RFPTN 37
RFPTN 37
RFPTN 37
Restructured Accelerated Power Development and Reforms Programme (R-APDRP) of Govt. of India
Nodal Agency
Purchaser: Jaipur Vidyut Vitran Nigam Ltd, Jaipur. On behalf of: Jaipur Vidyut Vitran Nigam Ltd (JVVNL), Jaipur Ajmer Vidyut Vitran Nigam Ltd (AVVNL), Ajmer Jodhpur Vidyut Vitran Nigam Ltd (JdVVNL), Jodhpur RFP Identification No: DYCE/RAPDRP/TN-37
Last date for submission of Proposal is 2nd February 2011 (This document is meant for the exclusive purpose of RFP and shall not be transferred, reproduced or otherwise used for purposes other than that for which it is specifically issued.) (This section is part of the bid)
Table of Contents
1. 2. 3. 4. 4.1. 4.2. 4.3. 5. 6. 7. 7.1. 7.2. 8. 8.1. 8.1.1. 8.1.2. 8.2. 8.2.1. 9. 0 Background ................................................................................................................................... 3 About utility .................................................................................................................................. 3 Utility Vision ................................................................................................................................. 4 RFP Structure ................................................................................................................................ 5 Request for Proposal - Part 1:................................................................................................... 6 Request for Proposal - Part 2:................................................................................................... 6 Model Technical Specifications: ................................................................................................ 6 General terms ................................................................................................................................ 7 Elaboration of bid Evaluation ........................................................................................................ 8 Elaboration on system requirements ............................................................................................. 8 SCADA/DMS System design ...................................................................................................... 8 Software licenses requirements by DISCOMs ........................................................................... 8 Elaboration of existing IT systems of utilities ............................................................................. 10 Existing Systems under JVVNL ............................................................................................... 10 Existing SCADA/DMS Control Centre Architecture at JVVNL ............................................11 Integration scope of existing SCADA at JVVNL...................................................................11 R-APDRP IT System under implementation ............................................................................ 12 Integration with R-APRDP IT, GIS & Billing system .......................................................... 14 Bill of quantity for the DISCOMs...16
List of figures Figure 1: Existing system overview .................................................................................................... 10 Figure 2 : Reference application architecture of IT system ................................................................. 13 List of Tables Table 1: Utility Statistics ....................................................................................................................... 4 Table 2: Major Offices in the project area ............................................................................................. 4 Table 3: RFP Structure .......................................................................................................................... 6 Table 4: Hardware equipments at existing control centre ....................................................................11
Page 2 of 202
1. Background
Ministry of Power, Govt. of India, has launched the Restructured Accelerated Power Development and Reforms Programme (R-APDRP) in the XI Five year Plan. Under R-APDRP program, SCADA/DMS system will cover urban areas /towns/ cities having population of more than 4,00,000 & 350MUs annual input energy. as per the R-APDRP Guidelines of GoI. In Rajasthan 5 towns under three DISCOMs have met above qualification criteria and SCADA/DMS scheme will be implemented in these towns. The eligible towns are Jaipur and Kota under JVVNL, Ajmer under AVVNL and Jodhpur and Bikaner under JdVVNL. Major Functions/scope envisaged under the implementation are as follows. Establishment of SCADA/DMS Control Centre in each town Integration/Amalgamation/Upgrade of existing SCADA at Jaipur City Integration with IT system being implemented under R-APDRP Part-A Data recovery Centre located at Jodhpur for SCADA/DMS of all the 5 towns. RTUs at all primary S/S & FRTUs at RMUs, /Auto Reclosures/Sectionalizes on HV Distribution network etc. SCADA/DMS system to supervise primary S/S & HV Distribution network and SCADA Information Storage & Retrieval (ISR) Functions Distribution Management Systems with following main functions o o o o o o o o o o Network Connectivity Analysis (NCA) State Estimation (SE) Load Flow Application (LFA) Voltage VAR control (VVC) Load Shed Application (LSA) Fault Management and System Restoration (FMSR) Loss Minimization via Feeder Reconfiguration (LMFR) Load Balancing via Feeder Reconfiguration (LBFR) Operation Monitor (OM) Distribution Load forecasting (DLF)
2. About utility
In Rajasthan state there is 3 Distribution companies namely Jaipur Vidyut Vitran Nigam Ltd.(JVVNL), Ajmer Vidyut Vitran Nigam Ltd.(AVVNL) and Jodhpur Vidyut Vitran Nigam Ltd.(JdVVNL). Jaipur Vidyut Vitran Nigam Ltd.(JVVNL is engaged in the business of distribution and supply of electricity in 12 districts of Rajasthan, namely Jaipur, Dausa, Alwar, Bharatpur, Dholpur, Kota, Bundi, Baran, Jhalawar, Sawaimadhopur, Tonk and Karoli. AVVNL comprises 11 districts of Rajasthan, namely Ajmer, Bhilwara, Nagaur, Sikar, Jhunjhunu, Udaipur, Banswara, Chittorgarh, Rajsamand, Doongarpur and Pratapgarh.And JdVVNL comprises Jodhpur,Bikaner,Barmer, churu, Hanumangarh,Jalore,Pali and Shriganganagar
Page 3 of 202
. The geographical area, energy consumption and assets of the DISCOMs covered in the project area are as given under Table-1. DISCOM
Project Area Name Population (In millions) Total Energy (In MUs) Project Coverage Area (In Sqkm)
JVVNL
Jaipur Kota
JdVNNL
Jodhpur Bikaner
AVVNL
Ajmer
Table 1: Utility Statistics The electricity distribution system in each city/town is managed and operated by superintending Engineer (O&M) of respective DISCOMS under Chief Engineer(O&M). Each circle is further divided into Divisions and Sub divisions. Sub divisions are the lowest level operations units. Following table provides information on the structure and size of each DISCOM. DISCOM Project Area Name Head office Circle office Divisional offices Sub divisional offices 36 11 13 8 7
Jaipur 1 1 7 Kota 1 2 Jodhpur 1 1 3 Bikaner 1 1 Ajmer 1 1 2 Table 2: Major Offices in the project area
The power distribution system has large & complex distribution network infrastructure which carries the energy from the Grid Substation (220/132/11 KV & 33/11 KV) through the HT and LT lines up to the consumers premises.. All the three DISCOMS in Rajasthan have already taken various initiatives in order to improve its operational efficiency and for delivering enhanced services to the consumers under their jurisdiction. The distribution companies are in the process of implementing various IT systems under RAPDRP part-A for which contracts are already been awarded.
3. Utility Vision
Effective utilization of utility resources, quality and reliable power supply to consumer, increased economic viability of DISCOMs and involvement in real-time energy exchange market through OPEN ACCESS are the main driving forces for restructuring of distribution system in a de-regulated power environment. In order to meet the objectives and go upward in the value chain, DISCOMs of Rajasthan have taken various initiatives like enabling IT systems in all the business process, installing supervisory, remote monitoring and enterprise resource planning tools along-with investments in communication , IT and modernization of distribution networks. With the proposed DMS systems under R-APDRP PART-A scheme along-with planned investments under R-APDRP PART-B, it is expected to deliver highly reliable & improved quality supply to its consumers meeting various mandatory Standards of Operation(SOP) proposed by state regulatory board. During contingencies with help of real time monitoring and analysis functions remedial Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 4 of 202
actions shall be taken by SCADA/DMS either by self designated rules or intelligence-in- response to system state at different operational constraints. The systems to be implemented shall have necessary scalability and adaptation to the future standards and regulations is very important.
4.
RFP Structure
This request for Proposal (RFP) has been prepared for selection of SCADA/DMS Implementation Agency (SIA) to assist the Rajasthan distribution companies (DISCOM) for implementation of SCADA/DMS systems under Restructured APDRP. The Request for Proposal (RFP) document is structured in the following manner: Part RFP PART-1 Section 1. 2. 3. 4. 5. Background About Utility Utility Vision RFP Structure General Terms
6. Elaborations of Execution Time 7. Elaboration on system requirements 8. Existing IT Systems -SCADA/DMS at Jaipur -Proposed R-APDRP IT System 9. Bill of quantity RFP PART-2 I. Preface II. Instructions to bidders III. Bid data sheets IV. Eligibility Criteria V. Bidding forms VI. Scope of Work VII. General Conditions of Contract VIII. Special Conditions of Contract IX. Contract forms Appendices: A. Mandatory Specifications B. Service Level Agreement C. Supplier Response Format D. Evaluation Methodology E. Geographical & Administrative Information F. Asset list G. Review of current IT systems H. List of Manuals/Business process I. Review of current O&M process J. Estimated Manpower requirement K. Estimated Implementation Schedule L. Abbreviations. MTS Technical Specifications 1. Index
Page 5 of 202
2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22.
Glossary General SCADA DMS User Interface Software Requirements Hardware Requirements Configuration and Availability Test and Documentations RTU/FRTU Auxiliary Power supply Communication equipments Aerial FO Cables UG FO cables Ethernet Radio Support Services-Training Support Services-FMS Project Management , QA and Documentation Design and Performance BoQ and Schedule Questionnaire Table 3: RFP Structure
Page 6 of 202
5. General terms
The RFP document specifies the terms and conditions in detail in the sections of GCC, SCC and ITB in the bid document Part-2.In order to clarify the bidding process, the following procedure which is in line of model RFP/ MTS is further mentioned a. Bidder shall compulsorily quote for all the 5 eligible towns under 3 DISCOMS in the state. Towns are Kota and Jaipur under JVVNL, Ajmer under AVVNL and Jodhpur and Bikaner under JdVVNL. The bid quoted for lesser no. of towns(i.e. 5 towns) shall be rejected. b. There will be single vendor for entire project covered under this bid including FMS. c. All three DISCOMS will execute separate contracts with the successful bidder. d. To arrive the contract price the, Price evaluation of the bid will be done after aggregating the total price quoted for all 5 towns under 3 DISCOMS. This aggregate price of different bidding will be considered as final quote from the bidder and individual prices for each towns quoted by different bidder shall not be compared for evaluation. e. Any queries on this bid document likely to be discussed during Pre-bid Conference should be emailed to seitjvvnl@yahoo.com. f. The bid cost is Rs. 10,000/- only (Rupees Ten Thousand Only) and will be furnished along with the bid in the form of Demand Draft payable to Sr.AO (TW), JVVNL, Jaipur, Rajasthan. The bidder may obtain the bid document in soft copies or may download from the www.jaipurdiscom.in. If the bidder downloads the bid document from the website, the bid cost in the form of Demand Draft will be deposited along with the bid submission in a separate envelope highlighting as Bid Cost. Any tender without bid cost will not be opened. ii. Materials and Bill of Quantity a. The BoQ for each town of DISCOM, as per the DPRs sanctioned / section 9 of Model Technical Specification is given at section 10 of this document. b. The quantities mentioned in BoQ is as per the approved DPRS by MOP, and for bid evaluation purpose. c. BoQ shall be provided for each town separately as per the Appendix C. d. The bidder along with technical proposal shall submit a un-priced BoQ for the items along with the detail of items like make, model no and specification that should commensurate with the financial proposals. e. Bidder shall provide the item wise break-up of the additional materials of necessary hardware and software required for integration with IT systems as well as existing SCADA in the template of price bids. Contractor shall deliver the materials only after receiving dispatch clearance from the utility for the quantity and items to be delivered. Dispatch clearance shall be issued by the individual utility based on the site readiness for installation. . The specific locations of FRTU and FPI Modems installations shall be finalized during the implementation stage after the site survey.
iii.
Page 7 of 202
iv.
v. vi.
Facility Maintenance Services (FMS) & warranty period of items for SCADA DMS for each town will be started independently on successful user acceptance testing of the project in that town. Price quoted for the FMS shall be commensurate with the manpower and infrastructure to be deployed. Separate training plans shall be provided by SIA for each town.
ii.
iii.
iv.
7.2.
i. ii.
Page 8 of 202
iii.
All the Remote VDU station & control centre workstations shall have license for view, access and control the system .Remote web clients shall have necessary licenses and privileges to monitor and print the reports from their respective locations concurrently. The bidder shall provide Enterprise wide license. This License may be a single license for a server irrespective of number of CPU/Core or on the basis of Number of CPU/Core. In case the bidder provides licenses based of CPU/core, the bidder shall quote single cost of application including license fee for all CPU/Core as per the system designed by bidder. The definition of Enterprise: The Enterprise shall mean all 3 DISCOMs for Rajasthan state namely, Jaipur Vidyut Vitran Nigam Limited, Jodhpur Vidyut Vitran Nigam Limited, Ajmer Vidyut Vitran Nigam Limited. For any electrical system enhancement in the project area for power distribution all the licenses shall be procured in the name of Respective DISCOMs Duplicate software license shall be made available to the utility in case of damage or loss of original license throughout the period of project until the end of FMS period. The license of SCADA/DMS software shall be designed with 100% future expansion.
iv.
v.
vi. vii.
Page 9 of 202
8.1.
At present, 33 substations at Jaipur city are monitored and operated from a centralized SCADA/DMS system. The SCADA/DMS system is built on OSI monarch Version 1.6.1 connected to the RTUs (make: Don Fang 1331) at substations over radio communication network. A spread spectrum radio communication system connects substation level RTU to the SCADA/DMS system at Control centre for all type of data exchanges. Four numbers of radio base stations operates at 400-450 MHz band and each base station presently accommodates 8 to 9 channels of frequencies. RTU sends data to main control centre over DNP 3.0 serial protocol. Any significant change in values stored in RTU are reported to SCADA system spontaneously or periodically as initiated SCADA as per defined DNP 3.0 classes. Each RTU has got master radio station for collecting data from downstream distribution transformers (DTs). At each DT location a radio modem have been installed for sending energy data to station level RTU. Station level RTU acts as a data concentrator collecting data from energy meter at substation and at DTs and sending to control centre. The entire SCADA system including station RTUs/Radio communication system were commissioned by NELCO Ltd. in
Page 10 of 202
2006 March and since then maintained by them. Major hardware components of the existing SCADA system are the following.
Sl.No
Hardware
Manufacturer
Quantity
Interface
2 3 4 5 6 7
IBM
4 Nos.
Radio base TRIO(Hot standby) stations Table 4: Hardware equipments at existing control centre
8.1.1.
SCADA/DMS at the control centre consists of application servers, operator workstations, LAN and radio communication base stations. There are 3 sets of redundant servers- Application servers, historical data server and Frond end processor. The Front end processor (FEP) collects the data from station DF 1331 RTU, process and maintains a real time database in the SCADA server. The operator workstations provide graphical displays for monitoring the remote substations. Dual redundant 10/100 Mbps LAN connects the servers and workstations. 3 sets of panels are installed in the control center- one for primary server system, second for standby system and third for radio and associated equipments. LCD monitors are provided for accessing servers.
8.1.2.
Existing SCADA System described above sections shall be integrated seamlessly with proposed RAPDRP system SCADA/DMS at Jaipur. The integration architecture should be defined in a way such that it shall allow easy manageability, configurability and scalability of the system without compromising key performances listed in MTS. Major Scopes of integration are as under 1. The bidder will adopt most techno-commercial way to integrate the old system with new system to have an integrated single system, for that any software hardware or any other item required shall be supplied and installed by the bidder. 2. To shift the existing SCADA system from 132KV Chambal premises to old power house, Jaipur which shall include following activities. i. Shifting and setting up of servers, workstations, printers, network and consoles at new locations.
Page 11 of 202
Shifting of radio base station to Old Power house and direction setting of individual radio at the substations and re establish communication with all 33 locations. 3. Bidder shall ensure that the following assets are integrated and operated with proposed SCADA/DMS I Sl.No II Description III Total assets 33 62 108 186 21 39 15 116 10 39 13 30 IV Existing assets connected to Old SCADA system 33 54 105 122 18 19 7 87 4 31 4 19 V Additional assets to be connected and integrated 33 8 3 64 3 10 8 29 6 8 9 11 122
ii.
1 2 3 4 5 6 7 8 9 10 11 12 13
Substation Nos. of Transformer Bus bar counts at HV&LV 11 KV load Feeder/ Outgoing Count Capacitor banks Breaker Incomer Breaker (33KV) Out going Breaker (33KV) Transformer Breaker(HV&LV) Buscoupler breaker(11KV) Incomer with Isolator at 33KV Outgoing with Isolator at 33KV Buscoupler with Isolator (HV & LV) Isolator count
Following activity shall be carried out by the bidder i. Provide all necessary hardware(DI,DO,AI modules or any other upgrades), software or any other items required for the integrating additional assets given in column (v) of the table 6 with the proposed SCADA /DMS system. Necessary wiring, termination and I/O requirement or any other item required at existing system given in column (iv) of the table 6 shall be supplied by the bidder. Mode of communication (Licensed Radio) between 33 locations and existing master system and communication equipment will remain same. However direction of existing antenna will be matched to the new master locations
ii. iii.
8.2.
The Ministry of Power, Govt. of India has sanctioned RAPDRP PART-A IT implementation projects schemes against DPRs of 87 towns under the distribution companies JVVNL, AVVNL and JdVVNL in Rajasthan. The implementation project contract is already awarded to ITIA including RAPDRP approved towns and additional towns which not covered under RAPDRP. The system implementation is in progress. The sanctioned scheme mainly comprises of the following functional items. Meter Data Acquisition Energy Audit New Connection Disconnection & Dismantling GIS based customer Indexing and asset mapping
Page 12 of 202
GIS based integrated network analysis module Centralized Customer Care Services Management Information System (MIS) Web Self Service Identity and Access Management system System Security Requirement Development of Commercial Database of Consumers Billing Collections Metering Asset Management Maintenance Management
Proposed solution is an integrated single platform based system, which caters to various business stacks through single window. An IT user will need to authenticate him to access the applications. Based on his profile he will be shown the applications for which he is authorized. Portal will provide the common front-end for all applications. Providing the solution for all the modules including the optional modules as per below table. Other than GIS application all integrated over middleware and GIS have network model and geographical information.
Presentation Tier
Middle Tier
Desktop users
Web users
Mobile users
Laptop users
Internet Portal External Business Services (Web services) Business Process Orchestration Application Services
Desktop Application
Enterprise management services(Email, IVR, etc) Business Integration Services Service Governance Processes Service Lifecycle Management
IVR
CCS
MM
Billing
MDM
MIS
Energy Audit
Event Management
Queue Management
MIS
Application Metadata server services Management Job Application Business Scheduling, Session Logging Exception Alerts, Tracking Services Management Reminders Data Integration Services Operational Data Store
SCADA
In addition to above software functional modules, IT Implementation Agency ( ITIA) is providing following facilities to utility as a part of implementation. i. ii. iii. iv. Establishment of Data Center at Jaipur city Establishment of Disaster Recovery Center at Jodhpur GPS based GIS survey in the identified towns under RAPDRP Establishment of LAN, MPLS-VPN and other Networking in the identified towns.
Page 13 of 202
Page 14 of 202
Page 15 of 202
Jodhpur
Bikaner
Jaipur
Ajmer
Equipment A1 1 2 3 4 5 6 7 8 9 10 11 12 13 Server/ workstation Hardware SCADA/DMS server FEP server with interface switches ISR server NMS server DTS server Developmental server Communication Server Web/Directory server Workstation with dual TFT Monitors Remote VDUs with one TFT Monitors Developmental console with one TFT DTS/Workstation Console with dual TFTs DLP based Video Projection system with 2X3 Module configuration with each module at least 67" diagonal with common projector Storage & Backup Devices
Unit No. No. No. No. No. No. No. No. No. No. No. No. Set
2 2 2 2 1 1 2 2 3 9 2 2
2 2 2 2 1 2 2 3 3 2 0
2 2 2 2 1 2 2 3 5 2 0
2 2 2 2 1 2 2 3 2 2 0
2 2 2 2 1 2 2 3 4 2 0
10 10 10 10 1 5 10 10 15 23 10 2
Page 16 of 202
Total
Kota
14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30
External RAID Mass storage device ( for 2 months online backup) External DAT drive (160/320GB) Switches/Routers Layer II switch (SCADA/DMS LAN) Layer II switch ( Development system LAN &DTS) Router one each for interfacing IT system , SCADA/DMS DR centre Router at remote VDU Firewall & network IPS Other Active devices GPS Time synchronisation system Time, day & date digital displays Printers A3 Color inkjet printer B/W Laser printer Color Laser printer Security system (DMZ) Web server with load balancing Mail server Router Firewall & network IDS/IPS Layer II switch Cabling System
Jaipur Vidyut Vitran Nigam Ltd, Jaipur
No.
1 1 1 1 1 1 1 1 1 5 5
2 2
2 1 1 3
2 1 1 5
2 1 1 2
2 1 1 4
10 6 5 23
No.
1
2 1 1 1
2 1 1 1
2 1 1 1
2 1 1 1
2 1 1 1
10 5 5 5
2 2 2 2
2 2 2 2
2 2 2 2
2 2 2 2
2 2 2 2
10 10 10 10
Page 17 of 202
31 32 A2 33 A3 34 35 36 37 38 39 40 41 42 43 A4 44
Cable, Jacks etc. Any other hardware to meet functional /performance requirement of MTS Mandatory Spares for Control Centre 5% of A1 Software for Control Centre SCADA software ISR Software DMS software DTS software Developmental software Network Management Software WEB /Network security software(Incl in web server) RDBMS package (incl in ISR) GIS Adaptor/Engine for importing data from GIS system under IT system Any other software to meet functional /performance requirement of MTS (OMS etc) Network Charges Network Connectivity Charges for Link for 1 year post commissioning(MPLS-VPN)
Lot Lot
Lot
Page 18 of 202
B) SCADA/DMS DR Centre
SL.No. Specification Towns under RAPDRP project Jodhpur Bikaner Jaipur Ajmer
Equipment B1
1 DR server
Unit Nos Nos Nos Nos Nos Nos Nos Nos Nos Nos Nos Nos
DR server Communication Server Workstation with one TFT Monitors Storage & Backup Devices External storage device External DAT drive Switches Layer II switch (DR LAN) Routers Router for interfacing at SCADA DMS Centre Printers Color inkjet printer B/w Laser printer Color laser printer Cabling System Cable, Jacks etc. Any other hardware to meet functional /performance requirement of MTS
2
2 2 2 2 2 1 2 2 2 1
2 3 B2 4 5 B3 6 7 B4 8 9 10 B5 11 12
Page 19 of 202
Total 2
2 2 2 2 2 1 2 2 2 1
Kota
B6 13 B7 14
Mandatory spares for DR Centre 5% of B1 to B5 Software for DR Centre RDBMS (Included in server)
Page 20 of 202
Jaipur
Ajmer
SL.No.
Equipment RTU comprising panels, racks, sub-racks, Power Supply modules, CPU analog / digital input & control output ,module as per specification interfacing equipment, required converters & all other required ,items/accessories including complete wiring for all modules for locations mentioned below MFTs CMRs HDR Weather transducer - Wind speed Weather transducer rainfall Weather transducer - Humidity Weather transducer -Temperature Weather transducer -Wind Direction modem Router Single TFT PC for LDMS with all accessories 1 B/W laser printer
Unit
1 2 3 4 5 6 7 8 9 10 11 12 13
Nos Nos Nos Nos Nos Nos Nos Nos Nos Nos Nos Nos Nos
Page 21 of 202
Total
Kota
C2
C3
Any other hardware to meet functional /performance requirement of 14 MTS Local Data Monitoring System (LDMS) 15 LDMS Any other software to meet functional /performance 16 requirement of MTS TEST EQUIPMENTS for RTU RTU Database Configuration & Maintenance Software 17 tool Master Station cum RTU Simulator & Protocol analyser 18 software tool Laptop PC for above software tools along with 19 interfacing hardware including Hub MANDATORY SPARES FOR RTU 5% of c1 Sub - Total (mandatory spare) -D4 Bandwidth Charges Network Connectivity Charges for Primary Link (SCADA/DMS main control centre) Sub - Total (bandwidth charges) -D5
1 1 4
1 1 2
1 1 3
1 1 2
1 1 2
5 5 13
C4
C5
*CMRs and HDR are indicative and it may be considered as per requirement
Page 22 of 202
1 2 3 4 5 6 7 8 9 10 11 12 13
JAWAHAR NAGAR CHAMBAL BHANKROTA MANSORAWAR NPH VKIA SMS STDM KUNDA KI DHANI PURANA GHAT SIRSI SANGANER SITAPURA VAISHALI NAGAR
161 295 217 146 276 287 150 162 186 216 229 153 175
13 28 20 11 26 29 13 13 17 20 23 13 16
23 49 35 19 45 50 23 23 30 35 40 23 28
4 8 4 4 4 4 4 4 4 4 4 4 4
138 258 189 124 241 254 130 138 162 189 202 132 152
23 49 35 19 45 50 23 23 30 35 40 23 28
11 25 17 8 20 21 10 10 13 17 16 10 12
12 22 17 11 21 22 11 12 14 16 18 12 13
2 3 3 2 2 2 2 2 3 3 3 2 2
1 1 1 1 1 1 1 1 1 1 1 1 1
Page 23 of 202
14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30
OLD JHOTWARA(AMBA BARI) DURGAPURA BRAHMPURI S/S MREC S/S CHANDPOLE S/S NAHRI KA NAKA V.NAGAR S/S (Vidhyadhar Nagar) RAMNIWAS BAGH (AjmeriGate) NEW JHOTWARA LALKOTHI SMS STADIUM SMS HOSPITAL AGRA ROAD RAMGANJ KHASA KOTHI JHALANA DUNGRI S/S RAM MANDIR S/S
213 195 241 217 175 193 219 212 235 197 167 214 218 154 197 159 200
20 16 21 20 16 16 18 17 20 17 14 18 19 13 17 14 18
35 28 37 35 28 28 31 30 35 30 24 31 33 23 30 24 31
4 6 6 4 4 6 6 6 6 4 4 4 6 4 4 4 4
186 167 208 189 152 166 188 181 202 170 144 184 189 133 170 138 174
35 28 37 35 28 28 31 30 35 30 24 31 33 23 30 24 31
17 18 20 18 15 15 22 20 20 16 13 15 20 15 15 12 15
5 5 5 5 4 4 6 5 5 5 4 4 5 4 4 4 4
16 15 18 17 13 15 16 16 18 15 13 16 16 12 15 12 15
2 2 3 2 2 3 3 3 3 3 3 2 3 3 2 2 2
1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1
Page 24 of 202
31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47
MALVIYA IND. AREA (MIA) LAXMAN DOONGRI VKIA ROAD NO. 14 S/S SRIJI KI MORI SITAPURA VAISHALI E.S.I. S/S SHASHTRI NAGAR MURTIKAR NAGAR RAMBAGH CIRCLE 22 GODWN TRIVENI NAGAR S/S RPA COLLECTRATE JAMDOLI S/S(KESHAV VIDHYAPEETH) LUNIYAWAS S/S Pradhan Marg ( Malviya Nagar)
166 168 277 166 207 192 128 165 92 158 111 122 162 110 92 111 81
15 15 23 15 17 17 11 14 7 14 9 11 13 9 7 9 7
26 26 40 26 30 30 19 24 12 24 16 19 23 16 12 16 12
4 4 8 4 6 6 2 4 2 4 2 2 2 2 2 2 2
144 146 238 144 177 166 110 142 78 137 95 106 138 94 78 95 70
26 26 40 26 30 30 19 24 12 24 16 19 23 16 12 16 12
13 15 25 14 18 15 11 13 8 14 8 9 15 8 8 9 6
4 4 6 4 5 4 4 4 3 4 3 3 4 3 3 3 3
13 13 21 13 16 15 10 13 7 12 9 9 12 8 7 9 6
2 2 3 3 3 2 2 2 2 3 2 2 3 3 3 3 3
1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1
Page 25 of 202
48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64
SADWA OLD VIDHAN SHABHA MEERA MARG S/S SEZ-I RICCO SITAPURA S/S JAGATPURA NRI MUHANA MANDIR KAVERI PATH SANGANER-II SEZ-II SITAPURA S/S MARUTI NAGAR S/S ROAD NO. 9F VKIA ROAD NO. 9A VKIA KRISHI UPAJ MANDI ( SIKAR ROAD ) KARDHANI RIICO MANSAROVER KUMBHA MARG PATRAKAR COLONY
6 6 11 11 7 8 7 7 7 14 11 11 7 7 10 9 12
10 10 19 19 12 14 12 12 12 24 19 19 12 12 17 16 21
2 2 4 4 2 2 2 2 2 4 4 4 2 2 4 4 4
10 10 19 19 12 14 12 12 12 24 19 19 12 12 17 16 21
7 8 12 13 8 8 7 8 7 14 12 12 7 7 11 10 12
3 3 4 4 3 3 3 3 3 4 4 4 3 3 4 3 4
6 6 11 11 8 7 7 7 7 13 11 11 7 7 10 9 11
3 2 3 3 2 2 2 2 2 3 3 3 2 2 2 2 3
1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1
Page 26 of 202
65 66 67 68 69 70 71 72
LOHA MANDI SWEWAGE FARM(RAM NAGAR EXT) NEW STATIONS-01 NEW STATIONS-02 NEW STATIONS-03 NEW STATIONS-04 NEW STATIONS-05 NEW STATIONS-06 TOTAL TOTAL WITH 20% SPARE
5 7 11 11 11 11 11 11 978 1174
9 12 19 19 19 19 19 17 1700 2040
2 2 2 2 2 2 2 2 262 314
9 12 19 19 19 19 19 17 1700 2040
5 7 9 9 9 9 9 9 914 1097
2 3 3 3 3 3 3 3 279 335
6 7 9 9 9 9 9 9 868 1042
2 2 3 3 3 3 3 3 180 216
1 1 1 1 1 1 1 1 72 86
Page 27 of 202
SNO
STATION
SS 259
DS
DC
AI
CMR
HDR
MFT
19 53 22 61 15 42 8 22 12 33 11 31 10 28 11 31 15 42 9 25 13 36 7 19 20 56 9 25 6 17
6 252 6 266 4 211 4 118 4 146 4 152 4 145 4 160 4 198 4 127 4 176 2 81 8 273 4 121 2 86 17 12 4 25 15 4 56 32 8 19 10 3 36 20 5 25 18 5 42 21 6 31 17 5 28 16 5 31 17 5 33 17 5 22 13 4 42 21 6 61 31 8 53 28 7
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15
RIMDC 270 DADABARI 219 TALWANDI 123 JP MARKET BASANT VIHAR RK PURAM 151 IPIA 167 INDIRA VIHAR 204 MBS VALLABH NAGAR BORKHEDA INDUSTRIAL ESTATE NAYAPURA 125 KUNHADI 89 JUNCTION Jaipur Vidyut Vitran Nigam Ltd, Jaipur 132 182 82 282 148 157
20 16 9 11 12 11 12 15 10 13 6 21 9 7
5 1 3 1 2 1 3 1 3 1 2 1 3 1 3 1 2 1 3 1 2 1 4 1 2 1 2 1
Page 28 of 202
241 16 17 18 19 20 21 22 23 24 25 26 27 28 29 SAKATPURA 128 FUTURE S/S-1 128 FUTURE S/S-2 128 FUTURE S/S-3 128 FUTURE S/S-4 128 FUTURE S/S-5 128 FUTURE S/S-6 128 FUTURE S/S-7 128 FUTURE S/S-8 128 FUTURE S/S-9 128 FUTURE S/S-10 128 FUTURE S/S-11 128 FUTURE S/S-12 128 FUTURE S/S-13 TOTAL TOTAL WITH 20% SPARE 4495 5394
4 238 2 127 2 127 2 127 2 127 2 127 2 127 2 127 2 127 2 127 2 127 2 127 2 127 2 128 4402 5282 29 973 1168 13 505 606 4 139 167 339 407 29 13 4 29 13 4 30 15 4 31 15 4 31 15 4 31 15 4 31 15 4 31 15 4 31 15 4 31 15 4 31 15 4 31 15 4 56 28 7
18 10 10 10 10 10 10 10 10 10 10 10 10 10 86 104
4 1 3 1 3 1 3 1 3 1 3 1 3 1 3 1 3 1 3 1 3 1 3 1 3 1 3 1 29 35
Page 29 of 202
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18
CHANDRAVARDAI NAGAR HAJARIBAG SUSTATION HMT SUSTATION JLN_SLD LONGIYA MAKHUPURA MAYO COLLEGE PANCHSHEEL PARVAT PURA POWER HOUSE HATI BHATA REGIONAL COLLEGE SHASHTRI NAGAR VAISHALI NAGAR SUBHASH NAGAR MADAR BADLIYA JAIPUR ROAD CRPF GC-2
Page 30 of 202
19 20 21
PADAO DHOLA BHATA KUNDAN NAGAR TOTAL TOTAL WITH 20% SPARE
14 14 14 242 290
29 29 29 510 612
4 2 4 80 96
29 29 29 510 612
17 14 16 346 415
5 4 5 101 121
13 12 13 233 280
3 3 3 55 66
1 1 1 21 25
SNO
STATION
DS 7 9 11 18 10 25 16 9 13 6
DC 23 30 36 60 33 83 53 30 43 20
AI 2 4 2 6 2 6 4 2 4 4
HDR 23 30 36 60 33 83 53 30 43 20
MFT 12 17 18 30 17 38 25 14 20 11
1 MOTOR MERCHANT 2 SARDARPURA 3 UMAID HOSPITAL 4 M.G.HOSPITAL (MGH) 5 OLD POWER HOUSE(OPH) 6 ENGG. COLLEGE 7 CIRCUIT HOUSES 8 UMAID HARITAGE 9 RIKTIYA BHERUJI (RKB) 10 SOORSAGAR
Page 31 of 202
3 11 PRATAP NAGAR 12 KAYLANA FILTER HOUSE 13 KAMLA NEHRU NAGAR CHOPASNI HOUSING BOARD-I 14 (CHB- 1) CHOPASNI HOUSING BOARD-II 15 (CHB- 2) 16 MEDICAL COLLEGE 17 BARKATULLAH STADIUM (BKT) 18 BORANADA I 19 BORANADA II 20 BASNI-I CANAL 21 BASNI-II PHASE 22 PAL 23 SANGARIA 24 KUDI BHAGTASNI (KBHB) 25 KATCHERY 26 FORT 27 BAGAR 121 98 185 154 164 177 139 144 201 153 147 183 111 119 221 190 73 10 7 15 12 13 14 10 12 16 12 12 15 8 10 17 14 5 33 23 50 40 43 46 33 40 53 40 40 50 27 33 56 46 17 4 4 4 6 4 4 4 4 4 4 4 4 4 2 4 6 2 118 94 180 149 159 172 133 141 195 148 143 178 106 116 214 183 70 33 23 50 40 43 46 33 40 53 40 40 50 27 33 56 46 17 14 11 22 20 20 21 19 20 26 19 17 22 15 14 26 24 9 4 4 6 5 5 6 5 5 7 5 5 6 4 4 7 6 3 9 2 7 4 14 3 12 3 12 3 13 3 10 3 11 4 15 3 12 3 11 4 14 2 8 3 9 4 16 3 14 2 6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1
Page 32 of 202
2 28 GANESH GARH 29 NAGAURI GATE 30 LALSAGAR 31 MAGRA NATIONAL LAW UNIVERSITY 32 (N.L.U) 33 RIICO 34 BHADWASIYA 35 BJS COLONY 36 GIRDIKOT 37 MAGJI KI GHATI 38 MATA KA THAN 39 NEW S/S-01 40 NEW S/S-02 41 NEW S/S-03 42 NEW S/S-04 43 NEW S/S-05 44 NEW S/S-06 75 136 123 92 109 101 147 183 122 90 97 114 114 114 114 114 114 5 12 9 7 9 8 11 15 9 7 7 10 10 10 10 10 10 17 40 30 23 30 27 36 50 30 23 23 33 33 33 33 33 33 2 2 4 2 2 2 4 4 4 2 2 2 2 2 2 2 2 71 134 118 89 106 98 142 178 117 87 93 112 112 112 112 112 112 17 40 30 23 30 27 36 50 30 23 23 33 33 33 33 33 33 9 17 15 11 13 13 18 22 18 12 11 14 14 14 14 14 14 3 5 4 4 4 4 5 6 5 4 4 4 4 4 4 4 4 6 3 10 2 9 2 7 2 8 2 8 3 11 4 14 2 9 2 7 2 7 3 9 3 9 3 9 3 9 3 9 3 9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1
Page 33 of 202
3 45 NEW S/S-07 46 NEW S/S-08 47 NEW S/S-09 48 NEW S/S-10 49 NEW S/S-11 50 NEW S/S-12 51 NEW S/S-13 52 NEW S/S-14 53 NEW S/S-15 TOTAL TOTAL WITH 20% SPARE 114 114 114 114 114 114 114 114 114 7106 8527 10 10 10 10 10 10 10 10 10 575 690 33 33 33 33 33 33 33 33 33 1905 2286 2 2 2 2 2 2 2 2 2 164 197 112 112 113 113 113 113 113 113 113 6918 8302 33 33 33 33 33 33 33 33 33 1905 2286 14 14 14 14 14 14 14 14 14 890 1068 4 4 4 4 4 4 4 4 4 249 299 9 3 9 3 9 3 9 3 9 3 9 3 9 3 9 3 9 154 541 185 649 64 53 1 1 1 1 1 1 1 1 1
Page 34 of 202
Page 35 of 202
3 15 URMUL DAIRY 16 PUBLIC PARK 17 131.NO.KOTHI 18 BEECHWALL 19 FILTER PLANT 20 KHARA 21 GAUSHALA 22 M.P.NAGAR 23 PUGAL ROAD 132KV GSS 24 BHINASAR 25 VYAPAR NAGAR KARNI INDUSTRIAL 26 AREA 27 SAGAR S/S 28 JOHR-BEED MURALIDHER VYAS 29 COLONY 30 BIKANER UNIVERSITY 31 SONAGIREI 182 65 86 112 61 122 212 97 83 141 95 98 80 113 113 113 113 14 4 6 9 4 9 15 7 6 10 7 7 6 9 9 9 9 42 12 18 27 12 27 45 21 18 30 21 21 18 27 27 27 27 4 2 2 2 2 4 6 2 2 4 2 2 2 2 2 2 2 210 72 98 131 68 137 239 111 95 159 109 112 92 132 132 132 132 42 12 18 27 12 27 45 21 18 30 21 21 18 27 27 27 27 27 10 12 19 10 18 30 15 12 22 14 15 11 18 18 18 18 7 3 4 5 3 5 7 4 4 6 4 4 4 5 5 5 5 14 2 5 2 7 2 9 2 5 2 9 3 16 2 7 2 6 2 11 2 7 2 7 2 6 2 9 2 9 2 9 2 9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1
Page 36 of 202
2 32 PATEL NAGAR 33 FCI GODWON 34 RAMPURA BASTI 35 GOGA GATE 36 RAMPURIA 37 FILLTER PLANT-2 TOTAL Total with 20% Spare 113 113 113 113 113 113 4144 4973 9 9 9 9 9 9 310 372 27 27 27 27 26 26 928 1114 2 2 2 2 2 2 96 115 132 132 132 132 133 133 4757 5708 27 27 27 27 26 26 928 1114 17 17 17 17 17 17 625 750 5 5 5 5 5 5 177 212 9 2 9 2 9 2 9 2 9 2 9 78 317 94 380 44 37 1 1 1 1 1 1
Note: - SS : Single status input, DS : Double status input for CBs, DC : Digital Control Output (Trip & Close)/Raise /lower CMR : Contact Multiplying Relay, HDR : Heavy Duty Relay, METER : Energy meter, CM: Communication Module , DI : Digital input , DO : Digital Output AI: Analog module
Notes:
Page 37 of 202
1. CMRs shall be mounted in the existing C&R panels. Wherever the space is not available in the existing panels the same shall be mounted in the RTU panels. Heavy Duty Relays shall be provided for Digital outputs for CBs and shall be mounted in the RTU panels itself. 2. MFT provide data that is to be acquired by RTU on Modbus/or IEC protocol for Voltage (phase to phase and phase to neutral), Current (phase and neutral), Active Power, Reactive Power, Apparent Power, Power Factor, Frequency, active energy (import & export), reactive energy (import & export) etc. 3. The RTU shall be equipped for the above specified I/O (analog input MFT), digital input & digital output) point points, which includes 20 % spare for future use. These 20 % spare points shall be terminated on terminal blocks in RTU panel. 4. All protection relay/Alarm points & CBs shall be considered for SOE. 5. Point counts include three alarms per station for auxiliary system and fire, which shall be interfaced to RTU. 6. In order to estimate module count 16 digital input(DI)/Module,16 digital output( DO) points/module,8 analog input ( AI)/module is considered, however bidder can proportionally calculate a modules requirement based on their hardware proposed and model technical specification. 7. Com module given I/O list is indicative and it shall cover only for the serial ports required for the MFTs and Ethernet port shall be considered as per MTS
8. In order to estimate com module requirement, it is assumed that 1 com module consist only 1 serial port, however, bidder can proportionally calculate their module requirement based on hardware suggested , no.of ports per module and Model technical specification.
Page 38 of 202
D1
D2
Item FRTUs Mini pole mounted FRTU base equipment along with enclosure suitable to work in open environment (Adequate protection from water & dust) , racks, sub-racks, Power Supply modules with power backup , I/o modules, CPU, interfacing equipment, required converters & all other required items/accessories including complete wiring for all modules for locations mentioned BELOW MFTs CMRs HDR Modem Any other ITEM to meet functional /performance requirement of MTS TEST EQUIPMENTS for FRTU FRTU Database Configuration & Maintenance Software tool
Unit
Set
1 1 1 % 5 5
1 1 2 5
1 1 3 5
1 1 1 5
1 1 1
Master Station cum RTU Simulator & Protocol analyzer software tool Laptop PC for above software tools along with interfacing hardware including Hub D3 MANDATORY SPARES FOR FRTU D4 Bandwidth Charges Network Connectivity Charges for Primary Link (SCADA/DMS main control centre) 5 % MANDATORY SPARE MAY BE CONSIDERED *CMRs and HDR are indicative and it may be considered as per requirement
FRTU IO List
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 39 of 202
Total 5 5 8 5 0
Kota
DISCO M JVVNL
SS
DS
DC
AI
CMR
HDR
MFT
28800 1920
AI MODUL E 1500
200 5760 300 2880 300 148 735 116 513 118 403 2842 7056 2228 4925 2266 3869 1066 1764 1114 1232 850 968 2132 2646 2088 1847 1700 1451 533 882 557 616 425 484 2587 2161 2965 2546 4069 3536 178 2940 882 464 140 2052 616 472 142 1612 484 806 403 1026 236 513 118 1470 232 735 116 296 148 600 600 300 300
Kota
RMU Section alizer RMU Section alizer RMU Section alizer RMU Section alizer
JdVNNL
Jodhpur
Bikaner
AVVNL
Ajmer
Notes Includes 20% spare capacity in the given I/O list 16 DI,16 DO,8 AI is used for sizing purpose of modules, bidder can proportionally calculate actual requirement based on their hardware proposed and Model technical specification In order to estimate Com module requirement, it is assumed that 1 com module consist only 1port, however, bidder can proportionally calculate their module requirement based on ports required , no.of ports per module and Model technical specification.
Page 40 of 202
E)
Communication Equipments
Bikaner
Jaipur
Ajmer
1
1
Sl.No
1 2 3 4
Item
MPLS Network Connectivity Charges for 2Mbps for internet Link MPLS-VPN Network Connectivity Charges Control centre (SIA has to calculate band width) MPLS-VPN Network Connectivity Charges for 2Mbps (SLDC, ,IT Cell, DC &DR) Network connectivity charges for FRTUs &FPIs on 3G/CDMA/GPRS
Unit
Nos. Nos Nos Nos
1
1
Kota
1
1
1
1
1
1
Total
5
5
76
33
61
41
25
236
Page 41 of 202
E4A
1 2 3 4
Unit
Nos
3500
2400
2836
1802
1542
12080
Page 42 of 202
Total
Kota
Item
F1 1 Main Equipments - Control centre UPS with suitable rating running in parallel redundant mode* (20 KVA) VRLA type Battery banks for above UPS for minimum 1 hr.backup duration 2 (set included in Above)
Unit
Set of two set
F2
DC Power Supply (DCPS) system based on SMPS (for 20 A 3 load plus charging current@10% capacity) Set Battery bank for above DCPS (VRLA Type) for minimum 4 hrs backup (Set 4 included in above) Set Main Equipments - DR Centre Main Equipments 5 UPS with suitable rating running in parallel redundant mode* 6 VRLA type Battery banks for above UPS for minimum 30 min. backup duration DC Power Supply (DCPS) system based on SMPS (for 20 A load plus charging 7 current@10% capacity) 8 Battery bank for above DCPS (VRLA Type) for minimum 4 hrs backup Mandatory Spares for UPS Mandatory Spares for DCPS For RTU / Data Concentrator / Communication Eqpts. 9 DC Power Supply (DCPS) system based on SMPS Jaipur Vidyut Vitran Nigam Ltd, Jaipur
F3 F4 F5
% %
5 5 76
5 5 33
5 5 61
5 5 41
Page 43 of 202
Total
5 5 5 5 236
Kota
Battery bank for above DCPS (VRLA Type) for minimum 4 hrs backup F6 For FRTU 11 48V DC Power Supply (DCPS) system based on SMPS
10
Battery bank for above DCPS (VRLA Type) for minimum 4 12 hrs backup F7 Remote VDU Locations 13 UPS (2 kVA )
1700 No 9
600 3
883 5
629 2
521 4
4333 23
G) Training
Sr. No A. Description Operators Training Duration in days No. Of Trainees
1 2 B. 1 2 3 4 6 7
Operator for SCADA/DMS Control Centre Instructor for DTS Maintenance Training Computer Hardware & System Software Application Software (SCADA/DMS) RTU & FRTU Database & display development Auxiliary Power Supply Communication System including NMS
5 10 10 10 5 5 3 5
Note: Minimum training requirement are given in G, however the no.of days may change as per actual requirement
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 44 of 202
Facility maintenance Services (FMS) S.No. 1 Description FMS charges for SCADA/DMS system (maintaining overall system availability as per TS) FMS charges for SCADA/DMS system (maintaining availability individual hardware & non critical functions as per TS) Total FMS charges Five Year Duration
Five Year
Five Year
Page 45 of 202
An initiative of
Restructured Accelerated Power Development and Reforms Programme (R-APDRP) of Govt. of India
Nodal Agency
RFP PART-2
Sections in the RFP Document Section Section I Section II Section III Section IV Section V Section VI Section VII Section VIII Section IX Appendix A Appendix B Appendix C Appendix D Appendix E Appendix F Content Preface Instructions to Bidders Bid Data Sheet Eligibility Criteria Bidding Forms Scope of Work General Conditions of Contract Special Conditions of Contract Contract Forms Mandatory technical specifications Service level agreement Supplier response format Evaluation methodology Geographical & Administrative Information Appendix G Appendix H List of Sub-Stations (RTU Locations) List of Sectionalizers and RMU Locations (FRTU Locations) List of FPI Locations Page Number
Review of current IT systems List of Manuals/Business Processes pertaining to monitoring and control of distribution network be converted (data-entry) into electronic form Review of Current Operation and Maintenance Processes pertaining to distribution network Estimated manpower requirement Expected implementation schedule Abbreviations
Page 47 of 202
The Opportunity
Ministry of Power, Govt. of India, has launched the Restructured Accelerated Power Development and Reforms Programme (R-APDRP) in the XI Five year Plan. Power Finance Corporation Limited (PFCL) has been designated by GoI as the Nodal Agency for the programme. The programme spans from data acquisition at distribution level till monitoring of results of steps taken to provide an IT backbone and strengthening of the Electricity Distribution system across the Country under the programme. The objective of the programme is reduction of AT&C losses to 15% in project areas. The program is divided into 2 parts Part-A and Part-B. Part-A will include projects for establishment of baseline data and IT applications like Meter Data Acquisition, Meter Reading, Billing, Collections, GIS, MIS, Energy Audit, New Connection, Disconnection, Customer Care Services, Web self service, etc. to get verified baseline AT&C losses. Part-B will include distribution strengthening projects. The SIA would supply, install and commission one integrated solution within the broad framework provided in the MTS (Model Technical Specifications) document. PFC under the guidance of Ministry of Power has finalized a detailed MTS document which covers all the components of the SCADA project, which shall help the utilities improve their performance.
The Programme
The size of the programme is to the tune of Rs. 500 billion. The programme consists of Part-A (to the tune of around Rs. 10,000 crore) covering Information Technology application in the electricity distribution system and Part B (to the tune of around Rs. 40,000 crore) covering the System strengthening, Improvement and augmentation of distribution system capacity. Both parts entail planning of measures to be taken under the programme, implementation of such measures to be taken and monitoring / evaluation of results / impact of the programme as a whole and of its various components across the Country. The focus of the programme shall be on actual, demonstrable performance in terms of loss reduction. Establishment of reliable and automated systems for sustained collection of accurate base line data, and the adoption of Information Technology in the areas of energy accounting will be essential for the success of the R-APDRP. The Programme is proposed to be implemented on all India basis covering Towns and Cities with a population of more than 30,000 (10,000 in case of Special Category States) as per population data of 2001 Census. In addition, in certain high-load density rural areas with significant loads, works of separation of agricultural feeders from domestic and industrial ones, and of High Voltage Distribution System (11kV) will also be taken up. Towns / areas for which projects have been sanctioned in X Plan APDRP shall be considered for the XI Plan only after either completion or short closure of the earlier sanctioned projects. Projects under the scheme shall be taken up in Two Parts. Part-A shall include the projects for establishment of baseline data and IT applications for energy accounting/auditing & IT based consumer service centers. Part-B shall include regular distribution strengthening projects. The activities to be covered under each part are as follows: Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 48 of 202
Part A: Preparation of Base-line Data System for the project area covering Consumer Indexing, GIS Mapping, Automatic Metering (AMR) on Distribution Transformers and Feeders, and Automatic Data Logging for all Distribution Transformers & Feeders and SCADA / DMS system for big cities only. It would include Asset Mapping of the entire distribution network at and below the 11kV transformers and include the Distribution Transformers and Feeders, Low Tension lines, poles and other distribution network equipment. It will also include adoption of IT applications for meter reading, billing & collection; energy accounting & auditing; MIS; redressal of consumer grievances and establishment of IT enabled consumer service centers etc. Part B: Renovation, modernization and strengthening of 11 kV level Substations, Transformers/Transformer Centers, Re-conductoring of lines at 11kV level and below, Load Bifurcation, Feeder segregation, Load Balancing, Aerial Bunched Conductoring in thickly populated areas, HVDS, installation of capacitor banks and mobile service centers etc. In exceptional cases, where sub-transmission system is weak, strengthening at 33 kV or 66 kV levels may also be considered.
Calendar of Events
Event Uploading on website Begin Sale of RFP Document Pre-Bid Conference,( at Conference hall ,Vidyut Bhavan, Janpath,Jaipur) Deadline for submission RFP Opening
Time
Page 49 of 202
A.
1.
Scope of Bid 1.1
General
In support of the Invitation for Bids indicated in the Bid Data Sheet (BDS), the Purchaser, as indicated in the BDS, issues this Bidding Document for the supply of Goods and Related Services incidental thereto as specified in the Scope of Work at Section VI. The name and identification number of the International competitive Bidding (ICB) are provided in the BDS. The Purchaser has received sanction from Nodal Agency (Power Finance Corporation Limited (PFC) under the aegis of Ministry of Power (MoP), Government of India (GoI)) under Part-A of RAPDRP towards the implementation cost of the project named in the BDS (hereinafter called funds). The GoI has agreed to convert the sanctioned loan into grant after successful completion of project and meeting the guidelines of R-APDRP. The Purchaser intends to apply a portion of funds to eligible payments under the contract for which this bidding document is issued. Payments made under the Contract shall be in accordance with the terms and conditions of the financing agreement between the Purchaser and the Nodal Agency (hereinafter called the Loan Agreement), and will be subject in all respects to the terms and conditions of that Agreement. No party other than the Purchaser shall derive any rights from the Loan Agreement or have any claim to the funds. Purchaser requires bidders to observe the highest standard of ethics during the procurement and execution of such contracts.
2.
Source of Funds
2.1
2.2
3.
Corrupt Practices
3.1
3.3
4.
A Bidder shall be a party empanelled by the Nodal Agency, Power Finance Corporation, as eligible to bid for appointment as SCADA/DMS Implementation Agency under the Restructured Accelerated Power Development and Reforms Programme (RAPDRP) of Govt. of India. No firm can submit more than one RfP Bidders shall provide such evidence on of their continued eligibility satisfactory to the Purchaser, as the Purchaser shall reasonably request. For the purpose of this Clause, the term Goods includes hardware, software, networking equipments and cables; and Related services includes services such as insurance, transportation, associated documentation, installation, customization, integration, field survey, testing and commissioning, training, technical support, maintenance, repair and other necessary services to be provided by the selected bidder and necessary for successful implementation of the project as specified in the contract. In case Bidder that does not manufacture or produce the Goods it offers to supply shall submit the Manufacturers Authorization using the form included in Section V, Bidding Forms to demonstrate that it has been duly authorized by the manufacturer or producer of the
4.2
5.
5.1
5.2
Page 51 of 202
B.
6.
Sections of the 6.1 Bidding Document
The Bidding Document consists of the sections as indicated below and should be read in conjunction with any Addenda issued in accordance with ITB Clause 8. Section I. Section II. Section III. Section IV. Section V. Section VI. Section VII. Preface Instructions to Bidders (ITB) Bid Data Sheet (BDS) Eligibility Criteria Bidding Forms Scope of Work General Conditions of Contract (GCC)
Section VIII. Special Conditions of Contract (SCC) Section IX. Contract Forms
6.2 6.3
The Invitation for Bids issued by the Purchaser is a part of the Bidding Document. The Purchaser is not responsible for the completeness of the Bidding Document and its addenda, if they were not obtained directly from the Purchaser. The Bidder is expected to examine all instructions, forms, terms, and specifications in the Bidding Document. Failure to furnish all information or documentation required by the Bidding Document may result in the rejection of the Bid. A prospective Bidder requiring any clarification of the Bidding Document shall contact the Purchaser in writing at the Purchasers address indicated in the BDS. The Purchaser shall forward copies of its response to all Bidders who have acquired the Bidding Document directly from it, including a description of the inquiry but without identifying its source. Should the Purchaser deem it necessary to amend the Bidding Document as a result of a clarification, it shall do so following the procedure under ITB Clause 8 and Sub-Clause 23.2. The Purchaser will organize a pre-bid conference at the time and place indicated in BDS. The purpose of the conference will be to clarify issues and answer queries that the bidders might have. Bidders are requested to submit the queries in writing to reach the purchaser not later than 5 days before the conference. Queries and responses shall be communicated in accordance with ITB Clause 7.1. Any modifications to the Bidding document listed in ITB Clause 6.1 which may become necessary as a result of pre-bid conference shall be made by the Purchaser exclusively by issuing Addendum and not through the clarifications of the pre-bid conference. At any time prior to the deadline for submission of the Bids or the award of the contract, the Purchaser may amend the Bidding Document by issuing addenda.
6.4
7.
7.2
8.
Page 52 of 202
8.2
The Purchaser, at its discretion for any reason whether at its own initiative or in response to a clarification requested by a bidder may add, modify or remove any element of the Goods (including hardware, software, networking, etc) or any component of Related Service entirely or any part thereof from the bid document till the time of award of contract. All bidders will be notified of any such change. In order to provide prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, the Purchaser may, at its discretion, extend the last date for the receipt of Bids. Any addendum issued shall be part of the Bidding Document and shall be communicated in writing to all who have obtained the Bidding Document directly from the Purchaser. To give prospective Bidders reasonable time in which to take an addendum into account in preparing their Bids, the Purchaser may, at its discretion, extend the deadline for the submission of the Bids, pursuant to ITB Sub-Clause 23.2.
8.3
8.4
8.5
C.
9.
Cost of Bidding 9.1
Preparation of Bids
The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the Purchaser shall not be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.
10. Language of
Bid
10.1 The Bid, as well as all correspondence and documents relating to the Bid exchanged by the Bidder and the Purchaser, shall be written in the English. Supporting documents and printed literature that are part of the Bid may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, such translation shall govern. 11.1 The Bid shall comprise two envelopes submitted simultaneously, one containing the Technical Proposal and the other the Price Proposal, enclosed together in an outer single envelope. 11.2 Initially, only the Technical Proposals opened at the address, date and time specified in ITB Sub-Clause 26.1. The Price Proposals remain sealed and held in custody by the Purchaser. The Technical Proposals shall be evaluated by the Purchaser as per Evaluation Methodology mentioned in Appendix-E. No amendments or changes to the Technical Proposals are permitted. Bids with Technical Proposals which do not conform to the mandatory requirements (as specified in Appendix-A) will be termed as non-responsive and will not be evaluated further. 11.3 Price Proposals of technically responsive Bids shall be opened in public at the date and time to be advised by the Purchaser. The Price Proposals shall be evaluated as per Evaluation Methodology mentioned in Appendix-D. 11.4 Contract shall be awarded to the Bidder whose Proposal (Technical
11. Documents
Comprising the Bid
Page 53 of 202
and Financial) obtains the maximum score 11.5 The Technical Proposal shall contain the following:
(a) Technical Proposal Submission Sheet; (b) Bid Security, in accordance with ITB Clause 20; (c) written confirmation authorizing the signatory of the Bid to
commit the Bidder, in accordance with ITB Clause 21;
(f)
documentary evidence in accordance with ITB Clause 18 establishing the Bidders qualifications to perform the contract if its Bid is accepted; and
(b) The Purchaser will provide Central sales tax Form C, whenever
applicable.
(c) The Bidder will provide Tax rates assumed for the calculation at
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 54 of 202
the time of proposal for each item in notes to respective table in Appendix C3.
(d) Please refer to GCC Clause [12.2] and the SCC for Price
adjustments due to change in Tax rates (including local taxes), duties, levies, cess, charges etc.
13. Alternative
Bids
13.1 Alternative (alternate technology/architecture/design/functionality or proposals with multiple options) bids shall be rejected. 14.1 The prices quoted by the Bidder in the Price Proposal Submission Sheet and in the Price Proposal shall conform to the requirements specified below. 14.2 All items in the Appendix C3 must be listed and priced separately in the Price Schedules. If an item listed in Price Schedule is not priced, their prices shall be assumed to be included by the bidder in the prices of other items. 14.3 If an item is not listed in the Price Schedule, it shall be assumed not to be included in the Bid. In such event, if the bid is otherwise substantially responsive, Bid Price shall be adjusted during evaluation of Price Proposals, for comparison purposes only, to reflect the price of the missing or non-conforming item or component. The price of the missing or non-conforming item or component for this purpose shall be the highest of the prices quoted by the other bidders for such missing item or component. 14.4 The terms EXW, CIF, CIP, and other similar terms shall be governed by the rules prescribed in the current edition of Incoterms, published by The International Chamber of Commerce, at the date of the Invitation for Bids or as specified in the BDS. 14.5 Prices quoted by the Bidder must be firm and final and shall remain constant throughout the period of the contract and shall not be subject to any upward modifications, except as specified in the GCC Clause 14.2 14.6 The bidders are advised not to indicate any separate discount. Discount, if any, should be merged with the quoted prices. Discount of any type, indicated separately, will not be taken into account for evaluation purpose. However, in the event of such an offer, without considering the separate discount, is found to be the lowest, the Purchaser shall avail such discount at the time of award of contract.
15. Currencies of
Bid
15.1 Bidders may express their bid price in Indian Rupees only.
16. Documents
16.1 To establish their eligibility in accordance with ITB Clause 4, Bidders shall: Establishing the Eligibility of (a) complete the eligibility declarations in the Bid Submission Sheet, the Bidder included in Section V, Bidding Forms 17.1 To establish the conformity of the Goods and Related Services to the Bidding Document, the Bidder shall furnish as part of its Technical Establishing the Proposal the documentary evidence against Goods and related Conformity of Services provided in Appendix C3. the Goods and Related 17.2 The documentary evidence may be in the form of literature, drawings Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 55 of 202
17. Documents
or data, and shall consist of a detailed description of the essential technical and performance characteristics of the Goods and Related Services, demonstrating substantial responsiveness of the Goods and Related Services to those requirements, and if applicable, a statement of deviations and exceptions to the provisions of Appendix C; 17.3 Standards for workmanship, process, material, and equipment, as well as references to brand names or catalogue numbers specified by the Purchaser in the Scope of Work, are intended to be descriptive only and not restrictive. The Bidder may offer other standards of quality, brand names, and/or catalogue numbers, provided that it demonstrates, to the Purchasers satisfaction, that the substitutions ensure substantial equivalence or are superior to those specified in the Scope of Work
18. Documents
Establishing the Qualifications of the Bidder
18.1 To establish its qualifications to perform the Contract, the Bidder shall submit as part of its Technical Proposal the evidence indicated for each qualification criteria specified in Section IV, Eligibility Criteria. However, only those bidders which have been empanelled by Nodal Agency shall be eligible to bid. 19.1 Bids shall remain valid for the period of 90 days after the bid submission deadline date prescribed by the Purchaser. A Bid valid for a shorter period shall be rejected by the Purchaser as non responsive. 19.2 In exceptional circumstances, prior to the expiration of the bid validity period, the Purchaser may request Bidders to extend the period of validity of their Bids. The request and the responses shall be made in writing. The Bid Security furnished in accordance with ITB Clause 20, it shall also be extended for a corresponding period. A Bidder may refuse the request without forfeiting its Bid Security. A Bidder granting the request shall not be required or permitted to modify its Bid.
19. Period of
Validity of Bids
20.1 The Bidder shall furnish as part of its Technical Proposal, a Bid Security in original form and in the amount and currency specified in the BDS 20.2 The Bid Security shall be in the form of a bank guarantee from a Scheduled Bank as notified by Reserve Bank of India (RBI). An Indicative bank guarantee format to be customized by the Utilities on case to case basis has been provided in the Bidding Forms at Section V. The form must include the complete name of the Bidder. The Bid Security shall be valid for sixty (60) days beyond the end of the validity period of the bid. This shall also apply if the period for bid validity is extended. 20.3 Any Bid not accompanied by a substantially responsive Bid Security in accordance with ITB Sub-Clause 20.2, shall be rejected by the Purchaser as non responsive. 20.4 The Bid Security of unsuccessful Bidders shall be returned as promptly as possible upon the signing of the Contract with the successful Bidder pursuant to ITB Clause 41 and 42
Page 56 of 202
20.5 The Bid Security of the successful Bidder shall be returned as promptly as possible once the successful Bidder has furnished the required Performance Security and signed the Contract. 20.6 The Bid Security may be forfeited:
(a) if a Bidder withdraws its Bid during the period of bid validity
as specified in ITB Clause 19.1, except as provided in ITB Sub-Clause 19.2 or 25 ; or
20.7 The Bid Security must be in the name of the SCADA/DMS Implementation Agency
21.1 The Bidder shall prepare one original of the Technical Proposal and one original of the Price Proposal as described in ITB Clause 11 and clearly mark each ORIGINAL - TECHNICAL PROPOSAL and ORIGINAL - PRICE PROPOSAL. In addition, the Bidder shall submit 4 (Four) copies of the Technical Proposal and the Price Proposal, and clearly mark them COPY NO - TECHNICAL PROPOSAL and COPY NO. - PRICE PROPOSAL. In the event of any discrepancy between the original and the copies, the original shall prevail. 21.2 The original and all copies of the Bid shall be typed or written in indelible ink and shall be signed by a person duly authorized to sign on behalf of the Bidder. This authorization shall consist of a written confirmation as specified in the BDS and shall be attached to the Bid. The name and position held by each person signing the authorization must be typed or printed below the signature. All pages of the Bid, except for un-amended printed literature, shall be signed or initialled by the person signing the Bid. Response Formats duly filled along with supporting documents shall be page numbered and stitched, book bound as one volume. Each page of the bid (along with the supporting documents including CVs) should be signed by the authorised signatory. Spiral/Spico bound documents with end sealed may also be accepted. The documents submitted in any other way is liable to be rejected.
Page 57 of 202
21.3 Any interlineations, erasures, or overwriting shall be valid only if they are signed or initialled by the person signing the Bid.
D.
22. Sealing and
Marking of Bids
22.1 The Bidder shall enclose the original of the Technical Proposal, the original of the Price Proposal, and each copy of the Technical Proposal and each copy of the Price Proposal, , in separate sealed envelopes, duly marking the envelopes as ORIGINAL TECHNICAL PROPOSAL, ORIGINAL - PRICE PROPOSAL and COPY NO - TECHNICAL PROPOSAL and COPY NO. - PRICE PROPOSAL, as appropriate. These envelopes containing the original and the copies shall then be enclosed in one single envelope. 22.2 The inner and outer envelopes shall:
(a) bear the name and address of the Bidder; (b) be addressed to the Purchaser in accordance with ITB SubClause 23.1; and
23. Deadline
for 23.1 Bids must be received by the Purchaser no later than the date and time, and at the address indicated in the BDS. Submission of Bids 23.2 The Purchaser may, at its discretion, extend the deadline for the submission of Bids by amending the Bidding Document in accordance with ITB Clause 8, in which case all rights and obligations of the Purchaser and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 24.1 The Purchaser shall not consider any Bid that arrives after the deadline for submission of Bids, in accordance with ITB Clause 23. Any Bid received by the Purchaser after the deadline for submission of Bids shall be declared late, rejected, and returned unopened to the Bidder. 25.1 A Bidder may withdraw, substitute, or modify its Bid after it has been submitted by sending a written Notice, duly signed by an authorized representative, and shall include a copy of the authorization in accordance with ITB Sub-Clause 21.2. The corresponding substitution or modification of the bid must accompany the respective
25. Withdrawal,
Substitution, and Modification of Bids
Page 58 of 202
26.1 The Purchaser shall conduct the opening of Technical Proposals in the presence of Bidders representatives who choose to attend, at the address, date and time specified in the BDS. 26.2 The Price Proposals will remain unopened and will be held in custody of the Purchaser until the time of opening of the Price Proposals. The Purchaser shall advise the responsive bidders in writing about the date, time, and location of the opening of Price Proposals. 26.3 First, envelopes marked WITHDRAWAL shall be opened, read out, and recorded, and the envelope containing the corresponding Bid shall not be opened, but returned to the Bidder. No Bid shall be withdrawn unless the corresponding Withdrawal Notice contains a valid authorization to request the withdrawal and is read out and recorded at bid opening. 26.4 Next, outer envelopes marked SUBSTITUTION shall be opened. The inner envelopes containing the Substitution Technical Proposal and/or Substitution Price Proposal shall be exchanged for the corresponding envelopes being substituted, which are to be returned to the Bidder unopened. Only the Substitution Technical Proposal, if any, shall be opened, read out, and recorded. Substitution Price Proposals will remain unopened in accordance with ITB Sub-Clause 26.2. No envelope shall be substituted unless the corresponding Substitution Notice contains a valid authorization to request the substitution and is read out and recorded at bid opening. 26.5 Next, outer envelopes marked MODIFICATION shall be opened. No Technical Proposal and/or Price Proposal shall be modified unless the corresponding Modification Notice contains a valid authorization to request the modification and is read out and recorded at the opening of Technical Proposals. Only the Technical Proposals, both Original as well as Modification, are to be opened, read out, and recorded at the opening. Price Proposals, both Original as well as Modification, will remain unopened in accordance with ITB SubClause 26.2. 26.6 All other envelopes holding the Technical Proposals shall be opened one at a time, and the following read out and recorded :
Page 59 of 202
(a) the name of the Bidder; (b) whether there is a modification or substitution; (c) the presence of a Bid Security, if required; and (d) any other details as the Purchaser may consider appropriate.
Only Technical Proposals read out and recorded at bid opening shall be considered for evaluation. No Bid shall be rejected at the opening of Technical Proposals except for late bids in accordance with ITB Sub-Clause 24.1. 26.7 The Purchaser shall prepare a record of the opening of Technical Proposals that shall include, as a minimum: the name of the Bidder and whether there is a withdrawal, substitution, modification; and the presence or absence of a Bid Security. The Bidders representatives who are present shall be requested to sign the record. The omission of a Bidders signature on the record shall not invalidate the contents and effect of the record. A copy of the record shall be distributed to all Bidders. 26.8 On the basis of the evaluation of the Technical Proposals, the Purchaser will invite bidders who have submitted responsive Technical Proposals to attend the opening of the Price Proposals. The date, time, and location of the opening of Price Proposals will be advised in writing by the Purchaser. Bidders shall be given reasonable notice of the opening of Price Proposals. 26.9 The Purchaser will notify Bidders in writing who have been rejected on the grounds of being non-responsive to the requirements of the Bidding Document and return their Price Proposals unopened, before the opening of the price proposal. 26.10 The Purchaser shall conduct the opening of Price Proposals of all Bidders who submitted responsive Technical Proposals, in the presence of Bidders` representatives who choose to attend at the address, date and time specified by the Purchaser. The Bidders representatives who are present shall be requested to sign a register evidencing their attendance. 26.11 All envelopes containing Price Proposals shall be opened one at a time and the following read out and recorded:
(a) the name of the Bidder (b) whether there is a modification or substitution; (c) the Bid Prices,; and (d) any other details as the Purchaser may consider appropriate.
Only Price Proposals, read out and recorded during the opening of Price Proposals shall be considered for evaluation. No Bid shall be rejected at the opening of Price Proposals. 26.12 The Purchaser shall prepare a record of the opening of Price Proposals that shall include, as a minimum: the name of the Bidder, the Bid Price. The Bidders representatives who are present shall be requested to sign the record. The omission of a Bidders signature on the record
Page 60 of 202
shall not invalidate the contents and effect of the record. A copy of the record shall be distributed to all Bidders.
E.
27. Confidentiality
27.1 Information relating to the examination, evaluation, comparison and recommendation of contract award, shall not be disclosed to Bidders or any other persons not officially concerned with such process. 27.2 Any attempt by a Bidder to influence the Purchaser in the examination, evaluation, comparison, and post qualification of the Bids or Contract award decisions may result in the rejection of its Bid. 27.3 Notwithstanding ITB Sub-Clause 27.2, from the time of opening the Technical Proposals to the time of Contract award, if any Bidder wishes to contact the Purchaser on any matter related to the bidding process, it should do so in writing. If the bidder or any of his subcontractors/consortium members meet the Purchasers personnel, it will be considered as coercive practices, and may result in rejection of the bid.
28. Clarification of 28.1 To assist in the examination, evaluation, comparison and postBids qualification of the Bids, the Purchaser may, at its discretion, ask any Bidder for a clarification of its Bid. Any clarification submitted by a Bidder that is not in response to a request by the Purchaser shall not be considered. The Purchasers request for clarification and the response shall be in writing. No change in the prices or substance of the Bid shall be sought, offered, or permitted, except to confirm the correction of arithmetic errors discovered by the Purchaser in the evaluation of the Price Proposals, in accordance with ITB Clause 30. 29.1 The Purchasers determination of the responsiveness of a Technical Proposal is to be based on the contents of the Technical Proposal itself. 29.2 A responsive Technical Proposal is one that conforms to all the mandatory requirements, terms, conditions, and specifications of the Bidding Document without material deviation, reservation, or omission. A material deviation, reservation, or omission is one that:
29. Responsiveness
of Technical Proposal
does not meet all the mandatory technical specifications (as specified in Appendix-A) affects the scope, quality, or performance of the Goods and Related Services specified in the Contract; or limits or is inconsistent with the Bidding Document, the Purchasers rights or the Bidders obligations under the Contract; or if rectified would unfairly affect the competitive position of other Bidders presenting responsive Technical Proposals.
(d)
29.3 If a Technical Proposal is not responsive to the Bidding Document, it shall be rejected by the Purchaser and shall not subsequently be made responsive by the Bidder by correction of the material deviation, reservation, or omission.
Page 61 of 202
30. Non
conformities, Errors, and Omissions
30.1 Provided that a Technical Proposal is responsive, the Purchaser may waive any non-conformity or omission in the Bid that does not constitute a material deviation. 30.2 Provided that a Technical Proposal is responsive, the Purchaser may request that the Bidder submit the necessary information or documentation, within a reasonable period of time, to rectify nonmaterial, nonconformities or omissions in the Technical Proposal related to documentation requirements. Such omission shall not be related to any aspect of the Price Proposal of the Bid. Failure of the Bidder to comply with the request may result in the rejection of its Bid. 30.3 Provided that a Technical Proposal is responsive, the Purchaser will rectify nonmaterial nonconformities or omissions. To this effect, the Bid Price shall be adjusted during evaluation of Price Proposals, for comparison purposes only, to reflect the price of the missing or nonconforming item or component. The adjustment shall be made using the method indicated in Section 12.2 of Section VII GCC 30.4 Provided that the Technical Proposal is responsive, the Purchaser will correct arithmetical errors during evaluation of Price Proposals on the following basis:
(a)
if there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected, unless in the opinion of the Purchaser there is an obvious misplacement of the decimal point in the unit price, in which case the total price as quoted shall govern and the unit price shall be corrected; if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and if there is a discrepancy between words and figures, the amount in words shall prevail. However, where the amount expressed in words is related to an arithmetic error, the amount in figures shall prevail subject to (a) and (b) above. if there is a discrepancy between percentage and figures related to various taxes or levies, the percentage shall prevail over figure mentioned. However, where the amount expressed in percentage is related to an arithmetic error, the amount in figures shall prevail subject to (a) and (b) above. It should also be noted that at time of payment against, the prevailing tax/levy rates will be used as on the date of approval of payment. Except as provided in sub-clauses (a) to (c) herein above, the Purchaser shall reject the Price Proposal if the same contains any other computational or arithmetic discrepancy or error.
(b)
(c)
(d)
(e)
30.5 If the Bidder that submitted the lowest evaluated Bid does not accept the correction of errors, its Bid shall be disqualified and its Bid
Page 62 of 202
31. Preliminary
Examination of Bids
31.1 The Purchaser shall examine the Technical Proposal to confirm that all documents and technical documentation requested in ITB SubClause 11.5 have been provided, and to determine the completeness of each document submitted. 31.2 The Purchaser shall confirm that the following documents and information have been provided in the Technical Proposal. If any of these documents or information is missing, the offer shall be rejected.
(b) written confirmation of authorization to commit the Bidder; (c) Bid Security; and (d) Manufacturers Authorization, where applicable.
31.3 Likewise, following the opening of Price Proposals, the Purchaser shall examine the Price Proposals to confirm that all documents and financial documentation requested in ITB Sub-Clause 11.6 have been provided, and to determine the completeness of each document submitted. 31.4 The Purchaser shall confirm that the following documents and information have been provided in the Price Proposal. If any of these documents or information is missing, the offer shall be rejected.
(a) (b)
Price Proposal Submission Sheet in accordance with ITB Sub-Clause 12.1; and Price Schedules, in accordance with ITB Clauses 12, 14, and 15.
32. Examination of 32.1 The Purchaser shall examine the Bids to confirm that all terms and
Terms and Conditions; Technical Evaluation conditions specified in the GCC and the SCC have been accepted by the Bidder without any material deviation or reservation.
32.2 The Purchaser shall evaluate the technical aspects of the Bid submitted in accordance with ITB Clause 18, to confirm that all requirements specified in the Scope of Work at Section VI, of the Bidding Document have been met without any material deviation or reservation. 32.3 If, after the examination of the terms and conditions and the technical evaluation, the Purchaser determines that the Technical Proposal is not responsive in accordance with ITB Clause 29, it shall reject the Bid.
33. Margin
Preference 34. Evaluation Bids
of 33.1 No margin of preference shall apply. of 34.1 The Purchaser shall evaluate Price Proposals of each Bid for which the Technical Proposal has been determined to be responsive.
Page 63 of 202
34.2 To evaluate a Price Proposal, the Purchaser shall only use all the criteria and methodologies defined in this Clause and in Section IV, Eligibility Criteria and evaluation methodology in Appendix-D. No other criteria or methodology shall be permitted. 34.3 To evaluate a Price Proposal, the Purchaser shall consider the following:
(a) The Bid Price quoted in Price Proposal Submission Sheet i.e.
inclusive of all duties, levies and taxes.
(b) Contracts shall be awarded only to the bidder with the highest
evaluated Total Score
35. Comparison of 35.1 The Purchaser shall compare all responsive bids to determine the bid
Bids with the maximum score, in accordance with ITB Clause 34. 36.1 The Purchaser shall determine to its satisfaction during the evaluation of Technical Proposals whether Bidders are qualified to perform the Contract satisfactorily. 36.2 The determination shall be based upon an examination of the documentary evidence of the Bidders qualifications submitted by the Bidder, pursuant to ITB Clause 18 and to clarifications in accordance with ITB Clause 28. The eligible bidders shall only be as empanelled by Nodal Agency meeting qualifying requirements as mentioned in Eligibility Criteria (Section IV). 36.3 An affirmative determination in accordance with this clause shall be a prerequisite for the opening and evaluation of a Bidders Price Proposal. A negative determination shall result into the disqualification of the Bid, in which event the Purchaser shall return the unopened Price Proposal to the Bidder.
37. Purchasers
Right to Accept Any Bid, and to Reject Any or All Bids
37.1 The Purchaser reserves the right to accept or reject any Bid, and to annul the bidding process and reject all Bids at any time prior to Contract award, without thereby incurring any liability to the Bidders.
F.
38. Award Criteria
Award of Contract
38.1 The Purchaser shall award the Contract to the Bidder whose offer has been awarded the maximum score and is responsive to the Bidding Document, provided that such Bidder continues to remain empanelled
Page 64 of 202
as per the list (along with any updation/modifications from time to time) released by the Nodal Agency.
39. Purchasers
39.1 At the time the Contract is awarded, the quantity of Goods and Related Services for a town shall not be modified. However Purchaser Right to Vary reserves the right to increase or decrease the number of towns under Quantities at the contract subject to the limit of 30% of the existing number of Time of Award towns covered under the contract, without any change in the unit prices or other terms and conditions of the Bid and the Bidding Document. Award notify the successful Bidder, in writing, that its Bid has been accepted. 40.2 Until a formal Contract is prepared and executed, the notification of award shall constitute a binding Contract.
40. Notification of 40.1 Prior to the expiration of the period of bid validity, the Purchaser shall
41. Signing
Contract
of 41.1 Promptly after notification, the Purchaser shall send to the successful Bidder the Agreement, a copy of SLA and the General and Special Conditions of Contract. 41.2 Within fourteen (14) days of receipt of the Agreement, the successful Bidder shall sign, date, and return it to the Purchaser. 41.3 The successful Bidder shall provide an undertaking that the key staff identified for the project (as submitted in its bid proposal) shall be available for the respective proposed work requirement, anytime during the duration of the project, till its successful completion. The same is intended to be published by the Nodal Agency on their website for the information of other utilities who intend to appoint SIA, for avoiding any duplicacy in resource deployment
42. Performance
Security
42.1 Within fourteen (14) days of the receipt of notification of award from the Purchaser, the successful Bidder shall furnish the Performance Security in accordance with the GCC, using for that purpose the Performance Security Form included in Section IX, Contract Forms. 42.2 Failure of the successful Bidder to submit the above-mentioned Performance Security or sign the Contract shall constitute sufficient grounds for the annulment of the award and forfeiture of the Bid Security. In that event the Purchaser may award the Contract to the next successful Bidder whose offer is responsive and is determined by the Purchaser to be qualified to perform the Contract satisfactorily.
Page 65 of 202
43. Local
Conditions
It will be imperative on each bidder to fully inform himself of all local conditions and factors which may have any effect on the execution of the works covered under these documents and specifications. The purchaser shall not entertain any request for clarifications from the bidders, regarding such local conditions. It must be understood and agreed that such factors have properly been investigated and considered while submitting the proposals. No claim for financial adjustment to the contract awarded under these specifications and documents will be entertained by the purchaser. Neither any change in the time schedule of the contract nor any financial adjustments arising thereof shall be permitted by the purchaser, which are based on the lack of such clear information or its effect on cost of the works to the bidder.
G.
44. Interpretation
Interpretation
44.1 This Bid Document, inclusive of the MTS document, Schedules, annexure(s), the statements, exhibits and sections, if any, comprises of the MTS and the whole and complete Document the RFP document 44.2 This RFP document should be read in consonance with the MTS document. In the RFP document references to the MTS have been provided. In case there is no reference relating to a particular clause(s) of the MTS, it should be deemed as the said reference has been provided. The bidder is required to read both the documents and would be deemed to be in knowledge of the provisions of both the MTS and the RFP document. No claim of any nature whatsoever shall be entertained in this regard. 44.3 In case of any conflict with any provision relating to the MTS document and the RFP document, the provisions of the RFP document shall prevail for all intents and purposes
Page 66 of 202
ITB 7.2
Page 67 of 202
ITB 20.1
The Bid Security shall be required and the amount required to be furnished in Indian Rupee is indicated hereunder Bid Identification No: DYCE/RAPDRP/TN-37 Particular: 100% bank guarantee Bid Security (INR): Rupees 3 Crores Only (i.e. Thirty Million Indian Rupees only) D. Submission and Opening of Bids
In addition to the original of the Bid, the number of copies is: FOUR The written confirmation of Authorization to sign on behalf of the Bidder shall consist of: Notarized Power of Attorney: - If the bidder is from a country where this practice is not used then a similar legal instrument of authorization as applicable under the home country laws of bidder must be provided.
The identification of this bidding process is: The identification of this bidding process is: Single stage Two envelope The name of ICB: SCADA/DMS Implementation for R-APDRP works during XI Plan in the JVVNL, JdVVNL and AVVNL for implementation of SCADA/DMS System in the State Electricity Distribution Utility Bid Identification No
Particulars
DYCE/RAPDRP/T N-37
The bid identification No. shall be mentioned by the Bidder prominently on the top of envelope for the lots in the following manner : (a) Bidding process for the bid is : Single stage Two envelope (b) Bid identification No. DYCE/RAPDRP/TN-37
Page 68 of 202
ITB 23.1
For bid submission purposes only, the Purchasers address is : Jaipur Vidyut Vitran Nigam Limited(JVVNL), Old Power House, Banipark, Jaipur, Rajasthan.
ITB 23.1
The deadline for bid submission is: Date: 2.02.2011 Time: 1 :00 PM Wherever reference to Time has been made, the same shall be taken as Indian Standard Time. If time is mentioned in P.M, the same shall be converted into Hours by adding 12 Hours e.g. 2 P.M equal to 2 + 12 i.e. 14.00 Hours IST
ITB 26.1
The bid opening shall take place at: Date: 17.01.2011 ,Venue: Jaipur Vidyut Vitran Nigam Limited(JVVNL), Vidyuth Bhavan,Janpath,Jaipur,Rajasthan, Time: 3: 30 PM to 6:30 PM E. Evaluation, and Comparison of Bids
A margin of preference shall not apply. The currency that shall be used for bid evaluation and comparison purposes to convert all bid prices expressed in various currencies into a single currency is: Indian Rupees. F. Award of Contract
ITB 39.1
The percentage by which number of towns may be increased is: 30 percent of the total number of towns The percentage by which number of towns may be decreased is: 30 percent of the total number of towns If the successful bidder fails to furnish the required Performance Security within 14 days of the receipt of notification of award, the Purchaser reserves the right to terminate the award by forfeiting Bid Security without any notice. If the successful bidder fails to sign the Contract Agreement within 14 days from the date the successful bidders receipt of the Contract Agreement, the Purchaser reserves the right to terminate the award by forfeiting Bid Security without any notice.
ITB 42.1
ITB 42.2
Page 69 of 202
Page 70 of 202
project experience proof being submitted. The proof documents available in any language other than English shall be translated to English and authenticated by Authorised Signatory of bidder for submission. In such cases, the original language copies shall also be submitted alongwith the translated proof documents) iv. The following qualifying requirement must be met by a member of the consortium, only in case the bidder is a consortium: a. The bidder has installed, tested & commissioned atleast 20 RTUs & SCADA System consisting of: 1. Real time data acquisition 2. Sequence of event recording & trending 3. Data storage & retrieval 4. IEC-870-5 protocol/DNP3.0/MODBUS as a prime contractor or as sub contractor for a Power Generation /Transmission/Distribution System of 11 kV or above which must be in successful operation as on date of opening of the bid OR The bidder has installed, tested & commissioned the Data Acquisition and Control System Consisting of: Real time data acquisition of atleast 3,000 analogue and digital input points Sequence of event recording Data storage & retrieval IEC-870-5/DNP3.0/MODBUS protocol in Power Sector (Generation/Transmission/Distribution) which must be in successful operation as on date of opening of the bid b. The bidder submits a legally enforceable Memorandum of Understanding executed between the consortium partners, who meet the qualifying requirements mentioned in iii and iv a. above, as per the format enclosed with the bidding documents v. The Bidder should have atleast 15 personnel on its rolls with a minimum experience of 5 years. Out of which, none of the consortium partner shall have less than 5 personnel each on its rolls. However, consortium shall have minimum 15 relevant CVs. The experience of personnel shall be as per QR experience mentioned in Section 3. (Proof: Signed resume of employees authenticated & signed by bidder need to be submitted. Scanned signatures shall be accepted) 1. 2. 3. 4.
Page 71 of 202
To: _______________________________________________________________________
We have examined and have no reservations to the Bidding Document, including Addenda No. (if Any): We offer to supply in conformity with the Bidding Document and in accordance with the delivery schedule, the following Goods and Related Services: Our Bid shall be valid for a minimum period of 90 days from the date fixed for the bid submission deadline in accordance with the Bidding Document, and it shall remain binding upon us and may be accepted at any time before the expiration of that period; If our Bid is accepted, we commit to obtain a Performance Security in the amount of 10 percent of the Contract Price for the due performance of the Contract; We are not participating, as Bidders, in more than one Bid in this bidding process in accordance with the Bidding Document; Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers for any part of the Contract, has not been declared ineligible by the JVVNL; We understand that this Bid, together with your written acceptance thereof included in your notification of award, shall constitute a binding contract between us, until a formal Contract is prepared and executed. We understand that you are not bound to accept the best evaluated bid or any other bid that you may receive. We declare, that we have our office in India with the details as mentioned below:-
(h) (i)
Page 72 of 202
Name In the capacity of Signed Duly authorized to sign the Bid for and on behalf of Date
Page 73 of 202
To: _______________________________________________________________________
(a)
We have examined and have no reservations to the Bidding Document, including Addenda No. (if any):
(b)
We offer to supply in conformity with the Bidding Document and in accordance with the delivery schedule, the following Goods and Related Services: The total price of our Bid is:
(c)
S.No. 1 2 3
Amount (INR)
Page 74 of 202
4 5 6 7
(d)
The following commissions, gratuities, or fees have been paid or are to be paid with respect to the bidding process or execution of the Contract: Name of Recipient Address Reason Amount
Name In the capacity of Signed Duly authorized to sign the Bid for and on behalf of Date
Page 75 of 202
BANK GUARANTEE
This Guarantee made on this __________ day of __________ 2010 between __________ Bank Limited, a Company incorporated in __________ having its registered office at __________ and one of its branch office at __________ Mumbai __________ hereinafter called the "Bank" which expression shall unless repugnant to the context or contrary to the meaning thereof shall include its successors and assigns) of the One Part and ___________________________, a Company incorporated in India under the Companies Act, 1956 and having its registered office at ________________________(hereinafter called " Purchaser" which expression shall include its successors) of the Other Part. WHEREAS 1. 2. The Bidder has submitted its Bid dated ___________ ICB No.___________ for supply of _________________ herein after called the Bid. As per the Bidding Documents the bidder has to provide Bid security by way of a Bank Guarantee from a Nationalised Bank for an amount of Rs*____________(the Guaranteed Amount) for the following obligations in favour of the Purchaser :a) *If the Bidder withdraws its Bid during the period of bid validity specified by the Bidder in the Bid Submission Sheet, except as provided in ITB Sub-Clause 19.2; or b) *If the Bidder, having been notified of the acceptance of its Bid by the Purchaser, during the period of bid validity, fails or refuses to: (i) (ii) (iii) 3. Execute the Contract; or Furnish the Performance Security, in accordance with the ITB Clause 42:or Accept the correction of its Bid by the Purchaser, pursuant to ITB Clause 30.
The Bank has, at the request of Bidder, agreed to give in favour of _______a Guarantee for payment of the Guaranteed Amount in a manner hereinafter appearing which the Purchase has agreed to accept.
NOW THIS DEED WITNESSETH AS FOLLOWS: 1. In pursuance of the said Bid and in consideration of the premises, the Bank hereby unconditionally and irrevocably, and without any qualification whatsoever, agrees, covenants, undertakes and guarantees, as primary obligator and not as surety merely, to make
Page 76 of 202
payment to Purchaser on its first demand without whatsoever any claims, objection, protest or demur and without any recourse to the Bidder, notwithstanding any intimation or direction to the contrary or any objection, such sum or sums of money to the extent of and upto the Guaranteed Amount up to and including 60 days after the bid validity period. Any such demand placed on the Bank shall be conclusive as regards the Guaranteed Amount due and payable by the Bank under this Guarantee. 2. 3. This Guarantee is executed for a period of 120 days after the period of bid validity during which period it is not revocable except with the previous written consent of Purchaser. Purchaser may, without affecting Banks liabilities and obligations hereunder, grant time or other indulgence to or compound with Bidder or enter into any agreement or agree to forbear to enforce any of the terms and conditions of this Guarantee. This Guarantee shall not be affected by any change in the constitution of Purchaser or Bidder by merger, amalgamation or absorption with any other body or corporation or otherwise and this Guarantee will be available to or enforceable by or against such body or corporation. In order to give effect to this Guarantee, Purchase shall be entitled to act as if the Bank were the principal debtor and the Bank hereby waives all and any of its rights of suretyship. Any notice by way of request and demand or otherwise hereunder sent by telex, fax or personally served, or by registered post addressed as aforesaid to the Bank in Mumbai, India shall be presumed to have been duly received by the Bank as follows: (i) (ii) (iii) prepaid. The Guarantee herein contained is not revocable by notice during its currency and shall remain in full force until payment has been made to Purchase by Bank of the Guaranteed Amount payable hereunder. The liability of the Bank is irrevocable during the currency of this Bank Guarantee and is restricted to the Guaranteed Amount viz. Rs ____________(Rupees ________________Only). Unless demand or claim under this Guarantee is received by the Bank in writing within the validity period of this Guarantee, all the rights of Purchase against the Bank shall be forfeited and the Bank shall be relieved and discharged of all liabilities hereunder. These Presents shall be governed by and construed in accordance with the Indian Law, and the courts in ________alone shall have exclusive jurisdiction in relation hereto. The Bank hereby declares that it has power to issue this Guarantee and the undersigned have the full power to approve execution, delivery and the performance of the Guarantee. Signed, sealed and delivered by the Bank For _____________________ If personally served, when served. If by fax or telex on the second business day after the transmission. If mailed, upon receipt, or on seventh day after deposit in the mail with postage
4.
Page 77 of 202
Authorised Signatories
To:
WHEREAS___________________________________________________ who are official manufacturers of ____________________________________________________ having factories at _______________________________________________________________ do hereby authorize ____________________________________________________ to submit a Bid in relation to the Invitation for Bids indicated above, the purpose of which is to provide the following Goods, manufactured by us ______________________________ and to subsequently negotiate and sign the Contract. We hereby extend our full guarantee and warranty in accordance with Clause 26 of the General Conditions of Contract, with respect to the Goods offered by the above firm in reply to this Invitation for Bids. Name In the capacity of: Signed Duly authorized to sign the Authorization for and on behalf of Date
Page 78 of 202
CERTIFICATE AS TO CORPORATE PRINCIPAL (To be signed by any of Board Directors or Co.Secry) (To be accompanied along with requisite copy of the board resolution)
I _______________________ certify that I am _________________ of the Company under the laws of _____________________ and that __________________ who signed the above tender is authorized to bind the Company / Firm by authority of its governing body.
Page 79 of 202
Signature of Authorised Signatory: Full Name: Address: Phone No: E-mail Id:
Page 80 of 202
I hereby declare that English translation provided for all the documents which are submitted in.. language are accurate.
If any stage it is found that translation is inaccurate or fudged, firm is liable to be prosecuted.
Signature of Authorised Signatory: Full Name: Address: Phone No: E-mail Id:
Page 81 of 202
Major components that a SCADA /DMS implementation would include are given as under. However, the final scope of work will be finalized by the utilities as per their requirements in the relevant RFP document. Main Control Centre for SCADA/DMS DR Centre for SCADA/DMS SCADA/Information Storage & Retrieval (ISR) Functions DMS Functions o Power Flow o Network Connectivity Analysis o Voltage VAR Control o Fault Management and System Restoration (FMSR) o Feeder Reconfiguration, Loss Minimisation, Load Balancing, etc o Operation Monitor o Outage Management o Load Shed & Restoration o State Estimator SCADA/DMS system to supervise Distribution Network SCADA/DMS/ Dispatcher training simulator (DTS) RTUs at all Primary Sub-Stations (DSS) & FRTUs at RMUs, etc. MFTs at Feeder, RMUs Communication o FO Ring/MAR/VPN, Broadband, leased line, etc., connecting all S/S RTUs to Main & DR Centre o CDMA/GPRS/DLC based communication, etc. for communicating with FRTUs/FPIs with SSRTUs (Data Concentrator)/control centres Protocols for communication
Page 82 of 202
o o o o
IEC 60870-5-104 RTU, FRTUs, FPI to control centres MODBUS/IEC62056 MFTs to RTUs/FRTUs ICCP (TASE.2) between main /DR centre/SLDC Support /compliance to IEC61850 for RTU/CC
Conducting Factory Acceptance Test (FAT), Site Acceptance Test (SAT), Type test (as required), etc. successfully, Go live, operational acceptance & handing over to customer.
storage, complete supervision, installation and successful commissioning of all the equipment, systems and application software. The proposed deliverables should be state of the art in architecture and engineering practices. In case of third party products/software packages, SIA should furnish atleast 5 years supporting plan from respective manufacturers. Any item though not specifically mentioned, but is required to complete the project works in all respects for its safe, reliable, efficient and trouble free operation shall also be taken to be included, and the same shall be supplied and installed by the SIA without any extra cost unless it is explicitly excluded. 6) Testing and Commissioning: The SIA shall be responsible for the testing processes such as planning (includes preparing test plans and defining roles and their responsibilities), preparation (consists of preparing test specification, test environment and test data) for all tests viz. Type tests, FAT, SAT and successful commissioning 7) Geographical Scope: Refer Appendix E of Request for Proposal-Part 1 8) Integration Scope: SIA should ensure that legacy systems and the new solutions lined up by them are tightly integrated and do not remain stand-alone and perform on real time basis as envisaged in specifications. All required external systems shall be integrated using an integration middleware layer. The scope of integration of external systems includes IT systems already existing and functional in the utility, but outside the present scope of work. The integration is expected to be on-line, real time or offline where appropriate and shall operate in an automated fashion without manual intervention. SIA shall make necessary provisions/software linkages in the proposed solution so that the Billing/customer system or any legacy SCADA/DMS system may be integrated seamlessly. 9) Training for Employees: The SIA shall organize training to the core Group of implementation team of the utility as well as end user training. Representatives from the successful bidder, Purchasers implementation project and change management teams will be involved throughout in the development of training strategy, training material design and development, standards and training delivery to ensure that change management issues are incorporated, and that training strategies and materials are aligned to the requirements of the project and as business-specific as possible 10) Assist Utility and SCADA/DMS Consultant for responding to queries to Nodal Agency: SIA may be responsible for preparing responses to the queries raised by the Nodal Agency. Adequate support will be provided by the utilities to the SIA 11) Progress Update: The SIA may also provide periodic status update reports highlighting critical issues to the utility. Further, any information (progress report, etc.) as and when sought by the Nodal Agency/Ministry of Power shall be furnished by the SIA 12) Other Services and Items: The scope also includes, but not limited to the following services/items described herein and elsewhere in specification: a. Project Management and Site Supervision: The bidder shall be responsible for the overall management and supervision of works, including the implementation of risk management as well as change management initiatives. He shall provide experienced, skilled, knowledgeable and competent personnel for all phases of the project, so as to provide the utility with a high quality system b. Interface Coordination: The bidder shall identify all interface issues with utility and other agencies if any, and shall be responsible for such interfacing, coordination and exchange of all necessary information
Page 84 of 202
c. Scope Change Management: Utility to finalize the scope change management procedure during development/Implementation stage 13) Specific Exclusions Refer Section-I of the MTS
Page 85 of 202
(1) Definitions
The following words and expressions shall have the meanings hereby assigned to them:
(c) Day means calendar day. (d) Delivery means the transfer of the Goods and services from
the Supplier to the Purchaser in accordance with the terms and conditions set forth in the Contract.
(f)
Page 86 of 202
(g) Goods
means all hardware, software, networking equipment and/or other equipment accessories and materials that the Supplier is required to supply to the Purchaser under the Contract. trademark, trade name, service marks, brands, propriety information, whether arising before or after the execution of this Contract and the right to ownership and registration of these rights.
(i) (j)
Purchasers Country shall mean India. Purchaser means the entities purchasing the Goods and Related Services. the requirements / conditions specified in the Contract. In addition to this, the definition would also include other related/ancillary services that may be required to execute this Contract.
(l)
SCC means the Special Conditions of Contract. Level Agreement entered into between the Purchaser and the Supplier.
(o) Supplier
means the empanelled SCADA?DMS Implementation Agency (SIA) whose bid to perform the Contract has been accepted by the Purchaser and is named as such in the Agreement, and includes the legal successors or permitted assigns of the Supplier.
(p) The MoP is the Ministry of Power, Government of India. (q) The Site, shall mean all identified locations within the
State of <>, where the Supplier carries out any installation of Goods or is required to provide any Related Services.
(r)
OEM means the Original Equipment Manufacturer of any equipment / system / software / product that are providing such goods to the Purchaser under the scope of this Tender / Contract. Kick Off Meeting means a meeting convened by the Purchaser to discuss and finalize the work execution plan and Page 87 of 202
(s)
(t) 1.
Contract Documents 1.1
the term in writing means communicated in written form with proof of receipt
Subject to the order of precedence set forth in the Agreement, all documents forming the Contract (and all parts thereof) are intended to be correlative, complementary, and mutually explanatory.
2. Corrupt
Practices
1.2 The Purchaser requires bidders, suppliers, and contractors to observe the highest standard of ethics during the execution of such contracts.
2. Interpretation
2.1
A. In case of any conflict with any provision relating to the MTS document and the RFP document, the provisions of the RFP document shall prevail for all intents and purposes B. the clause headings are for convenient reference only and do not form part of this Contract; Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 88 of 202
C. unless otherwise specified a reference to a clause number is a reference to all of its sub-clauses; D. unless otherwise specified a reference to a clause, sub-clause or section is a reference to a clause, sub-clause or section of this Contract including any amendments or modifications to the same from time to time; E. a word in the singular includes the plural and a word in the plural includes the singular; F. a word importing a gender includes any other gender; G. a reference to a person includes a partnership and a body corporate; H. a reference to legislation includes legislation repealing, replacing or amending that legislation; I. where a word or phrase is given a particular meaning it includes the appropriate grammatical forms of that word or phrase which have corresponding meanings J. In the event of an inconsistency between the terms of this Contract and the Bid document and the proposal, the terms of this contract hereof shall prevail. K. Whenever a material or article is specified or described by the name of a particular brand, manufacturer or trade mark, the specific item shall be understood as establishing type, function and quality desired. Products of other manufacturers may also be considered, provided sufficient information is furnished so as to enable the Purchaser to determine that the products are equivalent to those named 2.2 Incoterms The meaning of any trade term and the rights and obligations of parties thereunder shall be as prescribed by Incoterms.
(a) EXW, CIF, CIP, and other similar terms, shall be governed by
the rules prescribed in the current edition of Incoterms, published by the International Chamber of Commerce at the date of the Invitation for Bids or as specified in the SCC. 2.3 Entire Agreement The Contract constitutes the entire agreement between the Purchaser and the Supplier and supersedes all communications, negotiations and agreements (whether written or oral) of parties with respect thereto made prior to the date of Contract. 2.4 Amendment No amendment or other variation of the Contract shall be valid unless it is in writing, is dated, expressly refers to the Contract, and is signed by a duly authorized representative of each party thereto. 2.5 Waiver Subject to GCC Sub-Clause 2.5.(b) below, no relaxation, forbearance, delay, or indulgence by either party in enforcing any of
(a)
Page 89 of 202
the terms and conditions of the Contract or the granting of time by either party to the other shall prejudice, affect, or restrict the rights of that party under the Contract. Neither shall any waiver by either party of any breach of Contract operate as waiver of any subsequent or continuing breach of Contract.
(b)
The waiver by either party of a breach or default of any of the provisions of this contract by the other party shall not be interpreted as : A) A waiver of any succeeding breach of the same or other provision, nor shall any delay or omission on the part of the other party to exercise; or B) A way to avail itself of any right, power, or privilege that it has or may have under this contract to operate as waiver of any breach or default by the other party.
(c)
Any waiver of a partys rights, powers, or remedies under the Contract must be in writing, dated, and signed by an authorized representative of the party granting such waiver, and must specify the right and the extent to which it is being waived. Severability If any provision or condition of the Contract is prohibited or rendered invalid or unenforceable, such prohibition, invalidity or unenforceability shall not affect the validity or enforceability of any other provisions and conditions of the Contract or the contract as a whole and the remaining provisions of the contract shall remain in full force and effect.
2.6
3. Language
3.1
The official language of the Contract is English. Contract as well as all correspondence and documents relating to the Contract exchanged by the Supplier and the Purchaser, shall be written in English. Supporting documents and printed literature that are part of the Contract may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Contract, the English translation shall govern. The Supplier shall bear all costs of translation to English and all risks of the accuracy of such translation. The Supplier shall be bound to the English translation and what has been stated therein. If the Supplier is a consortium, the members of such consortium shall be jointly and severally liable to the Purchaser for the fulfillment of the provisions of the Contract. Only the Lead Member (as mentioned at the Empanelment stage) shall have the authority to conduct all businesses for and on behalf of the Consortium during the bidding process and, in the event the Consortium is awarded the Contract, Page 90 of 202
3.2
4. Consortium
4.1
(a) Without prejudice to Clause 5.1 of this GCC, for the purposes
of fulfillment of its obligations as laid down under the Contract where the Purchaser deems fit and unless the context requires otherwise, Supplier shall refer to the Lead Member who shall be the sole point of interface between the Purchaser and the Consortium and would be absolutely accountable for the performance of its own, the other members of Consortium and/or its Teams functions as also the subcontractors.
5. Notices
5.1
All notices and other communications under this contract must be in writing, and must either be mailed by registered mail with acknowledgement Due. Or hand delivered with proof of it having been received. If mailed, all notices will be considered as delivered after 5 days, of the notice having been mailed. If hand delivered, all notices will be considered, when received by the party to whom the notice is meant and sent for. All notices under this contract shall be sent to or delivered at the address as specified by the parties in the SCC. A Notice shall be effective when delivered or on the Notices effective date, whichever is later. The Contract shall be governed by and interpreted in accordance with the laws of the India. The High Court of Judicature at Rajasthan and Courts subordinate to such High Courts shall have exclusive jurisdiction in respect of any disputes relating to the tendering process, award of Contract and execution of the Contract. In all cases, this contract shall be governed by and interpreted in accordance with the Law of the Union of India. In this context, the expression Law takes within its fold Statutory law, Judicial Decisional Law and Delegated Legislation as well The Purchaser and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract. If the parties fail to resolve such a dispute (The date of commencement of the dispute shall be taken from the date when this clause reference is quoted by either party in a formal communication clearly mentioning existence of dispute or as mutually agreed) or difference by mutual consultation within twenty-eight (28) days from the commencement of such consultation, either party may require that the dispute be referred for resolution to the formal Page 91 of 202
5.2
5.3
5.4
6. Governing Law
6.1
6.2
7. Settlement
Disputes
of 7.1
7.2
8. Scope of Work
8.1
The Goods and Related Services to be supplied are specified in Appendix-C3. At the time of awarding the contract, the Purchaser shall specify any change in the Scope of Work. Such changes may be due for instance, if the quantities of goods and related services are increased or decreased at the time of award. Unless otherwise stipulated in the Contract, the Scope of Work shall include all such items not specifically mentioned in the Contract but that can be reasonably inferred from the Contract as being required for attaining Delivery and Completion of the Goods and Related Services as if such items were expressly mentioned in the Contract. Subject to GCC Sub-Clause 32.1, the Delivery of the Goods and Completion of the Related Services shall be in accordance with the Implementation Schedule specified in the Appendix-K. The details of shipping and other documents to be furnished by the Supplier are specified in the SCC.
8.2
9. Delivery
9.1
10. Suppliers
Responsibilities
10.1 The Supplier shall supply all the Goods and Related Services included in the Scope of Work and Appendix-C3 in accordance with GCC Clause 8, and the Implementation Schedule, as per GCC Clause 9. 11.1 Whenever the supply of Goods and Related Services requires that the Supplier obtain permits, approvals, and import and other licenses from local public authorities, the Purchaser shall, if so required by the Supplier, make its best effort to assist the Supplier in complying with such requirements in a timely and expeditious manner. 11.2 The Purchaser shall bear all costs involved in the performance of its responsibilities, in accordance with GCC Sub-Clause 14.1. 11.3 The Deputy Cheif Engineer (IT)/SE(IT)/XEN (IT) of respective DISCOMs or any other person designated by the utility shall act as the nodal point for implementation of the contract and for issuing necessary instructions, approvals, commissioning, acceptance certificates, payments etc. to the Supplier. 11.4 The Nodal officer of respective DISCOMs or any other person designated by the utility shall approve all such documents within 15 working days. 11.5 Purchaser may provide on Suppliers request, particulars/ information / or documentation that may be required by the Supplier for proper planning and execution of Scope of Work under this contract. 11.6 Purchaser shall provide to the Supplier sitting space and infrastructure and utilities, in the Purchasers offices at such location as may be mutually decided by the Parties.
11. Purchasers
Responsibilities
12.1 The Contract Price shall be as specified in the Agreement subject to any additions and adjustments thereto, or deductions there from, as Page 92 of 202
may be made pursuant to the Contract as also subject to provisions of Clause 14.2. 12.2 Prices charged by the Supplier for the Goods delivered and the Related Services performed under the Contract shall not vary from the prices quoted by the Supplier in its bid, with the exception of any price adjustments authorized in the SCC.
13. Terms of
Payment
13.1 The Contract Price shall be paid in the manner specified in the SCC. No invoice for extra work/change order on account of change order will be submitted by the Supplier unless the said extra work /change order has been authorized/approved by the Purchaser in writing. 13.2 The Suppliers request for payment shall be made to the Purchaser in writing, accompanied by invoices describing, as appropriate, the Goods delivered and Related Services performed, accompanied by the documents submitted pursuant to GCC Clause 10. 13.3 Payments shall be made promptly by the Purchaser, no later than forty five (45) days after submission of an invoice or request for payment by the Supplier, and the Purchaser has accepted it. 13.4 If any excess payment has been made by the Purchaser due to difference in quoted price in proposal and Suppliers invoice, the purchaser may without prejudice to its rights recover such amounts by other means after notifying the Supplier or deduct such excess payment from any payment subsequently falling due to the Supplier. 13.5 The currency in which payment shall be made to the supplier under this contract is Indian Rupees (INR).
14.1 The prices quoted by the supplier shall be inclusive of all duties/taxes/levies. Responsibility for including all applicable taxes/duties/levies in the proposal lie with the bidder and the utility shall not be responsible for any error/omission on the part of the bidder. Payment of taxes/duties/levies shall not be made separately. 14.2 For goods supplied from outside the Purchasers country, the Supplier shall be entirely responsible for all taxes, duties, stamp duties, license fees, and other such levies imposed outside the Purchasers country. 14.3 For goods supplied from within the Purchasers country, the Supplier shall be entirely responsible for all taxes, duties, entry tax, license fees, other levies etc, incurred until delivery of the Goods and Related service to the Purchaser. The Purchaser will provide Central sales tax Form C, whenever applicable. The cost of Entry Tax as applicable will be the liability of the Supplier i.e. the price quoted will be inclusive of Entry Tax. The amount of Entry Tax will be deducted from the Suppliers invoice and remittance to tax dept. will be made by the Purchaser under the TIN number of Purchaser. If any liability is raised by the commercial tax department, Govt. of Rajasthan on account of Entry Tax at a Page 93 of 202
14.4
later date, the same shall be to the Supplier's account and accordingly recovery shall be made from the supplier's pending bills/security deposit as available with the Purchaser.
15. Performance
Security
15.1 The Supplier shall, within fourteen (14) days of the notification of Contract award, provide a Performance Security for the due performance of the Contract in the amounts and currencies specified in the SCC. 15.2 The Purchaser shall at its sole discretion invoke the Performance Security and appropriate the amount secured there under, in the event that the Supplier commits any delay or default in Delivery of the Goods or Related Services during the contract period (including FMS period) or commits any other breach of the terms and conditions of the Contract. 15.3 The Performance Security shall be denominated in the currencies of the Contract, and shall be in one of the forms for a period stipulated by the Purchaser in the SCC. 15.4 The Performance Security shall be discharged by the Purchaser and returned to the Supplier not later than fourteen (14) days following the date of completion of the Suppliers performance obligations under the Contract, including any warranty and FMS obligations, unless specified otherwise in the SCC.
16. Intellectual
Property
16.1
Purchaser shall own and have a right in perpetuity to use all newly created Intellectual Property Rights which have been developed solely during execution of this Contract, including but not limited to all Source code, Object code, records, reports, designs, application configurations, data and written material, products, specifications, reports, drawings and other documents which have been newly created and developed by the Supplier solely during the performance of Related Services and for the purposes of inter-alia use or sublicense of such Services under this Contract. The Supplier undertakes to disclose all such Intellectual Property Rights arising in performance of the Related Services to the Purchaser and execute all such agreements/documents and file all relevant applications, effect transfers and obtain all permits and approvals that may be necessary in this regard to effectively transfer and conserve the Intellectual Property Rights of the Purchaser. To the extent that Intellectual Property Rights are unable by law to so vest, the Supplier assigns those Intellectual Property Rights to Purchaser on creation.
16.2 The Supplier shall be obliged to ensure that all approvals, registrations, licenses, permits and rights etc. which are inter-alia necessary for use of the goods supplied / installed by the Supplier, the same shall be acquired in the name of the Purchaser, and the same may be assigned by the Purchaser to the Supplier solely for the purpose of execution of any of its obligations under the terms of this Contract. However, subsequent to the term of this Contract, such approvals, registrations, licenses, permits and rights etc. shall endure
Page 94 of 202
to the exclusive benefit of the Purchaser. 16.3 The Supplier shall ensure that while it uses any software, hardware, processes, document or material in the course of performing the Services, it does not infringe the Intellectual Property Rights of any person and the Supplier shall keep the Purchaser indemnified against all costs, expenses and liabilities howsoever, arising out any illegal or unauthorized use (piracy) or in connection with any claim or proceedings relating to any breach or violation of any permission/license terms or infringement of any Intellectual Property Rights by the Supplier or its personnel during the course of performance of the Related Services. In case of any infringement by the Supplier, the Supplier shall have sole control of the defense and all related settlement negotiations 16.4 Subject to sub-clauses 17.1 to 17.3, the Supplier shall retain exclusive ownership of all methods, concepts, algorithms, trade secrets, software documentation, other intellectual property or other information belonging to the Supplier that existed before the effective date of the contract. . 17.1 Both parties undertake to each other to keep confidential all information (written as well as oral) concerning the business and affairs of the other, which has been obtained or received as a result of the discussions leading upto or the entering of the contract 17.2 After the entering of the contract the Purchaser and the Supplier shall keep confidential and shall not, without the written consent of the other party hereto, divulge to any third party any documents, data, or other information furnished directly or indirectly by the other party hereto in connection with the Contract, whether such information has been furnished prior to, during or following completion or termination of the Contract. Notwithstanding the above, the Supplier may furnish to its Subcontractor such documents, data, and other information it receives from the Purchaser to the extent required for the Subcontractor to perform its work under the Contract, in which event the Supplier shall obtain from such Subcontractor an undertaking of confidentiality similar to that imposed on the Supplier under this Clause. 17.3 The Purchaser shall not use such documents, data, and other information received from the Supplier for any purposes unrelated to the Contract. Similarly, the Supplier shall not use such documents, data, and other information received from the Purchaser for any purpose other than the design, procurement, or other work and services required for the performance of the Contract. 17.4 The obligation of a party under GCC Sub-Clauses 18.1 and 18.2 above, however, shall not apply to information that: (a) the Purchaser or Supplier need to share with the institutions participating in the financing of the Contract; (b) now or hereafter enters the public domain through no fault of that party; (c) can be proven to have been possessed by that party at the time of disclosure and which was not previously obtained, directly or indirectly, from the other party; or Page 95 of 202
17. Confidential
Information
(d)
17.5
17.6
17.7
18. Subcontracting
18.1
Otherwise lawfully becomes available to that party from a third party that has no obligation of confidentiality. The above provisions of GCC Clause 18 shall not in any way modify any undertaking of confidentiality given by either of the parties hereto prior to the date of the Contract in respect of the Supply or any part thereof. Each of the parties to this contract, undertakes to the other to take all such steps as shall from time to time be necessary to ensure compliance with the provisions of the above clauses by its employees, agents and sub-contractors. The provisions of GCC Clause 18 shall survive completion or termination, for whatever reason, of the Contract. The SCADA/DMS Implementation Agency shall not be permitted to sub-contract its obligations under the Contract with the utilities. However, scope of work related to auxiliary power supply and communication (i.e. only in case of new infrastructure like FO/Radio etc. is being set up by utility) may be subcontracted after seeking prior approval of the utility. The SCADA/DMS Implementation Agencies shall not engage, and shall cause their Personnel not to engage, either directly or indirectly, in any business or professional activities which would conflict with the activities assigned to them under this Contract.
19. Conflict of
Interest
19.1
19.2
20. Specifications
and Standards
The Utility considers a conflict of interest to be a situation in which a party has interests that could improperly influence that partys performance of official duties or responsibilities, contractual obligations, or compliance with applicable laws and regulations, and that such conflict of interest may contribute to or constitute a prohibited corrupt practice 19.3 SCADA/DMS Implementation Agency for a Utility cannot participate in the bidding process of SCADA/DMS Consultant or TPIEA of the same Utility. 19.4 If the SCADA/DMS Implementation Agency is found to be involved in a conflict of interest situation with regard to the present assignment, the Utility may choose to terminate this contract as per Clause 33 of GCC 20.1 Technical Specifications and Drawings
(a)
The Supplier shall ensure that the Goods and Related Services comply with the technical specifications and other provisions of the Contract. The Supplier shall be entitled to disclaim responsibility for any design, data, drawing, specification or other document, or any modification thereof provided or designed by or on behalf of the Purchaser, by giving a notice of such disclaimer to the Purchaser. The Goods and Related Services supplied under this Contract shall Page 96 of 202
(b)
(c)
conform to the standards mentioned in Section VI, Scope of Work and, when no applicable standard is mentioned, the standard shall be equivalent or superior to the official standards whose application is appropriate to the country of origin of the Goods. 20.2 Wherever references are made in the Contract to codes and standards in accordance with which it shall be executed, the edition or the revised version of such codes and standards shall be those specified in the Section VI, Scope of Work. During Contract execution, any changes in any such codes and standards shall be applied only after approval by the Purchaser and shall be treated in accordance with GCC Clause 31.
21. Packing
Documents
and 21.1
The Supplier shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit to their final destination, as indicated in the Contract. During transit, the packing shall be sufficient to withstand, without limitation, rough handling and exposure to extreme temperatures, salt and precipitation, and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the final destination of the Goods and the absence of heavy handling facilities at all points in transit. The Purchaser shall not be responsible in any manner for any loss or damage caused to the Goods during Transit.
21.2 The packing, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract and in any other instructions ordered by the Purchaser.
22. Insurance
22.1
The Goods supplied under the Contract shall be fully insured by the Supplier, in INR, against loss or damage incidental to manufacture or acquisition, transportation, storage, and delivery, in accordance with the applicable Incoterms or in the manner specified in the SCC. Obligations for transportation of the Goods shall be borne by the Supplier and shall be in accordance with the Incoterms specified in Sections VII The Supplier shall at its own expense and at no cost to the Purchaser carry out all such tests and/or inspections of to ensure that the Goods and Related Services are complying with the functional parameters, codes and standards specified in the Scope of Work at Section VI, to the satisfaction of the Purchaser. The inspections and tests may be conducted on the premises of the Supplier, at point of delivery, and/or at the final destination of the Goods, or in another place in the Purchasers country as per the requirement of Section VI. Subject to GCC Sub-Clause 24.3, if conducted on the premises of the Supplier or its Subcontractor, all reasonable facilities and assistance, including access to drawings and production data, shall be furnished to the inspectors at no charge to Page 97 of 202
23. Transportation
23.1
24.2
25. Liquidated
Damages and Penalty
26. Warranty
the Purchaser. 24.3 The Purchaser or its designated representative shall be entitled to attend the tests and/or inspections referred to in GCC Sub-Clause 24.2, provided that the Purchaser bear all of its own costs and expenses incurred in connection with such attendance including, but not limited to, all traveling and board and lodging expenses. 24.4 Whenever the Supplier is ready to carry out any such test and inspection, it shall give a reasonable advance notice, including the place and time, to the Purchaser. 24.5 The Purchaser may require the Supplier to carry out any test and/or inspection to verify that the characteristics and performance of the Goods or Related Services comply with the technical specifications, codes and standards under the Contract. 24.6 The Supplier shall provide the Purchaser with a report of the results of any such test and/or inspection. 24.7 The Purchaser may reject any Goods / Related Services or any part thereof that fail to pass any test and/or inspection or do not conform to the specifications. The Supplier shall either rectify or replace such rejected Goods/ Related Services or parts thereof or make alterations necessary to meet the specifications at no cost to the Purchaser, and shall repeat the test and/or inspection, at no cost to the Purchaser, upon giving a notice pursuant to GCC Sub-Clause 24.4. 24.8 The Supplier agrees that neither the execution of a test and/or inspection of the Goods / Related Services or any part thereof, nor the attendance by the Purchaser or its representative, nor the issue of any report pursuant to GCC Sub-Clause 24.6, shall release the Supplier from any warranties or other obligations under the Contract. 25.1 Except as provided under GCC Clause 30, if the Supplier fails to deliver any or all of the Goods or perform the Related Services within the period specified in the Contract, the Purchaser may without prejudice to all its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to 0.5% of the value of the Goods or Related Services, supplied beyond stipulated delivery schedule for each week or part thereof of delay until actual delivery or performance, subject to a maximum of 10% of value of such goods and services. 25.2 In addition, the Supplier is liable to the Purchaser for payment penalty as specified in the SLA. 25.3 If the Goods and Related Services supplied do not meet the minimum specifications as per the Contract, and the same is not replaced/modified by the Supplier to meet the requirements within 14 days of being informed by the Utility, the Utility shall be free to impose any penalty as deemed fit. In addition, the Utility shall reserve the right to terminate the contract and recover liquidated damages by forfeiting the performance guarantee submitted by the Purchaser. 26.1 The Supplier warrants that all the Goods are new, unused, and of the most recent or current models, and that they incorporate all recent improvements in design and materials, unless provided otherwise in
Page 98 of 202
the Contract. 26.2 Subject to GCC Sub-Clause 20.1, the Supplier further warrants that the Goods shall be free from defects arising from any act or omission of the Supplier or arising from design, materials, and workmanship, under normal use in the conditions prevailing in the country of final destination. The warranty shall remain valid for the period Specified in the SCC.
26.3
26.4 The Purchaser shall give Notice to the Supplier stating the nature of any such defects together with all available evidence thereof, promptly following the discovery thereof. The Purchaser shall afford all reasonable opportunity for the Supplier to inspect such defects. 26.5 Upon receipt of such Notice, the Supplier shall, within the period specified in the SCC, expeditiously repair or replace the defective Goods or parts thereof, at no cost to the Purchaser. If having been notified, the Supplier fails to remedy the defect within the period of warranty specified in the SCC; the Purchaser may proceed to take within a reasonable period such remedial action as may be necessary, at the Suppliers risk and expense and without prejudice to any other rights which the Purchaser may have against the Supplier under the Contract.
26.6
27. Liability/
Indemnity
27.1 The Supplier hereby agrees to indemnify the Purchaser, for all conditions and situations mentioned in this clause, in a form and manner acceptable to the Purchaser. The supplier agrees to indemnify the Purchaser and its officers, servants, agents (Purchaser Indemnified Persons) from and against any costs, loss, damages, expense, claims including those from third parties or liabilities of any kind howsoever suffered, arising or incurred inter alia during and after the Contract period out of: (a) any negligence or wrongful act or omission by the Supplier or its agents or employees or any third party associated with Supplier in connection with or incidental to this Contract; or (b) any infringement of patent, trademark/copyright or industrial design rights arising from the use of the supplied Goods and Related Services or any part thereof. 27.2 The Supplier shall also indemnify the Purchaser against any privilege, claim or assertion made by third party with respect to right or interest in, ownership, mortgage or disposal of any asset, property, movable or immovable as mentioned in any Intellectual Property Rights, licenses and permits
Page 99 of 202
27.3
Without limiting the generality of the provisions of this clause 27.1 and 27.2, the Supplier shall fully indemnify, hold harmless and defend the Purchaser Indemnified Persons from and against any and all suits, proceedings, actions, claims, demands, liabilities and damages which the Purchaser Indemnified Persons may hereafter suffer, or pay by reason of any demands, claims, suits or proceedings arising out of claims of infringement of any domestic or foreign patent rights, copyrights or other intellectual property, proprietary or confidentiality rights with respect to any Goods, Related Services, information, design or process supplied or used by the Supplier in performing the Suppliers obligations or in any way incorporated in or related to the Project. If in any such suit, action, claim or proceedings, a temporary restraint order or preliminary injunction is granted, the Supplier shall make every reasonable effort, by giving a satisfactory bond or otherwise, to secure the suspension of the injunction or restraint order. If, in any such suit, action, claim or proceedings, the Goods or Related Services, or any part thereof or comprised therein, is held to constitute an infringement and its use is permanently enjoined, the Supplier shall promptly make every reasonable effort to secure for the Purchaser a license, at no cost to the Purchaser, authorizing continued use of the infringing work. If the Supplier is unable to secure such license within a reasonable time, the Supplier shall, at its own expense, and without impairing the specifications and standards, either replace the affected work, or part, or process thereof with non-infringing work or part or process, or modify the same so that it becomes non-infringing. Survival on Termination The provisions of this Clause 27 shall survive Termination.
(b) If the Supplier fails to notify the Purchaser within twentyeight (28) days after receipt of such notice that it intends to conduct any such proceedings or claim, then the Purchaser shall be free to conduct the same on its own behalf
28. Limitation
Liability
(a) neither party shall be liable to the other party for any indirect
or consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs, provided that this exclusion shall not apply to any obligation of the Supplier to pay liquidated damages to the Purchaser; and
29.1
Unless otherwise specified in the Contract, if after the date of the Invitation for Bids, any law, regulation, ordinance, order or bylaw having the force of law is enacted, promulgated, abrogated, or changed in the place of the Purchasers country where the Site is located (which shall be deemed to include any change in interpretation or application by the competent authorities) that subsequently affects the Delivery Date, then such Delivery Date shall be correspondingly increased or decreased, to the extent that the Supplier has thereby been affected in the performance of any of its obligations under the Contract. .
30.1 The Supplier shall not be liable for forfeiture of its Performance Security, liquidated damages, or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. 30.2 For purposes of this Clause, Force Majeure means an event or situation beyond the control of the Supplier that is not foreseeable, is unavoidable, and its origin is not due to negligence or lack of care on the part of the Supplier. Such events may include, but not be limited to wars or revolutions, earthquake, fires, floods, epidemics, quarantine restrictions, and freight embargoes. If a Force Majeure situation arises, the Supplier shall promptly and no later than seven days from the first occurrence thereof, notify the Purchaser in writing of such condition and the cause thereof. Unless otherwise directed by the Purchaser in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event
30.3
30.4 The decision of the Purchaser with regard to the occurrence, continuation, period or extent of Force Majeure shall be final and
31. Change Orders 31.1 The Purchaser may at any time order the Supplier through Notice in
and Contract Amendments
accordance GCC Clause 5, (Change Order) to make changes within the general scope of the Contract in any one or more of the following:
(b) Specifications for hardware, software and Related Services (c) the method of shipment or packing; (d) the place of delivery; and (e) the Related Services to be provided by the Supplier.
31.2 If any such Change Order causes an increase or decrease in the cost of, or the time required for, the Suppliers performance of any provisions under the Contract, an equitable adjustment shall be made in the Contract Price or in the Delivery and Completion Schedule, or both, and the Contract shall accordingly be amended. Any claims by the Supplier for adjustment under this Clause must be asserted within twenty-eight (28) days from the date of the Suppliers receipt of the Purchasers Change Order. 31.3 No variation or modification of the terms of the contract shall be made except by written amendment signed by the parties.
32. Extensions
Time
of 32.1
32.2
If at any time during performance of the Contract, the Supplier or its Subcontractors should encounter conditions impeding timely delivery of the Goods or completion of Related Services pursuant to GCC Clause 10, the Supplier shall promptly notify the Purchaser in writing of the delay, its likely duration, and its cause. As soon as practicable after receipt of the Suppliers notice, the Purchaser shall evaluate the situation and may at its discretion extend the Suppliers time for performance, in which case the extension shall be ratified by the parties by amendment of the Contract. Except in case of Force Majeure, as provided under GCC Clause 30 or where the delay in delivery of the Goods or completion of Related Services is caused due to any delay or default of the Purchaser, any extension granted under clause 32.1 shall not absolve the Supplier from its liability to the pay of liquidated damages pursuant to GCC Clause 25.
33. Termination
(a)
The Purchaser may, without prejudice to any other remedy Page 102 of 202
for breach of Contract, by Notice of default sent to the Supplier, terminate the Contract in whole or in part: (i) if the Supplier fails to deliver any or all of the Goods or Related Services within the period specified in the Contract, or within any extension thereof granted by the Purchaser pursuant to GCC Clause 32; or if the Supplier, in the judgment of the Purchaser has engaged in corrupt, fraudulent, collusive, or coercive practices, as defined in GCC Clause 2, in competing for or in executing the Contract; or Any representation made by the bidder in the proposal is found to be false or misleading if the Supplier commits any breach of the Contract and fails to remedy or rectify the same within the period of two weeks (or such longer period as the Purchaser in its absolute discretion decide) provided in a notice in this behalf from the Purchaser. as specified in the SLA
(ii)
(iii)
(iv)
(v)
(b)
In the event the Purchaser terminates the Contract in whole or in part, pursuant to GCC Clause 33.1.(a), the Purchaser may procure, upon such terms and in such manner as it deems appropriate, Goods or Related Services similar to those undelivered or not performed, and the Supplier shall be liable to the Purchaser for any additional costs for such similar Goods or Related Services. However, the Supplier shall continue performance of the Contract to the extent not terminated.
33.2 Termination for Insolvency The Purchaser may at any time terminate the Contract by giving Notice to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In such event, termination will be without compensation to the Supplier, provided that such termination will not prejudice or affect any right of action or remedy that has accrued or will accrue thereafter to the Purchaser. 33.3 Termination for Convenience
terminated, and the date upon which such termination becomes effective.
(b) The Goods that are complete and ready for shipment within
twenty-eight (28) days after the Suppliers receipt of the Notice of termination shall be accepted by the Purchaser at the Contract terms and prices. For the remaining Goods, the Purchaser may elect: (i) To have any portion completed and delivered at the Contract terms and prices; and/or (ii) to cancel the remainder and pay to the Supplier an agreed amount for partially completed Goods and Related Services and for materials and parts previously procured by the Supplier. 33.4 Consequences of Termination Upon Termination of the Contract, the Supplier shall: (i) Prepare and present a detailed exit plan within five calendar days of termination notice receipt to the Nodal officer of respective DISCOMs (Exit Plan). The Nodal officer of respective DISCOMs and along with designated team will review the Exit plan. If approved, Supplier shall start working on the same immediately. If the plan is rejected, Supplier shall prepare alternate plan within two calendar days. If the second plan is also rejected, Nodal officer or the authorised person will provide a plan for Supplier and it should be adhered by in totality. The Exit Plan should cover at least the following :a. Execute all documents that may be necessary to effectively transfer the ownership and title, including OEM warranties in respect of all equipment; b. Handover all developed codes, related documentation and other Configurable Items, if any in his possession; c. Handover the list of all IT Assets, passwords at all locations to the Purchaser. (iv) The supplier and Nodal officer of respective DISCOMs (or the authorised person) will sign a completion certificate at the end of successful completion (all points tracked to closure) of the Exit Plan.
(ii)
(iii)
34. Assignment
34.1 The Supplier shall not assign, in whole or in part, their obligations
35. Disclaimer
35.1 Purchaser reserves the right to share, with any consultant of its choosing, any resultant Proposals in order to secure expert opinion. 35.2 Purchaser reserves the right to accept any proposal deemed to be in the best interest of the DISCOM.
36. Public
Disclosure
36.1 All materials provided to the Purchaser by bidder are subject to Country and Rajasthan public disclosure laws such as RTI etc. 36.2 The Suppliers Team shall not make or permit to be made a public announcement or media release about any aspect of this Contract unless the Purchaser first gives the Supplier its written consent.
37.1 A designated team / person from respective DISCOM will review the performance of Supplier against the SLA each month. The review / audit report will form basis of any action relating to imposing penalty on or breach of contract of the Supplier. 38.1 Supplier shall comply with the provision of all laws including labour laws, rules, regulations and notifications issued there under from time to time. All safety and labour laws enforced by statutory agencies and by Purchaser shall be applicable in the performance of this Contract and Suppliers Team shall abide by these laws.
38. Adherence to
safety procedures, rules regulations and restriction
38.2 Access to the Datacenter Sites and Purchasers locations shall be strictly restricted. No access to any person except the essential personnel belonging to the Supplier who are genuinely required for execution of work or for carrying out management/maintenance who have been explicitly authorised by the Purchaser shall be allowed entry to the Datacenter Sites and some Purchasers locations. Even if allowed, access shall be restricted to the pertaining equipment of the Purchaser only. The Supplier shall maintain a log of all activities carried out by each of its personnel. 38.3 The Supplier shall take all measures necessary or proper to protect the personnel, work and facilities and shall observe all reasonable safety rules and instructions. Suppliers Team shall adhere to all security requirement/regulations of the Purchaser during the execution of the work. Purchasers employee also shall comply with safety procedures/policy. 38.4 The Supplier shall report as soon as possible any evidence, which may indicate or is likely to lead to an abnormal or dangerous situation and shall take all necessary emergency control steps to avoid such abnormal situations. 38.5 The Purchaser will be indemnified for all the situations mentioned in
39. Non-Solicitation
of Staff
39.1
For the purpose of this contract, both parties to this contract agree, not to solicit either directly or indirectly with a view to provide or offer employment to, offer to contract with or entice a staff member of the other party to leave without the consent of the other during he term of this agreement and for an additional period of 180 days after termination
40. Survival
40.1 The clauses of this contract, which by nature are intended to survive termination of this contract, shall remain in effect after such termination
The Purchasers country is: The Union Of India The Purchaser is: Jaipur Vidyut Vitran Nigam Limited (JVVNL), Rajasthan, India
The web-site is: http://www.jaipurDISCOM.in/. The details regarding the RFP process shall be available on the same. The eligible bidders should visit the website form time to time and get the status updates. All details uploaded on the website from time to time shall be deemed to have been provided to all the bidders. The version of Incoterms shall be: Incoterms 2000 The language shall be: English For notices, the Purchasers contact details shall be: Jaipur Vidyut Vitran Nigam Limited(JVVNL), Old Power House, Banipark, Jaipur, Rajasthan
The governing law shall be: Laws applicable in exclusive jurisdiction of The High Court Of Judicature at Rajasthan, India and all courts subordinate to its exclusive Jurisdiction. The formal mechanism for the resolution of disputes shall be: If the parties fail to resolve such a dispute or difference by mutual consultation within twenty-eight (28) days from the commencement of such dispute and difference, either party may require that the dispute be referred for resolution to the formal mechanisms, described below (The date of commencement of the dispute shall be taken from the date when this clause reference is quoted by either party in a formal communication clearly mentioning existence of dispute or as mutually agreed) : a. The mechanism for resolution of disputes for bidders shall be in accordance with the Indian Arbitration and Conciliation Act of 1996. The Arbitral Tribunal shall consist of 3 (Three) Arbitrators. Each Party shall nominate an Arbitrator and the two nominated Arbitrators shall mutually agree and nominate a third Presiding Arbitrator. The Arbitrators shall necessarily be retired High Court Judges and the umpire shall be a retired Chief Justice. The place for arbitration shall be in the state of Rajasthan
b. c. GCC 10.1
Details of shipping and documents to be furnished by the Supplier shall be: FOR GOODS SUPPLIED FROM ABROAD AS PER INCOTERMS CIF : Upon shipment, the Supplier shall notify the Purchaser and the Insurance Company by telex or fax the full details of the shipment (Consignment through air is also possible),
including Contract number, description of Goods, quantity, the vessel, the bill of lading number and date, port of loading, date of shipment, port of discharge, etc. The Supplier shall send the following documents to the Purchaser, with a copy to the Insurance Company. (a) Copy of the Suppliers invoice showing the description of the Goods, quantity, unit CIF price and total amount; (b) Copy of on-board bill of lading marked freight prepaid. (c) Copy of the packing list identifying contents of each lot. (d) Insurance certificate; (e) Copy of test certificate approval and dispatch instructions issued by the purchaser (combined or separately). (f) Certificate of Origin. (g) Manufacturers or suppliers Warranty Certificate The Purchaser shall receive the above documents at least two weeks before arrival of the Goods at the port or place of arrival and, if not received, the Supplier will be responsible for any consequent expenses. For goods from within the Purchasers country as per INCOTERMS EXW basis including freight and insurance charges: Upon delivery of the Goods to the transporter, the Supplier shall notify the Purchaser and send the following documents to the Purchaser; a) Copy of the Suppliers invoice showing the description of the Goods, quantity, unit Ex-works price and total amount; b) Copy of Motor Transport Receipt (MTR) of a transport contractor approved by Indian Bankers Association or material receipt certificate from consignee. c) Copy of test certificate approval and dispatch instructions issued by the purchaser combined or separately. d) Copy of packing list identifying contents of each lot. e) Insurance certificate; f) Certificate of Origin. g) Manufacturers or suppliers Warranty Certificate The Purchaser shall receive the above documents before the arrival of the Goods and, if not received, the Supplier will be responsible for any consequent expenses. GCC 12.2 The price adjustment shall be: The bidders may please note that the prices are upward/downward Adjustable. Purchaser reserves the right to review and negotiate the charges payable at any time to incorporate downward revisions as applicable and necessary, including due to lowering of any applicable taxes, duties and any other statutory levies. Prices shall not be subject to any upward/downward revision on any account whatsoever throughout the period of contract. Provided that any revision in taxes, statutory levies, duties which is not occasioned due to any change in place, method and time of supply or non-performance / non-fulfillment of any condition of any exemption considered by the vendor at the time of proposal, shall be considered for price adjustments. Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 108 of 202
The utility reserves the right to increase or decrease the number of towns under the contract subject to the limit of 30% of the number of towns covered under the contract. It is clarified that this increase or decrease of 30% shall not entitle either party to claim revision of the unit price of the goods supplied. In case of services where lump-sum prices are quoted, the increase or decrease of 30% of the number of towns shall be subject to mutual negotiations. GCC 13.1 General terms and conditions of Payment Schedule 1) All payments shall be made by the Purchaser in favour of the SCADA/DMS Implementation Agency (Supplier) 2) The release of payments will be Progressive and Performance (output) based, where the payments are made for measured deliverables and outputs on acceptance by the utility. 3) SCADA/DMS Implementation Agency shall obtain sign-off for each milestone completed from the Purchaser and raise invoice against the same. 4) Eligible Payments against invoice submitted (accompanied with all requisite documents) shall be released within 45 days of submission of invoice. 5) Power to withhold: Notwithstanding anything contained in the payment schedule mentioned below, if in the opinion of the Purchaser, any work done or supply made or service rendered by SCADA/DMS Implementation Agency is deficient in any manner in comparison to the prescribed standards, Purchaser shall be at liberty to withhold a reasonable portion of the payments due to the Supplier, till such work/ supply/ service is made confirming to the prescribed standards. These powers to withhold payments shall be without prejudice to any other power/ right of the purchaser under this contract. 6) If additional work is required beyond the scope of the Services specified the estimated periods of engagement of Personnel set forth in the appropriate Bid Response Format may be increased by agreement in writing between the Purchaser and the SCADA/DMS Implementation Agency. Any such change shall be done as per Clause 31 of GCC and Clause 1.8 of SCC. 7) All payments under this Contract shall be made to the account of the SCADA/DMS Implementation Agency with (Bank & A/c No.): ____________________________ _____________________________ Payments will be made by the Purchaser to the SCADA/DMS Implementation Agency as per Contract Value quoted in the Formats for Financial Proposal and agreed in the Contract, as follows: Payment Schedule 10% of total value of contract as (excluding FMS and Bandwidth Charges) Mobilization Advance after signing the contract. The following shall be ascertained before release of payment :Opening of site office in project area Submission of necessary Bank Guarantee for the equivalent amount of Initial Advance Submission of the necessary Contract Performance Bank Guarantee. The same
Progressive /Milestone based payment for Each Project Area excluding DR Centre S.No A. Software 1.0 Prorata basis after Successful Completion of 20 % of software Factory Acceptance Tests (FAT as defined in component of MTS) and Delivery of necessary software tapes contract to Utility as per Bill of Quantities for Software Installation based on certification by the Utility 20 % of software 2.0 Prorata basis after successful completion of End component of contract to End Tests (as defined in MTS) at Site based on certification by the Utility Description/Milestone % Value
3.0 After successful completion of Field Performance 25 % of software Tests ( as defined in MTS) component of contract
B.
Hardware*** 1.0 Prorata basis on the receipt of equipments at site along with submission of : a. Detailed Packing list identifying contents of each consignment (3 copies) b. Manufacturers/contractors Guarantee certificate of Quality c. Insurance Policy/certificate (3 Copies) d. Material Inspection Clearance or equivalent Certificate for dispatch issued by the Utility e. Test Certificates 2.0 Prorata basis on successful completion of end to end testing at site based on certification by the Utility 40 % of hardware component of contract
Installation, Testing and Commissioning Cost to Integrate Entire SCADA & IT (relevant to SCADA) Infrastructure (Please refer Form:1 Project management cost)
40% after successful completion of Field Installation Test (as defined in MTS) 25% after successful completion of end to end test (as defined in MTS)
D.
E.
Training: Pro-rata payment on the basis of completion of training of required personnel as 65% of total value of Training Cost mentioned in MTS (Please refer Form F-8) Spares and Test Equipments 65% of receipt of material and physical verification of material by utility at the site Final Payment after Operational Acceptance (on successful completion of system availability tests) and proof of submission of the required number of reproducible, O&M Manuals, approved drawings, data sheets, test reports and manuals etc. of spares, maintenance & testing equipments etc. 25% software, hardware, installation, testing and commissioning + 100% of payment for Integration with legacy applications & Data Migration + 25% of balance payment for training + 25% of spares and test equipments
F.
G.
Bandwidth Charges
Based on actual claim and verification by the utility 100% of the annual FMS charges at the end of each year
H.
FMS Charges
** Payment for Data Recovery Centre First part of payment for Data Recovery Centre shall be towards satisfactory completion of Operational Acceptance Test (as defined in MTS) for any project area with Data Recovery Centre, which will be equivalent to 50% of the total value under this head. The
rest of the payment shall be done on basis of satisfactory completion of Operational Acceptance Test (as defined in MTS) for other project areas apportioned on basis of number of project areas. *** Hardware also includes power supply equipment and communication equipment.
The currencies for payments shall be in Indian Rupees (INR). The Supplier shall provide Performance Security of fifteen (15) percent of the total Contract Price. The currency and amount of Performance Security shall be specified at the time of awarding the contract to successful bidder. The Performance Security shall be in the form of Bank Guarantee issued by a Scheduled Bank as notified by Reserve Bank of India (RBI). An Indicative bank guarantee format to be customized by the Utilities on case to case basis has been provided in Section-IX The packing, marking and documentation within and outside the packages if applicable shall be: As specified (if any) in Technical Specification The insurance coverage: Goods supplied under the contract shall be also fully insured on all risk basis during inland transit up to destination store in the purchasers country. The supplier must insure the Goods in an amount equal to 110% of CIF/EXW price of Goods. The period of validity of the warranty shall be 36 (Thirty Six) months from the date of commissioning or 42 (forty two) months from date of delivery at Purchasers stores whichever is earlier. In case any damage or defect is found during verification after receipt of material at Purchasers stores or material develops defects within warranty period, the supplier shall attend/replace such defects free of all charges within 30 days of being notified by the Purchaser, of the occurrence of such defects. In case the defect is not attended or replacement of material is not received within specified period, then apart from encashing the performance security deposit, the Purchaser may also take suitable penal action including debarring from all future business.
GCC 15.3
GCC 26.3
GCC 26.5
Agreement
THIS AGREEMENT is made on this ________ (eg. 3rd) day of ________________________(eg. February), _____(eg. 2010), between ______________________________________of __________________________ (hereinafter called the Purchaser) which expression shall unless repugnant to the context thereof include his successors, heirs, assigns, of the one part, and __________________________________ of ______________________________ (hereinafter called the Supplier) which expression shall unless repugnant to the context thereof include his successors, heirs, assigns, of the other part. WHEREAS the Purchaser had invited bids for certain Goods and Related Services, viz., ____________________________________________________________________ (eg. Name of bid) vide their bid document number __________________________________________, dated _______________ AND WHEREAS various applications were received pursuant to the said bid AND WHEREAS the Purchaser has accepted a Bid by the Supplier for the supply of those Goods and Related Services in the sum of ________________________________________________________ (hereinafter the Contract Price). And in pursuance of having accepted the said bid the parties have agreed to enter into this agreement. NOW THIS AGREEMENT WITNESSETH AS FOLLOWS: 1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Contract referred to. 2. The following documents (collectively referred to as Contract Documents) shall be deemed to form and be read and construed as part of this Agreement, viz.: xiv. xv. xvi. xvii. xviii. xix. xx. xxi. xxii. xxiii. xxiv. xxv. the Detailed award of contract; the Service level agreement; Instructions to Bidders the Special Conditions of Contract; the General Conditions of Contract; the MTS document the Scope of Work; the Technical Specifications the Purchasers Notification to the Supplier for Award of Contract; Vendors response (proposal) to the RFP, including the Bid Submission Sheet and the Price Schedules submitted by the Supplier; Appendix A & D to N; Acceptance of purchasers notification
In the event of any discrepancy or inconsistency within the Contract documents, then the documents shall prevail in the order listed above. 3. In consideration of the payments to be made by the Purchaser to the Supplier as indicated in this Agreement, the Supplier hereby covenants with the Purchaser to provide the Goods and Related Services and to remedy the defects therein and bring them in conformity in all respects with the provisions of the Contract. 4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the Goods and Related Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract. IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the laws of ________________________ on the day, month and year indicated above. Signed by __________________________________________ (Authorised Utility official)
Witness-1
Witness-2
Performance Security
Indicative Draft to be customized by the Utilities on case to case basis. Place marked * may be specifically be filled/verified before finalizing the drafts by the utilities. To be obtained on the requisite value of Stamp paper depending upon the place of execution
BANK GUARANTEE
This Guarantee made on this __________ day of __________ 2010 between __________ Bank Limited, a Company incorporated in __________ having its registered office at __________ and one of its branch office at __________ Mumbai __________ hereinafter called the "Bank" which expression shall unless repugnant to the context or contrary to the meaning thereof shall include its successors and assigns) of the One Part and ___________________________, a Company incorporated in India under the Companies Act, 1956 and having its registered office at ________________________(hereinafter called " Purchaser" which expression shall include its successors) of the Other Part. WHEREAS 4. 5. The Supplier has entered in to an agreement with the purchaser (Contract No. _______ dated___________ for supply of _________________ herein after called the Contract. As per the terms of the Contract the Supplier has to provide a Bank Guarantee from a *Nationalised Bank for an amount of Rs____________*(the Guaranteed Amount) for the due performance of the Suppliers Obligations in accordance with the Contract in favour of the Purchaser. A copy of the Contract is enclosed with this Bank Guarantee. The Bank has, at the request of Supplier, agreed to give in favour of the Purchaser a Guarantee for payment of the Guaranteed Amount in a manner hereinafter appearing which the Purchase has agreed to accept.
6.
NOW THIS DEED WITNESSETH AS FOLLOWS: 5. In pursuance of the said Contract and in consideration of the premises, the Bank hereby unconditionally and irrevocably, and without any qualification whatsoever, agrees, covenants, undertakes and guarantees, as primary obligator and not as surety merely, to make payment to Purchaser on its first demand without whatsoever any claims, objection, protest or demur and without any recourse to the Supplier, notwithstanding any intimation or direction to the contrary or any objection, such sum or sums of money to the extent of and upto the Guaranteed Amount up to and including 14*days after the due performance of the suppliers obligation including any warranty and FMS obligations and termination of the said Contract Any such demand placed on the Bank shall be conclusive as regards the Guaranteed Amount due and payable by the Bank under this Guarantee. This Guarantee is executed up to and including a period of _14__*days after the due performance of the suppliers obligation and termination of the said Contract during which period it is not revocable except with the previous written consent of Purchaser.
6. 7.
8.
Purchaser may, without affecting Banks liabilities and obligations hereunder, grant time or other indulgence to or compound with Supplies or enter into any agreement or agree to forbear to enforce any of the terms and conditions of this Guarantee. This Guarantee shall not be affected by any change in the constitution of Purchaser or Supplier by merger, amalgamation or absorption with any other body or corporation or otherwise and this Guarantee will be available to or enforceable by or against such body or corporation. In order to give effect to this Guarantee, Purchase shall be entitled to act as if the Bank were the principal debtor and the Bank hereby waives all and any of its rights of suretyship. Any notice by way of request and demand or otherwise hereunder sent by telex, fax or personally served, or by registered post addressed as aforesaid to the Bank in Mumbai, India shall be presumed to have been duly received by the Bank as follows: (i) (ii) (iii) If personally served, when served. If by fax or telex on the second business day after the transmission. If mailed, upon receipt, or on seventh day after deposit in the mail with postage
9.
prepaid.The Guarantee herein contained is not revocable by notice during its currency and shall remain in full force until payment has been made to Purchase by Bank of the Guaranteed Amount payable hereunder. The liability of the Bank is irrevocable during the currency of this Bank Guarantee and is restricted to the Guaranteed Amount viz. Rs ____________(Rupees ________________Only). Unless demand or claim under this Guarantee is received by the Bank in writing within the validity period of this Guarantee , all the rights of Purchase against the Bank shall be forfeited and the Bank shall be relieved and discharged of all liabilities hereunder. These Presents shall be governed by and construed in accordance with the Indian Law, and the courts in ________alone shall have exclusive jurisdiction in relation hereto. The Bank hereby declares that it has power to issue this Guarantee and the undersigned have the full power to approve execution, delivery and the performance of the Guarantee. Signed, sealed and delivered by the Bank For _____________________ Authorised Signatories
APPENDICES (A TO L)
Service Level Chart For overall system availability Availability quarter > 99% Less than 99% per Deduction as % of the apportioned price of total FMS for SCADA-DMS portion of the contract applicable for that site NIL Deduction of 2% of the apportioned price of the apportioned quarterly AMC for every 1% or part there of decrease in
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs availability under 99%. For individual hardware & non critical functions Availability quarter > 98% Less than 98% per Deduction as % of the apportioned price of total FMS for SCADA-DMS portion of the contract applicable for that site NIL Deduction of 2% of the apportioned price of the apportioned quarterly AMC for every 1% or part there of decrease in availability under 98%.
a) All SCADA applications are available b) All DMS applications are available c) All SCADA/DMS functions described in the specification are executed at periodicities specified in the specification. without degradation in the response times d) Requests from available Operator Consoles & VPS are processed e) Information Storage and Retrieval applications are available f) Data exchange with other system is available g) One of the redundant hardware is available so that all the SCADA/DMS applications are functional to ensure the design & performance requirement as envisaged in the MTS Further, Non-Availability of RTU/Data Concentrators/FRTUs/FPI/R-APDRP-IT System shall not be considered for calculating Overall SCADA/DMS System Availability.
However each device, including RTU, FRTU & Servers etc. shall individually exhibit a minimum availability of 98%. Further, the non-availability of following Non-Critical functions shall not be considered for calculations of SCADA/DMS System availability , however these functions should be available for 98% of the time.
Database modification and generation Display modification and generation Report modification and creation DTS
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs The computation of Availability / Non-availability would be rounded up to 2 decimal places at each Contract Co-ordination Site on quarterly basis and any deduction in the maintenance charges thereof would be calculated as stated above on pro-rata basis.
Availability would be on per quarter basis The formula to be used for availability computation would be as under:
Where THQ is total hours in the quarter S1 is the total non-available hours in Severity Level-1 S2 is the total non-available hours in Severity Level-2 S3 is the total non-available hours in Severity Level -3
Definition Complete system failure, severe system instability, loss or failure of any major subsystem or system component such as to cause a significant adverse impact to system availability, performance, or operational capability Degradation of services or critical functions such as to negatively impact system operation. Failure of any redundant system component such that the normal redundancy is lost Non-availability of Manpower at control centre during working hours
Severity 2 Serious
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs Category Severity 3 Minor Definition Any other system defect, failure, or unexpected operation
Severity 4 Request for information, technical configuration assistance, how to General/Technical Help guidance, and enhancement requests.
The details of the system under different severity level are as below:-
a) Severity-1 (Urgent support) This support is required when there is a complete system failure, severe system instability, the loss/ failure of any major sub-system / system or its components, which may significantly impact the system availability, performance, or operational capability at Control centre. For example, loss of data to the operator due to any problem in SCADA-DMS system, loss of ICCP system (software/Hardware related),Loss/failure of DR Centre, outages of both the CFEs attributable to any software/hardware related problem, outage of any important software functionality (on both the servers) which is required to disperse Distribution management functions, , Failure of both GPS clock and time synchronization and outage of both routers, failure of both LAN system, outage of both main and backup servers of any system, firewall would be included under this category. Initially Utilitys Engineers shall attempt to restore the system. In case the system does not come up and/or the problem is not resolved then Utilitys Engineer shall intimate the problem to the Contractor. Upon receiving intimation, the representative of the Contractor would immediately attend to the problem and if required, any other authorized representative the Contractor may log on to the system. The problem shall be attended by the Contractor at the earliest, within the response/Resolution time as specified in the Agreement. The Contractor shall take all steps to restore the SCADA functionality at the earliest to avoid data loss. b) Severity-2 The support services not defined under Severity-1 are included under this category. Failure of one SCADA/DMS/FEP Server/ICCP server, failure of VPS , Stoppage of data collections for archiving, real time calculations, failure in Acquisition of SOE at the respective Control-Centre, outage of Real Time Network and distribution applications, and other applications are included in this category. Coverage under this severity would be outages that do not immediately cause on feeder data loss but subsequently could result into Severity-1 category outage, loss of an important subsystem that may affect the day-to-day works and loss of archived data. Failure of any redundant system component affecting the critical redundancy like loss of any one Application Processor, Router, CFE would also be included in this category. Non-availability of Man-power at control centre during working hours will also be covered under this category. c) Severity-3 (Standard support)
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs The support services included under this category are when the outage or loss of functionality is neither an emergency nor a priority functionality as indicated in severity level 1 or 2 above. Problems like database reworking, failure of any one workstation, etc. would be covered under this Severity. d) Severity-4 (General Technical Help) Request for information, technical configuration assistance, how to guidance, and enhancement requests are included under this category. B.2.3 Breach of SLA In case the Supplier does not meet the service levels mentioned in Section B.4 of this Appendix & Section-6, Chapter-2 of MTS document, for three (3) continuous time-periods as specified in the relevant clause, the Purchaser will treat it as a case of breach of Service Level Agreement. The following steps will be taken in such a case:1. Purchaser issues a show cause notice to the Supplier. 2. Supplier should reply to the notice within three working days. 3. If the Purchaser authorities are not satisfied with the reply, the Purchaser will initiate termination process as described in clause 33 of Section VII, GCC. B.2.4 Exclusions The Supplier will be exempted from any delays or slippages on SLA parameters arising out of following reasons:1 2 Delay in execution due to delay (in approval, review etc) from Purchasers side. Any such delays will be notified in written to the IT Team. The network links will be provided by a third party and the Supplier will monitor and report any problems on behalf of third party. If Supplier notifies and Purchaser approves that the delay or fault was due to the third party link services then such loss will not be considered for tracking Suppliers SLA parameters (Also reduced from total service time).
B.2.5 Monitoring and Auditing IT Team of Purchaser will review the performance of Supplier against the SLA parameters each month, or at any periodicity defined in the contract document. The review / audit report will form basis of any action relating to imposing penalty or breach of contract. Any such review / audit can be scheduled or unscheduled. The results will be shared with the Supplier as soon as possible. Purchaser reserves the right to appoint a third-party auditor to validate the SLA. B.2.6 Reporting Procedures The Suppliers representative will prepare and distribute SLA performance reports in an agreed upon format by the 10th working day of subsequent month of the reporting period. The reports will include actual versus target SLA performance, a variance analysis and discussion of appropriate issues or significant events. Performance reports will be distributed to the Purchasers IT Team.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs B.2.7 Issue Management Procedures B.2.7.1 General This process provides an appropriate management structure for the orderly consideration and resolution of business and operational issues in the event that quick consensus is not reached between Purchaser and Supplier. It is expected that this pre-defined process will only be used on an exception basis if issues are not resolved at lower management levels. B.2.7.2 Issue Management Process Either Purchaser or Supplier may raise an issue by documenting the business or technical problem, which presents a reasonably objective summary of both points of view and identifies specific points of disagreement with possible solutions. Purchaser and the Suppliers representative will determine which committee or executive level should logically be involved in resolution. A meeting or conference call will be conducted to resolve the issue in a timely manner. The documented issues will be distributed to the participants at least 24 hours prior to the discussion if the issue is not an emergency requiring immediate attention. Management of Purchaser and Supplier will develop a temporary, if needed, and the permanent solution for the problem at hand. The Supplier will then communicate the resolution to all interested parties. In the event a significant business issue is still unresolved, the arbitration procedures described in the Contract will be used.
B.2.8 SLA Change Control B.2.8.1 General It is acknowledged that this SLA may change as Purchasers business needs evolve over the course of the contract period. As such, this document also defines the following management procedures: 1 2 3 A process for negotiating changes to the SLA. An issue management process for documenting and resolving particularly difficult issues. Purchaser and Supplier management escalation process to be used in the event that an issue is not being resolved in a timely manner.
Any changes to the levels of service provided during the term of this agreement will be requested, documented and negotiated in good faith by both parties. Either party can request a change. Changes will be documented as an addendum to this document and consequently the contract. B.2.8.2 SLA Change Process Both the parties may amend this SLA by mutual agreement in accordance. Changes can be proposed by either party. Normally the forum for negotiating SLA changes will be Purchasers monthly review meetings.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs B.2.8.3 Version Control All negotiated SLA changes will require changing the version control number. As appropriate, minor changes may be accumulated for periodic release (e.g. every quarter) or for release when a critical threshold of change has occurred. B.2.9 Management Escalation Procedures The purpose of this escalation process is to provide a quick and orderly method of notifying both parties that an issue is not being successfully resolved at the lowest possible management level. Implementing this procedure ensures that purchaser and Supplier management are communicating at the appropriate levels. Escalation should take place on an exception basis and only if successful issue resolution cannot be achieved in a reasonable time frame. 1. All issues would be raised to the project management team, which is completely responsible for the day to day aspects of the implementation. The project management team shall classify the issues based on their severity level and resolve them within appropriate timelines. 2. If project management team is unable to resolve an issue, the issue would be escalated to the top management with options/ risks detailed for decision. Top management will make decisions based on the options/ risks presented by the IT team. 3. In case one or both the parties are unsatisfied with the decision of the top management of the Purchaser, the dispute will be resolved as specified in clause 7 of Section VII GCC.
B.2.10 Signature Page IN WITNESS WHEREOF, the parties hereto have caused this Service Level Agreement to be executed by their respective authorized representatives as of the date first written above.
Purchaser
Date ------------------------
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs Bidder should quote for each Project Area cost separately and also provide the consolidated cost of the project. Price Proposal should clearly indicate the price to be charged without any qualifications whatsoever and should include all taxes (sales, service, etc.), duties (excise & customs, etc), octroi, fees, levies, works contract tax, Entry tax and other charges as may be applicable, to be paid pre- or post-delivery or to be deducted by the purchaser at source, in relation to the Goods and Related Services. Such taxes, duties, cess, charges etc, if not explicitly mentioned in the Price bid tables in Appendix C3, but applicable under law, should be included in the Quote under Any other levies column. The price proposal should be conformance to clause 12.3 of ITB, Section II.
C 1. 3 : Submission of proposal
The original technical proposal and price proposal shall be prepared in indelible ink. It shall contain no inter-lineation or overwriting, except as necessary to correct errors made by the bidder itself. The authorised representative must initial any such corrections as mentioned in clause 21.2 ITB, Section II. The proposal shall include response to all the questions mentioned in the questionnaire as per Section-10 of the MTS An authorised representative of the bidder should initial all pages of the proposal. The bidders should submit five hard copies and five soft copies in separate compact discs as per clause 21.1 ITB, Section II. The soft copies should be necessarily in MS Word / MS Excel format (editable) besides other format(s). Bidders are requested to submit a proposal written in the English language. Bidders would need to submit both the technical and the price proposals. The proposal should be typed in Times New Roman font, size 11 with single line spacing. The document should be precise to requirements and concise in nature. Each technical proposal and price proposal should be marked "Original" or "Copy" as per clause 21.1 ITB. Section II. If there are any discrepancies between the original and the copies of the Proposal, the original governs. Proposals containing erasures or alterations are liable to be excluded from the evaluation process. The original and all copies (also softcopies) of the technical proposal shall be placed in a sealed envelope clearly marked "Technical Proposal". The original and all copies (also softcopies) of the price proposal should also be placed in a sealed envelope clearly marked "Price proposal" along with a warning: "Do not open with the Technical Proposal." Both envelopes shall be placed into an outer envelope and sealed. This outer envelope shall be super scribed with the following information: 1. Name of the bidder 2. Due date and time of submission 3. Submission address and contact detail A clear marking stating: "DO NOT OPEN, EXCEPT IN PRESENCE OF THE EVALUATION COMMITTEE."
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs Any omissions / deviations on the above, will cause rejection of the bid
The completed technical and price proposal must be delivered at the submission address on or before the time and date stated in the Bid Data Sheet, Section III. The Purchaser will not be responsible for any postal or transit delays. Any proposal received after the closing time for submission of proposals shall be returned unopened.
C2 : Technical Proposal
C 2.1 General Requirements C. 2.1.1 Bidder - Company Statistics
Please provide the general and financial details of each of the entities (bidder, consortium member (if any) and subcontractors) in the following formats:
The bidder shall provide compliance to the MTS requirements. Please provide a summary of versions of various modules, if the proposed solution is a product. Use following format:-
C 2.3 : Hardware Technical Specifications (Including network equipments, LAN/WAN, Kiosk etc.)
The bidder shall provide compliance to the MTS requirements. Please mention the detailed specification of hardware equipment and system software (operating system, database etc.) including manufacturer, technical details etc. The bidders should provide details of required system software like operating system , database for solution and utilities in following format :-
A. Professional Staff
B. Support Staff
B. Support Staff
Table: The details of the same should be included in the following format and necessary supporting documents should be attached with RFP:
S.No.
Client Name
Note : Kindly provide Client Performance Certificates for the completed projects provided for establishing/confirming the requisite details for project experience as mentioned above
Or Copy of LoA/ Work Order along with proof of release of final payment
C 2.6: Team details (CVs)
Use the following format for key personnel who would be involved in the project. Please include details of team members proposed to implement the project, install or manage hardware, install and manage LAN/WAN and related equipments, provide GIS solution etc., please ensure that the CV has a maximum length of 3 pages. In case of replacement of Supplier personal from the project team, Supplier is required to submit to the nominated Utility personal the CV of the new person with equivalent or better education qualification and relevant professional experience who will be joining the team and get in duly approved. The new person can start working in the project only after his/her CV has been approved by the Utility.
6. 7. 8. 9.
Membership of Professional Associations: Other Training: Countries of Work Experience: Languages: Language Speaking Reading Writing
10.
11.
12.
Work Undertaken that best illustrates capability to handle the tasks assigned:
13.
Certification: I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes myself, my qualifications, and my experience. I understand that any wilful misstatement described herein may lead to my disqualification or dismissal, if engaged.
Date:
Firm Detail
Details Net-worth Turn-Over FY05-06 FY06-07 FY07-08
Audited financial reports and copy of the certificates supporting the above need to be submitted as proof.
Does your company (and consortium partner) have any quality certification / Assessment? If so, please provide your responses for the following:
Details of Certification
Description Certification / Assessment Name Who issued the certification/assessment? When was the certification/assessment obtained? Does this certification/assessment process involve periodic reviews and observations/ remarks after such review? If so, please provide details and specify when your company is due for its next quality review? Bidders Response
Please specify your companys process for product development and enhancements
C 2.11: Documentation
Please provide a list of all user documents that will be provided along with the software package. This must include the following minimum documents: System and administration manuals Technical support handbook User Manuals; Error Messages and their Meanings; Training Manuals; Analysis & Design Manuals with the relevant data flow diagrams, entity relationship diagrams, schemas etc.; Additions/ changes to the documents after upgrades; and Operations Manuals
If bidder desires to take any non-material deviation from the terms & conditions of the tender, it should be mentioned specifically in this deviation sheet. Unless such deviations are mentioned in this deviation sheet, the same will not be taken into consideration.
Except aforesaid deviations, the entire order, if placed, shall be executed in accordance with specifications and any other conditions, variations/deviations etc. if found, elsewhere in this proposal should not be given any consideration while finalizing the tender. It is not mandatory to consider and accept the deviation mentioned on deviation sheet proposed by the bidder. Note: -Continuation sheet of like size & format may be used as per bidders requirement wherever necessary.
1) Bidder will be responsible for payment of Taxes (including local entry taxes), duties, cess, charges etc, including taxes, duties, cess, charges etc, to be paid by the Supplier pre- or postdelivery. Such taxes, duties, cess, charges etc, if not explicitly mentioned in the following tables, but applicable under law, should be included in the Quote under Any other levies column. 2) The Bidder will provide Tax rates assumed for the calculation at the time of proposal for each item in notes to respective table. 3) Please refer to GCC Clause 12.2 and the SCC for Price adjustments due to change in Tax rates (including local entry taxes), duties, cess, charges etc. 4) Purchaser reserves the right to deduct and pay to the government authorities the taxes at applicable rates from the price payable to the supplier. 5) The unit prices mentioned for various components should be the same for all Project Areas. In case of any discrepancy among unit prices of various Project Areas, the lowest unit price of equipment mentioned for any Project Area shall prevail. 6) Utility proposes establishment of one centralized Data Recovery Centre which shall be located in the Project Area(s) defined in the Appendix F
Forms (Form 1 to Form 8) mentioned in the Appendix C.3.1 should filled, by the bidder, to provide cost of IT implementation for the Project Area Form F-2 has left blank incase of project areas without DR.
Project Management Cost Including all Taxes & Duties Installation, Testing and Commissioning Cost to Integrate Entire SCADA & IT (relevant to SCADA) Infrastructure
Unit
Rs.
Integration with legacy applications & Data Migration Training for the Employees Sub-Total A1 Grand Total A
Rs.
*Project management cost include CST, VAT, Sales Tax, Service Tax, Entry Tax, Excise Duty etc. Specific Exclusions
All civil & architectural works Internal & external electrifications Special electronic earthing for server system Precision air conditioning & ventilation Fire fighting system & access control system required for any office Manpower required for SCADA/DMS system
S.No.
Equipment
Unit
Quantity
Rs.
Rs.
A1 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11.
Server/ workstation Hardware SCADA/DMS server FEP server with interface switches ISR server NMS server DTS server Developmental server Communication Server Web/Directory server Workstation with dual TFT Monitors Remote VDUs with one TFT Monitors Developmental console with one TFT DTS/Workstation Console with dual TFTs DLP based Video Projection system with 2x3 Module configuration with each module at least 67" diagonal with common projector No. No. No. No. No. No. No. No. No. No. No.
12.
No.
13.
No.
S.No.
Equipment
Unit
Quantity
Rs.
Rs.
(2X3)
Storage & Backup Devices External RAID Mass storage device ( for 2 months online backup) External DAT drive (160/320GB) Switches 16. Layer II switch (SCADA/DMS LAN) Layer II switch ( Development system LAN ) Router one each for interfacing IT system , SCADA/DMS DR centre & Remote VDU ,SLDC Router at remote VDU Firewall & network IPS Other Active Devices GPS Time synchronisation system Time, day & date digital displays Set No.
14.
No.
15.
No.
17.
No.
18.
No.
19. 20.
No. No.
21.
22.
Set
S.No.
Equipment
Unit
Quantity
Rs.
Rs.
Printers 23. 24. 25. A3 Color inkjet printer B/W Laser printer Color laser printer Security system (DMZ) 26. 27. 28. 29. 30. Web server with load balancing Mail server Router Firewall & network IPS Layer II switch Cabling System 31. 32. A2 33. A3 34. 35. 36. Cable, Jacks etc. Any other item to meet specification requirements Mandatory Spares 5% of a1 Software SCADA software ISR Software DMS software Lot Lot Lot No. Lot No. No. No. No. No. No No No
S.No.
Equipment
Unit
Quantity
Rs.
Rs.
DTS software Developmental software Network Management Software RDBMS package WEB /Network security software GIS Adaptor/Engine for importing data from GIS system under IT system Any other item to meet specification requirements Network Charges Network Connectivity Charges for Link for 1 year post commissioning
42.
Lot
43. A4
Lot
44.
S.No.
Equipment
Unit
Quantity
Rs.
Rs.
B1 1. 2. 3. B2
Server/ workstation Hardware DR server Communication Server Workstation with one TFT Monitors Storage & Backup Devices External storage device External DAT drive Switches Layer II switch (DR LAN) Routers Router for interfacing at SCADA DMS centre Printers No. No. No. No. No. No. No.
4. 5. B3 6.
7. B4
S.No.
Equipment
Unit
Quantity
Rs.
Rs.
8. 9. 10. B5 11.
Color inkjet printer B/w Laser printer Color laser printer Cabling System Cable, Jacks etc. Any other hardware to meet functional /performance requirement of MTS Mandatory Spares for DR centre 5% of b1 Software for Control Centre RDBMS package
lot
12.
lot
B6
13. B7
No.
14.
Incl in DR system
Form F: 4- RTU
Unit Price (Inclusive of all taxes, duties, Freight &Insurance Rs. Total Cost FMS Cost
S.No.
Equipment
Unit
Quantity
Rs.
Rs.
C1
RTUs RTU comprising panels, racks, subracks, Power Supply modules, CPU analog / digital input & control
1.
Set
S.No.
Equipment
Unit
Quantity
Total Cost
FMS Cost
Rs.
Rs.
output module as per specification interfacing equipment, required converters & all other required items/accessories including complete wiring for all modules for locations mentioned below 2. 3. 4. 5. 6. 7. 8. 9. MFTs CMRs HDR Weather transducer wind speed Weather transducer rainfall Weather transducer Humidity Weather transducer Temperature Weather transducer Wind Direction No. No. No. No. No. No. No. No. No. No. No No
10. Modem 11. Router Single TFT PC for 12. LDMS 13. 1 B/W laser printer Any other hardware to meet functional 14. /performance requirement of MTS
Lot
S.No.
Equipment
Unit
Quantity
Total Cost
FMS Cost
Rs.
Rs.
C2
LDMS No.
15. LDMS Any other software to meet functional 16. /performance requirement of MTS C3 TEST EQUIPMENTS for RTU
Lot
RTU Database Configuration & 17. Maintenance Software tool Master Station cum RTU Simulator & 18. Protocol analyser software tool Laptop PC for above software tools along 19. with interfacing hardware including Hub C4 MANDATORY SPARES FOR RTU 5% of c1 Sub - Total (mandatory spare) D4 C5 Bandwidth Charges Network Connectivity Charges for Primary Link (SCADA/DMS main control centre)
No.
No.
No.
No
No.
S.No.
Equipment
Unit
Quantity
Total Cost
FMS Cost
Rs.
Rs.
5 % mandatory spare may be considered Utilty shall attach RTU & FRTU connectivity diagram
TOTAL
Note: - SS : Single status input, DS : Double status input for CBs, DC : Digital Control Output (Trip & Close)/Raise /lower CMR : Contact Multiplying Relay, HDR : Heavy Duty Relay, METER : Energy meter, CM: Communication Module , DI : Digital input , DO : Digital Output AI: Analog module
Note:
1) MFT provide data that is to be acquired by RTU on Modbus/or IEC protocol for Voltage (phase to phase and phase to neutral),Current (phase and neutral), Active Power, Reactive Power, Apparent Power, Power Factor, Frequency, active energy (import & export), reactive energy (import & export) etc. 2) CMRs shall be mounted in the existing C&R panels. Wherever the space is not available in the existing panels the same shall be mounted in the RTU panels. Heavy Duty Relays shall be provided for Digital outputs for CBs and shall be mounted in the RTU panels itself. 3) The RTU shall be equipped for the above specified I/O (analog input MFT), digital input & digital output) point points, which includes 20 % spare for future use . These 20 % spare points shall be terminated on terminal blocks in RTU panel. 4) All protection relay/Alarm points & CBs shall be considered for SOE. 5) Point counts include three alarms per station for auxiliary system and fire, which shall be interfaced to RTU.
S.No.
Equipment
Unit
Mini pole mounted FRTU base equipment along with enclosure suitable to work in open environment (Adequate protection from water & dust) , racks, sub-racks, Power Supply modules with power backup , I/o modules, CPU, 1. interfacing equipment, required converters & all other required items/accessories including complete wiring for all modules for locations mentioned BELOW 2. MFTs
Set
No.
S.No.
Equipment
Unit
Unit Price FMS (Inclusive of Cost all taxes, Total duties, Cost Quantity Freight &Insurance) Rs. Rs. Rs.
3. 4. 5.
Any other ITEM to meet functional /performance 6. requirement of MTS D2 TEST EQUIPMENTS for FRTU No.
FRTU Database Configuration & Maintenance 7. Software tool Master Station cum RTU Simulator & Protocol 8. analyser software tool Laptop PC for above software tools along with 9. interfacing hardware including Hub D3 D4 MANDATORY SPARES FOR FRTU Bandwidth Charges
No.
No.
Network Connectivity Charges for Primary Link 10. (SCADA/DMS main control centre)
No.
TOTAL
Note: - SS : Single status input, DS : Double status input for CBs, DC : Digital Control Output (Trip & Close) CMR : Contact Multiplying Relay, HDR : Heavy Duty Relay, METER : Energy meter, CM: Communication Module , DI : Digital input , DO : Digital Output: AI: Analog input Note: 1) MFT provide data that is to be acquired by RTU on Modbus/or IEC protocol for Voltage (phase to phase and phase to neutral),Current (phase and neutral), Active Power, Reactive Power, Apparent Power, Power Factor, Frequency, active energy (import & export), reactive energy (import & export) etc. 2) CMRs shall be mounted in the existing C&R panels. Wherever the space is not available in the existing panels the same shall be mounted in the RTU panels. Heavy Duty Relays shall be provided for Digital outputs for CBs and shall be mounted in the RTU panels itself. 3) The RTU shall be equipped for the above specified I/O (analog input (meter), digital input & digital output) point points, which includes 20 % spare for future use (except for CMRs & HDRs). These 20 % spare points shall be terminated on terminal blocks in RTU panel. 4) All protection relay/Alarm points & CBs shall be considered for SOE. 5) Point counts include three alarms per station for auxiliary system and fire, which shall be interfaced to RTU.
S.No
Equipment
Unit
Quantity
Total Cost
FMS Cost
Rs.
Rs.
E1A
Optical Fibre Cable Self supporting metal free 6 fibre (G.652) aerial optical fibre cable including all associated hardware fittings and accessories Unarmoured under ground 6 fibre (G652) optical fibre cable including 40 mm HDPE ducts, accessories, GI pipes for crossings, manholes and all other required items for installation In line splice enclosures 6 fibre (Joint Box) a) FODP 12F : Indoor Type, rack/wall mounted including Pig-tails b) FODP 24F : Indoor Type, rack/wall mounted including Pig-tails
1.
Km
2.
Km
3.
No.
No.
No.
4.
SDH Equipment Base Equipment (Common cards, Power supply cards, power cabling, other hardware & accessories including subracks, patch cords, DDF etc. fully equipped excluding (II)
No.
No.
S.No
Equipment
Unit
Quantity
Total Cost
FMS Cost
Rs.
Rs.
Optical cards (a) S1.1 (b) L1.1 (c) L1.2 Tributary Cards (a) E1 Interface card (Minimum 4 interfaces per card) (b) Ethernet interfaces 10 Base T with Layer-2 switching (Minimum 4 interfaces per card) 5. Equipment Cabinets for SDH equipment (including DDF patching facilities) & other accessories 6. TMN System Craft Terminal a) Hardware b) Software Network Manager & Element Manager system a) Server alongwith required No. No. No. No. No.
No.
No.
No.
S.No
Equipment
Unit
Quantity
Total Cost
FMS Cost
Rs.
Rs.
networking hardware & accessories INCL sw b) Operator console (c) Network Printer (Laser Jet) (d) Software Any other hardware to meet functional /performance requirement of MTS FO -Test equipment Mandatory spares No. No. No.
7. E1B E1C
Lot
E2- Communication system - VPN (MLLN/ MPLS) Broadband E2A Bandwidth Charges km p.a per site km p.a per site p.a per site p.a per site
1.
2.
Network Connectivity Charges for 64Kbps MLLN-boardband Link Network Connectivity Charges for 2Mbps MPLS-boardband Link Network Connectivity Charges for 64Kbps MPLS-boardband Link
3.
4.
S.No
Equipment
Unit
Quantity
Total Cost
FMS Cost
Rs.
Rs.
5.
E3 Communication system - MAR/Radio E3A Hardware/ Equipment MAR/Radio terminal equipment Antenna OMNI directional antenna 2. 3. E3C unidirectional antenna Radio modems E4 E4A 1. 2. 3. 4. E4B Modems GPRS CDMA EDGE 3G Mandatory spares No. No. No. No. Set Set Set No.
1. E3B
S.No.
Item
Unit
Quantity
Total Cost
FMS Cost
Rs.
Rs.
F1
Main Equipments Control centre UPS with suitable rating running in parallel redundant mode* VRLA type Battery banks for above UPS Set of two for minimum 30 min. backup duration DC Power Supply (DCPS) system based on SMPS (for 20 A load plus charging current@10% capacity) Battery bank for above DCPS (VRLA Type) for minimum 4 hrs backup Main Equipments DR Centre Main Equipments UPS with suitable rating running in parallel redundant mode* VRLA type Battery banks for above UPS for minimum 30 min. backup duration DC Power Supply (DCPS) system based on SMPS (for 20 A load plus charging current@10% set
1.
2.
3.
4.
F2
5.
6.
Set of two
7.
No
S.No.
Item
Unit
Quantity
Total Cost
FMS Cost
Rs.
Rs.
capacity)
8.
Battery bank for above DCPS (VRLA Type) for minimum 4 hrs backup Mandatory Spares for UPS Mandatory Spares for DCPS For RTU / Data Concentrator / Communication Eqpts. DC Power Supply (DCPS) system based on SMPS Battery bank for above DCPS (VRLA Type) for minimum 4 hrs backup III For FRTU 48V DC Power Supply (DCPS) system based on SMPS Battery bank for above DCPS (VRLA Type) for minimum 4 hrs backup V Remote VDU location UPS (2 kVA ) No No No
F3 F4
F5
9.
10. F6
11.
12.
F7 13.
S.No.
Item
Unit
Quantity
Total Cost
FMS Cost
Rs.
Rs.
KVA rating of UPS may change as decided by SDC. It should be accompanied with proper justification
A/R : As required as per site requirements List of mandatory spares shall be provided by the contractor upto 5 % of the total cost to meet the availability requirements. Failure to maintain the same would be liable for suitable penalty. Inventory for the same shall be maintained during FMS period of 5 years.
Form 8 : Training S.No. Description Operators Training Operator for SCADA/DMS Control Centre Instructor for DTS Maintenance Training Computer Hardware & System Software Application Software (SCADA/DMS) RTU & FRTU Database & display development Auxiliary Power Supply Communication System including NMS 10 10 5 5 3 5 2 5 10 Duration in days Total Cost (Rs.)
A. 1. 2. B. 1 2. 3. 4. 6. 7.
Form 9 : FMS S.No. 1 Description FMS charges for SCADA/DMS system (maintaining overall system availability as per TS) FMS charges for SCADA/DMS system (maintaining availability individual hardware & non critical functions as per TS) Total FMS charges Five Year Duration
Five Year
Five Year
The necessary spares required for maintenance of the system during FMS shall be provided by the contractor. However, the consumables shall be provided by the owner.
FMS shall include all the supplied hardware & software under the project.
Form 10: Implementation Schedule S. No. Items Completion Schedule from the Award of Contract 18 months
SCADA/DMS System
C4: Checklists
Please submit a copy of this section with cover letter while submitting the proposal.
S.No. 9 10
11 12 13 14 15
Item Please confirm that you comply with all clauses specified in the Special Conditions of Contract specified in Section VIII Please confirm that all goods (software and hardware) and services have been included in the price proposal and is complete in all respects without any deviation/ missing items Please confirm that you have not submitted any alternate proposal Please confirm that you have noted the SLA guidelines and penalty clauses applicable as specified in Appendix B. Please confirm you have provided sufficient Bid security in proper form as specified in clause 20, Section II ITB Please confirm you have responded to all mandatory technical specification given in Appendix A Please confirm that you have checked the final quote provided in Appendix C (Price Proposal)
Pre-demo meetings will be conducted with all the bidders Each of the bidder will be requested to demonstrate the product and services The technical evaluation will commence post the demonstrations Utility, in observance of best practices, shall: Maintain the bid evaluation process strictly confidential Reject any attempts or pressures to distort the outcome of the evaluation, including fraud and corruption Strictly apply only and all of the evaluation and qualification criteria specified in the Bid document
E-1: Single-Stage: Two-Envelope Bidding Procedure In the Single-Stage: Two-Envelope bidding procedure, Bidders should submit two sealed envelopes simultaneously, one containing the Technical Proposal and the other the Price Proposal, enclosed together in an outer single envelope. Initially, only the Technical Proposals are opened at the date and time advised in the Bidding Document. The Price Proposals remain sealed and are held in custody by the Purchaser. The Technical Proposals are evaluated by the Purchaser. No amendments or changes to the Technical Proposals are permitted. The objective of the exercise is to allow the Purchaser to evaluate the Technical Proposals without reference to price. Bids of Bidders which do not conform to the mandatory requirements may be termed as nonresponsive and will not be evaluated further. Following the approval of the technical evaluation, and at an address, date and time advised by the Purchaser, the Price Proposals are opened in public. The Price Proposals are evaluated and, following approval of the price evaluation, the Contract is awarded to the Bidder whose Bid has been determined to be have scored maximum in the composite formula as defined below: Total Score = 50% x Technical Proposal Score + 50% x Price Proposal Score
E-2: Evaluation and Comparison of bids Initially the Suppliers responses are reviewed for compliance with the Commercial terms and conditions. The Suppliers who fail to comply with any of the commercial terms and conditions mentioned may be termed as non-responsive and will not be evaluated further. For those Suppliers who have qualified the commercial terms and conditions Technical evaluation will be conducted followed by the Price-Bid evaluation. The price bids will remain sealed until the technical evaluation is complete.
Technical Evaluation
The technical bid has a weightage of 50%. Technical evaluation will happen in two stages.
In stage-1, the following shall be confirmed: Deviations, Submission of Bank Guarantee, Acceptance of terms and conditions, Acceptance to scope of work and compliance to model technical specification (as mentioned in Appendix A). In case the bid doesnt meet all the mandatory requirements, the bid shall be termed as non-responsive and will not be evaluated further
Stage-2
The distribution of weights shall be as follows: Table : Distribution of weights for bid evaluation No Description Weight A Technical Proposal 50 1 Project Experience 32 2 Presence in India 3 3 Team Details (CV) 15 B Price Proposal 50 Total Marks 100
Technical Proposal: Following is the methodology which shall be used to evaluate the various parameters under the technical proposal.
S.No Technical Solution Score 1 Project Experience a) Number of SCADA/DMS project successfully completed in last 7 years. as per Clause (iii) of Qualifying requirement mentioned in Section IV 9 marks shall be awarded for 1 mandatory project meeting the QR. For every additional project submitted 3 marks shall be awarded subject to ceiling of 15 marks that can be obtained in this category. (1x 9+ 2x3 = 15) Project experience in implementation of modules/applications of SCADA/DMS Systems 1 mark shall be awarded for experience in implementation of modules/applications as mentioned below:(i) (ii) (iii) (iv) (v) (vi) Voltage VAR Control Load Shedding Load Balancing via Feeder reconfiguration Operation Monitor Distribution Load Forecasting Dispatcher Training Simulator
Maximum Score 50 32 15
b)
The bidder shall be awarded 1 mark for implementation of above modules in one project or multiple projects put together.
For implementation of single module, only 1 mark shall be awarded, irrespective of its implementation in number of projects. c) Project Experience in integration of IT applications. 7
S.No
Description The distribution of marks for experience integration of IT applications is provided as follows:(i) (ii) (iii) GIS 3 Marks Billing 2 Marks Customer Care 2 Marks
Maximum Score
d) e)
Project Experience in FRTU Implementation Experience in implementation of protocols used in SCADA/DMS Systems The distribution of marks for experience in implementation of protocols is as follows:(i) IEC 870-5-104/101 0.5 marks (ii) Modbus 0.5 marks (iii) IEC 60256 0.5 marks (iv) ICCP 0.5 marks (v) IEC 61850 - 0.5 marks Presence in India The bidder with existing Design,/Engineering/Testing facility as on (date of release of NIT/RfP) shall be awarded 3 marks CVs Experience in area of SCADA Hardware
1.5 2.5
2 a) 3 a)
3 3 15 7.5
For submission of 1 CV, 2.5 marks shall be awarded. For every additional CV, 1 additional mark shall be awarded subject to ceiling of 7.5 marks that can be obtained in this category. b) Experience in area of SCADA Software For submission of 1 CV, 2.5 marks shall be awarded. For every additional CV, 1 additional mark shall be awarded subject to ceiling of 7.5 marks that can be obtained in this category. 7.5
B. Price-Bid Evaluation
The Price-Bid evaluation is done only for those bids which are found to be responsive. The net cost quoted will be calculated as simple addition of all the cost mentioned in the price proposal (Clause D.3, Appendix D). The price proposal score shall be calculated with following formula:
Price proposal score = (LP/FP)*50, where LP: Lowest Price offer; FP: Firms Price C. Total Score
Total score shall be calculated as below: Total Score = Technical Proposal Score + Price Proposal Score The bid with the highest overall score will be awarded the project.
9 10 11 12 13 14 15
Head Office Zonal office Circle office Divisional office Sub Divisional office Other offices No.of substations
1 No. 1No 1 No. 7 Nos. 36 Nos. 194 Nos. 109 Nos. 1 No. 2 Nos. 11 Nos. 55 Nos. 33 Nos.
Jodhpur Vidyut Vitran Nigam Limited Name of Project Area Sl.No 1 2 3 4 5 6 7 8 General Description Distribution Company name Area of Coverage in Sq. Km Population Nearest Railway Station Nearest Functional Airport SCADA/DMS Control Centre Data Recovery (DR) Centre Dispatch Training Simulator (DTS) Jodhpur Jodhpur Vidyut Vitran Nigam Limited (JdVVNL) 90.84 860,818 Jodhpur Jodhpur Jodhpur Jodhpur Nil Bikaneer Jodhpur Vidyut Vitran Nigam Limited (JdVVNL) 170.75 545,368 Bikaner Bikaner, NAL Bikaner Nil Nil
9 10 11 12 13 14 15
Head Office Zonal office Circle office Divisional office Sub Divisional office Other offices No.of substations
1 No. 1 No 1 No. 3 Nos. 13 Nos. 96 Nos. 57 Nos. 1 No 1 No. 1 No. 8 No. 53 No. 40 No.
Ajmer Vidyut Vitran Nigam Limited, Jodhpur Name of Project Area Sl.No 1 Distribution Company name 2 3 4 5 6 7 8 Area of Coverage in Sq. Km Population Nearest Railway Station Nearest Functional Airport SCADA/DMS Control Centre Data Recovery (DR) Centre Dispatch Training Simulator (DTS) General Description Ajmer Ajmer Vidyut Vitran Nigam Limited(AVVNL), Ajmer 210 490520 Ajmer Jaipur Ajmer Nil Nil
9 10 11 12 13 14 15
Head Office Zonal office Circle office Divisional office Sub Divisional office Other offices No.of substations
9 10 11 12 13 14 15 16 17 18 19
33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing
20 21 22 23 24 25 26 27 28 29 30 31 32
MALVIYA IND. AREA (MIA) LAXMAN DOONGRI VKIA ROAD NO. 14 S/S VAISHALI E.S.I. S/S SHASHTRI NAGAR MURTIKAR NAGAR RAMBAGH CIRCLE 22 GODWN TRIVENI NAGAR S/S RPA COLLECTRATE JAMDOLI S/S (KESHAV VIDHYAPEETH) LUNIYAWAS S/S PRADHAN MARG ( MALVIYA NAGAR) SADWA OLD VIDHAN SHABHA MEERA MARG S/S SEZ-I RICCO SITAPURA S/S JAGATPURA NRI MUHANA MANDI KAVERI PATH SANGANER-II SEZ-II SITAPURA S/S MARUTI NAGAR S/S
33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing
33 34 35 36 37 38 39 40 41 42 43 44
33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing
45 46 47 48 49 50 51 52 53
ROAD NO. 9F VKIA ROAD NO. 9A VKIA KRISHI UPAJ MANDI ( SIKAR ROAD ) KARDHANI RIICO MANSAROVER KUMBHA MARG PATRAKAR COLONY LOHA MANDI SWEWAGE FARM (RAM NAGAR EXT) JAWAHAR NAGAR CHAMBAL BHANKROTA MANSORAWAR NPH VKIA SMS STDM KUNDA KI DHANI PURANA GHAT SIRSI SANGANER SITAPURA VAISHALI NAGAR NEW STATIONS-01 NEW STATIONS-02 NEW STATIONS-03
33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing
54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69
EHV Existing EHV Existing EHV Existing EHV Existing EHV Existing EHV Existing EHV Existing EHV Existing EHV Existing EHV Existing EHV Existing EHV Existing EHV Existing 33/11 kV New 33/11 kV New 33/11 kV New
70 71 72
Town: Kota, DISCOM: Jaipur Vidyut Vitran Nigam Limited(JVVNL) Total Number of substations: 29 Total Number of RTU locations: 29
STATION NAME
Type 33/11kV Existing 33/11kV Existing 33/11kV Existing 33/11kV Existing 33/11kV Existing 33/11kV Existing 33/11kV Existing 33/11kV Existing 33/11kV Existing 33/11kV Existing 33/11kV Existing 33/11kV Existing 33/11kV Existing 33/11kV Existing 33/11kV Existing 33/11kV Existing 33/11kV New 33/11kV New 33/11kV New 33/11kV New 33/11kV New 33/11kV New
JP MARKET BASANT VIHAR RK PURAM IPIA INDIRA VIHAR MBS VALLABH NAGAR BORKHEDA INDUSTRIAL ESTATE NAYAPURA KUNHADI JUNCTION SAKATPURA NEW SUBSTATION S/S-1 NEW SUBSTATION S/S-2 NEW SUBSTATION S/S-3 NEW SUBSTATION S/S-4 NEW SUBSTATION S/S-5 NEW SUBSTATION S/S-6
23 24 25 26 27 28 29
NEW SUBSTATION S/S-7 NEW SUBSTATION S/S-8 NEW SUBSTATION S/S-9 NEW SUBSTATION S/S-10 NEW SUBSTATION S/S-11 NEW SUBSTATION S/S-12 NEW SUBSTATION S/S-13
33/11kV New 33/11kV New 33/11kV New 33/11kV New 33/11kV New 33/11kV New 33/11kV New
2. Town: Jodhpur, DISCOM: Jodhpur Vidyut Vitran Nigam Limited. Total Number of substations: 53 Total Number of RTU locations: 53 SNO 1 2 3 4 5 6 7 8 9 10 11 12 13 14 CHOPASNI HOUSING BOARDSTATION MOTOR MERCHANT SARDARPURA UMAID HOSPITAL M.G.HOSPITAL (MGH) OLD POWER HOUSE(OPH) ENGG. COLLEGE CIRCUIT HOUSES UMAID HARITAGE RIKTIYA BHERUJI (RKB) SOORSAGAR PRATAP NAGAR KAYLANA FILTER HOUSE KAMLA NEHRU NAGAR Type 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing
I(CHB- 1) CHOPASNI HOUSING BOARDII(CHB- 2) MEDICAL COLLEGE BARKATULLAH STADIUM(BKT) BORANADA -I BORANADA -II BASNI-I CANAL BASNI-II PHASE PAL SANGARIA KUDI BHAGTASNI (KBHB) KATCHERY FORT BAGAR GANESH GARH NAGAURI GATE LALSAGAR MAGRA NATIONAL LAW UNIVERSITY(N.L.U) RIICO BHADWASIYA BJS COLONY GIRDIKOT MAGJI KI GHATI MATA KA THAN 33/11 kV Existing
15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31
33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing
32 33 34 35 36 37 38
33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing 33/11 kV Existing
39 40 41 42 43 44 45 46 47 48 49 50 51 52 53
NEW SUBSTATIONS S/S-01 NEW SUBSTATIONS S/S-02 NEW SUBSTATIONS S/S-03 NEW SUBSTATIONS S/S-04 NEW SUBSTATIONS S/S-05 NEW SUBSTATIONS S/S-06 NEW SUBSTATIONS S/S-07 NEW SUBSTATIONS S/S-08 NEW SUBSTATIONS S/S-09 NEW SUBSTATIONS S/S-10 NEW SUBSTATIONS S/S-11 NEW SUBSTATIONS S/S-12 NEW SUBSTATIONS S/S-13 NEW SUBSTATIONS S/S-14 NEW SUBSTATIONS S/S-15
33/11 kV New 33/11 kV New 33/11 kV New 33/11 kV New 33/11 kV New 33/11 kV New 33/11 kV New 33/11 kV New 33/11 kV New 33/11 kV New 33/11 kV New 33/11 kV New 33/11 kV New 33/11 kV New 33/11 kV New
3. Town: Bikaner, DISCOM: Jodhpur Vidyut Vitran Nigam Limited Total Number of substations: 37 Total Number of RTU locations: 37
SNO 1
STATION DSS Existing MOHTA SARYA DSS Existing CHETANAND DSS Existing PAWAN PURI DSS Existing PBM HOSPITAL DSS Existing 66KV GSS
Type
2 3 4 5
6 TILAK NAGAR 7 SHIV BARI 8 UDDASAR 9 RANI BAZAR(I) OLD 10 RANI BAZAR(II) NEW 11 JAILWELL 12 SATTELITE 13 MAIN S/S 14 STADIUM 15 URMUL DAIRY 16 PUBLIC PARK 17 131.NO.KOTHI 18 BEECHWALL 19 FILTER PLANT 20 KHARA 21 GAUSHALA 22 M.P.NAGAR 23 PUGAL ROAD 132KV GSS 24 BHINASAR 25 VYAPAR NAGAR 26 KARNI INDUSTRIAL AREA 27 SAGAR S/S 29 JOHR-BEED 30 MURALIDHER VYAS COLONY 31 BIKANER UNIVERSITY 32 SONAGIREI
DSS Existing DSS Existing DSS Existing DSS Existing DSS Existing DSS Existing DSS Existing DSS Existing DSS Existing DSS Existing DSS Existing DSS Existing DSS Existing DSS Existing DSS Existing DSS Existing DSS Existing DSS Existing DSS Existing DSS Existing DSS Existing DSS Existing DSS Proposed DSS Proposed DSS Proposed DSS Proposed
DSS Proposed DSS Proposed DSS Proposed DSS Proposed DSS Proposed
4. Town: Ajmer, DISCOM: Ajmer Vidyut Vitran Nigam Limited (AVVNL) Total Number of substations: 21 Total Number of RTU locations: 21 SNO 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 STATION CHANDRAVARDAI NAGAR HAJARIBAG SUSTATION HMT SUSTATION JLN_SLD LONGIYA MAKHUPURA MAYO COLLEGE PANCHSHEEL PARVAT PURA POWER HOUSE HATI BHATA REGIONAL COLLEGE SHASHTRI NAGAR VAISHALI NAGAR SUBHASH NAGAR MADAR BADLIYA JAIPUR ROAD CRPF GC-2 PADAO DHOLA BHATA KUNDAN NAGAR Type Existing Existing Existing Existing Existing Existing Existing Existing Existing Existing Existing Existing Existing New New New New New New New New
DISCOM
S.No
Existing 1500
Proposed Total 1500 200 200 1700 300 300 600 148 735 883 116 513 629 118 403 521
Jaipur
Sectionalizers
Total Nos. of FRTU Locations JVVNL RMU 2 Kota Sectionalizers 300 300 Total Nos. of FRTU Locations RMU 3 Jodhpur Sectionalizers 148 735 Total Nos. of FRTU Locations JdVVNL RMU 4 Bikaner Sectionalizers 116 513 Total Nos. of FRTU Locations RMU AVVNL 5 Ajmer Sectionalizers 118 403 Total Nos. of FRTU Locations
DISCOM JVVNL
SL.No 1
Asset Name
Existing
Database Protocol
Confined to no.of substations and OSI DT(Presently OSI suit Monarch,16.1 33 Nos of stations and 4066 Nos. DT)
Windows
Oracle
DNP 3.0 protocol is used for data acquisition from sub stations and DT meters
Table 6 (b): Details of existing SCADA/DMS Hardware to be Upgraded or Integrated with new System Stand-alone Future Plans Supplier Other applications Make/ /Integrated (Phase out or name, Platform OS integrated with? Version Application continue) release B C D F F Dong fang, DF 1331 H Embedded realtime platform I
Database
Protocol
Stand alone
None
Continue
NELCO Ltd.
PSOS
None
DNP 3.0
Table 7 (c): Details of IT system under R-APDRP to be Integrated with new System Stand-alone Other Future Plans Supplier Make/ /Integrated applications (Phase out or name, Platform Version Application integrated with? continue) release B C D F F H
OS
Database
Protocol
Integrated Disconnection & Dismantling GIS based customer Indexing and asset mapping
Continue
HCL Ltd.
System under development hence the Windows details shall be furnished during detailed engineering
Windows 2008 Ent. Server, Windows vista, Windows 2008 Std. Server
MS SQL 2008
Not Applicable
Name of Application GIS based integrated network analysis module Centralized Customer Care Services Management Information System (MIS) Web Self Service Identity and Access Management system System Security Requirement
Make/ Version
Platform
OS
Database
Protocol
Make/ Version
Platform
OS
Database
Protocol
Billing
Collections
Table 8 (d): Details of SLDC system to be Integrated with new System Name of Application Stand-alone /Integrated Application B Other applications integrated with? C Data sharing with SSLDCs, RLDC Future Plans (Phase out or continue) D Supplier name, release F AREVA T&D Ltd. AREVA T&D Ltd. Make/ Version Platform OS Database
A ICCP Application
Stand-alone
Continue
Habitat 4.0
Router Detail
NA
NA
Continuing
NA
NA
NA
Table 9 (e): Details of existing communication infrastructure in the project area Name of Application Bandwidth Availability Name of Service Provider
B 5 Mbps between DC & DR. 2 mbps for Divisions, subdivisions and customer care for all DISCOM
MPLS
Reliance communications
Name of Application Bandwidth Availability Reliance communications CDMA Others Name of Service Provider
MLLN GPRS
The above list incomplete and actual documents to be converted shall be provided to the SIA during the detailed engineering of the project.
APPENDIX I REVIEW OF CURRENT OPERATION AND MAINTENANCE PROCESSES PERTAINING TO DISTRIBUTION NETWORK
Operations function is responsible for daily running of the distribution network with the primary objective of maintaining continuity of power supply. Routine operations are managed at the substation level on a 24 x 7 basis according to various demand conditions and reported in various log books and reports. Sub divisional and divisional offices monitor and manage the network operations from next levels of the hierarchy and ensure all applicable regulations are followed. Operations at normal conditions include preparing switching plans for planned maintenance, monitoring the system, initiate remedies to bring down overloads and voltage variations. Restoration of the network as quickly as possible after a failure occurs is the primary objective of the maintenance function. This involves preparing and executing switching plans to isolate the fault and restore the supply by operating switching devices, dispatching and controlling repair crews, managing trouble call information and inform customers to preserve perceived customer satisfaction. Any failure in power supply is first reported to customer care center. Actions are directed to corresponding (Assistant Engineer) AEN and to lower level staff. After verifying the failure the action required at substation is taken. If the fault is at the distribution network, the repair crew will get direction from AEN to act. Majority of information are diversified and need to be coordinated significantly to completely analyze the fault or event. A typical time chart for a fault restoration cycle in the utility is shown below. Currently the complete system is operated manually.
APPENDIX L - ABBREVIATIONS
The abbreviation mentioned in the document has been expanded hereunder: Abbreviation AMR B/W BDS BG CEO CIO CST CTI CV DNS EMS ExW FMS FoB GCC GIS GIS GoI GPS GSP HQ HT ICB INR IP IPR IST IT ITB ITC ITIA LAN LDAP LoI LP LT Meaning Automated Meter Reading Black & White Bid Data Sheet Bank Guarantee Chief Executive Officer Chief Information Officer Central Sales Tax Computer Telephony Integration Curriculum Vitae Domain Name Server Enterprise Management System Ex-Works Facility Management Services Freight on Board General Conditions of Contract Geographical Information System Geographical Information System Government of India Geographic Positioning System GIS Solution Provider Head Quarter High Tension International Competitive Bidding Indian Rupee Internet Protocol Intellectual Property Rights Indian Standard Time Information Technology Instructions to Bidders IT Consultant IT Implementation Agency Local Area Network Lightweight Directory Access Protocol Letter of Intend Lowest Prize Low Tension
Abbreviation MBC MD MDASP MoP MTR NIT NSP OEM OS PC PFC RAPDRP RFP RFQ SAN SCC SI SLA MTS T/O TS UPS VAT VPN WAN
Meaning Metering Billing Collection Managing Director Meter Data Acquisition Solution Provider Ministry of Power Motor Transport Receipt Notice Inviting Tender Network Solution Provider Original Equipment Manufacturer Operating System Personal Computer Power Finance Corporation Restructured Accelerated Power Development Reforms Programme Request for Proposal Request for Qualification Storage Area Network Special Conditions of Contract System Integrator Service Level Agreement Model Technical Specifications Turnover Technical Section Uninterrupted Power Supply Value Added Tax Virtual Private Network Wide Area Network