You are on page 1of 32

CENTRAL PROCUREMENT ORGANISATION (M)

BHARAT PETROLEUM CORPORATION LIMITED


‘A’ INSTALLATION, SEWREE-FORT ROAD
SEWREE (EAST), MUMBAI-400015

OPEN TENDER
FOR
SUPPLY, INSTALLATION & MAINTAINANCE OF
HANGING “PLUG & PLAY” TYPE PESO APPROVED
TANK TRUCK ELECTRO-MECHANICAL LOCKING SYSTEM
ON OPEX MODEL

CRFQ NUMBER: 1000363442


E-PROCUREMENT SYSTEM ID: 80452

DUE DATE: 02.02.2021 AT 15:00 HRS IST

PRE-BID MEETING: 20.01.2021 AT 11:00 HRS IST


CPO: GR-II: 21-22: EM LOCKS 12.01.2021

Contact Postal Address E-Mail ID Contact No.


Varun Sharma Central Procurement Org. (M), varunsharma@bharatpetroleum +91 22 2417 6420
(Proc. Officer) A-Installation, Sewree-Fort .in +91 7045918748
Sekhar Babu P S Road, Sewree (East), sekharbps@bharatpetroleum.in +91 22 2417 6404
(Proc. Leader) Mumbai 400015 +91 98336 76500

SUBJECT: TENDER FOR SUPPLY, INSTALLATION & MAINTAINANCE OF HANGING “PLUG & PLAY” TYPE TANK TRUCK
ELECTRO-MECHANICAL LOCKING SYSTEM ON OPEX MODEL.
------------------------------------------------------------------------------------------------------------------------------------------------------------

TENDER NUMBER : 1000363442

E-PROCUREMENT SYSTEM ID: 80452

1. ABOUT THE COMPANY:

Bharat Petroleum Corporation Ltd. (BPCL) is a Fortune 500 Maharatna Oil Refining and Marketing company in India.
The company produces a diverse range of products, from petrochemicals and solvents to aircraft fuel and specialty
lubricants and markets them through its wide network of Petrol Stations, Kerosene Dealers, LPG Distributors and
Lube Shoppe’s.

The Retail SBU is engaged in the retailing of Petrol, Diesel, Kerosene and their branded versions, besides various
Non-Fuel Products and value-added services through its robust network of over 14,000 Retail Outlets spread across
the country.

2. OBJECTIVE OF THE TENDER:

Scope of work includes Design, Development, Deployment, Operation, Monitoring and Maintenance for EM-
Locking system to ensure secured transportation of Petroleum Products through BPCL owned or hired Tank Lorries
at selected Terminal / Depots across the country on OPEX model.

The objective of this tender is to invite technical and commercial offers for the subject service. You are invited to
submit your offer as E-bids in two-part bid format (Techno-commercial and Price Bid) for the above work on the
terms and conditions contained in this tender document.

The tentative requirement for EM Lock is for 7800 Nos. to be supplied and operated till November 2022. Rate
contract will be finalized on the successful bidder and call offs/ Purchase order will be issued to the successful
bidder based on actual requirement.

3. THIS DOCUMENT CONSISTS OF THE FOLLOWING ANNEXURES, WHICH ARE ENCLOSED:


TECHNO-COMMERCIAL DETAILS:
Annexure-I : General Instructions to Vendors for E-Tendering
Annexure-II : Bid- Qualification Criteria
Annexure III : General Conditions of Contract
Annexure IV : Special Purchase Conditions
Annexure-V : Technical Specifications/Scope
Annexure VI : Cyber Security Guidelines for IT solutions
Annexure-VII : Back to Back guarantee format
Annexure –VIII: Land border declaration/ Holiday Listing Declaration/ Liquidation Declaration/ Social Media
Declaration
Annexure IX : PPLC declarations
Annexure X : EMD Bid Security Declaration
Annexure XI : CA declaration for MSE qualification
Annexure XII : Integrity Pact
(A) PRICE BID:
A price bid shall also have to be submitted online as provided in E-tender.

4. EARNEST MONEY DEPOSIT (EMD): There is no EMD amount for the tender and as per Circular No. DPE/7(4) /2017
dt. 19.11.2020, bidders will be required to submit Bid Security Declaration. MSE bidders are being exempted
from the Bid Security Declaration.

Once order is awarded, the successful bidder will be required to deposit Security deposit amount equivalent to
Rs. 10 lakhs.

The security deposit amount will be returned to the vendor, in either of the following case:

 Successful bidder submits Performance Security Deposit upfront (in the form of PBG) amounting to 3% of the
Contract Value.
 The Performance security deposit retained @3% against each running bill/ Purchase orders/ Call offs reaches
the Security deposit amount, upon receipt of request from the vendor.
 At the end of the Contract period, upon receipt of request from the vendor.

5. EXEMPTION FROM EARNEST MONEY DEPOSIT (EMD):


Micro and Small Enterprises registered with District Industries Centres or Khadi and Village Industries Commission
or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation or Directorate of
Handicrafts and Handloom or any other body specified by Ministry of Micro, Small and Medium Enterprises are
exempted from submission of EMD.

Vendor has to upload the necessary documents as mentioned above to claim exemption for Earnest Money
Deposit.

All bidders quoting as MSE, should submit CA certificate along with MSE doc. (UAM/EMII) to avail the benefits of
Public Procurement Policy as per MSMED Act 2006/Public Procurement Policy Order 2012. In case CA certificate
is not submitted, bid of the vendor shall be rejected at EMD stage (for open tenders). Please find below further
points with respect to same:

 Bidder shall have to upload scanned copy of CA certificate with stamp of TPIA mentioning as verified from
original. Thereupon, bidder/s on whom award is proposed shall be asked to submit the hard copy of CA
certificate certified by TPIA, to BPCL.
 The CA certificate should be dated after the date of floating of tender and shall be specific to the tender for
which bid is being submitted.
 Format of the CA certificate is attached for reference and bidder needs to submit certificate strictly in the
said format else bid shall be rejected.
 Organization registered with NSIC are not required to submit the CA certificate. However NSIC certificate
should be verified by TPIA.

6. Pre-bid Meeting for the tender will be held on 20.01.2021 commencing at 11:00 HRS IST through Video
Conferencing on Microsoft Teams. Interested participants should inform their interest to participate in the Pre-bid
meeting by sending mail to varunsharma@bharatpetroleum.in before Pre-bid meeting date.

7. INTEGRITY PACT PROGRAM (IP): Integrity Pact (IP) is a pact between BPCL (as a purchaser) on one hand and the
prospective bidder on the other hand stating that the two parties shall make certain commitments to each other
in regard to ensuring transparency and fair dealings in this purchasing activity of the corporation.

Bidders shall have to essentially sign this pact, for participating in this tender, as per the pro-forma given in
Annexure - XII. The salient features of this program are:

I. Proforma of Integrity Pact shall be returned by the bidder/s along with the bid documents, duly signed by the
same signatory who is authorized to sign the bid documents. All the pages of the Integrity Pact shall be duly signed.
Bidder’s failure to return the IP Document duly signed along with the bid documents shall result in the bid not being
considered for further evaluation.
II. If the bidder has been disqualified from the tender process prior to the award of the contract in accordance with
the provisions of the Integrity Pact, BPCL shall be entitled to demand and recover from the bidder Liquidated
damages amount by forfeiting the EMD/Bid security as per provisions of the Integrity Pact.

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

IV. Bidders may seek clarifications/details regarding this tender from the following Procuring officer whose name/
address/ contact numbers are as given below:

To be contacted for Clarifications/Details regarding this tender


Contact Person Postal Address E-Mail ID Contact No.
Varun Sharma Central Procurement Org. (M), +91 22 24176420
varunsharma@bharatpetroleum.in
(Proc. Officer) A-Installation, Sewree-Fort +91 70450918748
Sekhar Babu P S Road, Sewree (East), +91 22 24176404
sekharbps@bharatpetroleum.in
(Proc. Leader) Mumbai 400015 +91 9833676500

V. Bidders may raise disputes/ complaints, if any, with the nominated Independent External Monitor whose name/
address/ contact numbers are as given below:

To be contacted for Complaints only


Name of the IEM and Shri. Virendra Bahadur Singh Shri. Anupam Kulshreshtha Shri. Ramabhadran Ramanujam
email ID vbsinghips@gmail.com Anupam8@gmail.com raamaanuj@gmail.com
H.No. B-5/64, Vineet Khand, B-3/3, ‘Yarrows Apartments’, 44/24, 3rd trust Cross Street,
IEM’s Address Gomati Nagar, Lucknow – Plot C-58/5, Sector 62, Noida, Mandavelipakkam, Chennai
226010 UP -201309 600028.
IEM’s Mobile No. 8853760730 9968281160 9495511954

8. Online submission of the tender under the digital signature of the authorized signatory shall be considered as token
of having read, understood and totally accepted all the terms and conditions.

9. The vendors who are currently on Holiday Listing orders issued by BPCL or MOPNG debarring them from carrying
on business dealings with the BPCL/ MOPNG or serving a banning order by another Oil PSE, will not be considered.

10. BPCL reserves the right to accept any offer in whole or part or reject any or all offers without assigning any reason.
BPCL is also not bound to accept the lowest Bid.

11. BPCL reserves the right to change the quantity (increase/decrease) tendered.

12. BPCL’s decision on any matter regarding short listing of Vendors shall be final and any applicant shall not enter into
any correspondence with BPCL unless asked for.

13. Forming Cartel and quoting rates in groups would disqualify the supplier.

14. If BPCL is unable to evaluate any offer for want of information, such offer will not be considered.

15. Bid submitted after the due date and time as mentioned above, or not in the prescribed format is liable to be
rejected. BPCL does not take any responsibility for any delay in submission of online bids due to connectivity
problem or non-availability of site and/or other documents to be uploaded online. No claims on this account shall
be entertained.

16. Based on the information and documents submitted, the parties who are found to be techno commercially eligible
shall qualify for the next round of the tender viz. price bid.
17. For e-procurement related queries please contact: In case of any clarification pertaining to E-Procurement Process,
the vendor may contact M/s. E-procurement Technologies representatives on Contact Numbers and E-Mail Ids, as
appended below:

CONTACT E-MAIL ID CONTACT NO.


Sapkale Harshal mumbai.support@eptl.in +91 22 2417 6419 / +91 63518 96636
Gore Mohnish mohnish.gore@eptl.in +91 63518 96637
E-Procurement Technologies Limited, 079 6813 6861 / 033 2429 3447 /
support@bpcleproc.in
Ahmadabad, Kolkata, Delhi 0120 247 4951

18. For clarifications, if any, please feel free to contact on 022-24176420 on any working day between 10:00 am to
4:00 pm.

Yours faithfully,

for BHARAT PETROLEUM CORPORATION LIMITED

sd/-
_____________
Sekhar Babu P S
Procurement Leader-Group II
PART A: TECHNO-COMMERCIAL DETAILS

ANNEXURE-I: GENERAL INSTRUCTIONS TO VENDORS FOR e-TENDERING:

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

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

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

In case any vendor so desires, he may contact our e-procurement service provider M/s. E-Procurement
Technologies Limited, Ahmadabad, Kolkata & Delhi (Contact No.: 079 68136861, 033 24293447 & 0120 2474951)
for obtaining the digital signature certificate.

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

5. Directions for submitting online offers, electronically, against e-procurement System ID directly through internet:
(a) Participants are advised to log on to the website (https://bpcleproc.in) and arrange to register themselves at
the earliest, if not done earlier.

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

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

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

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

(f) No manual offers along with electronic offers shall be permitted.


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

7. BPCL and/or the e-procurement service provider shall not be responsible for any direct or indirect loss or damages
and or consequential damages, arising out of the TENDER process including but not limited to systems problems,
inability to use the system, loss of electronic information etc.

8. Singular and Plural: In these tender documents unless otherwise stated specifically, the singular shall include the
plural and vice-versa wherever the context so requires. Words indicating persons shall include relevant
incorporated companies/ registered as associations/ body of individual/ firm or partnership.

9. Participants are requested to accept the Integrity Pact (IP) document by signing it. This document is essential &
binding. Participant’s failure to accept the IP document shall result in the bid not being considered for further
evaluation.

10. All the supporting documents should be legible and duly signed, stamped and attested by the authorized signatory
as specified in clause (17) below, before uploading them online.

11. Techno-commercial details shall be required to be digitally signed with a class IIB or above digital signature by the
authorized signatory. The authorized signatory shall be:
(a) Proprietor in case of proprietary concern.
(b) Authorized partner in case of partnership firm.
(c) Director, in case of a limited Company, duly authorized by its board of directors to sign.

If for any reason, the proprietor or the authorized partner or director as the case may be are unable to sign the
document, the said document should be signed by the constituted attorney having full authority to sign the tender
document and copy of such authority letter as also the power of attorney, duly signed in the presence of a Notary
public should be submitted online with the bid.

12. Participant to Obtain His Own Information:


The participant in fixing rate shall for all purposes whatsoever be deemed to have himself independently obtained
all necessary information for the purpose of preparing his offer. The participant shall be deemed to have examined
the tender Documents, to have generally obtained his own information in all matters whatsoever that might affect
the carrying out the works at the scheduled rates and to have satisfied himself to the sufficiency to his tender. Any
error description of quantity or omission there from shall not vitiate the contract or release the participant from
executing the work comprised in the contract according to the Specifications at the scheduled rates. He is deemed
to have known the scope, nature and magnitude of the works and the requirements of materials and labour
involved etc. and as to what all works he has to complete in accordance with the contract documents whatever be
the defects, omissions or errors that may be found in the Contract Documents.

Any neglect or failure on the part of the participant in obtaining necessary and reliable information upon the
foregoing or any other matters affecting the contract shall not relieve him from any risk or liabilities or the entire
responsibility from completion of the works at the scheduled rates and time in strict accordance with the contract
documents.

No verbal agreement or inference from conversation with any officer or employee of the owner either
before or after the execution of the contract agreement shall in any way affect or modify any of the
terms or obligations herein contained.
In case of any clarification pertaining to e-procurement process, the vendor may contact the following agencies/
personnel:

FOR SYSTEM RELATED QUERIES:


CONTACT E-MAIL ID CONTACT NOs.
Sapkale Harshal mumbai.support@eptl.in +91 22 2417 6419 / +91 63518 96636
Gore Mohnish mohnish.gore@eptl.in +91 63518 96637
E-Procurement Technologies Limited, 079 6813 6861 / 033 2429 3447 /
support@bpcleproc.in
Ahmadabad, Kolkata, Delhi 0120 247 4951

FOR TENDER RELATED QUERIES:


CONTACT POSTAL ADDRESS E-MAIL ID CONTACT NOs.
Varun Sharma Bharat Petroleum Corp. Limited, +91 22 24176420
varunsharma@bharatpetroleum.in
(Proc. Officer) Central Procurement Org. (M), +91 7045918748
Sekhar Babu PS A-Installation, Sewree-Fort Rd, +91 22 24176404
sekharbps@bharatpetroleum.in
(Proc. Leader) Sewree (East), Mumbai 400015 +91 9833676500

The responsible person of the tender is Procurement Leader of BPCL at contact no 022-24176404/ 6171
ANNEXURE-II: BID-QUALIFICATION CRITERIA

The detailed bid- qualification criteria for short listing vendors shall be as follows:

I. TECHNICAL CRITERIA:

SUPPLYING CAPABILITY:

BPCL intends to qualify new vendors (vendors who have not participated in EOI no. 1000357211) as per below
mentioned criteria:

I. TECHNICAL CRITERIA (SUPPLYING CAPABILITY):

The bidder shall have experience of having successfully completed similar works during last 7 years, ending on last day
of the month previous to the one in which tender is invited.

A.1. Criteria for Non-MSE (Micro & Small Enterprise) vendors:

The value of the works completed (proof of completion to be submitted) for Non-MSE (Micro & Small Enterprise)
vendors should be as follows:

a) One similar work costing not less than INR 2.86 crores
OR
b) Two similar works each costing not less than INR 2.29 crores
OR
c) Three similar works each costing not less than INR 1.72 crores

A.2. Criteria for MSE (Micro & Small Enterprise) vendors:

The value of the works completed (proof of completion to be submitted) for MSE (Micro & Small Enterprise) vendors
should be as follows:

a) One similar work costing not less than INR 2.43 crores
OR
b) Two similar works each costing not less than INR 1.94 crores
OR
c) Three similar works each costing not less than INR 1.46 crores

Definition of Similar Work/s:

Similar works shall be defined as either of the following:

a. Supply, Installation, commissioning & maintenance of Automation system for POL installation/ Retail Outlet/ LPG/CNG
Dispensing Stations.

b. Supply & Installation or Operation and maintenance of Communication systems work in Telecom/ mobile Companies.

c. Supply and Installation or Operation and maintenance of GPRS/GPS enabled systems.

d. Supply and Installation of Access Control System.

e.IT infrastructure systems or IT security systems which includes Supply, Installation & Maintenance of Servers, Storage
or Supply Installation and commissioning of Data communication/ networking component.

f. Supply and Installation of Vehicle Tracking system for Petroleum Tank Lorries.

g. Supply of web based Electronic locking system for Oil & Gas tank trucks or Cash/bullion/jewelry/white
goods/Commodities /FMCG handling or transportation systems.
B) Additional Requirement:

The Bidder shall have experience of having executed at least 1 job for Supply of web based Electronic locking system for
Oil & Gas tank trucks or Cash/bullion/jewelry/white goods / Commodities / FMCG handling or transportation
systems during last 7 years in India or abroad, ending on last day of the month previous to the one in which tender is
invited. Work order where partial roll out is completed will also be considered for meeting the above additional
requirement.

The following documents should be submitted in support of the Supplying capability requirement as mentioned above:

a. Signed Agreement/PO copy/Work order/LOI or any other document which shows value of awarded works.

b. Completion Certificate/Final Bill certified by the client or any other document which conclusively proves completed
value of similar work (or additional requirement) as defined above.

In case of combined works, clear calculations showing the bifurcated cost towards the similar work as defined above,
duly certified by TPIA should be submitted.

II. Financial Criteria:

a. The average annual turnover of the bidder for the last three audited accounting years should be equal to or more
than Rs. 4.29 Crores.

b. The bidder should have positive net worth as per the latest audited financial statement. The bidder shall furnish
Annual Report/ audited balance sheets including Profit and Loss Accounts to establish bidder’s conformance to the
Qualification Criteria.

Documents Required for Financial Criteria:

Bidder shall furnish Annual Report/ audited balance sheets including Profit and Loss Accounts for previous three
financial years along with the Bid to establish Bidder's conformance to financial criteria and prove existence since three
years.

In case a bidder (a Parent Company) is having wholly owned subsidiaries but only a single consolidated annual report is
prepared and audited which includes the financial details of their wholly owned subsidiaries, consolidated audited
annual report shall be considered for establishing the financial criteria subject to statutory auditor of the bidder
certifying that separate annual report of bidder (without the financial data of subsidiaries) is not prepared and audited.
Further, in case a bidder is a subsidiary company and separate annual report of the bidder is not prepared & audited,
but only a consolidated annual report of the Parent Company is available, consolidated audited annual report shall be
considered for establishing the financial criteria subject to statutory auditor of the parent company certifying that
separate annual report of bidder is not prepared and audited.

In case the financial year closing date is within 6 months of original bid due date and Audited annual report of
immediate preceding financial year is not available, Bidder has the option to submit the financial details of the three
previous years immediately prior to the last financial year.

In case the financial year closing date is within 6 – 9 months of original bid due date and Audited annual report of
immediate preceding financial year is not available, Bidder has the option to submit the financial details of the three
previous years immediately prior to the last financial year provided Bidder submits a letter from CA stating the reasons
of non-preparation/furnishing of the latest year’s Audited Financial Statements.

In case the financial year closing date is beyond 9 months of original bid due date, it is compulsory to submit the financial
details of the immediate three preceding financial years.

Example, In case, audited annual report of immediate preceding financial year (year ending 31st March) is not available
and where bid closing date is up to 31st December, the financial details of the three previous years immediately prior
to the last financial year may be submitted. However, in case the bid closing date is after 31st December, it is compulsory
to submit the financial details of the immediate three preceding financial years only.
All the above documents submitted for meeting the Technical Criteria and Financial Criteria should be verified by the
TPIA which are accredited under “NABCB accredited bodies as per requirement of ISO/IEC 17020 as Type “A” in QCI’s-
NABCB-website (nabcb.qci.org.in/accreditation/reg_bod_inspection_bodies.php), as on due date of bid submission”, at
no extra cost to BPCL. The verification and certification should necessarily include comment "Verified from originals",
with name and contact details (contact number and e-mail ID) of the certifying officer, TPIA name with the address of
TPIA branch undertaking the certification.

III. Bid may be submitted by:

The bid may be submitted by an Indian vendor or Indian arm (i.e. Authorized Indian agent/Dealer/Distributor/ Subsidiary
or a Group company) of a Foreign Principal. The Indian vendor or the Indian arm of the Foreign Principal should have
completed 3 financial years as on the due date, after date of commencement of business.

If the participant is an Authorized Indian agent/ Dealer/Distributor/ Subsidiary or a Group company of a Foreign
Manufacturer or a Foreign System Integrator, the participant can use the credentials of the Foreign Principal only for the
Technical Criteria (i.e. Supplying Capability stipulated in the Technical Criteria). The participant on their own shall meet
other Criteria.(viz. Financial Criteria). In such a case, back to back guarantee (specific to the tender) shall be provided by
the Foreign Principal, clearly stating that the Foreign Principal shall fulfill the contractual obligations for Supply,
Service and Warranty of the tendered item in case of failure of the bidder.

If the participant is an Indian agent/ Dealer or Distributor of a Foreign Principal, they should submit Letter from Principal
confirming that they are Authorized dealer / distributor of Foreign Principal, specific to the tender.

In case an Indian Subsidiary or Group Company is submitting the bid:

i. Documentary proof should be submitted to establish that the Indian vendor is a subsidiary or Group company of the
Foreign Principal.

ii. Credential of Parent/Group companies shall be considered to establish the Bid qualification criteria.

iii. Group companies can either be Parent company, Direct subsidiaries & Indirect subsidiaries:

a. Group Company - Parent Company and Direct Subsidiaries:

If the Parent Company directly holds 51% or more of the equity share capital in their subsidiary companies, then such
subsidiary companies are called direct subsidiaries and shall be considered as part of group companies.

OR

b. Group Company - Parent Company and Indirect Subsidiaries

If 100% subsidiary of the Parent Company holds 100% of the equity share capital in their subsidiary companies (including
100% subsidiary companies of 100% subsidiary companies),then such subsidiary companies are called indirect
subsidiaries and shall be considered as part of group companies.

Documents required in evidence of group-company:


a. Company profile
b. Annual report
c. Letter from the Parent /Subsidiary Company giving details of holding.

IV. Declarations by the bidder:


a) Participant is not under liquidation, court receivership or similar proceeding.
b) Participant is not serving any Holiday Listing orders issued by BPCL or MOPNG debarring them from
carrying on business dealings with BPCL/MOPNG or serving a banning order by another Oil PSE.
c) Compliance of Restrictions for Countries which share land border with India {Restrictions under Rule 144(xi) of
the General Financial Rules, 2017–Reference OM no.6/18/2019 – PPD dtd.23.07.2020 (read along with any
subsequent clarifications/amendments thereof)issued by Ministry of Finance, Public Procurement
Division(https://doe.gov.in/procurement-policy-divisions)}.
d) Compliance to the Social Media Policy for Business Partners of BPCL
e) PPLC declaration supported by CA/Statutory Auditors' certificate, confirming the minimum local content
requirement.

Participants need to submit the above declarations in the online portal along with the supporting certificates.
Participants who do not satisfy the above conditions will not be considered for evaluation (including bidders who
participated in EOI no. 1000357211)
ANNEXURE-III: GENERAL CONDITIONS OF CONTRACT [ENCLOSED AS ANNEXURE III] IN E-PROC PORTAL

ANNEXURE-IV: SPECIAL PURCHASE CONDITIONS

1. VALIDITY OF OFFER: The rate quoted against this tender is valid for 180 days from the date of opening of this
tender.

2. CURRENCY: Bidders can quote in Indian rupees only.

3. EVALUATION METHODOLOGY:
This tender is being invited through Open (Domestic) tender as two part bid. The bid qualification evaluation of the
received bids will be done as per the above bid qualification criteria and the technical bid of only the pre-qualified
bidders will be evaluated subsequently. Only the price bids of the techno-commercially qualified bidders will be
opened and evaluated. The order shall be placed on the lowest successful bidder for the complete job. Bidders who
have participated against EOI no. 1000357211 and got qualified will be exempted from BQC evaluation and theur
bids will be directly considered for Technical evaluation.

4. COMPLETION PERIOD:

The vendor has to complete the work in all respects including supply, erection and final integration, testing &
commissioning within 8 weeks from the date of placement of PO. All the order fulfillment process including
payment shall be made by the respective Depot / Installation.

VTS integration will be required as part of commissioning. Whenever, integration with ERPCC is offered by BPCL,
vendor shall be required to do it within 60 days.

The works shall be executed strictly as per the time schedule with requisite safety measures in consultation with
Regional Role Holder / Depot in charge. The vendor shall strictly adhere to the targets/ programs by deploying
adequate personnel, tools and tackles and also timely supply of required materials coming within his scope of
supply as per contact.

All the order fulfillment process including payment shall be made by the respective Depot / Installation. The system
shall be considered to be commissioned after completion of successful trial runs for 15 days after completion of
SAT. Successful SAT is defined as punch point’s compliance of all major functional points. BPCL decision is final in
this regard.

The monthly service charges payable by BPCL shall be all inclusive and no other payment for any
hardware/software shall be payable.

5. PERIOD OF CONTRACT/ LOCATIONS:

The total requirement for EM Lock is for 7800 Nos. to be supplied and operated till November 2022.The details of
the locations wise requirement is provided below.

6. PAYMENT TERMS:

Purchase orders will be issued by Depot In-charge for implementation of EM locks in the Vehicles. The vendor has
to complete the work in all respects including supply, erection and final integration, testing & commissioning within
8 weeks from the date of placement of PO. The system shall be considered to be commissioned after completion
of successful trial runs for 15 days after completion of SAT. Payment will be made within 30 days of commissioning.

BPCL has setup a Business Process Excellence Centre (BPEC) for Vendor Invoice processing. BPEC will function as a
payments factory to receive, digitize and process vendor invoices in a timely and accurate manner. In addition, the
centre will receive and account for Performance Bank Guarantees (PBGs) and Bank Guarantees (BGs). ORIGINAL
COMMERCIAL INVOICES (IN TAX INVOICE FORMAT) will need to be sent to BPEC including Supporting Documents
for Payments e.g. Freight Bills, IRN, Test Certificate, etc. as applicable.
PLEASE SEND THESE DOCUMENTS TO THE FOLLOWING ADDRESS FOR PAYMENT PROCESSING:

BUSINESS PROCESS EXCELLENCE CENTRE (BPEC)


4th FLOOR, BPCL OFFICE COMPLEX
PLOT-6, SECTOR-2, BEHIND CIDCO GARDEN
KHARGHAR, NAVI MUMBAI-410210
MAHARASHTRA, INDIA

BG Confirmation:
To expedite BG confirmation process, BPCL has tied up with SBI for implementation of SFMS Bank Guarantee
wherein the vendor has to quote our IFSC code and Account number to bank at the time of BG application based
on which SBI will send a swift message confirmation to dedicated email ID of BPEC and the same shall be considered
as BG verified by the bank.

Accordingly vendors/ Contractors shall provide BPCL’s Bank Account No. & IFSC Code (Details given below) to their
Bank at the time of application for Bank Guarantee in favour of BPCL. Issuing Bank shall issue the Bank Guarantee
& send SFMS message to BPCL Bank confirming the Bank Guarantee as genuine. BPCL’s Bank (SBI) shall in turn send
the said SFMS message to BPCL’s dedicated email ID basis which BPEC shall consider the said Bank Guarantee as
verified by Bank. After getting the physical BG from the vendor, BPEC Team shall validate the same with the Swift
message and shall proceed with the release of payment to vendors which is due against the said Bank Guarantee

BANK DETAILS:
Name of Bank: State Bank of India
Branch: CAG Branch, Mumbai
Account No: 11083980831
IFSC Code: SBIN0009995

7. SECURITY DEPOSIT: Successful bidders will be required to deposit Security Deposit equivalent to 3% of Contract
value as a bank guarantee OR the successful bidder may opt for retention @3% from each Invoice.

8. START-UPS MEDIUM ENTERPRISES:


In case a start-up is interested in supplying the tendered item, but does not meet the Pre-Qualification Criteria
(PQC)/ Proven Track Record (PTR) of Prior Turnover norm as indicated in the tender document, i.e., in this case the
Bid Qualification Criteria (BQC), the start-up may be requested to write a detailed proposal separately and not
against the present tender requirement, to the tender issuing authority about its product. Such proposals should
be accompanied by relevant documents in support of Start-ups as under:

(a) Certificate of Recognition issued by Department of Industrial Policy and Promotion (DIPP), Ministry of
Commerce and Industry, GOI

(b) Certificate of Incorporation/Registration.

(c) Audited P&L statement of all the Financial Years since incorporation. In case where balance sheet has not been
prepared, bidder shall submit a certificate in original from its CEO/CFO stating the turnover of the bidding
entity separately for each Financial Year since incorporation along with a declaration stating the reason for not
furnishing the audited P&L Statement. The certificate shall be endorsed by a Chartered Accountant/ Statutory
Auditor.

Such proposal will be examined by the tender issuing authority who may consider inviting a detailed offer from the
startup with the intent to place a trial order or test order provided the startup meets the Quality and Technical
specifications.

In case the startup is successful in the trial order, it shall be considered for PQC exemption/relaxation (as the case
may be) for the next tender for such item till the time the entity remains a Startup.

9. In case of any discrepancy between the general terms and conditions of tender and special terms and conditions
of tender (as mentioned above), the Special terms and Conditions of Tender shall prevail.
LOCATION WISE REQUIREMENT OF EM LOCK (BREAK UP OF 7800 EM LOCKS):

Approx. no. of
Approx. no. Total no. of
Sr. I&C/Direct
Region Location State Nos. of TT’s of RO’s RO/I&C
No. Customers
catered Customers
catered

1 Najibabad CO-OP Depot UP 155 160 15 175

2 HARDWAR UK 60 60 20 80
3 Aonla Co-Op Depot UP 64 93 11 104

4 Kathgodam Co-Op Depot UK 94 68 15 83

North Shahjahanpur Co-Op


5 UP 65 137 11 11
Depot

6 SRINAGAR Co- Op Depot UK 46 47 93

7 Bhatinda Punjab 129 204 25 229


8 Jammu J&K 400 86 50 136
9 Panipat Installation HARYANA 160 200 4 204
TOTAL - A 842 917 198 1115
Andhra
1 Kakinada 16 55 6 61
Pradesh
Andhra
2 Tada 85 125 20 145
Pradesh
3 Sankari Tamil Nadu 100 142 16 158
Andhra
4 Ongole 20 70 15 85
Pradesh
South 5 Warangal Telangana 141 180 34 214
Andhra
6 Kondapalli 95 190 10 200
Pradesh
Andhra
7 Gooty 93 170 6 176
Pradesh
8 Cannannore Kerala 58 75 5 80
TOTAL - B 608 1007 112 1119
1 Borkhedi Maharashtra 165 208 20 228
Madhya
2 Manglia Depot 206 340 42 382
Pradesh
3 Akolner Maharashtra 69 156 10 166
4 IOTL Cut Raipur Chattishgarh 282 330 20 350
West 5 Vadinar -Jamanagar Gujarat 143 200 10 210
6 Sidhpur Gujarat 53 125 10 135
Madhya
7 Rairu 55 120 3 123
Pradesh
8 Miraj Maharashtra 180 230 29 259
TOTAL - C 1153 1709 144 1853
1 DHANBAD JHARKHAND 105 121 10 131
2 BARAUNI TOP BIHAR 186 188 22 210
East
3 Malda WB 40 65 3 68
4 NRL DU Assam 470 200 45 245
5 Rajbandh WB 140 190 2 192
TOTAL - D 941 764 82 846
A+B+C+D 3544 4397 536 4933
ADDL. REQUIREMENT AT 7-8 LOCNS /
CONTINGENCY REQUIREMENT AS PER 956 1553 114 1667
BUSINESS NEEDS
GRAND TOTAL 4500 5950 650 6600

Approx. Approx. no.


Total no. of
Sr. no. of of I&C/Direct
Region Location State Nos. of TT’s RO/I&C
No. RO’s Customers
Customers
catered catered
1 Jalandhar Punjab 88 197 8 205
North 2 Piyala Haryana 151 163 11 174
3 Mughalsarai UP 289 336 12 348
4 Devangonthi Karnataka 251 247 73 320
South 5 Irugur Tamil Nadu 156 277 7 284
7 Ennore Tamil Nadu 300 292 135 427
West 6 Pakni Maharashtra 161 213 15 228
East 8 Muzaffarpur Bihar 204 247 0 247
SUB TOTAL 1600 1972 261 2233
ADDL. REQUIREMENT AT 2-3
LOCNS / CONTINGENCY
350 698 69 767
REQUIREMENT AS PER BUSINESS
NEEDS
GRAND TOTAL 1950 2670 330 3000

Approx. no.
Approx.
of Total no.
Sr. no. of
Region Location State Nos. of TT’s I&C/Direct of RO/I&C
No. RO’s
Customers Customers
catered
catered
North 1 Bijwasan Delhi 100 104 42 146
West 2 Sewree Mumbai 190 221 37 258
South 3 Cherlapalli Telangana 410 485 128 613
4 Haldia WB 228 61 22 83
East
5 Budge Budge WB 200 191 11 202
SUB TOTAL 1128 1062 240 1302
ADDL. REQUIREMENT AT 1-2 LOCNS /
CONTINGENCY REQUIREMENT AS 222 188 60 248
PER BUSINESS NEEDS
GRAND TOTAL 1350 1250 300 1550
ANNEXURE-V: TECHNICAL SPECIFICATIONS

A. EXISTING LOCKING SYSTEM:

BPCL is having the Depots/Terminals at multiple locations across the country from which the fuel is transported to
the Retail outlets and I&C Customers spread across the length and breadth of the country.

BPCL has approximately 14,000 Tank Trucks, commonly referred to as TL, which may be dealer owned (owned by
the retail outlet dealer) or contractor (transporter) owned. The TL’s may carry a single product or mixed load of
variants of the allied products. These TL are of varying capacities of 12 KL, 18 KL and 24 KL in varying no. of
compartments of 3 or 4.

Each compartment has an opening at the top and an outlet valve at the bottom. The dome covers are hinged at
one end and have a locking arrangement at the other end. Each compartment has a manhole cover at the top
which has fittings depending on whether TL has top loading or bottom loading facility.

After loading, the TL top dome covers and bottom outlet valves are locked with mechanical padlocks. After the
truck is locked, the driver collects the invoice and proceeds to the Retail Outlet / I&C Customers.

A unique set of padlocks (2 nos) is assigned to a dealer and lock specific keys are handed over to the dealer. The
depot in-charge has master key for entire set of locks within his jurisdiction.

At the destination (Retail outlet / I&C Customers), the padlocks are opened and the dips of each compartment are
checked for quality (density, temperature, etc.) and quantity. After the dealer is satisfied with the quality and
quantity, the product is unloaded into the underground tank of the Retail Outlet / I&C Customers.

The purpose of locking is to secure all the faucets and openings from supply location to the customer premises to
prevent any pilferage or malpractice.

1. SYSTEM OBJECTIVES

With a view to address improvement/upgrade in the current mechanical tank locks, BPCL wants to deploy secure
mechanism in the form of electronic Tank Truck Locking System (TLLS), which would provide audit trails /alerts in
case of tampering and/or subversion. Each TL will have to be provided with two Locks one for the top dome cover
at the top and the second for outlet valves at the bottom.

The broad objectives of TLLS are:


 To provide a secure locking mechanism for Top Dome covers (TDC) and Discharge Faucets of every tank truck
carrying BPCL fuel.

 To have secure locking mechanism for each & every TL trip.

 Monitoring & tracking the process of locking and unlocking for every trip of the Tank Truck through “OTP based
Mobile application”.

 Capability of integration to BPCL’s Vehicle Tracking System (VTS)

 Robust enough to operate in extreme environment conditions, temperature, dust & poor road conditions

 The System must be intrinsically safe and have necessary statutory approvals including PESO.

 To provide audit trail in the event of unauthorized handling / exception alerts etc.

 To centrally monitor activities and alerts of the locking & unlocking process by Location/Region/HQ. Customer
shall also be able to monitor his trips and take pro-active actions,

 Management Information System in the form of various reports and dashboards.


2. SCOPE OF WORK

BPCL intends to invite tender for Design, Development, Deployment, Operation, Monitoring, Maintenance and
Complaint Redressal System for Peso approved EM Locking system to transport Petroleum products securely
through BPCL Tank Trucks to Customer premises / Retail Outlets at select Terminals / Depots on Opex Model.

The e-Locks will be implemented in following locations of BPCL. List of locations and approximate number of Tank
Lorries / RO’S to be catered is enclosed.

The above numbers are indicative and may change as per the requirement of BPCL. Kindly note that the payment
will be made after installation, commissioning and operation the e-locking system on all the TL’s and all
RO/Consumers attached with the location and connecting the e-locking system with BPCL SAP.

If there is any increase in Tank Trucks (TL) number for a location during the Tender period, payment will be made
based on the rate finalized in Tender for the additional TL. But if there is any increase in the number of Customer,
Corporation will not make any additional payment, any cost involved must be borne by e - locking vendor.

BPCL’s scope remains:


 Conditioned power /Internet connection availability at Location and customer premise.

 Integration support to vendor with its ERPC and VTS including Location Terminal system as required by the
vendor under the scope of this tender.

 Geo-Fence of the Terminals & Retail Outlets / I&C Customers. The same shall be mapped by the Vendor in his
application.

 Dealer’s Mobile at ROs shall be used for OTP/Application etc., while a smart phone / Wall programmable
Device at Location, as per the system of EM-Lock, shall be provided by the Vendor.

3. VENDOR’S SCOPE OF WORK

The scope of work is to design, development, deployment, operations, monitoring, maintenance and complaint
redressal system for OTP / Software enabled tool based EM-Locking system to transport petroleum products
securely through BPCL TLs to customer premises at select Terminals/Depots.

If the solution provided requires lock and key authorization at a Retail outlet / I&C Customers and Terminal,
intrinsically safe mobile shall be in the scope of the vendor. SIM card, internet connection and usage charges
will be borne by BPCL / Dealer.

EM-Locking system shall have a centralized architecture with a cloud server system. The data center shall be in
possession of the vendor with full responsibility of safety and security of data. The details of cloud servers with
Disaster recovery mechanism are required to be shared with BPCL before implementation of the system.

It shall deploy a very high level of encryption technology, minimal points of failures, scalability & industry standard
redundant architecture and an extremely essential conformance to a well-documented failure-to-safety policy-
framework.

The vendor shall own the hardware and software/application during the period of the defined contract. Definition
of cloud installation with OS / SQL and communication formats should be defined. Access to application shall be
under authorization of BPCL only and system shall have date and time stamp of all such intervention.

Vendor shall maintain 5% spare stock of all hardware which includes locks, keys, cards, programming device and
other peripheral & unlocking devices at all locations.
The System shall be scalable & modular and capable of handling at least 40% additional number of TLs mentioned
in the BOQ. The proposed Tank Truck Locking System shall preferably be a web -based system with central level
administration.

Each TL shall be provided with two locks. The lock shall be operated either keyless or by electronic
key/card/alternate component such that it can be programmed for making it functional/operational only after
business logics are satisfied like requirement of OTP / Software enabled tool, Geo Fence at the RO, validation of
VTS parameters etc. at the Terminal/Depot etc. The keys or any other alternate mechanism used for opening of
the Lock shall be non-duplicable & shall have proper encryption like 128 bit AES/3 DES or better.

The locks shall have mechanism for proper authentication. Alternatively, the lock and Key may have other secured
way of communication technology for operation which may be submitted in the technical bid along with relevant
detail. Smart Mobile, as per the requirement of intrinsic safety, if required in Zone 1 and 2 to support the EM-
Lock Application (excluding in Dealer’s room) shall be provided by the vendor.

1) Data Security: Data encryption must be in place while storing and transferring the data over the Network. The
access to a secret key (formally called a decryption key) or password should be protected and must be available
with BPCL. Both the types of data encryption - asymmetric encryption, and symmetric encryption must be
available to protect digital data confidentiality as it is stored on computer systems and transmitted using the
internet or other computer networks. Encryption algorithm must support confidentiality and drive key security
initiatives including authentication, integrity, and non-repudiation.

2) Access rights: Cloud service provider must provide a secure mechanism for enabling the secure access to
authorized users only.

MIS & Audit Trail: The audit trail as a chronological sequence of records that contain evidence about a business
process must be maintained by cloud service provider. Audit trail must be accessibly only to authorized users.
Report shall also contain the percentage of trips for which complete audit trail is available against total
dispatches from the location on daily basis.

The standard set of reports which shall be made available are as follows:
 Trip-Wise Reports
 Tank Lorry Wise Reports
 RO Wise Reports
 Exception Wise Reports
 User wise reports
 Lock and Key Wise Reports
 Attempt to access locks outside the authorized Geo-fences
 Tank lorry moving out in unlocked condition from Geo-fences

OTP generation/other enabling tool for lock opening/ closing shall be completed within 2 minutes of the
request. Trip wise report of time of creating the request and time of receipt of OTP should be available along
with the percentage of requests completed in less than 2 minutes against total requests. Validation of OTP to
be for 10 minutes maximum. The OTP will be invalid if the TL or the key goes outside of the geo of the customer
(RO/Consumer).

Following will be considered as irregularity –


 Delay in receipt of OTP (More than 2 minutes)
 Multiple request for OTP due to non-receipt of OTP
 OTP remains validated more than 10 minutes after the generation.
 OTP remains valid if the lock or key goes outside of geo area of the RO/Consumer where the TL has been
dispatched.
 Non-receipt of OTP resulting in escalation to supervisor level
 Lock not opening/ closing with OTP resulting new request/ intervention of supervisor.
 Unscheduled opening of locks
 Trip under mechanical locks due to non-functioning of e-locking solution.
 Any other hardware/ software problem

There should be sufficient override mechanisms which shall be made available to BPCL to open the locks, in
case of any Business Requirement enroute the destination or at the destination without the interference of
the RO dealer/ I&C customer.

3) Perimeter Security: Cloud Service provider must provide Firewall, Intrusion prevention System and Antivirus/
Malware solution to protect the data from unauthorized users and cyber-attacks.

4) Access grant: Access to users must be provided only after obtaining approval from BPCL.

5) Credential Security: User credential must be stored in the form of encrypted data in browser cookies.

6) Critical Service Access: All critical service access must be protected through two-factor authentication.

Reputed Third party certification on security of data shall be provided by the vendor every year.

TLLS may consist of one or more of the following components/ additional components:
 TLLS centralized Server
 Electro-mechanical locks with keys at the RO. Any Key Programming Unit, if required
 Communication system including wireless access points & GPRS/GPS devices
 Interface with BPCL ERP System, Terminal Automation System, existing Vehicle Tracking System, Google
Map API, BPCL applications like e-mail & SMS gateway. If required by BPCL, the full application shall be
migrated to BPCL server(s) on vendor’s account with requisite licenses etc.

The System components shall have the necessary statutory safety compliances & certifications from PESO for use
in hazardous area as on date of submitting quote and a declaration that the same shall remain valid till expiry of
the contract, as part of one of the mandatory requirements.

The system should be robust enough to operate in extreme environmental conditions, temperature, dust and poor
road conditions and Lock or any other Components proposed to be used for outdoor applications shall have min.
IP 67.

System Integration
The system should be capable of interchanging data from and to the ERP system of BPCL to ensure that operational
data are reflected both ways. The main points of integration will be exchange of destination values on truck arrival
(FAN Generation or into the terminal (ERP to TLLS), invoice mapping after completion of the truck locking operation
(TLLS to ERP) and completion of truck unlocking & locking operations (TLLS to ERP), at the RO. The Interoperability
parameters will be provided for import and export of data and the system should be capable of doing this in real-
time. The System shall also have real time interface with the existing Vehicle Tracking System, Terminal Automation
System, Google Map API, BPCL e-mail gateway & SMS gateway to fulfill the business logic.

TL Modification
TLs will be provided with the current Locking arrangement and no down time of TL shall be permissible or permitted
on account of installing the new EM-Locking system. Please note that any welding, cutting, mechanical work,
replacement of any major changes in the TLs is not permissible. The new EM locking system must be “Plug & Play”
type which can easily replace the pad locks.

System Training and dedicated skilled manpower at location:


It shall include providing 15-days on the job training on system operation & maintenance including positioning of
a skilled manpower to overlook all associated activities during working hrs. at each location after first lot of
commissioning of the system in 10 TLs each. The duration of manpower to be retained for 30 days after completion
of all TL’s at a particular location.

BPCL personnel from each location to be trained, along with providing the proper training material, in soft as well
as hard copies. Training to be provided for a cluster of max. 20 dealers at one retail outlet & I&C Customers /
location. BPCL shall inform the vendor about the venue in advance. The administrative arrangements at the
training venue shall be borne by BPCL.

The vendor shall supply system Users’ (Operations & Maintenance) Manual in English & Hindi languages in soft (MS
Word and PDF), editable formats.

Documentation
The vendor shall prepare & maintain proper project documentation, such as Project Management Plan (Complete
as well as location- wise), minutes of the review meetings, training plans etc.

GENERAL
(1) Vendor should be ready with API/Agent/integration code to share the data for consolidated application
which BPCL may come up during the Service Contract period covering business requirements, application
and infrastructure health monitoring.
(2) Vendor has to submit all the valid License proofs for hardware and software involved/used by the
application, clearly mentioning the full support on any of the Hardware and software components. Any
upgrade to the software license, Operating System, application or server will be in the scope of the Vendor
during the Service contract period. Vendor to communicate any update / upgrade well in advance. Right to
audit the system trail shall be available with BPCL.
(3) The power supply available to the electrical loads of the system is 230V, 50 Hz, single phase AC, and sufficient
isolation shall be provided from the loads.
(4) The electronic circuits used in the system shall be of solid state fail safe design (i.e. lock should remain in
locked condition in the event of the stated conditions) and be provided with proper coating to have
resistance to humidity and corrosion which enables the operation from being impaired by dust and dirt.
(5) The system shall have flexibility for upgradation and expansion in all respects depending on future
requirements with standard modules.
(6) All the TLLS security equipment installed at all the locations will be interconnected and function as one
system. The System shall generate Location wise reports and dashboards as well as for multiple locations
covered under this tender. All the reports and dashboard shall be finalized & part of approved Functional
Design Specifications.
(7) If the System is having multiple applications the same shall be tightly integrated and shall have single access
points.
(8) Users shall be accessing the application from their laptops/Desktops by using any internet enabled web
browser. No client end software shall be required other than standard web browser. The application shall
be equally compatible with latest two versions of popular browsers like Internet explorer, Mozilla Firefox &
Google Chrome.
(9) User interface shall be interactive, aesthetic and shall be finalized in discussion with BPCL.
(10) No value in TLLS shall be hard coded. Any such data shall be configurable through properties/ configuration
files.
(11) Event & Alarm logging, Alarm filtering shall be available.
(12) Real time & historical trending shall be available. Historical trend should support possibility of comparing
information of two different time intervals for graphical analysis
(13) The e-locks and the unlocking component (i.e. key or card or any other unlocking device) shall have an
embedded clock function to enable synchronization of events with the centralized server of BPCL.
(14) User shall have an option to see historical data using calendar and compare TLLS performance of different
locations smoothly
(15) The system shall adhere to a centralized architecture, with centrally located application and database
servers, connected to web-clients at remote locations.
(16) Sufficient resilience / redundancy and logic shall be provided to assure that the availability objectives can be
met without manual intervention.
(17) The hardware shall be designed so that there is no single point of failure that can cause operations to be
disrupted.
(18) Software provided shall be 128-bit based application. Software shall be based on an operating system as
defined herein.
(19) The system shall use industry standard application development software and APIs. All software licenses
shall be provided as per the requirement. Renewable or subscription licenses shall not be used.
(20) The vendor shall ensure that updates and upgrades to the application software are provided and applied
without any cost implication including those upgrades that are compatible to the customization of TLLS
including interfaces.
(21) The TLLS Software shall be a highly scalable enterprise level software solution, capable of integrating with
the BPCL ERP, TAS, VTS and other BPCL applications.
(22) It shall provide graphical user interface functionality for the display and operator control via on-screen site
graphic maps.
(23) Diagnostic checks shall be done by the system periodically for the proper functioning of the locks.
(24) The system shall have an administrator’s interface to manage data and the individual applications.
(25) The TLLS application shall maintain a full audit log of every change made to the TLLS database, including all
programmed and operator requested transaction history.
(26) System shall provide investigation reports to generate event and activities pertaining to system operator
and alarms according to the given search parameters with respect to date and time.
(27) The system shall provide an audit trail function that is intended to record all permanent changes in data
configured by system operators. The audit trail shall record permanent changes made to the configuration
database by manual operator data entry, import/export or other system controlled devices, such as portable
data entry devices. Temporary changes, such as running a report, and querying the cardholder database
need not be recorded by the audit trail function.
(28) All Audit Trail shall be date & time stamp along with User details.
(29) A search tool shall be provided to allow authorized TLLS users to examine the audit log files.
(30) Reports shall be initially displayable on the authorized TLLS user screen, and then be saved as a pdf file or in
the CSV format.
(31) The system shall allow an authorized TLLS user to design, save and generate customized report templates.
(32) It is likely that any of this application may require assistance for new interface during the service contract in
the eventuality of new System integrator which needs to be ensure for development by the vendor.
(33) All changes made in the application, data base or at any other place in the System shall be logged and shall
be part of audit trail
(34) The database of application hosted should be in a different segment than the application. Direct
administrative access should not be allowed to Databases
(35) The application server/ database servers should be regularly updated/patched.
(36) The application server/ database servers should have an up to date antivirus software at vendor’s cost.
(37) There should be mechanism to monitor the security/policy violations and application/ networked services
availability.
(38) System shall allow Operator to log in for specified time periods & the password shall be valid for limited time
period.
(39) The TTLS shall provide the following Location wise standardized reports as a minimum. These reports are to
be provided in detailed as well as summary format. Number of reports and formats shall be finalized during
Pitstop-1 stage. Any additional reports, integration, development etc., other than those finalized in Pit stop
stages, required during the service contract shall be developed at no extra cost :
 All Transaction Reports
 % successful trips/ TL report
 Exceptions report
 Emergency handling report
 Alarm Reports
 Configuration Report
 User Privileges/Access Rights Report
 TL Report, Lock Report,
 Integration of crew photograph for authentication at RO in M-application
 Integration for Trip timing wrt actual Trip time in M-application.
 Analytics like which Lock /Retail outlet / I&C Customers had most unsuccessful trip for the given period
 The System shall generate dashboard for the defined parameters & the same shall be finalized during
the FDS
 The System shall have proper procedure for back up of updated application and data base. The
procedure for restoring the backup shall be defined
 Any other customized MIS/integration as per requirement

(40) Min. 12 month data for each location shall be available in the System. The data beyond that period shall be
archived and to be available for viewing.

(41) The vendor shall ensure 24x7 service support through their dedicated Service support network and thus be
in a position to handle on time commissioning and sustenance of the overall system (as per SLA defined in
Technical specifications) in the market towards the specified BPCL’s location and customer network.

4. SERVICE LEVEL AGREEMENT /PENALTY:


Vendor has to provide end to end solution for TLLS (Tank Lorry Locking System) application where Vendor will be
responsible for maintaining uptime of the devices at the required level based on which the payments shall be
released. % of Successful Trip per TLs/Month calculation including the response time shall be auto generated by
the System & shall be available to the Location / Region / HQ Users.

Successful Trip shall be defined as TL Trip done with TLLS and complete trip from Terminal (Pre-Loading Unlocking)
to Retail Outlet (Post Loading locking) / I&C Customers shall be completed as per the Business Logics.

Any intervention, other than those defined in the business logic, due to Vendor provided
hardware/software/interface shall be included in the above calculation including any malfunctioning which may
arise due to regular handling/ operation by TL crew or their behavioral aspect.

EXCLUSION:
(a) Any delay due to BPCL ERP System, Terminal Automation System (TAS) and or Vehicle Tracking System (VTS)
shall be excluded from the above calculation provided the same can be clearly identified from the report.

(b) Emergency scenario like vehicles meeting with accidents, Police cases.

(c) Suspension/Blacklisting, will not be considered as vendor’s liability for the ongoing month. The same shall not
be included in calculation from the next month onwards till it is made live again.

(d) The consideration for this report shall be approved by BPCL & shall be part of Functional Design Specification

The Bidder shall ensure TL based 99% uptime (A) of the solution including hardware, website, mobile application,
etc. In the event the Bidder fails to provide it, such instances will attract Penalty which shall be calculated separately
for each Operating Location as under:
A >= 99% No Penalty
A < 99% Penalty of Rs. 500/- per hour for each hour Downtime. Fraction of Hour shall be rounded off to the
next Hour.

In case the uptime goes below 85% for a particular Operating Location for two consecutive months in a row, BPCL
will be liable to terminate the contract if the reason(s) for the same are not beyond the control of the Bidder. First
two months of commissioning, the Uptime shall not be less than 95% to assist in stabilization of the system.

The Uptime calculation methodology shall be as follows:

Uptime % = (Total Number of Available Hours – Downtime) * 100 / Total Number of Available Hours, where, Total
Number of Available Hours = Sum total of (2 x Transit Time provided by BPCL for the RO/customer) for all the trips
undertaken by the tank Lorries under EM locks from a particular Supply Location in the billing month.

Total Available Hours : Available working hours for all days of the particular month for an Operating Location

Downtime : Time interval starting from issuance of Complaint


Ticket Number to its closure in the application,
RO/Customer wise.
Net service payment (after adjustment of penalty) shall be made on Completion of every month after satisfactory
completion of service rendered.

In proven and established cases of failures of the bidder’s equipment and/or system leading to loss of business and
/or the brand image of BPCL, BPCL reserves the right to initiate appropriate penal action including termination of
the contract. Such cases of system/hardware failure shall be decided by a team of representatives of the vendor,
Retail HQ, Region location in-charge of BPCL with due recovery of damages.

The Bidder shall deploy a dedicated resource at each Operating Location of BPCL in working hours during the first
three months after successful commissioning to ensure smooth training and transition to the new locking system.
The resource should be a technical/software personnel having understanding of computer & IT systems with some
training on the Smart Electronic Locking System. He should also fully trained 2-3 BPCL Personnel who can undertake
trouble-shooting / train the new RO dealers / undertake periodic training at RO’s.

TL done on any date of first fortnight shall be considered as having commissioned on 1st of that month and one on
any date of second fortnight shall be considered as having commissioned on 1st of next month, for simplification
of the process.

The Bidder will provide 24X7 support through its fully functional Call Center. The support center shall provide a
technical help desk, staffed by skilled technical support representative. The helpdesk shall incorporate a call
management system and a “known problems/ solutions‟ database available online. Any call made by the
Customer/ User should be promptly resolved by the Bidder without any unreasonable delay.

The following events do not constitute a Downtime and shall not be considered for levying penalty:

o Interruption due to scheduled maintenance, alteration, or implementation, where the Bidder provides at least
48 HRS prior written notice and mutually agreed. The usual scheduled Maintenance time is the early hours of
the morning i.e., between 1am to 5am (IST). The usual maintenance time would not be more than two hours.

o Failure of the BPCL links, Internet connectivity at the RO/Depot premises, failure of mobile/data services or
any network not owned or managed by the Bidder.

o Failure or malfunction of any equipment or services not provided by the Bidder or any case of tampering
attempt and/or visible tamper evidence as established jointly by the BPCL and the Bidder.

The bidder shall develop a dedicated Complaint logging and monitoring application for ascertaining the status and
RO / Depot wise Downtime including total location based downtime. The BPCL / User shall log the issue in the
online complaint module to get a Complaint Ticket number. The BPCL / User can track the Complaint Ticket number
till the Complaint Ticket is closed on resolution of the outage.

Bidder shall also position requisite manpower for system sustenance. Proactive action on replacement/preventive
maintenance shall be desired for ensuring higher Uptime.

5. FUNCTIONAL SPECIFICATIONS
a. The system should be such that two locks are mated to a tank lorry and they can be accessed at by the keys of
the system made available by the vendor at all the Customer/BPCL locations as per authorizations in Business
Logic.

b. The system should be such that the locks can be opened/closed with the key only inside the authorized Geo-
fences as per Business Logic.

c. The system shall also have a mechanism to prevent / deter movement of tank lorry in unlocked condition from
the Geo-fence where the locks were opened.
d. The system shall be such that the tank lorry can be locked/unlocked only after it has been confirmed in the
system by the RO dealer/ I&C customer that the tank lorry driver and cleaner are the same as the ones who
had filled the tank from the BPCL Supply Location and the tank lorry has reached within the stipulated Transit
time.

e. For the fulfillment of the above points, BPCL shall make available the following to the vendor:
 All necessary Geo-fences along with co-ordinates, locations and mobile numbers of the Retail Outlets/I&C
customers and BPCL supply locations
 Photographs of tank lorry crew
 Data from BPCL ERP regarding the destination of tank lorries loaded from BPCL Supply Location
 Location data of Tank Lorry from VTS at every 5 minutes interval
 The standard Transit time between the origin and destination of the loaded tank lorry.

In case of deviations from above, i.e., tank lorry arriving late, without the authorized crew, etc., the scenarios
shall be classified as Exceptions scenarios which shall be handled as per Business Logic.

f. 2 Locks per TL shall be used for locking the top dome covers & the bottom outlet valve box.

g. The Lock shall be of suitable tough material which should not generate spark upon falling on a hard surface
and must be suitable for Petroleum Tank Trucks/outdoor usage. The Locks shall have Ingress Protection rating
67 as min. The Lock design shall be tamper resistant.

h. The Lock-Key arrangement shall have PESO approval for its intended use in hazardous area. Any other
component of Locking System which is intended to be used in hazardous area shall also have PESO approval
without fail.

i. The Lock shall be opened and closed either through Key/Card/Alternate unlocking component (referred as Key
hereafter) or keyless operation (OTP / Software enabled tool) based on the business logic only.

j. The Lock shall be visible for the inspection to the security and shall not be permitted for any hot work for fixing
on TLs and no down time of TL is thus permissible.

k. Keys, if provided, shall be programmable such that it can operate designated multiple locks based on business
logic. There should be no Master Key concept. The keys shall be non-duplicable & shall have both mechanical
patterns as well as electronic coding. The electronic code shall reside on a chip with proper encryption. The
locks shall also have a unique chip for proper authentication. The communication between the Lock & Key and
between devices & server shall be encrypted and shall be 128 bit AES/3 DES or better, to be upgradable if
required at vendor’s cost.

l. The Key or lock shall have LED & beep indication for success or failure depiction Lock shall be independent of
the Customer. Mapping of Locks with TLs shall be done through System and the Key shall get authorization to
open/close such locks based on business logic. The Authorization for the key shall be for configurable time
only. It shall be possible to have different time configuration for different Terminals/Depots and Retail Outlets
/ I&C Customers.

m. The trip based codes shall be transmitted securely over the system, via SMS to the authorized person in the
Retail Outlet / I&C Customers. Simultaneously, the system should also send the code to a registered email id.
n. GPRS-based mobile app shall be provided by the Vendor to facilitate secure and convenient Locking/ Unlocking
operation at the Retail Outlet / I&C Customers. The Mobile App shall be provided on the authorized phones
and shall be suitable for Android, iOS or any other OS. It shall be possible to push the code if SMS is not received
based on Dealer confirmation. Internet connection shall be provided by BPCL/ Dealer.

o. All devices, components of TLLS shall be time synchronized with BPCL ERP / VTS System.

p. Real time alert or Audit trails of events (such as lock opening, closing, tampering, vandalism attempts)
associated with it shall be provided by the System.
q. The system shall have the capability to generate alarms & alerts of various events in the form of GUI
representations as well as via SMS, automated phone calls, emails, push notification etc.

r. All the events, operator action and alarms shall be captured by the System and shall be available in report
format.

s. The system shall generate all required alerts and reports such as trip based event summary, active (open) locks,
active keys, keys / locks in transit, vehicles in transit, abnormal events, and so on.

t. User Privileges shall be defined in Pit stop stage. Broadly there can be 10 Levels of Roles & multiple user can
be associated either with one or more roles.

u. The System shall have customized view for Locations, Region, and HQ. Location shall be able to access their
own location details. Region shall get the view of Locations pertaining to their jurisdiction. HQ shall get an
overall view of all the Locations.

v. System shall generate dashboard view for all.

w. The Lock shall have mechanism of real time communication with Server during or after every trip. However, in
case of exigency, the lock shall also have internal memory of at least 1000 transactions. Every Open/Close
attempt shall be treated as 1 Transaction & shall work on FIFO basis.

x. The lock shackle diameter should be such that it fits in a hole of 10 mm diameter, which is suitable for the
locking cleats of our current base of TL’s.

y. System shall have workflow application to handle exceptional scenario like no connectivity ROs or emergency
scenario like in case of accident. The system shall have the capability to authorized release the key in
emergency situations, when the truck is not either at the terminal or at the Retail outlet / I&C Customers.

z. Vendor to provide requisite data/details to BPCL to leverage the data for integration with other internal
applications.

aa. In case it is found that the data/details/application etc. has been shared with others by the vendor, it shall be
treated as breach of the Contract and action shall be taken as per contract.

bb. The offered EM Lock should confirm to the requirements stipulated in the standard EN12320 for Grade 3 or
Grade 4 padlocks or equivalent standard (Participants are required to product valid certificate in support of
compliance to EN12320 for Grade 3 or Grade 4 padlocks or equivalent standard).

cc. Padlock should have High Security Heel & Toe locking shackle.

dd. Dust Cover: Padlocks should have a Plastic / Steel Dust Cover to protect lock from Dust, Water Ingress.

ee. The offered EM Locking System should work satisfactorily in the Ambient temperature range: -10°C to +60°C

Typical Schematic (Process currently being followed at locations where EM Locks have been implemented – At
terminals & at Customer premises):
6. PROPOSED PROCESS

Currently, TLs operate with a Top loading / Bottom unloading mechanisms and they may carry more than one grade
of product in different compartments. A sturdy cross (link) bar passes through the dome covers so that only one
lock is required on the top (Common Locking system) and the other for the valve box that covers the outlet valves
at the bottom .
Guiding framework of proposed process with Lock-key is as under (Vendor shall be required to submit detailed
framework/architecture to BPCL for approval so that the finalized system is implemented across to maintain
uniformity:

AT THE TERMINAL
a. New TLs shall be registered in the system and Locks shall be assigned.
b. Key will be provided at the Terminal and at each Retail Outlet/ I&C Customers.
c. Empty TL will arrive at the terminal gate and will be allowed entry into the Terminal after FAN generation/
Bay Allocation and necessary security checks
d. TLLS shall have interface with ERP System/ VTS / TAS System so that necessary action based on TL status can
be taken
e. Key will be with the Sealing personnel near sealing platform and shall be authorized by the In-charge for
configurable time period/day.
f. All authorization/configuration changes shall be logged in the System & shall be part of exceptional report
g. The locks shall be opened/closed by the Sealing man at designated place inside the location and all such
transactions details shall get downloaded in the server online or offline as per required intervals. At the end
of transaction, the key shall be available for authorization of next set of TL locks.
h. The key shall be such that it cannot be taken out when the lock is in unlocked condition. Either the Lock or
Key shall have mechanism to communicate with the TLLS application so that all event related to Lock and
key shall be transmitted and available with the User.
i. The Key shall be returned to the In-charge within the specified time to keep it securely at his end. If the Key
is not returned within the specified time to the In-charge, then alarm shall get generated for the In-charge.
j. ERP System will generate the invoice once the loading is completed. The TLLS application shall map the
invoice generated by ERP System for identification of the destination Retail outlet / I&C Customers. There
should be facility for manual mapping also in case of any interface issue
k. The lock shall be visible for physical inspection by the Security/authorized personnel before it leaves the
Terminal. There shall be provision in the System for the Sealing operator to confirm if the lock is physically
locked.
l. Key in active condition shall always be within the designated geo-fence area both at the Terminal end and
RO end. In case the Key goes out of geo-fence area than alert shall be generated to the designated User
and the same shall be available as part of exception report. Any additional alerts required shall also be
provided as per the need.
m. All the events shall be communicated to the central server.
n. System shall not allow the locks to be opened enroute as the business logics
i. Are not satisfied other than emergency scenario. Any unauthorized attempt
ii. made to open the lock shall be logged and shall be available as exceptional report
o. BPCL will provided the Geo-Fence of the Terminals and Retail outlet / I&C Customers to the successful
participant for mapping in the TLLS
p. Suitable functionality of allowing registered TL crew members to be acknowledged by the dealer after
receiving the TL and before request for OTP in the application ( like app taxi solution). Also, OTP to be
disabled in case the TL has taken more time than the configured trip time to a particular customer premise
from a location, in the application.
q. If TL is not locked and tries to go out of the Depot / Terminal, TLLS will generate an alert to the authorised
person of the Terminal.
r. TLLS to provide an alarm to the Location I/charge in the event the key is not returned within the configured
time.

AT THE RETAIL OUTLET / I&C CUSTOMERS

a. TLLS shall ensure that as the TL reaches in the designated geo-fence of the RO, the dealer will get the OTP
on the designated mobile/e-mail or any alternate dual authentication mechanism which on input in the TLLS
application (Mobile / desktop), will authorize the key for opening of the lock. In case the Geo-fence is not
updated or because of any reason OTP could not be sent/received, there should alternate authorized
mechanism for opening the lock.

Authentication for opening/closing of lock shall be through OTP on registered mobile number of the
customer and within the defined geo fence area of the customer premises. The vendor shall make provision
for faster dispatch of OTP for authentication by hiring best services from telecom operator. OTP life shall be
for configured time period.

Once the locks get opened/ unloading operation is complete, the dealer will complete the unlocking &
locking process.

b. The Trip shall get automatically completed. Exceptions shall be handled as per business requirements.

In cases where there is limited or no internet connectivity at RO, the vendor must either create alternate
authorization process in the application/system.

Authentication at Depot/ Terminal will be based on pre-authenticated/ key unlocking devise for a specified
period with in the defined Geo – Fence.

Solution having provision of locking / unlocking only once and the lock can’t be opened unless the tank lorry
reaches its destination without the intervention of the administrator / limiting authorization time of the key
and through exceptions in periodic MIS is acceptable to BPCL.

EMERGENCY OPERATION

1. In case of emergencies, the TL crew / authorized person from the TL operator will dial the call center support.
On verification, the call center personnel will escalate the matter to the appropriate location in charge.

2. The system shall have the capability to enable the location -in-charge to transmit the code to an authorized
person or authorize alternate key nearby available to the location of incident. The System on demand shall
locate the nearby Retail Outlet / I&C Customers, key of which can be utilized for opening of TL in emergency.
An appropriate workflow shall be defined in the system, for at least two-level escalation.

3. Work flow shall also be available for exceptional scenario apart from emergency scenario
ANNEXURE VI: CYBER SECURITY GUIDELINES FOR IT SOLUTIONS [ENCLOSED WITH THE E-Procurement portal]

ANNEXURE-VII: BACK TO BACK GUARANTEE

(FOR INDIAN ARMS PARTICIPATING ON BEHALF OF FOREIGN PRINCIPALS)

TO WHOMSOVER IT MAY CONCERN

Attn. Bharat Petroleum Corporation Limited,


Mumbai -400015.

Subject: Back to Back Guarantee for M/s.

Guarantor: M/s. (Foreign Principal)

TENDER NO. …………………..

Sir,

We M/s. (Foreign Principal) who are manufacturer/ SI of


_____________, hereby agree to provide Back to Back Guarantee to M/s.
________________, having established address at , for our supplied product such that in case of
failure of any supply(or) performance of the equipment in all respects or as per the warranties /guarantees that have
been given, then we will assume all obligations under the contract pertaining to the items in our purview.

Yours faithfully,

Sign.
_________________________
Name :
Designation :
Date :
Address :
FOLLOWING ANNEXURE ARE GIVEN ONLINE AS ANNEXURES. BIDDERS TO DOWNLOAD, FILL DETAILS IN ALL RESPECTS,
VERIFY FROM TPIA/ CA/ AUDITOR (AS PER INSTRUCTION FOR EACH ANNEXURE) AND UPLOAD IN E-PROCUREMENT.

ANNEXURE VIII: LAND BORDER DECLARATION/ SOCIAL MEDIA DECLARATION/ HOLIDAY LISTING DECLARATION/
LIQUIDATION DECLARATION [FORMAT GIVEN IN E-PROCUREMENT PORTAL]

ANNEXURE IX: PPLC DECLARATION [FORMAT GIVEN IN E-PROCUREMENT PORTAL]

ANNEXURE X: EMD SECURITY BID DECLARATION [FORMAT GIVEN IN E-PROCUREMENT PORTAL]

ANNEXURE XI: CA DECLARATION FOR MSE VENDORS [FORMAT GIVEN BELOW FOR BIDDERS’ DECLARATION]

ANNEXURE XII: INTEGRITY PACT [FORMAT GIVEN IN E-PROCUREMENT PORTAL]

PRICE BID: IS ENCLOSED IN E- PROCUREMENT PORTAL.

NOTE: IN CASE OF ANY DEVIATION KINDLY MENTION IN THE DEVIATION ANNEXURE ENCLOSED IN THE BIDDING
FORMS OF E-TENDER WITH JUSTIFICATION.
Annexure : XI

Date:___________

CERTIFICATE CONFIRMING ELIGIBILTY FOR BENEFITS OF PUBLIC PROCUREMENT POLICY

Ref: Tender No………….. for……………………………………………………………

This is to confirm that we have verified the investment limits and other details of Unit _________ pertaining to M/s
________ and certify that they satisfy the eligibility criteria as per MSMED Act, 2006 and other
notifications/circulars/amendments issued from time to time in this regard. Accordingly, M/s _______ is a Micro/Small
enterprise under the said Act and are eligible to claim the benefits of public procurement policy for the tender mentioned
above.

In case applicable:
Based on our verification of share holding pattern and other details, it is certified that M/s ________ meets the eligibility
criteria under SC/ST provision of Public Procurement Policy Order 2012 and other notifications/circulars issued from
time to time in this regard and are hence eligible to claim benefits pertaining to SC/ST under the act.

In case applicable:
Based on our verification of share holding pattern and other details, it is certified that M/s _________ meets the eligibility
criteria under Women Entrepreneur provision of Public Procurement Policy Order 2012 and other notifications/circulars
issued from time to time in this regard and are hence eligible to claim benefits pertaining to Women Entrepreneur under
the Act.

(Membership No. of CA along with certification / stamp )

You might also like