original documents to the


tender inviting authority within a period of 7 days from the date of intimation by IOCL. Shortlisted bidder(s) shall be required to present their original documents to the tender inviting
In the event of failure of such bidder(s) to get the documents verified as per the authority within a period of 7 days from the date of intimation by IOCL. In the event of failure of
specified time schedule, the EMD of the bidder(s) shall be forfeited. In case it is such bidder(s) to get the documents verified as per the specified time schedule, the EMD of the
observed that if any bidder(s) submitted forged documents /credentials, necessary bidder(s) shall be forfeited. In case it is observed that if any bidder(s) submitted forged documents
VERIFICATION OF ORIGINAL action for holiday listing of the bidder(s) shall be carried out including forfeiture of /credentials, necessary action for holiday listing of the bidder(s) shall be carried out including
9 12 DOCUMENTS EMD forfeiture of EMD Forefeiture of EMD not acceptable No change in tender conditions.

23 Annexure C SCOPE OF WORK As per RFP

IOCL is looking for a contract with the successful bidder for a period of 5 years which IOCL is looking for a contract with the successful bidder for a period of 5 years which can be
can be further extended for a period of 2 years on need basis. The number of vehicles further extended for a period of 2 years on need basis. The number of vehicles may
may increase/decrease by 15% during the contractual period. Whenever increase/decrease by 15% 5% during the contractual period. Whenever Transportation Contract
Transportation Contract expires at a particular location and new contract is finalized, expires at a particular location and new contract is finalized, many Tank Trucks under old contract
many Tank Trucks under old contract goes out of contract whereas many new Tank goes out of contract whereas many new Tank Trucks are inducted in the new contract. In such a
Trucks are inducted in the new contract. In such a case Successful bidder will have to case Successful bidder will have to dismantle the VMUs (vehicle mounted units) from the TTs
dismantle the VMUs (vehicle mounted units) from the TTs going out of contract and fit going out of contract and fit the same in the new TTs which are inducted in the new contract. No
Annexure C the same in the new TTs which are inducted in the new contract. No extra payment extra payment will be made for this activity. Any further increase or decrease in the number of
23 - 1.1 SCOPE OF WORK will be made for this activity. vehicles shall be subject to revision of rates. No change in tender conditions.
Annexure C
23 - 1.1 SCOPE OF WORK As per RFP

1. Providing end-to-end solution for GPS/GSM Module (GPRS Mode) based Vehicle 1. Providing end-to-end solution for GPS/GSM Module (GPRS Mode) based Vehicle Tracking
Tracking System (VTS) on existing about 26000 Tank Trucks plus the additional Tank System (VTS) on existing about 26000 Tank Trucks plus the additional Tank Trucks which may be
Annexure C Trucks which may be inducted during next five years. Number of trucks may increase / inducted during next five years. Number of trucks may increase / decrease by 15% 5% during the
24 - 1.2 SCOPE OF WORK decrease by 15% during the contractual period. contractual period. No change in tender conditions.

9. Providing and provisioning of required hardware / software solution required for


Annexure C smooth and reliable working of Centralised Vehicle Tracking and management solution
25 - 1.2 SCOPE OF WORK ensuring round-the-clock functioning with 99.9% uptime / availability. No Query raised.

During contract period at any point of time, VTS definitions and logics to arrive at various
During contract period at any point of time, VTS definitions and logics to arrive at exceptions / deviations may undergo change. Successful tenderer to develop/change the related
various exceptions / deviations may undergo change. Successful tenderer to processes to the satisfaction of IOCL without any extra cost. Depending on the quantum of work
develop/change the related processes to the satisfaction of IOCL without any extra involved in change of process, the succesful tenderer may charge IOCL for the task
1.2.7 Generation and cost. Upon implementation IOCL may ask for additional reports over & above available in the software
Transmission of Reports Upon implementation IOCL may ask for additional reports over & above available in & listed here as part of requirements, if required vendor to develop additional reports to the
through Vehicle Tracking the software & listed here as part of requirements, if required vendor to develop satisfaction of IOCL without any extra cost. Depending on the quantum of work involved in
42 1.2.7 System additional reports to the satisfaction of IOCL without any extra cost. generating the additional reports, the successful tenderer may charge IOCL for the task No change in tender conditions.

# Sensitivity: Internal Restricted


l) The payment of rental & support charges per Tank Truck per VMU shall be paid to
the successful tenderer for the service rendered as per agreed consideration between
the parties which will be as below slab system:
Uptime of devices
Agreed consideration l) The payment of rental & support charges per Tank Truck per VMU shall be paid to the
>95% successful tenderer for the service rendered as per agreed consideration between the parties
100% of Quoted Rates which will be as below slab system:
>85% and <=95% Uptime of devices Agreed consideration
80% of Quoted Rates >95% 100% of Quoted Rates
>75% and <=85% >85% and <=95% 80% of Quoted Rates
50% of Quoted Rates >75% and <=85% 50% of Quoted Rates
6. Calculation of VTS uptime <=75% <=75% NIL
49 6 of VMU/Devices: NIL Price discount not acceptable No change in tender conditions.

m) In case of damage / non working of VMU/device , the same needs to be rectified /


replaced within 3 working days subject to the availability of the tank Truck at IOCL m) In case of damage / non working of VMU/device , the same needs to be rectified / replaced
6. Calculation of VTS uptime Supply Locations, failing which the credit for uptime of the VMU/devices shall not be within 3 working days subject to the availability of the tank Truck at IOCL Supply Locations, failing
49 6 of VMU/Devices: passed on to the tenderer. which the credit for uptime of the VMU/devices shall not be passed on to the tenderer. No change in tender conditions.

1. In the event, the other party materially breaches its obligations under this 1. In the event, the other party materially breaches its obligations under this Tender/Contract. If
Tender/Contract. If such breach is curable, the termination shall become effective. If such breach is curable, the termination shall become effective. If breaching party fails to cure
(c) Each party may breaching party fails to cure such breach within thirty (30) days from the date, the such breach within thirty (30) ninety (90) days from the date, the breaching party receives written
terminate this breaching party receives written notice of its breach from the non-breaching party; notice of its breach from the non-breaching party; and if such breach is not curable, with
52 8 (c) 1 Tender/Contract - and if such breach is not curable, with immediate effect upon written notice. immediate effect upon written notice. No change in tender conditions.

4. If IOCL terminates the tender/contract as regards any one or more Tank Trucks without any
reason (part termination simpliciter), it In the event of termination, IOCL shall be liable to pay a
Termination Fee as defined below:
I. In the event that the VMU/Device is not returned to the tenderer, the Termination Fee shall be
50% of the monthly service charges payable (to be recovered from Transporters) for such
monthly services charges, multiplied by the number of months remaining in the period of monthly
service charges.
4. If IOCL terminates the tender/contract as regards any one or more Tank Trucks II. If the VMU/Device is returned to the Tenderer, no Termination fee shall be payable.
without any reason (part termination simpliciter), it shall be liable to pay a Termination In the event of termination by IOCL, the Contractor shall be paid for the:
Fee as defined below: a) Goods delivered
I. In the event that the VMU/Device is not returned to the tenderer, the Termination b) Services rendered
Fee shall be 50% of the monthly service charges payable (to be recovered from c) Work in progress
(c) Each party may Transporters) for such monthly services charges, multiplied by the number of months d) Third party orders in pipeline which cannot be cancelled despite Contractor's best efforts
terminate this remaining in the period of monthly service charges. e) Unrecovered investments shall be paid by customer as per termination schedule till the date of
53 8 (c) 4 Tender/Contract - II. If the VMU/Device is returned to the Tenderer, no Termination fee shall be payable. termination. No change in tender conditions.

# Sensitivity: Internal Restricted


IOCL, at its own discretion, may take appropriate action which will include termination of the
contract forthwith and without any liability, for any reason whatsoever.
IOCL may terminate the Agreement forthwith and without any liability, if for any reason
whatsoever the Uptime falls below the 75% threshold on a Project Level for any three (3) months
within a six (6) month period.
IOCL may terminate any individual Subscription for a Device, if (a) the uptime for the
corresponding Device falls below 75% for any three (3) months within a twelve (12) month
IOCL, at its own discretion, may take appropriate action which will include termination period, for any reason, other than for reasons attributable to Transporter or (b) the uptime for
of the contract forthwith and without any liability, for any reason whatsoever. the corresponding device falls below 50 % for any two (2) consecutive months for any reasons
IOCL may terminate the Agreement forthwith and without any liability, if for any other than the reasons attributable to the Transporters.
reason whatsoever the Uptime falls below the 75% threshold on a Project Level for In case of any Termination for breach of any Service Level, then IOCL shall not be liable to pay any
any three (3) months within a six (6) month period. further monthly service charges after such Termination.
IOCL may terminate any individual Subscription for a Device, if (a) the uptime for the Wipro should be given 90 days written notice to cure the default failing which may attract
corresponding Device falls below 75% for any three (3) months within a twelve (12) termination.
month period, for any reason, other than for reasons attributable to Transporter or (b) In the event of termination by IOCL, the Contractor shall be paid for the:
the uptime for the corresponding device falls below 50 % for any two (2) consecutive a) Goods delivered; b) Services rendered; c) Work in progress; d) Third party orders in pipeline
months for any reasons other than the reasons attributable to the Transporters. which cannot be cancelled despite Contractor's best efforts; e) Unrecovered investments shall be
(d) Termination of Contract In case of any Termination for breach of any Service Level, then IOCL shall not be liable paid by customer as per termination schedule till
53 8 (d) for breach of Service Levels to pay any further monthly service charges after such Termination. the date of termination. No change in tender conditions.

5. 1st part of payment will be released in 2 (Two) installments. 50% on successful User 5. 1st part of payment will be released in 2 (Two) installments. 50% 90% on successful User
Acceptance (refer special terms & conditions) within 4 month from PO acceptance Acceptance (refer special terms & conditions) within 4 month from PO acceptance date and rest
date and rest 50% after 4 months of User Acceptance & complete implementation of 50% 10% after 4 months of User Acceptance & complete implementation of the solution for all
58 Annexure E PAYMENT the solution for all TTs in all locations. TTs in all locations. No change in tender conditions.

8. The payment of rental & support charges per Tank Truck per VMU shall be paid to the
8. The payment of rental & support charges per Tank Truck per VMU shall be paid to successful tenderer for the service rendered as per agreed consideration between the parties are
the successful tenderer for the service rendered as per agreed consideration between as under:
the parties are as under: Uptime of devices Agreed consideration
Uptime of devices Agreed consideration >95% 100% of Quoted rate
>95% 100% of Quoted rate >85% and <=95% 80% of Quoted rate
>85% and <=95% 80% of Quoted rate >75% and <=85% 50% of Quoted rate
>75% and <=85% 50% of Quoted rate <=75% NIL
59 Annexure E PAYMENT <=75% NIL PRICE DISCOUNT NOT ACCEPTABLE No change in tender conditions.

11. Monthly payment at the end of the month for all locations after due deduction of 11. Monthly payment at the end of the month for all locations after due deduction of any penal
any penal payment as per SLA shall be made to the Bidder by respective IOCL state payment as per SLA shall be made to the Bidder by respective IOCL state office on submission and
office on submission and due verification of invoices along with supporting documents due verification of invoices along with supporting documents like daily / monthly uptime report
like daily / monthly uptime report generated from the CVTMS application, penalty generated from the CVTMS application, penalty calculation worksheet etc. Payments shall be IOCL will make evry effort to release any non-disputed
59 Annexure E PAYMENT calculation worksheet etc. made within 30 days of invoicing. payments at the earliest.

2.1 The offer shall be valid for a period of 120 days from the date of opening of 2.1 The offer shall be valid for a period of 120 days 30 days from the date of opening of technical
technical bid and the same will remain unchanged after placement of work order till bid and the same will remain unchanged after placement of work order till completion of the
completion of the delivery of the Solution and performance of all obligations under the delivery of the Solution and performance of all obligations under the Contract. IOCL shall have the
Contract. IOCL shall have the right and absolute discretion to place further orders on right and absolute discretion to place further orders on the Successful Bidder for the Bill of
the Successful Bidder for the Bill of Materials in full or in part, for any future Materials in full or in part, for any future requirements within the period of the Contract. Any such
requirements within the period of the Contract. Any such orders placed, shall be orders placed, shall be governed by the Contract and the agreed terms after the final evaluation
60 2 Validity of Rates of Payment governed by the Contract and the agreed terms after the final evaluation of the bid. of the bid. No change in tender conditions.

1. The work must be completed within the respective due dates. If the Successful
Bidder fails on 1. The work must be completed within the respective due dates. If the Successful Bidder fails on
the performance of the Agreement within the time fixed in the Agreement and does the performance of the Agreement within the time fixed in the Agreement and does not complete
not complete the respective work on or before the due date, the contractual price the respective work on or before the due date, the contractual price payable shall be subject to
Price Adjustment for Delay payable shall be subject to adjustment for the delay period beyond the respective due adjustment for the delay period beyond the respective due dates as set out below. This will be in
in Delivery of Work and / or dates as set out below. This will be in addition to and without prejudice to the other addition to and without prejudice to the other rights available to the IOCL. Adjustment of prices
61 Annexure F Services rights available to the IOCL. not acceptable No change in tender conditions.

# Sensitivity: Internal Restricted


3. IOCL reserves the right to cancel the LOI in case of delay and in that case the Bank guarantee
shall be revoked / Security Deposit shall be forfeited by IOCL towards compensation. Also work
3. IOCL reserves the right to cancel the LOI in case of delay and in that case the Bank order may be placed on an alternate Bidder at the risk and cost of the Original Vendor.
Price Adjustment for Delay guarantee shall be revoked / Security Deposit shall be forfeited by IOCL towards Forefeiture of EMD/ BG not acceptable. The work order may be placed to an alternate bidder. In
in Delivery of Work and / or compensation. Also work order may be placed on an alternate Bidder at the risk and such case, the Original vendor shall be liable to pay upto 10% of the cost of undelivered portion
61 Annexure F Services cost of the Original Vendor. of the goods and services. No change in tender conditions.
Price Adjustment for Delay
in Delivery of Work and / or The total compensation to be paid by the successful bidder at any point of time shall not exceed
61 Annexure F Services Details of compensation - As per RFP 3% of the monthly invoice value No change in tender conditions.

120 days from the date of opening of the Technical Bid of the tender. Once any 120 days 30 days from the date of opening of the Technical Bid of the tender. Once any
quotation is accepted and the Letter of Award, Work Order or Purchase Order is quotation is accepted and the Letter of Award, Work Order or Purchase Order is placed on the
placed on the Successful Bidder; the validity of the rates will remain till the completion Successful Bidder; the validity of the rates will remain till the completion of delivery and terms
of delivery and terms and conditions of the Contract in all respects. No escalation in and conditions of the Contract in all respects. No escalation in the costs and expenses of the
the costs and expenses of the Successful Bidder shall be entertained at any stage of Successful Bidder shall be entertained at any stage of the Agreement till all the duties,
the Agreement till all the duties, responsibilities and obligations of the Successful responsibilities and obligations of the Successful Bidder are completed in all respects. IOCL may
86 2.2.5 Period of Validity of the Bid Bidder are completed in all respects. IOCL may seek further extension if required. seek further extension if required. No change in tender conditions.

The quoted rates shall be valid for a period of 120 days from the date of opening of The quoted rates shall be valid for a period of 120 days 30 days from the date of opening of the
91 2.2.5 PART - 2 (Price Bid): the Technical Bid with Commercial Terms without Price Bid (PART – 1). Technical Bid with Commercial Terms without Price Bid (PART – 1). No change in tender conditions.

The Successful Bidder shall forthwith execute the Agreement within 7 (seven) days of The Successful Bidder shall forthwith execute the Agreement within 7 (seven) days six weeks of
the date of intimation by IOCL for the execution of the Agreement. The Successful the date of intimation by IOCL for the execution of the Agreement. The Successful Bidder shall not
Execution and signing of the Bidder shall not be entitled to seek any deviation, modification or amendment in the be entitled to seek any deviation, modification or amendment in the Contract except as
92 2.4.2 Contract Contract except as specifically agreed and decided by IOCL at its sole discretion. specifically agreed and decided by IOCL at its sole discretion. No change in tender conditions.

c) In case financial implication of the tax component for supply portion quoted by vendor is less
c) In case financial implication of the tax component for supply portion quoted by than applicable GST, then the payment by IOCL in lieu of taxes will be restricted to the amount
vendor is less than applicable GST, then the payment by IOCL in lieu of taxes will be equivalent to tax component quoted by vendor. Any variation in the tax rates shall be on the
93 2.4.3 Work order placement restricted to the amount equivalent to tax component quoted by vendor. account of the customer. No change in tender conditions.

E. Upon any encashment and appropriation of the Security Deposit, the Successful E. Upon any encashment and appropriation of the Security Deposit, the Successful Bidder shall,
Bidder shall, within 15 (fifteen) days thereof, replenish, in case of partial appropriation, within 15 (fifteen) days thereof, replenish, in case of partial appropriation, to the original level of
to the original level of the Security Deposit, and in case of appropriation of the entire the Security Deposit, and in case of appropriation of the entire Security Deposit provide a fresh
Security Deposit provide a fresh Security Deposit, as the case may be, and the Security Deposit, as the case may be, and the Successful Bidder shall, within the time so granted,
Successful Bidder shall, within the time so granted, replenish or furnish fresh Security replenish or furnish fresh Security Deposit as aforesaid failing which IOCL shall be entitled to
94 2.4.5 Security Deposit Deposit as aforesaid failing which IOCL shall be entitled to terminate the Agreement. terminate the Agreement. Clause not acceptable. Request deletion No change in tender conditions.

B. Without prejudice to the rights of IOCL herein above and the rights and remedies
which IOCL may have under the LOA or the Agreement, or otherwise if a Bidder, as the B. Without prejudice to the rights of IOCL herein above and the rights and remedies which IOCL
case may be, is found by IOCL to have directly or indirectly or through an agent, may have under the LOA or the Agreement, or otherwise if a Bidder, as the case may be, is found
engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, by IOCL to have directly or indirectly or through an agent, engaged or indulged in any corrupt
undesirable practice or restrictive practice during the Bidding Process, or after the practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice during
issue of the LOA or the execution of the Agreement, such Bidder shall not be eligible to the Bidding Process, or after the issue of the LOA or the execution of the Agreement, such Bidder
participate in any tender issued by IOCL during a period of 2 (two) years from the date shall not be eligible to participate in any tender issued by IOCL during a period of 2 (two) years
such Bidder, as the case may be, is found by IOCL to have directly or indirectly or from the date such Bidder, as the case may be, is found by IOCL to have directly or indirectly or
Corrupt and Fraudulent through an agent, engaged or indulged in any corrupt practice, fraudulent practice, through an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive
95 2.4.7 Practices coercive practice, undesirable practice or restrictive practices, as the case may be. practice, undesirable practice or restrictive practices, as the case may be. No change in tender conditions.

Upon occurrence of any delay of delivery, any default, breach or violation of any of the provisions
Upon occurrence of any delay of delivery, any default, breach or violation of any of of the Contract by the Successful Bidder, IOCL shall, without prejudice to its other rights and
the provisions of the Contract by the Successful Bidder, IOCL shall, without prejudice remedies hereunder or in law, the Successful Bidder shall pay to IOCL, price discount in an
to its other rights and remedies hereunder or in law, the Successful Bidder shall pay to amount calculated at the rate of 0.5% of the Contract Value for each week during which such
IOCL, price discount in an amount calculated at the rate of 0.5% of the Contract Value default, breach or violation continues. This provision will not be applicable for the defaults,
for each week during which such default, breach or violation continues. This provision breach or violation for which the price adjustments have been specifically provided under this
will not be applicable for the defaults, breach or violation for which the price Tender Document. The total penalty that is charged by the customer shall not exceed 3% of the
97 3.3.1 Price Discount adjustments have been specifically provided under this Tender Document. monthly invoice value No change in tender conditions.

# Sensitivity: Internal Restricted


Without prejudice to the above, IOCL shall be entitled to set off the amount of price Without prejudice to the above, IOCL shall be entitled to set off the amount of price discount
discount payable by the Bidder to IOCL against any and all amounts due to the Bidder payable by the Bidder to IOCL against any and all amounts due to the Bidder by IOCL under the
by IOCL under the Contract or any other contract or document and/or encash the Contract or any other contract or document and/or encash the Security Deposit for the price
97 3.3.3 Price Discount Security Deposit for the price discount payable by the Bidder. discount payable by the Bidder. No change in tender conditions.

Request For Modification:

NOTWITHSTANDING ANYTHING TO THE CONTRARY ELSEWHERE CONTAINED IN THIS


AGREEMENT, NEITHER PARTY SHALL, IN ANY EVENT, REGARDLESS OF THE FORM OF CLAIM, BE
LIABLE FOR (1) ANY INDIRECT, SPECIAL, PUNITIVE, EXEMPLARY, SPECULATIVE OR
CONSEQUENTIAL DAMAGES, INCLUDING, BUT NOT LIMITED TO, ANY LOSS OF USE, LOSS OF
DATA, BUSINESS INTERRUPTION, AND LOSS OF INCOME OR PROFITS, IRRESPECTIVE OF WHETHER
IT HAD AN ADVANCE NOTICE OF THE POSSIBILITY OF ANY SUCH DAMAGES; OR (2) DAMAGES
RELATING TO ANY CLAIM THAT ACCRUED MORE THAN TWO (2) YEARS BEFORE THE INSTITUTION
OF ADVERSARIAL PROCEEDINGS THEREON.

The maximum liability, REGARDLESS OF THE FORM OF CLAIM, shall be limited to 100% of
The maximum liability of the Successful Bidder shall be limited to 100% of the Contract contract value except in case of fraud and/or willful negligence. the CONSIDERATION RECEIVED
Value. Notwithstanding the before said, the liability of the Bidder shall not be limited in BY WIPRO FOR THE SOW TO WHICH THE CLAIM RELATES DURING THE PRECEDING THREE (3)
the event the liability arises out of fraud, negligence, misconduct, infringement of MONTHS. The vendor shall not be liable for consequential losses on
97 3.4 Limitation of Liability intellectual property rights and/or loss of data by the Bidder. account of production revenue or profit. No change in tender conditions.

Without prejudice to any rights that may be available to the Principal / Owner under
law or the Contract or its established policies and laid down procedures, the Principal / Without prejudice to any rights that may be available to the Principal / Owner under law or the
Owner shall have the following rights in case of breach of this Integrity Pact by the Contract or its established policies and laid down procedures, the Principal / Owner shall have the
Bidder / Contractor(s): following rights in case of breach of this Integrity Pact by the Bidder / Contractor(s):
1) Forfeiture of EMD / Security Deposit: If the Principal / Owner has disqualified the 1) Forfeiture of EMD / Security Deposit: If the Principal / Owner has disqualified the Bidder (s)
Bidder (s) from the Tender process prior to the award of the Contract or terminated from the Tender process prior to the award of the Contract or terminated the Contract or has
the Contract or has accrued the right to terminate the Contract according to Article 3, accrued the right to terminate the Contract according to Article 3, the Principal / Owner apart
the Principal / Owner apart from exercising any legal rights that may have accrued to from exercising any legal rights that may have accrued to the Principal / Owner, may in its
the Principal / Owner, may in its considered opinion forfeit the Earnest Money Deposit considered opinion forfeit the Earnest Money Deposit / Bid- Security amount of the Bidder /
110 Article 4 Consequences of Breach / Bid- Security amount of the Bidder / Contractor. Contractor. Forefeiture of EMD not accepeptable. No change in tender conditions.

2) If the Bidder makes incorrect statement on this subject, he can be disqualified from 2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender
the Tender process or action can be taken for banning of business dealings / holiday process or action can be taken for banning of business dealings / holiday listing of the Bidder /
110 Article 5 Previous Transgression listing of the Bidder / Contractor as deemed fit by the Principal / Owner. Contractor as deemed fit by the Principal / Owner. Holiday listing not acceptable No change in tender conditions.
Independent External
111 Article 7 Monitor (IEM) As per RFP The independent external monitor appointed shall not be the competitior of Wipro

Service Provider undertakes that it is compliant to State minimum wages act at the time of
execution of the Agreement and the commercials are accordingly factored. In the event there is a
change to the State minimum wages act or if the Customer wants the Service Provider to comply
to some other minimum wages act including but not limited to Central minimum wages act or the
existing minimum wages act is repealed by another act, then in such cases, Customer will support
Variance in Minimum Wages Service provider with change request for additional cost incurred by Service Provider for
complying to new minimum wages. Service provider will not ask for Change request for any
changes that is within 8% increase year on year from the State minimum wages as on the date of
contract sign off.

No change in tender conditions.

# Sensitivity: Internal Restricted


SNR Clause not present in RFP Customer hereby agrees to make the site ready as per the agreed specifications, within the
agreed timelines. Customer agrees that Wipro shall not be in any manner be liable for any delay
arising out of Customer's failure to make the site ready within the stipulated period, including but
not limited to levy of liquidated damages for any delay in performance of Services under the
terms of this Agreement. In case the SITE is not ready for a continious period of 30 days,
milestone payment related to installation will be released to vendor based on the SNR report, also
if there is any additional warranty cost due to continious site not readiness for 30 days, same will
be borne by the customer No change in tender conditions. However, IOCL will
provide full support towards speedy implementation
of the project.
Pass Through Warramty Clause not present in RFP Since Wipro is acting as a reseller of completed products, Wipro shall “pass-through” any and all
warranties and indemnities received from the manufacturer or licensor of the products and, to
the extent, granted by such manufacturer or licensor, the Customer shall be the beneficiary of
such manufacturer’s or licensor’s warranties and indemnities. Further, it is clarified that Wipro
shall not provide any additional warranties and indemnities with respect such products.

No change in tender conditions.


ERV Clause not present in RFP “It is agreed that the price quoted is arrived at based on the exchange rate of 1 USD = INR ___
(“Base Exchange Rate”). In the event the Base Exchange Rate either increases or decreases by
percentage points greater than five per cent [5%], the prices shall be charged as per the then
current exchange rate.” No change in tender conditions.
Risk and Title Clause not present in RFP The risk, title and ownership of the products shall be transferred to the customer upon delivery of
such products to the customer No change in tender conditions.
Non Hire Clause Clause not present in RFP Customer acknowledges that personnel to be provided by Wipro represent a significant
investment in recruitment and training, the loss of which would be detrimental to Wipro’s
business. In consideration of the foregoing, Customer agrees that for the term of this Agreement
and for a period of one year thereafter, Customer will not directly or indirectly, recruit, hire,
employ, engage, or discuss employment with any Wipro employee, or induce any such individual
to leave the employ of Wipro. For purposes of this clause, a Wipro employee means any
employee or person who has who has been involved in providing services under this Agreement.

No change in tender conditions.


Saving Clause Clause not present in RFP Wipro’s failure to perform its contractual responsibilities, to perform the services, or to meet
agreed service levels shall be excused if and to the extent Wipro performance is effected ,
delayed or causes non-performance due to Customer's omissions or actions whatsoever.

No change in tender conditions.


Deemed Acceptance Clause not present in RFP Services and/or deliverables shall be deemed to be fully and finally accepted by Customer in the
event when Customer has not submitted its acceptance or rejection response in writing to Wipro
within 15 days from the date of installation/commissioning or when Customer uses the
Deliverable in its business, whichever occurs earlier. Parties agree that Wipro shall have 15 days
time to correct in case of any rejection by Customer.

No change in tender conditions.


Change Order Clause not present in RFP Either party may request a change order (“Change Order”) in the event of actual or anticipated
change(s) to the agreed scope, Services, Deliverables, schedule, or any other aspect of the
Statement of Work/Purchase Order. Wipro will prepare a Change Order reflecting the proposed
changes, including the impact on the Deliverables, schedule, and fee. In the absence of a signed
Change Order, Wipro shall not be bound to perform any additional services.

No change in tender conditions.


Termination for Either Party shall have the right to terminate this Agreement at any time in the event that the
convenience other party commits a material breach of the Agreement and fails to cure such default to the non-
defaulting party’s reasonable satisfaction within ninety (90) days. In the event of termination
Customer shall pay Wipro for goods delivered and services rendered till the date of termination.

No change in tender conditions.

# Sensitivity: Internal Restricted


M/s Wipro
Sr. No. Query IOCL's response

Please elaborate the decommissioning of the existing vehicle monitoring All existing VMUs to be de-commissioned from the vehicles.
1
device. Eg. How many vehicles have this,...etc The current strength of vehicles is around 26000.

The project involves installation of New VMUs (after


Existing good quality VMUs needs to be retained as per the RFP, please
2 decommissioning the exiting VMU - if any) on every vehicle
elaborate more on the existing integrated target systems.
as per tender terms
Please share if there is any strategy in Commissioning of the new devices to
complete implementation has to be completed within 8
3 all the 26000 vehicles. such as Phased approach in terms of number of
months. Iocl will extend full cooperation on the same.
vehicles, or region based,...etc

Onboarding of the new equipment on the vehicles will be done at a specific


Implementation need to be carried out at all the 120
4 location for each region. Please suggest if there is any plan on congregating
locations (at present) as specified in the Tender.
the vehicles at a specific terminal for commissioning.

Please let us know if Public cloud infrastructure is the way to go or if IOCL


The entire solution to be hosted on Public cloud
5 has any proposition of a Private cloud or On-Premises commissioning of the
infrastructure as specified in the Tender.
solution.

# Sensitivity: Internal Restricted


M/s Vodafone Idea Ltd
Sr. Pag Type Clause No. Clause Modification of clause required IOCL's response
No. e
No.
1 11 PRE 16 For this purpose, “Similar Work” means: Can we submit invoices of projects As per Tender terms, any project which is
QUALIFICATION Supply, installation and customisation, route creation and which are in deployment or work under progress should be such that it is
(PQ) CRITERIA: mapping & Geo-fencing, implementation, maintenance in progres stage continuing the contract for a minimum of 2
and operation of GPS and GPRS based Vehicle Tracking (two) years continuously, in the last 5 (five)
System for POL / cargo / goods /material transportation years prior to the preceding month from
using commercially off the shelf (COTS) platform OR Client date of advertisement of the Notice Inviting
specific Custom developed platform, in any Oil & Gas Tender
company or Govt. / Private Sector client in any sector. (01.01.2014 to 31.12.2018)
OR
Telematics Solution / Electronic locking solution for POL /
cargo / goods / material transportation having inbuilt VTS
capabilities.
OR
A contract involving Digital/IOT Implementation or ERP
integration dealing with GPS based automation in any Oil
& Gas company or Govt. / Private Sector client in any
sector
2 12 PRE 16 Audited Annual Turnover of the prospective bidder in any As our company has just been Bidder to provide all necessary documents
QUALIFICATION of the last three (3) financial years, as ending on 31st formed out of merger we will be including certificate of incorporation,
(PQ) CRITERIA: March, 2018 (i.e. for the financial years of 2015-16, 2016- able to give Vodafone or Idea memorandum of association and article.
17 and 2017-18) should be at least Rs. 11,57,94,999/- financials
(including taxes). The bidder shall submit duly audited
Profit and Loss Account and Balance Sheets for the same.

3 15 TENDER 17 If the bidder has done projects or is currently carrying out Can we submit invoices of projects As per Tender terms, any project which is
EVALUATION one such project (as per Pre-Qualification criteria) which which are in deployment or work under progress should be such that it is
CRITERIA As per criteria in point 2 in progres stage continuing the contract for a minimum of 2
(two) years continuously, in the last 5 (five)
years prior to the preceding month from
date of advertisement of the Notice Inviting
Tender
(01.01.2014 to 31.12.2018)
4 15 TENDER 17 If the offered solution is able to integrate with any pre- Need more understanding on the The solution should ensure use of standard
EVALUATION installed VMUs / e-locking system through standard APIs. solution to be deployed for real and generic APIs so that it can integrate with
CRITERIA time alerts any other allied device.
5 15 TENDER 17 If the offered solution is able to integrate with voice box
Need more understanding on the Pre-recorded Safety messages to be
EVALUATION with real time alerts and announcement in Hindi & one
solution to be deployed for real delivered on real time basis in case of any
CRITERIA regional language. time alerts violation by the Tank Truck Driver as per
specification given in the tender.
6 15 TENDER 17 Having Mobile apps for offered solution. Need more understanding on the Presentation and demonstration of Mobile
EVALUATION solution to be deployed for real app compatible to all MOS for the offered
CRITERIA time alerts solution will be required.
7 24 Scope of Work 1.2 De-commissioning and removal of existing Vehicle Clarity required on scope of work Bidder to install new VMUs in all the vehicles
Mounted Unit (VMU) from the above mentioned number expected from the bidder, will the after de-commisssionng of the existing VMUs
of existing Tank Trucks. bidder get the support from the (if any). IOCL will extend full support &
existing vendor and what will be coopeartion towards the implementation.
the ways of working between
existing vendor and the bidder

8 24 Scope of Work 1.2 Supply, installation, testing and commissioning and Scope of work if the messages will Pre-recorded Safety messages to be
Regular Maintenance of on board Voice Box (VB) i.e. voice be pre recorded? delivered on real time basis in case of any
announcement (safety related alerts/messages) system in violation by the Tank Truck Driver as per
two languages (Hindi & One Regional Language based on specification given in the tender.
political state) and integrated with VMU on the number of
Tank Trucks mentioned above.
9 25 Scope of Work 1.2 Integration of VTS with IOCL existing ERP (SAP) system More details required on what is Communication with any IOCL system will be
and/or Supply Location Automation System (TAS) / Other the report required ? What is the through APIs which will be shared with the
IOCL Systems as per requirement. expectation from the integration succesful bidder.
APIs?
10 25 Scope of Work 1.2 Software solution to facilitate data exchange with IOCL More details required on what is Communication with any IOCL system will be
systems on a real-time / batch mode. the report required ? What is the through APIs which will be shared with the
expectation from the integration succesful bidder.
11 52 Termination 8© If IOCL terminates the tender/contract as regards any one The Bidder invests money to No change in Tender conditions.
or more Tank Trucks without any reason (part procure the devices hence , in
termination simpliciter), it shall be liable to pay a case of disconnection IOCL should
Termination Fee as defined below: be liable to pay the balance
I. In the event that the VMU/Device is not returned to the payment for 5 years
tenderer, the Termination Fee shall be 50% of the
monthly service charges payable (to berecovered from
Transporters) for such monthly services charges,
multiplied by the number of months remaining in the
period of monthly service charges.
II. If the VMU/Device is returned to the Tenderer, no
Termination fee shall be payable.
12 58 Payment Annexure Uptime of devices The device uptime should be Uptime of devices is based on positional data
E -8 Agreed consideration independent of the network packets. In case of dark zones, the data
>95% coverage packets to be stored internally and
100% of Quoted rate transmitted immediately on restoration of
>85% and <=95% Network.
80% of Quoted rate
>75% and <=85%
50% of Quoted rate
<=75%
NIL
14 58 Payment Annexure Payments involved in this project are divided in 2 (Two) Clarity required on ordering Payments terms has been clearly described
E -8 parts as specified and given in the BOQ format. procedure and is there pre in Annexure - E.
decided phases
15 58 Payment Annexure 2nd part of payment is the rental payment (per VMU / Payment schedulde clarity Cycle of rental payment to start after 8
E -8 per month) for Hosting, maintaining, operating and required for the Solution, will the months which is time period for complete
management of CVTMS solution, will be released by cycle of paymet start from date of implementation of the project
respective State offices of IOCL (for all locations under installation of solution?
respective State office) based on submission of certified
and verified documents as per SLA provided in Special
terms and conditions of this tender
16 96 Price Discount 3.3 Upon occurrence of any delay of delivery, any default, Will this discount over and above This will be applicable for such incidents not
breach or violation of any of the provisions of the the SLA penalties ? covered under Price adjustment criteria.
Contract by the Successful Bidder, IOCL shall, without
prejudice to its other rights and remedies hereunder or in
law, the Successful Bidder shall pay to IOCL, price discount
in an amount calculated at the rate of 0.5% of the
Contract Value for each week during which such default,
breach or violation continues. This provision will not be
applicable for the defaults, breach or violation for which
the price adjustments have been specifically provided
under this Tender Document.
17 46 Manpower Annexure The Bidder shall arrange positioning of qualified and Scope of work of the trained Manpower required as per tender conditions
D-2 trained manpower to cover all locations across the person details required, is the is :
country for attending to any defects during the pendency person required for training of the a) one person at every location
of the contract without any extra payment employees or Support, and count b) one person at every State office
of people required with locations?
18 23 Annexure For point no 4 we will be hosting 1. As per tender terms, Hosting of the
C-Scope of 1. Provisioning of Vehicle mounted units (like VMUs, the Solution in Vodafone Idea integrated solution should be on a cloud
work Voice Box) and other essential equipment. Data Center which is a ISO27001 environment managed by providers who
2. Provisioning of all software applications including so complying to all the points. belong to Meghraj (Govt. of India)
Mobile apps for CVTMS solution. Clarity required as whether the empaneled service providers OR on a cloud
3. Tracking of all the vehicles on a real-time basis along SIMS need to be PESO certified or environment having ISO 27001 certified
with real-time voice alerts in case of violations and the installation procedure needs minimum Tier-3 Data Centre located
generation of exception reports / MIS. to be PESO certifiied. anywhere within geographical boundary of
4. Hosting of the integrated solution on a cloud India, ensuring round-the-clock functioning
environment managed by providers who belong to with 99.9% uptime / availability.
Meghraj (Govt. of India) empaneled service providers OR
on a cloud environment having ISO 27001 certified 2. The VTS device as a whole to be PESO
minimum Tier-3 Data Centre located anywhere within approved.
geographical boundary of India, ensuring round-the-clock
functioning with 99.9% uptime / availability. The cloud
service can either be on IaaS or PaaS model.
5. Provisioning of bi-directional data communication
between VMUs and the centralized software solution.
6. Integration with various business systems of IOCL
including SAP.
7. Provision for 24x7 support system.
8. VMU should be PESO certified
9. Delivery of VMU in 120 cities PAN India
10. SLA based services
Company name Volty IoT Solutions Pvt Ltd.,
RFP No : Tender No.: HCC/OPS-04/PT-169/2018-19

Requied
S No Pg No As RFP changes IOCL's response

At least One order of value not less than Rs.


410,107,286/ OR As MSE organisation can't
At least Two orders each of value not less than Rs. submit the 41 cr order , As PQ
328,085,829/ OR At least Three orders each of value turnover is 10 cr mentioned in
1 7 not less than Rs. 246,064,372/- RFP.please change order volue in No change in Tender conditions
PQ.

In case of Micro and Small Enterprises (MSE), minimum


annual turnover
2 9 requirement shall be 9,84,25,749/- No change in Tender conditions

Signature Not Verified


Digitally signed by Rajeev Ranjan
Date: 2019.02.05 16:32:00 IST
Location: IndianOil e-Tendering Portal

You might also like