TENDER DOCUMENT - EM LOCKING - HPCL
TENDER DOCUMENT - EM LOCKING - HPCL
Contract period: The System shall be operated on Op-Ex model. Standing Order
will be issued on successful bidder with overall Validity of PO for 5 years. Callup
Purchase orders will be issued for Individual locations with a service contract period
upto maximum 5 years from the date of Callup order.
Callup/Service order will be issued in Two Phases as mentioned below :-
Phase-I will be for two (2) Locations on pilot basis. Callup will be issued after
Successful SAT (Site Acceptance Test ) & Stabilisation Period.
Phase-II Callup Purchase orders will be released for balance individual locations,
after successful SAT of each Location.
Success bidder shall be able to mobilize at least 500 units or more of devices for
the Phase 1 locations as advised by HPCL.
Service Billing will commence against Callup/ service order from the date of
successful SAT.
Callup Completion Period i.e., Service Contract period of each Location shall
commence from the date of successful Site Acceptance Test (SAT).
Successful SAT is defined as punch point compliance of all major functional
points. HPCL decision will be final in this regard.
If the Vendor fails to complete the project Work in expected timelines, penalty will
be applicable @0.5% per week subject to maximum of 5%. Penalty will be Location
wise & will be reduced from the Unit rate quoted by the Vendor for that location &
the new reduced rate after deduction of penalty will be the unit rate of the service
contract.
During the contract period, there may be instances of realignment of TT’s from one
location to other location. Incase of realignment of TT’s under the scope of this tender,
necessary modification for such realignment of TT’s shall be carried out free of cost by
the vendor.
Service Contract period of each Location shall commence from the date of successful
Site Acceptance Test (SAT).
Successful SAT is defined as punch point compliance of all major functional
points. HPCL decision will be final in this regard.
With a view to address improvement/upgrade in the current mechanical tank locks, HPCL
wants to deploy secure mechanism in the form of electronic / Electromechanical Tank
Truck Locking System (e-TLLS), which would provide audit trails /alerts in case of
tampering and/or subversion if any.
Each TL will have to be provided with two Locks one for the top dome cover and the
second for outlet valves for loads as per HPCL Tank Truck design system.
To provide a secure locking mechanism for Top Dome covers (TDC) and Discharge
Faucets of every tank truck carrying HPCL fuel from terminal to retail outlet or as
advised.
Monitoring & tracking the process of locking and unlocking for every trip of the Tank
Truck through “OTP based Mobile application“ or any other alternate secured mode as
approved by HPCL
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/Zone/HQ. Customer shall also be able to monitor his trips and take pro-active
actions,
Locks shall be offered for TPI inspection by the bidder as advised by HPCL in
case of any suspected tampering. Evaluation of functionality of Locks /Keys shall
be carried out by competent Third-Party Inspection Agency at No additional cost
to HPCL. Terms of Reference for Third Party Inspection Agency will be advised
by HPCL basis the input provided by successful bidder.
The system shall also have a mechanism to raise an alarm / alert in case the locks are
not locked within a pre configurable time from the geo fence.
System should get alert/audit log must be created for such unwarranted act of
tampering/any deviation from SOPs/FDS.
Public Tender shall be floated, in Two Bid system consisting of Unpriced Bids (Bid
Qualification Criteria -BQC, Technical and Commercial) and Price Bids separately.
Proposed HPCL Locations & Hospitality locations (where HPCL Tank trucks filled the
product at terminals of OMCs or Private players) for implementation of EM Locking are
spread across PAN India geographically. All locations are covered under single package.
The tender will be awarded to lowest bidder for the overall package.
Standing Order will be issued on successful bidder with overall Validity of PO for 5
years. Callup Purchase orders will be issued for Individual locations with a service
contract period upto maximum 5 years from the date of Callup order.
Callup Purchase order will be issued in Two Phases as mentioned below :-
Phase-I will be for two (2) Locations on pilot basis. Callup will be issued after
Successful SAT (Site Acceptance Test ) & Stabilisation Period.
Phase-II Callup Purchase orders will be released for balance individual locations,
after successful SAT of each Location.
Success bidder shall be able to mobilize at least 500 units or more of devices for
the Phase 1 locations as advised by HPCL.
Service Billing will commence against Callup/ service order from the date of
successful SAT.
List of HPCL Locations & Hospitality locations intended to be covered are given as per
attachment. (Annexure-I).
**List of HPCL Locations & Hospitality locations is tentative and might get change during
the tender execution period at discretion of HPCL.
(Bidder shall meet all the criteria specified under Clause 3.1)
OR
Prime Bidder may be a Solution provider* having their own software application, who
will procure Electronic/ Electro-mechanical locks from reputed manufacturer
Note: *Solution Provider is the one who is having their own application which can be
customized to suit tender requirement or shall have adequate capability & resources to
develop customized e-locking application as per HPCL tender requirement within 3
months from LOI date failing which the contract is liable for rejection
The prime bidder shall submit a tie up agreement /Back-to-Back agreement (till the
complete Contract) with E-lock manufacturer or the solution provider as the case may
be for support during the complete contract period
Experience of having successfully carried out and completed similar works during last 7
years ending 30.09.2021. Experience should be any one of the following
a) Three similar completed work each costing not less than Rs. 387 lacs in the last 7 years
ending 30.09.2021
Or
b) Two similar completed works, each costing not less than Rs. 484 Lacs in the last 7 years
ending 30.09.2021
Or
c) One similar completed works, costing not less than Rs. 775 Lacs in the last 7 years ending
30.09.2021
Average Annual Financial Turnover during the last 3 years, ending 31 st March’21, should
be at least Rs. 1453 Lacs. For the vendors following financial year closing at the end of
June or September or December, the last 3 financial years ending with the respective
quarter of will be considered.
Note: In case Contract is executed on OPEX model then at least 1-year contract period
shall be completed within the specified period mentioned in the qualification criteria
and cumulative completed value till the last completed year will be considered for
total executed value.
If the documents i.e. Purchase Order/Balance Sheets submitted by the bidder for BQC
compliance are in foreign currency, then the same will be evaluated basis the currency
conversion rate (RBI reference rate) prevailing as on that date of the document e.g. Date
of purchase order etc.
PQC Qualification details along with supporting document shall be submitted in format below
along with tender document
Technical Criteria –
Sr Criteria WO Work Work Work Work Order - Work Date of
No. no. Order Order Order Executed Value Order Completion
(WO) Issued Value Completion Executed
Details By (lakhs) Certificate Ref. Value
Ref. No & Date. (lakhs)
&. Date-
1 Three similar WO-1
completed work
each costing not WO-2
less than Rs. 387
lacs in the last 7 WO-3
years ending
30.09.2021
Annual Turnover –
Sr no. Criteria - Average Financial Year Annual Turn Supporting
Annual Financial over document for
Turnover during the last Annual
3 years. Turnover. Ref.
1 2020-21
2 Rs. 1453 Lacs 2019-20
3 2018-19
Average
Turnover
NOTE: For Technical Criteria and Financial Criteria, PQC will be relaxed by 15% for
Micro and Small Enterprises, subject to meeting the prescribed quality and
technical specification of the tendered items/services.
Pre bid meeting is scheduled to facilitate the intending tenderer to get clarification on
both technical & commercial part. Clarification will be send to all bidder by HPCL. No
further deviations/clarification will be permitted after opening of techno/commercial bid.
Parties who are affiliates of one another can decide which Affiliate will make a bid. Only
one affiliate may submit a bid. Two or more affiliates are not permitted to make
separate bids directly or indirectly. If 2 or more affiliates submit a bid, then any one or
all of them are liable for disqualification. “Affiliate” of a Party shall mean any company
or legal entity which:
Fulfillment of Eligibility criteria and certain additional conditions in respect of each of the
above types of bidders are stated below, respectively:
a) The sole bidder (including an incorporated JV which has completed 3
financial years after date of commencement of business) shall fulfil each
eligibility criteria on individual / combined basis.
b) In case the bidder is a newly formed and incorporated joint venture and
which has not completed three financial years from the date of
commencement of business, then either the said JV shall fulfil each
eligibility criteria or any one constituent member/ promoter of such a JV
shall fulfill each eligibility criteria. If the bid is received with the proposal
that one constituent member/ promoter fulfils each eligibility criteria, then
this member/promoter shall be clearly identified and he/it shall assume all
obligations under the contract and provide such comfort letter/guarantees
as may be required by Owner. The guarantees shall cover inter alia the
commitment of the member/ promoter to complete the entire work in all
respects and in a timely fashion, being bound by all the obligations under
the contract, an undertaking to provide all necessary technical and financial
support to the JV to ensure completion of the contract when awarded, an
undertaking not to withdraw from the JV till completion of the work, etc.
Participants need to submit the above declarations in the online portal. Participants who
do not satisfy the above conditions will not be considered for evaluation.
The vendor should have an established and adequate service set up in India (own or any
appointed service provider) as on due date of bid submission and thus be in a position
to handle on-time commissioning and sustenance of the overall system (as per SLA
defined separately) in the market towards the specified HPCL’s location and customer
network.
Documents Required
Declaration for managing the overall system with plans.
7. GENERAL
1. Bidders who are not manufacturers of the locks should arrange for the following
documents and upload the same in the tender.
a) An authority letter from OEM (Original Equipment Manufacturer), authorizing the
bidder to offer / quote OEM's locks in this tender.
2. Payment: Payment shall be made thru respective Zonal Office. List of Zonal Offices is
enclosed. (Annexure IV)
SPECIAL CONDITIONS
OF
CONTRACT
(SCC)
Contract period: The System shall be operated on Op-Ex model. Standing Order
will be issued to successful bidder with overall Validity of PO for 5 years. Call up
Purchase orders will be issued for Individual locations with a service contract period
up to maximum 5 years from the date of Call up order.
Call up Purchase order will be issued in Two Phases as mentioned below :-
Phase-I will be for two (2) Locations on pilot basis. Callup will be issued after
Successful SAT (Site Acceptance Test ) & Stabilisation Period.
Phase-II Callup Purchase orders will be released for balance individual locations,
after successful SAT of each Location.
Success bidder shall be able to mobilize at least 500 units or more of devices for
the Phase 1 locations as advised by HPCL.
Callup Completion Period i.e., Service Contract period of each Location shall
commence from the date of successful Site Acceptance Test (SAT).
Successful SAT is defined as punch point compliance of all major functional
points. HPCL decision will be final in this regard.
If the Vendor fails to complete the project Work in expected timelines, penalty will
be applicable @0.5% per week subject to maximum of 5%. Penalty will be Location
wise & will be reduced from the Unit rate quoted by the Vendor for that location &
the new reduced rate after deduction of penalty will be the unit rate of the service
contract
Service Contract period of each Location shall commence from the date of successful
Site Acceptance Test (SAT).
3. TERMS OF PAYMENT:
Location wise monthly Payment shall be made. Monthly Payment shall be based
on the successful trip of TT/Month for that location as specified in the tender
subject to the provisions under the Terms & Conditions of the Contract for
deduction of taxes at source, retention money etc. Disbursement shall be done by
Respective Zones for their location
Bidders are required to accept the payment terms given above without any
deviations. In case of deviations, Bidders will be given one opportunity to withdraw
the same without any revision in prices failing which the offer is liable to be rejected.
6. Vendor shall maintain adequate spares at each location which shall include
minimum 5% of the Locks and other items required for successful operations of
e-locking in order to meet the desired Service Level agreement specified in the
tender. The stock shall be replenished as & when required so that minimal
downtimes is ensured at all the time. Batteries of locks/keys (if any) and keys will
be replaced free of cost in all cases like wear & tear , non-performance for the
reasons attributable to vendor etc. As the TT has to be loaded & sent to Retail
outlet with secured locking mechanism for each and every trip, in case of any
downtime HPCL will be free to make any alternate arrangement at the risk & cost
of the Vendor in addition to deduction in the payment due to non-conformity of
the service level agreement.
7. Form C/D, Road Permits, Entry Permits etc. will not be issued by HPCL during project
execution or Service Contract period.
8. No conditions should be mentioned in the price bid. Conditional price bid shall be
liable for rejection.
9. CONFIDENTIALITY:
The Bidders are requested to handle/respond the tender in utmost confidentiality
and shall not copy documents/information of the Corporation and shall not
divulge/distribute/share any documents/information or knowledge of things or
process which Bidder comes to know or acquires during the tendering/execution
process. HPCL also reserves the right to initiate appropriate legal action against
Bidder for breach of this condition or any copy right or infringement of intellectual
property of HPCL disclosed to Bidder during the tendering/execution process.
Illustration:
Assumption- Service Contract Period = 5 Years = 60 months
Assumption – Executed Contract period - End of 1 Year Service ( 12 months) Contract
period.
Unexecuted Service Contract period = 4 years = 48 months
Deduction Amount against bank guarantee for actual unexecuted service contract period
shall be calculated inline with the sample calculation/illustration given above.
iii. Action for Termination shall be initiated and bidder will not allowed
to participate in the upcoming tender for EM locking.
i. Vendor shall ensure that locks perform for the entire contract
period. In case of normal wear and tear, locks/ keys shall be
replaced by the vendor free of cost.
12. All these Special conditions shall be read in conjunction with General Conditions
of Contract and Instructions to bidders. If any provision in these special conditions
is at variance with that of the aforesaid documents, the Special Conditions shall
be deemed to take precedence there over.
13. General
In the absence of any specifications covering any material, design of work (s) the
same shall be performed / supplies / executed in accordance with Standard
Engineering Practice as per the instructions / directions of the Engineer-in-Charge,
which will be binding on the bidder. These have to be completed at no extra cost
to HPCL.
It is the clear understanding of the bidder that the complete scope as defined or
as may be required for the intended objective of this tender is included in the
quoted price. No extra payment apart from the quoted price will be made in order
to achieve the intended objectives. Reasons like, bidder having not envisaged /
considered a particular activity or element of cost required to be carried out for
achieving the intended objective or some activity not specifically mentioned in the
tender enquiry/tender but required to be carried out for achieving the intended
HPCL will have the sole rights to the templates / documentation / processes /
solution model etc. developed in the course of implementation and the Successful
Bidder and/or their partners will not be allowed to use them without the explicit
prior permission of HPCL in writing.
Successful Bidder will be wholly and solely responsible and liable for all the jobs
carried out by them / services provided by them. HPCL acceptance having signed
off a particular milestone will not exonerate the Successful Bidder from his prime
responsibilities to have done a correct job as per the requirement of the
job/contract and as per international practices in the first instance itself. If
required, Successful Bidder will be required to revisit those milestones which are
already signed off and will be required to make suitable corrections at no extra
cost to HPCL.
Any willful attempts by the Successful Bidder to camouflage the deviations by not
mentioning them in the prescribed format may render the bid itself non
responsive. Only the deviations which are mentioned on the format attached in
tender or in the datasheets will be taken during evaluation and remaining offer
shall be considered as exact compliance to tender enquiry.
19. Public Tender shall be floated, in Two Bid system consisting of Unpriced Bids (Bid
Qualification Criteria -BQC, Technical and Commercial) and Price Bids separately.
Proposed HPCL Locations & Hospitality locations (where HPCL Tank trucks filled
the product at terminals of OMCs or Private players) for implementation of EM
Locking are spread across PAN India geographically. All locations are covered
under single package. The tender will be awarded to lowest bidder for the overall
package. PO will be issued for two (2) Locations on pilot basis and upon successful
stabilization of these locations; PO will be released for balance locations
1. Introduction
The Following are the major milestone envisaged in this Tender for complete package:
PO Placement
Kick Off Meeting
Data Sheet approval & other engineering approval
Functional Design Specification
Factory Acceptance Test
Test Run in UAT Environment
Migration from UAT environment to Production
SAT at Phase I Locations (2 Nos)
Stabilization Period for locations in both the package –called as Phase-I
Solution Implementation at balance locations called as Phase-II
SAT at Phase II Locations
2. Intent of specification
List of HPCL Locations intended to be covered are given as per attachment. (Annexure-
I) **List of HPCL Locations & Hospitality locations is tentative and might get change
during the tender execution period at discretion of HPCL.
Number of TTs & Retail Outlets given in the tender for Complete package are only
indicative and are bound to change at the time of implementation due to dynamic
business environment. Any variation in number of TTs, either on positive or negative
side, shall be paid on Unit basis based on the number of successful trips and no other
additional compensation/escalation shall be considered. In case of Retail Outlets, In
case of Retail Outlets, no additional payment/deduction shall be made if additional
outlet is being added during the contract period. Vendor must opt for zero pricing for
variation in Retail Outlet numbers if the solution provided is RO agnostic.
Petroleum products are distributed from HPCL storage locations, i.e. depots terminals/
TOPs (Tap-off points) to retail outlets for further sale to the end customer. The
products are transported from depots to retail outlets in tank trucks. These tank trucks
may be company owned, dealer owned (owned by the retail outlet dealer) or
contractor owned (third party). The dealer and contractor trucks operate under an
agreement with HPCL. The tank trucks may be of varying capacities having multiple
compartments.
Each compartment has an opening at the top and an outlet valve at the bottom. Apart
from the main opening meant for filling, there is also a small hole at the top for the
dip rod. The openings are provided with threaded caps and are covered with a
hemispherical dome cover or lid. The dome cover may be of aluminum or steel. The
dome covers are hinged at one end and have a locking arrangement at the other end.
Tank trucks may carry a single product or mixed load or a load of variants of the same
product.
After loading, the TT top hatches (dome covers) and bottom valves are locked with
existing mechanical locks. A delivered supply means it is the responsibility of HPCL to
supply the product of correct quantity/quality at the receiving location (i.e. the retail
outlet in this case). Each dome cover and bottom valve is locked. A particular set of
mechanical locks is assigned to a dealer. One set of key(s) of this set of locks is with
the dealer. The depot in-charge has one master key of all locks within his jurisdiction.
After the truck is sealed/ locked, the driver collects the invoice and proceeds to the
destination.
At the destination (Retail outlet), the locks are opened. The dips of each compartment
are checked. The sample density/ temperature is checked. After the dealer is satisfied
with the quality and quantity, the product is unloaded into the underground tank.
The purpose of locking is to secure all the faucets and openings for ensuring quantity
and quality.
4. System Objectives
To provide a secure locking mechanism for Top Dome covers (TDC) and Discharge
Faucets of every tank truck carrying HPCL fuel from terminal to retail outlet or as
advised.
Monitoring & tracking the process of locking and unlocking for every trip of the Tank
Truck through “OTP based Mobile application“ or any other alternate secured mode
as approved by HPCL
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/Zone/HQ. Customer shall also be able to monitor his trips and take pro-
active actions
Locks shall be offered for TPI inspection by the bidder as advised by HPCL in case
of any suspected tampering. Evaluation of functionality of Locks /Keys shall be
carried out by competent Third-Party Inspection Agency at No additional cost to
HPCL. Terms of Reference for Third Party Inspection Agency will be advised by
HPCL basis the input provided by successful bidder.
System should get immediate alert/audit log must be created for such unwarranted
act of tampering/any deviation from SOPs/FDS.
Interlocking Lock Operation with Trip time as per HPCL ERP Interface .
The prospective bidders are requested to thoroughly read and comprehend the various
sections of this tender document and are free to visit locations (Both Automated and Non
Automated Locations including OMCs Hospitability Premises) before quoting for the
tender for making them aware of existing system and facility. The cost of visiting the
sites shall be at bidder’s own expenses. No extra claim on account of non-familiarity of
site conditions shall be entertained during execution of works.
System shall allow Operator to log in for specified time periods & the password shall
be valid for limited time period.
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 FDS stage. Any additional reports, other
than those finalized in FDS, limiting to 20 Nos each year during the service contract
shall be developed at no extra cost:
Alarm Reports
Configuration Report
User Privileges/Access Rights Report
TL Report, Lock Report,
Analytics like which Lock /Retail Outlet had most unsuccessful trip for the given
period
Zone Wise/Location wise Dealer Debit Report i.e. Dealer wise/TT wise successful
EM Locking trip and load status
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
SMART Reporting as per HPCL requirement i.e. User specific report where user
can select the table format (rows/column) and report will automatically
generated
Trip Time Exception reports.
UPS power for the System at the Data Center & HPCL Locations
Tank Truck with two Locking arrangement
LAN & Power cabling at the Data Center and HPCL Terminal. Vendor may
supervise & provide specification for the same. No System performance/
response time delays shall be admissible. Alternatively, Vendor may provide
the same at his cost.
Proximity card for the TTs. However suitable card reader for opening of secured
box shall be provided by the Vendor
Co-Ordinates of the Terminals & Retail Outlets. The same shall be mapped by
the Vendor in his application
6. Scope of work
Scope of work shall include Supply, Installation, testing, commissioning, operation and
maintenance of the Tank Truck Locking System.
The project will be executed on Op-EX model & the Vendor will be paid on % of
successful trip for each TT per month subject to the service level agreement mentioned
in this tender. System shall automatically generate such service level report for each
Location. Payment shall be made by each location at the end of the month based on
the report.
The detailed scope of services & various deliverables under it for the selected vendor
for the HPCL-TTLS project shall be as follows:
6.1 System Description
TTLS shall have a centralized architecture with a centralized server system hosted at
the HPCL Data Center managing the locking operation at various remote locations.
The data center shall be in premises assigned by HPCL within a location in India. 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. Vendor shall provide at the
central location a robust Production server, a High availability Server, Disaster recovery
Server and UAT server. Database server shall be provided with the latest version of MS-
SQL(enterprise 2014 or better)/Oracle/mySQL DB/equivalent. OS should be Windows
2012 Server R2 Standard Edition at minimum and preferably Windows 2016 Server
with latest Service pack. In case vendors comes with Non-Microsoft Technologies, OS
/ Database: Should be Latest-1 or Latest version Enterprise Edition. & appropriate
support subscription should be there for the Service contract period. The system being
the backbone of the security of the establishment, a formal Business Continuity Policy
[BCP] framework shall be set up by the vendor in conjunction with HPCL within which
a site would be identified for redundant Disaster Recovery Center fallback. Access to
the application shall be permitted under authorization of HPCL as per the security
framework.
All the hardware required for the job shall be provided by the Vendor & the same can
be taken back by the Vendor at the end of Service Contract. The System shall be
scalable & modular and capable of handling at least 50% additional number of TTs
mentioned in the BOQ. The System shall be load tested during the Factory acceptance
test.
The proposed Tank Truck Locking System shall preferably be a web-based system
with central level administration that will involve setting up of Secure lock (electro-
mechanical/electronic) of every TT, for the Top Dome covers (TDC) and Outlet Valve
Box/Assembly Unit (OV) of the TT. Each TT 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, Geo Fence at the RO, validation of FAN
status/ TT status at the Terminal/Depot etc. The Business logics will be detailed in the
Functional Design Specification. 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 details.
For achieving the desired deliverable, TTLS may consist of one or more of the following
components/ additional components:
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.
The system should be capable of interchanging data from and to the ERP system of
HPCL 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 TTLS), invoice mapping after completion of the truck locking
operation (TTLS to ERP) and completion of truck unlocking & locking operations (TTLS
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, HPCL e-mail gateway & SMS
gateway to fulfil the business logic.
6.3 TT Modification
TTs will be provided with Two Locking System as per the drawing given in
Attachment-II. No major modification/fabrication shall be allowed in the present
locking arrangement however minor modification, (if required) to suit the locking
system shall be in the scope of vendor with prior approval of HPCL at no additional
cost. TTs will be provided with Two Locking System and no down time of TTs shall be
The Bidder shall deploy a dedicated resource at each Operating Location of HPCL in
working hours for the first month after successful Site Acceptance test to ensure
smooth training and transition to the new locking system. The resource should be
competent personnel having understanding of end to end system and undertake day
to day troubleshooting.
7. Ownership
a) The ownership of Hardware and Software shall be with the vendor. Vendor shall
provide the source code for customization of the integration points as per HPC
requirement. The Ownership of Hardware imply that the vendor is expected to
ensure and maintain hardware adequacy to fulfill obligations under the tender and
take the Hardware only without Data, away at the end of the contract. Software
Ownership imply that no liability to HPCL arises out of usage of any Software in the
solution. i.e. The vendor must satisfy and Produced relevant documents to HPC that
no violation of license of any software forming part of solution implemented.
c) In the case of this tender, HPCL will not take ownership of the customized code,
but a right to keep and use such code without restrictions, because it is developed
for us. Vendor will be free to integrate features/capabilities thus developed back
into the parent product.
d) Handing over of source code does not absolve the vendor from the responsibility
of delivering all functionalities expected as per tender – including reporting,
management, integration etc, fulfilling HPCL’s confidentiality, integrity and
availability considerations, in a timely manner.
e) HPCL operates a second data center at Mumbai for Disaster Recovery. Centralized
software components of the solution should run multiple concurrent instances
without conflicts. At least one of such instance be at the second data center. One
updatable, persistent data store may be maintained at primary site (Hyderabad DC)
and data be replicated to alternate site as per required RPO/RTO and be supported
by a suitable backup/restore/archival facility. Application running at alternate site
will update data store at primary site. In case of a site disaster at primary site,
applications at secondary site may be pointed to the replicated copy of persistent
data store, then made updatable.
f) HPCL will allow up to 4mbps duplex band width for inter data transfer between
primary and DR site. All communication between Systems hosted at primary and
alternate site be over one or few TCP/UDP ports over IPv4 and should not require
dynamic ports or full network access.
g) HPCL will provide one uplink (RJ-45) each from relevant security zones (LAN), 5-U
of standard 19” rack space, dual redundant single phase power meeting IER
specifications (230V, 50Hz), maximum power of 500W, conditioned air with
temperature maintained below 35oC and approximately 50% RH for this solution,
at both data centers. Any additional requirement or accessory will have to be
arranged by vendor at his cost.
h) HPCLs shall not provide any Operating System level access to any of HPCL’s
systems. Vendor will have to prepare LDAP integration for identity/authorization
data. Moreover, within the scope of delivery, vendor may have to also provide
tiered authentication/authorization with multiple identity data bases as demanded
by HPCL from time to time.
i) TTLS shall have a centralized architecture with a centralized server system hosted
at the HPCL Data Center managing the locking operation at various remote
locations.
j) Security Policy
For this tender scope, requirements to be satisfactorily fulfilled as per security policy
of HPCL are as follows:
Vendor should facilitate periodic VA & PT of the application software by HPCL
Security Team and ensure timely resolution of issues raised by such testing.
If information security related issues are not resolved within maximum one month,
pending payments to the vendor will be withheld at the discretion of HPCL till same
is resolved.
Debug logs should not lie in the production system beyond a limited mutually
agreed period. All logs should be in plain text format and should not contain any
confidential information.
Operational Logs should not be kept on the same system preferably. Syslog
protocol be used for sending logs to log stores.
Keeping audit logs for any changes that influences the way the solution behaves is
mandatory.
All logs should normally be available for 6 months in the live system. Retention for
longer periods may be done only when such specific demand be placed for specific
log sets.
Solution should be able to generate required alerts and send through SMTP / SMS
etc for critical conditions as required by HPCL.
Proper error messages should be shown to users in case of any internal error in the
application. Application / framework related error / debug information should not
be shown to user for such errors in the applications / system.
Vendor should use unique error code in the error pages which will help the
developer to pin point the issue faster and prompt resolution.
Vendor may use any operating system or database as long as the fundamental
requirement of data confidentiality, integrity and availability are ensured.
There should be mechanism to monitor the security policy violations and
application networked services availability.
All capacities, capabilities and consumables for backup, restoration & archival
for the solution is to be planned and Included in the costing by the vendor.
Backup must happen in a scheduled, unattended manner but adequately
Monitored for success.
Size of data which will impact the backup/archival solution choice, will be known
to the vendor.
RTO required by HPCL for this solution will be 15 Mins (max).
Retention requirement operation logs will be one year.
Production data be considered as two billing cycle’s data, beyond which data
may be archived.
Periodic testing of backup efficacy and providing evidence to HPCL on demand
is a deliverable.
Unauthorized restorations should be prevented.
Backup: is copy of such persistent data which, if unavailable or corrupted will
challenge integrity of availability of critical Computing systems. Backup involves
potentially slowly changing data having limited long term value.
Archive: is copy of such data which are to be maintained off line and to be made
available, if business needs it. They may fulfil statutory and business obligations.
These involve non changing data which if maintained on their normal systems
of persistence will result in safety, performance, capacity or confidentiality
challenges. Off-site backup will be backup of replicated persistent data taken
and maintained at alternate site.
8.1 General
The system shall be capable of handling min 50% additional TTs over & above the
number of TTs mentioned in the tender. It shall also provide future system
expansion capability, through the use of scalable hardware and software solutions
and with the provision of non-proprietary external interface integration points for
the database and application functions.
Complete System design including hardware shall be in the scope of the Vendor.
Vendor should provide all the necessary hardware/software that shall include
Production server, High Availability (HA) server, Disaster Recovery (DR) server and
User Acceptance Testing (UAT) server. It will be the responsibility of the Vendor all
servers including DR & HA Servers. The replication of data between Production
Server and HA Server & DR Server will be the responsibility of the Vendor. All
appropriate Licenses to be provided for Production, High Availability & DR .
Centralized software component of the solution should run multiple concurrent
instances without conflicts. At least one of such instance will be running at the DR
Site.
In case of OEM application / software does not support concurrent instance in
Production – HA – DR architecture, it will be the responsibility of Vendor to provide
alternate method of switching over from Production to HA or DR Server without
any disruption in the services on 24X7 basis.
Vendor is expected to ensure install adequate hardware to fulfil obligations under
the tender and take the hardware back without any data at the end of the contract.
All communication between Systems hosted in Primary Site and DR Site / Alternate
site should be over TCP/UDP Ports over IPV4 and should not require dynamic ports
or full network access.
I/O response time of the Server through the entire Service contract term should
be less than 5 mili-second. In case of Windows server, minimum version of OS
should be Windows server 2012 R2, preferred version is Windows Server 2016.
Vendor is liable for all timely security updates and regular patch management. All
servers should be running the anti-virus software with proper license proofs to be
handed over to HPCL. All these servers should be compliant with HPCL IS Security
Policies that may include regular VAPT (Vulnerability Assessment and Penetration
Testing) of application code, critical patches released for viruses etc. The System
designed shall be robust & uptime of the system hardware should be at least
99.00%.
All IT Hardware that includes server hardware or any other allied IT hardware
should be from the OEMs present in Gartner Leader Quadrant
Time Taken for login and display of starting page of application should be less
than 10 sec. All subsequent pages shall load in less than 5 sec. In case the response
exceeds the expected timelines, Time out message should be displayed for the
end user with a qualified log entry should be created for administrator
Vendor should be ready with API/Agent/integration code to share the data for
consolidated application which HPCL may come up during the Service Contract
period covering business requirements, application and infrastructure health
monitoring. This application is intended to have holistic view, covering Business
Requirements, Application and Infra health, of all the different systems involved
from all different vendors. Complete ownership of the data will be with HPCL
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.
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
The electronic circuits used in the system shall be of solid state fail safe design and
be provided with proper coating to have resistance to humidity and corrosion
which enables the operation from being impaired by dust and dirt
The system shall have flexibility for upgradation and expansion in all respects
depending on future requirements with standard modules
All the TTLS 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
The system shall support up to additional 50% of electronic/electro-mechanical
locks over and above mentioned in this tender. The System load test shall be
simulated on the full load (1.5 times the lock/TTs mentioned in BOQ) in the Factory
acceptance test. All necessary arrangement for the same shall be made by the
Vendor for the same
If the System is having multiple applications the same shall be tightly integrated
and shall have single access points
The application should call the ADS Generic Web service for User Authentication
All packet data communication from Device to Server shall be meet the security
requirement.
All equipment’s involved in the project has to use FQDN (fully qualified domain
names) and not the IP Addresses for any communication or data transfers
Firmware upgrades to TT units / locks should happen via centralized application.
All Servers will be part of HPCL domain with NTP configuration to ensure time
synchronization across TTLS servers.
All involved software (like OS, Databases) should have proper support
agreement with the OEM.
Users shall be accessing the application from their laptops/Desktops/Thin-
clients 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
User interface shall be interactive, aesthetic and shall be finalized in discussion
with HPCL
No value in TTLS shall be hard coded. Any such data shall be configurable
through properties/ configuration files
Event & Alarm logging, Alarm filtering shall be available
Real time & historical trending shall be available. Historical trend should
support possibility of comparing information of two different time intervals
for graphical analysis
User shall have an option to see historical data using calendar
It shall be possible to compare TTLS performance of different locations
Any customization of software done by the Vendor to meet their obligation
under this tender, HPCL will have the right to keep and use such code without
any restrictions.
Vendor will provide adequate training and hand holding to HPCL team in
understanding / interpreting data and Data Structures generated by the system.
Vendor will have to satisfy HPCL about not violating any software licenses
forming part of the solution as and when demanded.
Solution comprising of Padlock, if provided shall comply with requirement of EN12320
for Durability, Corrosion Resistance & Security.
The system control at the central computer location shall be under a single software
program control, shall provide full integration of all components, and shall be
alterable at any time, depending upon the facility requirements. Reconfiguration
shall be accomplished online through system programming, without hardware
changes.
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.
All softwares required shall be supplied by the vendor along with valid license issued
in the name of the owner by the original manufacturer without an exception. Vendor
shall not be legally permitted to hide any information or provide any undisclosed
software/ hardware locks or provide any hidden password.
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 customisation of TTLS including interfaces
The TTLS Software shall be a highly scalable enterprise level software solution,
capable of integrating with the HPCL ERP, TAS, VTS and other HPCL applications
The TTLS software package shall be fully parameter driven and operate within the
offered OS environment.
The software program shall support multiple server configurations including, but not
limited to, Access Control Server, Fail-over Server, and Database Server.
The Software shall be a highly scalable enterprise level software solution.
The software package shall be fully parameter driven and operate within the offered
OS environment.
It shall provide graphical user interface functionality for the display and operator
control via on-screen site graphic maps
Diagnostic checks shall be done by the system periodically for the proper functioning
of the locks.
The system shall have an administrator’s interface to manage data and the individual
applications
The TTLS application shall maintain a full audit log of every change made to the TTLS
database, including all programmed and operator requested transaction history.
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.
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.
All Audit Trail shall be date & time stamp along with User details.
A search tool shall be provided to allow authorized TTLS users to examine the audit
log files.
Reports shall be initially displayable on the authorized TTLS user screen, and then be
saved as a pdf file or in the CSV format.
The system shall allow an authorized TTLS user to design, save and generate
customized report templates.
The Vendor shall provide the source code of all customisations, reports, applications,
Database & table structures and interfaces to ERP, VTS, TAS and any other application
to HPCL. 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 extended though development required will be minimal.
The vendor shall conduct knowledge transfer sessions / training programs for HPCL,
with the perspective of system administration and application management.
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
The database of application hosted should be in a different segment than the
application.
Direct administrative access should not be allowed to Databases.
The application server/ database servers should be regularly updated/patched
The application server/ database servers should have an up to date antivirus
software.
The default credentials should not be used and the passwords used should follow
HPCL ISMS password policy.
There should be mechanism to monitor the security/policy violations and
application/ networked services availability.
The logs generated viz. system, application, security etc. should be kept and backed
up as per HPCL ISMS Backup Policy.
There should be mechanism to securely store information entrusted by HPCL
The system software shall not use any external hardware. No external dongles shall
be permitted at any workstations.
System shall allow Operator to log in for specified time periods & the password
shall be valid for limited time period
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 Functional Design
Specification (FDS). Any additional reports, other than those finalized in FDS,
limiting to 5 Nos each year during the service contract shall be developed at no
extra cost
o All Transaction Reports
o % successful trips/ TT report
o Exceptions report
o Emergency handling report
o Alarm Reports
o Device Reports
o Configuration Report
o User Privileges/Access Rights Report
o User audit Report;
o TT Report,
o Lock Report,
o Lock & Key Inventory report
o Workflow application report
o Analytics like which Lock /Retail Outlet had most unsuccessful trip for the
given period
o Lock Operation report stipulating the time taken for Locking unlocking
operations
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
Min. 1year data for each location shall be available in the System. The data beyond
that period shall be archived and to be available for viewing.
Real time & historical trending shall be available. Historical trend should support
possibility of comparing information of two different time intervals for graphical
analysis
The hardware shall be designed so that there is no single point of failure that can
cause operations to be disrupted
Self Diagnostic checks shall be done by the system periodically for the proper
functioning of the locks
8.4 Application Security
The TTLS software shall be seamlessly integrated with HPCL’s ERP system,
Terminal Automation System & Vehicle Tracking System to satisfy the business
logic. Any change in ERP system, terminal automation system & Vehicle
Tracking system shall be reintegrated, seamlessly without any downtime &
additional cost to HPCL.
The design and development of an adaptor for such interface shall be carried
out by the vendor.
The vendor will manage the integration effort for systems interfacing including
the following:
o Manage the design & development of all interfaces, including the
development of Interface Control Documents (ICDs). The vendor will
manage and control all ICD until sign off by all interfacing parties
o Coordinate and manage meetings/workshops, to ensure all parties have
a clear understanding of the interfacing requirements and the
information to be provided from each party.
o Be responsible for developing and managing all interface test
procedures until full integration is satisfactorily signed off.
o The integration work will include the provision of all necessary hardware
and software, operational/production licenses, software development
kits and any additional license required for the implementation, in order
to undertake full integration.
The vendor shall be responsible for:
o The system shall also have an alert mechanism to prevent / deter
movement of tank lorry in unlocked condition from the Geo-fence where
the locks were opened.
o Ensuring all operating systems and software purchased under their
contract shall be compatible with and capable of implementation with
the Integration Architecture.
o Attending all workshop meetings and contributing to the development
of the ICD and provide any other information required for the system
integration
o Installing any additional interfacing software required for successful
integration with the ERP, VTS etc. The vendor shall be responsible for the
procurement and installation and commissioning of such software.
o Providing equipment and system software for testing during Factory
Acceptance Test
o Providing all necessary support and attendance for interface testing at
Factory, on site testing and commissioning and service contract period
o It is required that any error visible to the end user be friendly & useful
for them in getting prompt resolution so that they’d be able to carry on
with their activities related to the solution without any serious disruption.
o In many cases application / framework related errors and/or debug
information get dumped on the user interface. Apart from the
inconvenience to user, such messages sometimes reveal too much
information about the system/data/metadata to extend of creating CIA
challenges. IIS mentioned here is just an example.
o It is desired that Unique error code be included in error pages should
help developer as well as administrator to pin point the underlying
situation/code for prompt resolution of issues
o It is required that any error visible to the end user be friendly & useful
for them in getting prompt resolution so that they’d be able to carry on
with their activities related to the solution without any serious disruption.
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 then
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.
If TL is not locked and tries to go out of the Depot / Terminal, TLLS will generate
an alert to the authorized person(s) of the Terminal.
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.
2 Locks per TT shall be employed for locking the top dome covers & the bottom
outlet valve box / assembly unit. In case of part load, spare lock will be used.
However, software shall have provision for mapping.
The Lock shall be of material suitable for Petroleum Tank Trucks.
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.
The Locks shall be robust suitable for outdoor usage and shall have Ingress
Protection rating 66 as min. The Lock design shall be tamper resistant.
The Lock shall be opened and closed either through Key/Card/Alternate
unlocking component (referred as Key hereafter) or keyless operation based on
the business logic only.
The Lock (open-closed) shall be visible for the inspection to the security.
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.
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 TTs 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.
The trip based codes shall be transmitted securely over the system, via SMS to
the authorized person in the Retail Outlet. Simultaneously, the system should
also send the code to a registered email id.
GPRS-based mobile app shall be provided by the Vendor to facilitate secure
and convenient Locking/ Unlocking operation at the Retail Outlet. 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.
The Status update from HPCL System (ERP/TAS/VTS) to TTLS and vice versa shall
be maximum 1 minute. Interface performance will be the responsibility of
Vendor unless there is failure from HPCL side
TTLS shall execute commands of the Unlocking process & Locking process at
the Terminal such that total command in- command out time is less than 90
Seconds.
TTLS shall execute commands of the Unlocking process & Locking process at
the Retail Outlet such that total command in- command out time is less than
180 Seconds.
The System shall generate auto report for the System performance ( Input-
output) response time along with the successful trip time. If any tool is required
for the same the same shall be part of the Vendor application.
All devices, components of TTLS shall be time synchronized with HPCL ERP
System.
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.
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.
All the events, operator action and alarms shall be captured by the System and
shall be available in report format.
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.
User Privileges shall be defined in Functional Design Specification. Broadly there
can be 10 Levels of Roles & multiple user can be associated either with one or
more roles.
The System shall have customized view for Locations, Zones, HQO. Location
shall be able to access their own location details. Zone shall get the view of
Locations pertaining to their jurisdiction. HQO shall get an overall view of all the
Locations.
System shall generate dashboard view for Location, Zones & HQO.
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
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.
Currently, most of the TTs 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 (OV) Thus, each TT will be provided with two locks.
Broad framework of proposed process is outlined. Fine tuning of the process shall be
done during finalization of Functional Design Specification (FDS) of the System. For
ease of explaining the process is explained with Key. However similar deliverables with
alternate mechanism is also acceptable.
1. New TTs shall be registered in the system and Locks shall be assigned.
2. Key will be provided at the Terminal and at each Retail Outlet
3. Empty TT will arrive at the terminal gate and will be allowed entry into the
Terminal after FAN generation/ Bay Allocation and necessary security checks
4. TTLS shall have interface with ERP System/ TAS System so that necessary action
based on TT status can be taken
5. All TTs which are in “FAN Generated” status/ designated Geo-Fence area will be
reflecting in the TTLS application for Pre-loading unlocking operation
6. All the TTs are provided with permanent proximity card in existing terminal
Automation System. Details of Card & Card reader are given in Annexure II. The
Key handling operations at the terminal is proposed to be without any manual
intervention. It is proposed to keep two keys( includes any other
device/hardware which is part of opening/locking mechanism like programing
device) as at terminal, one for preloading unlocking operation and the second
for post loading locking operation. In some of the bigger locations more than
two keys ( including device/hardware) may also be required based on the
operational requirement and no separate payment for the same shall be made.
7. Key/devices will be placed near sealing platform in secured enclosure/key
holder which shall be opened by the proximity card permanently given to the
Driver which is associated/ mapped with a particular TT.
8. TTLS shall identify the card with which enclosure is opened, so that the key shall
be programmed/ assigned for opening of that particular locks. Local display
shall be provided which shall confirm in case of acceptance/rejection.
9. The Key shall be returned to the Key holder within the specified time. If the Key
is not returned within the specified time or the enclosure is not closed, then
alarm shall be generated.
10. Incase key is returned without performing successful operation with the lock,
alert shall be generated. I.e, cycle of key operation starting from taking the key
from holder to return to the holder shall be mapped. In case of exception, alerts
shall be generated.
11. The Key shall be authorized only for one transaction (configurable) for that
particular Terminal. Location In-charge shall have the authority for such
configuration. All configuration changes shall be logged in the System & shall
be part of exceptional report
12. At the end of transaction, the key shall be available for authorization of next set
of TT locks
13. 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 TTLS application so that all event related to Lock and key shall be
transmitted and available with the User
14. After the loading operation is complete, the TT return to the sealing platform.
15. For post loading locking, Key will be placed near sealing platform in secured
enclosure/key holder which shall be opened by the proximity card with the
Driver
16. Based on the card with which enclosure is opened, the key shall be
programmed/ assigned for opening & closing of that particular locks
17. The Key shall be returned to the Key holder within the specified time. If the Key
is not returned within the specified time or the enclosure is not closed, then
alarm shall be generated.
18. ERP System will generate the invoice once the loading is completed. The TTLS
application shall map the invoice generated by ERP System for identification of
the destination Retail outlet. There should be facility for manual mapping also
in case of any interface issue
19. 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.
20. 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. All the events shall be communicated to
the central server.
21. System shall not allow the locks to be opened enroute as the business logics
are not satisfied other than emergency scenario. Any unauthorized attempt
made to open the lock shall be logged and shall be available as exceptional
report
22. HPCL will provided the Geo-Fence of the Terminals and Retail outlet to the
successful bidder for mapping in the TTLS
1. TTLS shall monitor the TT movement enroute and Once the TT 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 TTLS application (Mobile or 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 locks.
2. Dealer shall unlock and carry out unloading. After unloading, empty TT shall be
locked using OTP authorization.
3. The time gap between generation of two OTP’s at dealer end shall be 60min.
System shall generate an alert in case OTP is generated before and 60min or
more than 120min.
4. The Trip shall get automatically completed.
TAS interface, VTS interface, HPCL applications like e-mail & SMS Gateway, Google
MAP API etc. complete philosophy.
FDS shall be common for all Locations with exception scenario mentioned
for any location as applicable
12.2 Factory Acceptance Test:
Software shall be tested at the factory on simulation for full load and shall be
dispatched after clearance from HPCL. Vendor shall submit the test procedure
at least 15 days prior to the acceptance test to HPCL for review and approval.
Vendor shall resubmit the procedure incorporating the revisions, if any, for
approval by HPCL.
Factory test shall be conducted at Vendor’s factory/Office. Duration of FAT shall be
minimum 2 days.
All approved screens, Business Logics, Workflow applications, Report Formats,
Dashboard Overview, SLA logic, Data capturing from random TTs (approx. 5 Nos.) etc.
shall be demonstrated in FAT as minimum.
FAT shall be common for all the Locations of both the Phase
a. Vendor will pass on the required number of copies of such source code to HPCL
on designated media on commissioning of the System. Vendor will also provide
the updated/modified version of the source code after any changes due to process
change/ debugging during Contract period.
b. HPCL may enter into an escrow arrangement for the source code of the complete
application through HPCL designated software escrow services providing agency
during any stage of the contract.
c. Apart from ESCROW arrangement, vendor shall provide copy of Source Code
applications, customizations, reports, integration logic/code or any other changes
done on behalf of HPCL, every 6 months.
d. Complete Data ownership will be with HPCL & ERD should be provided to HPCL to
leverage the data for integration with other internal applications.
e. All APIs for fetching data to HPCL System shall be shared as per HPCL’s
requirement
1. Vendor is required to depute his personnel at all locations after award of job &
prepare detailed site execution plans.
2. The vendor has to complete the work in all respects including supply,
commissioning and final integration, testing & commissioning within 5 months
from the date of placement of LOI/PO. All the order fulfillment process including
payment shall be made by the respective zonal office of Depot / Installation. List of
Zonal Offices are enclosed . Annexure - IV
4. 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. HPCL
decision is final in this regard.
1. The monthly service charges payable by HPCL shall be all inclusive and no other
payment for any hardware/software shall be payable. Bidder shall quote the
rates in two parts as following.
a. A: Basic Landed Cost at all India locations, which shall be same at all
Locations
b. B: GST Component.
c. C: Total Landed Cost =A+B
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 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 HPCL / User shall log the issue in the online complaint module
to get a Complaint Ticket number. The HPCL / 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.
TT Trip shall be done with TTLS and complete trip from Terminal (Pre-Loading
Unlocking) to Retail Outlet (Post Loading locking) 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
TT crew or their behavioral aspect. In case the live TT is not assigned any trip for the
month then the same shall be paid as per the slab attained by the other TTs .
Exclusion:
1) Any delay due to HPCL 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.
2) Emergency scenario like vehicles meeting with accidents, Police cases,
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.
3) The consideration for this report shall be approved by HPCL & shall be part of
Functional Design Specification
4) During the Contract period, payment shall be released location wise as per the
following slab:
PENALTY -
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, HPCL 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 following events do not constitute a Downtime and shall not be considered for
levying penalty:
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.
Failure of the HPCL links, Internet connectivity at the RO/Depot premises, failure
of mobile/data services or any network not owned or managed by the Bidder.
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 HPCL and the Bidder.
During the Contract period, payment for EM locking shall be released as per the
relevant slab as mentioned above. For sample calculation let’s take the following slab
(for 1st 6 months period):
Table: 1
For each location, Month wise payments will be released based on the total nos. of
TTs plying at location with active EM Locking system and successful trips completed
during the month.
Annexure-I
List of Locations
Retail
f BU Name Tank Trucks Count Location
Outlet/Customer
1 KANDLA TML 43 68 HPCL location
2 HMEL - Bhatinda Terminal 30 6 HPCL location
3 Srinagar Depot 40 126 HPCL location
4 Leh Depot 20 8 HPCL location
5 JAMMU IRD 489 199 HPCL location
6 Ramagundam Depot 49 108 HPCL location
7 Secunderabad Terminal 378 738 HPCL location
8 Suryapet Terminal 166 272 HPCL location
9 Kadapa Depot 127 327 HPCL location
10 Rajahmundry Terminal 80 213 HPCL location
11 Vijayawada Terminal 247 452 HPCL location
12 Visakh Black Oil Terminal 113 125 HPCL location
13 Cochin Terminal 15 11 HPCL location
14 Irumpanam Terminal 405 672 HPCL location
15 Tirunelveli Depot 49 150 HPCL location
16 Kozhikode Depot 105 160 HPCL location
17 Cassimode Terminal 22 47 HPCL location
18 Akola New IRD 145 123 HPCL location
19 Mahul Terminal 201 29 HPCL location
20 HISAR 250 300 HPCL location
21 SITARGANJ 100 101 HPCL location
22 Dharmapuri 300 350 HPCL location
23 Bahadurgarh Terminal (ATF) 60 6 HPCL location
24 IOC-Paradeep 24 4 HPCL Hospitality Location
25 IOC-Mourigram 45 55 HPCL Hospitality Location
26 IOC-Bongaigaon 33 33 HPCL Hospitality Location
27 IOC-Digboi 5 8 HPCL Hospitality Location
28 IOC-Malda 9 23 HPCL Hospitality Location
29 NRL-Numaligarh 39 48 HPCL Hospitality Location
30 IOC-Rangpo 14 12 HPCL Hospitality Location
31 IOC-Siliguri 25 36 HPCL Hospitality Location
32 IOC-Dimapur 5 5 HPCL Hospitality Location
33 NRL-Rangapani 40 15 HPCL Hospitality Location
34 IOC-Lalkuan 30 35 HPCL Hospitality Location
35 RIL-Kanpur 30 1 HPCL Hospitality Location
36 NEL-Vadinar 216 300 HPCL Hospitality Location
37 RIL-Jamnagar 5 3 HPCL Hospitality Location
38 BPC-Gooty 33 108 HPCL Hospitality Location
Retail
f BU Name Tank Trucks Count Location
Outlet/Customer
39 KRL-Cochin 40 3 HPCL Hospitality Location
40 BPC-Karur 43 106 HPCL Hospitality Location
41 IOC-Sankari 86 210 HPCL Hospitality Location
42 IOC-VNKoti 65 111 HPCL Hospitality Location
43 RIL-Bakania 72 152 HPCL Hospitality Location
44 IOC-Bangrod 26 71 HPCL Hospitality Location
45 BPC-Borkhedi 20 16 HPCL Hospitality Location
46 NEL-Wardha 169 242 HPCL Hospitality Location
47 ZIOTL-Vasco 47 71 HPCL Hospitality Location
**List of HPCL Locations & Hospitality locations is tentative and might get change
during the tender execution period at discretion of HPCL.
Annexure II
Annexure III
Sensing Distance : 25 mm
65/NEMA 4
Annexure-IV
SITARGANJ
NWZ
KANDLA TML
NEL-Vadinar
RIL-Jamnagar
NZ
Bahadurgarh Terminal (ATF)
HISAR
HMEL - Bhatinda Terminal
JAMMU IRD
Leh Depot
Srinagar Depot
SCZ
BPC-Gooty
Kadapa Depot
Rajahmundry Terminal
Ramagundam Depot
Secunderabad Terminal
Suryapet Terminal
Vijayawada Terminal
Visakh Black Oil Terminal
SZ
BPC-Karur
Cassimode Terminal
Cochin Terminal
Dharmapuri
IOC-Sankari
IOC-VNKoti
Irumpanam Terminal
Kozhikode Depot
KRL-Cochin
Tirunelveli Depot
WZ
Akola New IRD
BPC-Borkhedi
IOC-Bangrod
Mahul Terminal
NEL-Wardha
RIL-Bakania
ZIOTL-Vasco
Grand Total