Tendernotice 1
Tendernotice 1
Tendernotice 1
SECTION I
Page 1 of 505
INVITATION FOR BIDS (IFB)
RFP for SCADA/DMS Implementation for RDSS works in NDMC
(Domestic Competitive Bidding)
1.0 NDMC invites on-line bids on Single Stage Two Envelope Basis (i.e. Envelope-I:
Techno-Commercial and Envelope-II: Price) from eligible Bidders for SCADA/DMS
Implementation for RDSS works in the NDMC (Group A Town), as per the scope
of work briefly mentioned hereinafter.
The Brief Scope of work for subject Package shall comprise of Design, engineering,
manufacture, shop fabrication, preassembly, shop testing/ type testing at
manufacturer’s works, packing, transportation, unloading, handling and
conservation of equipment at site, complete services of construction including
erection, supervision, pre-commissioning, commissioning and FMS for 5 years.
The SIA in coordination with utility (as per the requirement to be given in the
detailed RFP) shall carry out field survey, design ,engineering, supply, integration,
installation, testing & commissioning of SCADA/DMS/OMS software applications,
Dispatcher Training Simulator (DTS) , hardware (including PCs, Servers, Routers,
Switches, VPS, RTU, FRTUs, Multi-function Transducers (MFTs), Numerical relays,
Communication equipment , Auxiliary power supply etc), software (including
operating system, databases, network management system etc.), network (LAN,
WAN ), etc
The detailed scope of work shall be as per specifications and scope defined in the
bidding document i.e.. RFP for SCADA/DMS Implementation for RDSS works in
the NDMC.
3.0 NDMC intends to finance the aforesaid Package through GoI Grant and internal
resources as per RDSS Guidelines.
4.0 Detailed specification, scope of work and terms & conditions are given in the Bidding
Documents, which are available at e-procurement portal website-
http://www.govtprocurement.delhi. gov.in and as per the following schedule:
5.0 All bids must be accompanied by “Bid Security” in lieu of Bid Security in the form
as stipulated in the Bidding Documents.
5.1 Acceptable ‘Bid Security’ and Tender Fee payment proof shall be uploaded by all the
bidder in the e-tendering portal utility to mention specifics with regard to tendering
portal.
7.0 NDMC shall allow purchase preference, as indicated in the bidding documents, to
bids from local suppliers as defined in the bidding documents. The bidders may
apprise themselves of the relevant provisions of bidding documents in this regard
before submission of their bids."
7.1 Any ‘Bidder from a country which shares a land border with India’, as specified in
the Bidding Documents, will be eligible to bid in this tender only if bidder is
registered with the Competent Authority as mentioned in the Bidding Documents.
However, the said requirement of registration will not apply to bidders from those
countries (even if sharing a land border with India) to which the Government of India
has extended lines of credit or in which the Government of India is engaged in
development projects.
9.0 Issuance of Bidding Documents to any bidder shall not construe that bidder is
considered qualified.
10.0 NDMC reserves the right to reject any or all bids or cancel/withdraw the Invitation
for Bids (IFB) for the subject package without assigning any reason whatsoever and
in such case no bidder/intending bidder shall have any claim arising out of such
action.
11.0 A complete set of Bidding Documents may be downloaded by any interested Bidder
from the website http://www.govtprocurement.delhi. gov.in & www.ndmc.gov.in
The tender is invited under e-tendering process. The bidders can enroll themselves
on the website http://www.govtprocurement.delhi. gov.in The said website also has
the detailed guidelines on enrolment and participation in the bidding process
including Bidder Manual for online fee payment
Page 3 of 505
12.0 Address for Communication
Page 4 of 505
Section II
Instructions to Bidders
Page 5 of 505
Table of Clauses- Instruction to Bidders
Clause No. Description
A. General
2. Scope of Bid
3. Source of Funds
4. Corrupt Practices
5. Eligible Bidders
C. Preparation of Bids
18. Documents Establishing the Conformity of the Goods and related Services
to the Bidding Document
Page 6 of 505
25. Withdrawal, Substitution, and Modification of Bids
27. Confidentiality
37. Purchaser’s Right to Accept Any Bid, and to Reject Any or All Bids
F. Award of Contract
G. Interpretation
H. Conflict of Interest
Page 7 of 505
A. General
2. Scope of Bid
2.1 In support of the Invitation for Bids indicated in the Bid Data Sheet (BDS), the
Utility, 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 Domestic Competitive
Bidding (DCB) are provided in the BDS.
3. Source of funds
3.1. The Employer named in the Bidding Documents intends to use the capital
subsidy {60% (90% in case of special category states) of cost of the
infrastructures in the project} under Revamped Reforms-based and Results
linked, Distribution Sector Scheme (RDSS), a Government of India flagship
program for bringing down the costs and improve the efficiency of supply of the
electricity in the states, 40% (10% in case of special category states) to be
arranged by the State Government/Employer through loans from REC/PFC/or
other FIs/own resources. However, the payment as per the contract payment
terms will be released timely by the Employer, without any linkage to
disbursement of the funds under RDSS scheme.
4. Corrupt Practices
4.1 Utility requires bidders to observe the highest standard of ethics during the
procurement and execution of such contracts.
Page 8 of 505
(c) Utility will declare a firm ineligible, either indefinitely or for a stated period of
time, to be awarded a contract if it at any time determines that the firm has
engaged in corrupt or fraudulent practices in competing for or in executing a
contract of the Utility.
4.2 In continuance of ITB clause 4.1 above, the NDMC will cancel the portion of the
fund allocated to a contract for goods, works or services if it at any time
determines that corrupt or fraudulent practices were engaged in by
representatives of the Utility or a beneficiary of the fund, during the procurement
or the execution of that contract, without the Utility having taken timely and
appropriate remedial action satisfactory to the NDMC.
4.3 Any communication between the bidder and the Utility related to matters of
alleged fraud or corruption must be made in writing.
By signing the contract, the bidder shall represent that it is either the owner of
the Intellectual Property Rights (IPR) in the hardware, software or materials
offered, or that it has proper authorization and/or license to offer them from the
owner of such rights. For the purpose of this clause, IPR shall be defined in the
GCC Clause 15. Wilful misrepresentation of these facts shall be considered a
fraudulent practice subject to the provisions of Clauses 4.1 to 4.3 above, without
prejudice to other remedies that the Purchaser may take.
5. Eligible Bidders
5.1 Bidders meeting the eligibility criteria as outlined in Section-IV Eligibility Criteria
of this document.
5.2 Bidding is open to bidders from within the Utility's country, subject to fulfilment
of conditions specified in ITB Clause 46 “Restrictions on Bidder of a country
which shares a land border with India”.
5.3 Bidders debarred as per Office memorandum No F.1/20/2018-PPD Dated
02.11.2021 issued by Department of Expenditure, Ministry of Finance or any
amendments thereof shall not be eligible to participate.
6. Eligible Goods and Related Services
6.1 For the purpose of this Clause, the term “Goods” includes hardware, software,
networking equipment and cables etc; 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.
6.2 In case Bidder that does not manufacture or produce the Goods it offers to
supply shall submit the Manufacturer’s Authorization using the form included
in Section V Form F-4, Bidding Forms to demonstrate that it has been duly
authorized by the manufacturer or producer of the Goods to supply these Goods.
Page 9 of 505
B. Contents of Bidding Document
Page 10 of 505
8.3 The Bidder and any of its personnel or agents will be granted permission by the
Utility to enter upon its premises and lands for the purpose of such inspection, but
only upon the express condition that the Bidder, its personnel and agents will
release and indemnify the Utility and its personnel and agents from and against all
liability in respect thereof and will be responsible for death or personal injury, loss
of or damage to property and any other loss, damage, costs and expenses incurred
as a result of the inspection.
8.4 The Utility 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. Any modifications to the Bidding document listed in
ITB Clause 8.1which may become necessary as a result of pre-bid conference.
Utility shall upload corrigendum/addendum on e-procurement/e-tender portal.
Any modifications to the Bidding document listed in ITB Clause 8.1which may
become necessary as a result of pre-bid conference / clarifications shall be made
by the Utility exclusively by issuing Addendum and not through the clarifications
of the pre-bid conference.
8.5 The queries received up to date of pre-bid meeting / raised during Prebid meeting
shall be entertained only. The queries raised from/on next day of the pre-bid
meeting shall not be entertained. NDMC shall furnish the clarification to the
queries of prospective bidders individually through email and bidders to submit the
bid based on the bidding documents (and amendments/Errata/Clarifications etc.
thereof) issued.
9. Amendment of Bidding Document
9.1 At any time prior to the deadline for submission of the Bids, the Utility may amend
the Bidding Document by issuing addenda.
9.2 The Utility, 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 Bid Submission Date. The amendments will be posted at e- tendering
website1 and it will be assumed that the information contained therein has been
taken into account by the Bidder in its Bid. Bidders are advised to regularly check
e-tendering website regarding posting of Amendment, if any.
9.3 In order to provide prospective Bidders reasonable time in which to take the
amendment into account in preparing their bids, the Utility may, at its discretion,
extend the last date for the receipt of Bids.
9.4 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 Utility.
9.5 To give prospective Bidders reasonable time in which to take an addendum into
account in preparing their Bids, the Utility may, at its discretion, extend the
deadline for the submission of the Bids, pursuant to ITB Sub-Clause 23.2.
C. Preparation of Bids
10. Cost of Bidding
10.1 Tender Fee as mentioned in IFB.
Page 11 of 505
10.2 The Bidder shall bear all costs associated with the preparation and submission of
its Bid, and the Utility shall not be responsible or liable for these costs, regardless
of the conduct or outcome of the bidding process.
11. Language of Bid
11.1 The Bid, as well as all correspondence and documents relating to the Bid
exchanged by the Bidder and the Utility, 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.
The English Translation of the documents shall be carried out by professional
translators and the translator shall certify that he is proficient in both languages
in order to translate the document and that the translation is complete and
accurate. Further, translation shall be authenticated by the Indian Consulate
located in the Country where the documents have been issued or the Embassy of
that Country in India.
12. Single Stage-Two Envelope Bidding procedure shall be followed through e-tendering
portal for the subject package as under:
Envelope-I: Techno-Commercial
Envelope-II: Price Bid
The Envelope-I ("Techno-Commercial Bid") shall be evaluated for completeness and
in regard to fulfilment of the qualification requirements and eligibility conditions.
The Envelope- II ("Price Bid") shall be considered for opening from those bidders who
have been considered qualified and whose Techno-Commercial Bids have been
found to be responsive and shall be opened as per the IFB.
12.1 Techno-Commercial Bid (Envelope-I)
12.1.1 The Techno-Commercial Bid shall comprise of the following:
Documents to be submitted in physical form in separate sealed envelope (s) duly
marked in accordance with ITB clause titled ‘Sealing and Marking of Physical
Documents
a) Attachment 1: Bid Security (To be given offline in physical form and copy to
be uploaded in Cover type ‘Fee' of e-Tendering System) &
Tender Fee (To be given offline in physical form and copy to
be uploaded in Cover type ‘Fee' of e-Tendering System, in
case tender fee is submitted in the form of Demand draft or
Banker’s Cheque)
Bid security shall be furnished in accordance with ITB
Clause titled ‘Bid Security’ and as detailed in BDS.
b) Attachment 2: Power of Attorney] (To be given offline in physical form and
copy to be uploaded in Cover type ‘Fee' of e-Tendering
System)
A power of attorney, duly notarized by a Notary Public,
indicating that the person signing the bid has the authority to
sign the bid and that the bid is binding upon the Bidder
Page 12 of 505
during the full period of its validity in accordance with ITB
Clause titled ‘Period of Validity of Bids’.
Deed of Joint Undertaking as per relevant attachment (If
applicable) and Power of attorney(s), duly notarized by Notary
Public, indicating that the person(s) signing the documents on
behalf of Associate(s)/ collaborator(s)/ executants(s) of JV
Agreement (if permissible) have the authority to sign the same
and the said documents are binding upon them during the
full period of their validity.
Joint Venture/Consortium Agreement (If applicable) as per
relevant attachment and further, in case of JV bid (if
permissible), a power of attorney in favor of the authorized
signatory of the lead partner, signed by legally authorized
signatory (ies) of other joint venture partner shall also be
submitted.
c) Attachment 3: Integrity Pact
The “Integrity Pact"(if applicable) to be signed by the bidder
and submitted in a separate sealed envelope. (Refer Section-
V,)
(The Authority of the person issuing the Power of Attorney
shall also be submitted).
• Further, Bidder to note that bid can be submitted/digitally signed by only one
person. The Power of Attorney must be in the name of person digitally signing
the bids.
• Other Attachment (s), if any, shall be as specified in BDS.
12.1.2 Documents to be submitted online through e-tender portal:
The Technical Proposal Sheet as per Section-V, Form F-1, duly completed together
with the following Attachments shall be uploaded at the e-tender portal:
(a) Section-V, Appendix C: Bidder’s Qualifications (To be uploaded in e-Tendering
System).
In the absence of pre-qualification documentary evidence that the Bidder is eligible
to bid and is qualified to perform the contract, if its bid is accepted, shall be
furnished in Appendix-C to Bid.
The documentary evidence of the Bidder’s qualification to perform the contract, if
its bid is accepted, shall establish to UTILITY’s satisfaction that the Bidder has the
financial, technical, production, procurement, shipping, installation and other
capacities and capabilities necessary to perform the contract and meets the
experience and other criteria as outlined in Eligibility Criteria.
Bids submitted by a Joint Venture of two or more firms as partners, if so permitted
in the Bid Data Sheet, shall comply with the following requirements:
(i) The bid shall include all the information required for Appendix C for each
Joint Venture partner.
(ii) The bid shall be signed so as to be legally binding on all partners.
Page 13 of 505
(iii) One of the partners shall be designated as leader, this authorisation shall be
evidenced by submitting with the bid a power of attorney signed by legally
authorised signatories of joint venture partners.
(iv) The leader shall be authorised to receive instructions for and on behalf of any
and all partners of the Joint Venture and the entire execution of the contract,
including payment, shall be done exclusively with the leader.
(v) All partners of the Joint Venture shall be liable jointly and severally for the
execution of the Contract in accordance with the contract terms.
(vi) Copy of the agreement entered into by the joint venture partners as per the
format provided in the Bidding Documents shall be submitted with the bid.
For joint venture to qualify, each of its partners must meet the minimum
criteria listed for an individual Bidder for the component of the contract they
are designated to perform. Failure to comply with this requirement will result
in rejection of the Joint Venture's Bid.
A firm can be a partner in only one joint venture; bids submitted by joint
ventures including the same firm as partner will be rejected. Bids submitted by
a Bidder in association with an Associate, if so permitted as per Qualification
requirements, shall additionally comply with the following requirements:
The bid shall include the information listed in Section-IV Eligibility Criteria.
Original Deed of Joint Undertaking as specified in the relevant form of,
Appendix C entered into by the bidder with the Collaborator / Associate shall
be submitted along with the Techno-Commercial bid.
In case Bidder is permitted in the Bid Data Sheets to offer to supply and/or
install plant and equipment under the contract that the Bidder did not
manufacture or otherwise produce and/or install, the Bidder shall (i) have the
financial and other capabilities necessary to perform the contract; (ii) have been
duly authorised by the manufacturer or producer of the related plant and
equipment or component to supply and/or install that item in the Utility’s
country; (iii) be responsible for ensuring that the manufacturer or producer of
the related item meets the minimum criteria listed for that item.
Bidder shall submit a ‘Declaration’ in the format enclosed as Appendix C stating
that the Bidder has carried out a comprehensive assessment of the ‘Capacity
and Capability’ of their Associate/ Collaborator and their
Associate/Collaborator have sufficient Capacity & Capability to execute the
Work as per Provisions of the Bidding Documents.
Bids not meeting the requirements as stated above shall be rejected. Bidders
are required to furnish the details of the past experiences based on which
selection is to be made as per format enclosed in the bidding documents for the
same and enclose relevant documents like copies of authentic work order,
completion certificate, agreements etc. supporting the details/data provided in
the format.
No claims without supporting documents shall be accepted in this regard.
However, if any of the reference work pertains to the Contract(s)/Works
executed by Bidder for tender issuing utility in the past then in respect of such
Contract(s)/Works Bidder shall not be required to enclose Client Certificate (s)
along with its bid.
Page 14 of 505
Whether Joint Ventures are permitted: As per Section-IV Eligibility Criteria
Whether Associate/Collaborator permitted: As per Section-IV Eligibility Criteria
Form-4: Manufacturer’s Authorization
Form-5: Certificate as to principal corporate.
(b) Attachment 5: Subcontractors Proposed by the Bidder Sub-
contractors]Proposed by the Bidder (To be uploaded in Cover type ‘Pre-Qual
/Technical ' of e-Tendering System)
The Bidder shall include in its bid details of all major items of supply or services
that it proposes to purchase or sublet and shall give details of the name and
nationality of the proposed Subcontractor, including vendor, for each of those
items. Bidders are free to list more than one Subcontractor/Vendor against
each item of the facilities. Quoted rates and prices will be deemed to apply to
whichever Subcontractor/Vendor is appointed, and no adjustment of the rates
and prices will be permitted.
The Bidder shall be responsible for ensuring that any plant, equipment or
services to be provided by the Sub- Contractor/Vendor comply with the
requirements of ITB sub-clause 12.1.2 (a).
Utility reserves the right to delete any proposed Subcontractor/Vendor from the
list prior to award of contract. After discussion between Utility and the
Contractor, relevant appendix to Contract Agreement (List of Sub-Contractors)
shall be completed, listing the approved Sub-Contractor(s)/Vendor(s) for each
item.
(c) Attachment 6: Alternative Bid – NOT APPLICABLE
(d) Attachment 7: Quality Assurance Programme To be uploaded in Cover
type ‘Pre-Qual /Technical ' of e- Tendering System) Details regarding the
overall quality management & procedures which the bidder proposes to
follow during various phases of execution of the contract.
(e) Attachment 8:– Additional Information To be uploaded in Cover type ‘Pre-
Qual /Technical ' of e-Tendering System). Additional Information which the
bidder wishes to provide in his bid.
(f) Attachment 9: Demonstration Parameter To be uploaded in Cover type
‘Pre-Qual/Technical ' of e-Tendering System). The declaration on the
demonstration parameters as per Utility’s bidders format.
Attachment 9A: Functional Guarantees
The declaration on the guaranteed values of parameters as per Utility’s
bidders format.
(g) Attachment 10: Fraud Prevention Policy To be uploaded in Cover type ‘Pre-
Qual/Technical ' of e-Tendering System)
(h) Attachment 11: Declaration on Policy for withholding and Banning of
Business Dealings to be uploaded in Cover type ‘Pre-Qual /Technical ' of e-
Tendering System.
Page 15 of 505
(i) Attachment 12: Declaration regarding local content, for granting of
purchase preference
(To be uploaded in Cover type ‘Pre-Qual /Technical ' of e- Tendering System)
In case a (Declaration regarding local content as per Utility’s format, for
granting of purchase preference) bidder does not submit the aforesaid
declaration or no value is indicated by the bidder or statement/any
declaration like ‘later’, ‘to be furnished later’, ‘NA’ etc. are indicated by the
bidder against value/percentage of local content, then the bidder shall not
be considered as a local supplier and shall not be eligible for any purchase
preference. No Further claim in this regard shall be entertained by the
Utility.
Other Attachment (s), if any, shall be as specified in BDS.
The Techno-Commercial Bid should not contain any price content
entry. In case, the Techno-Commercial Bid is found to contain any
price content, such bid shall be liable for rejection.
For formats mentioned above, please refer Section V.
12.2 Price Bid
The Price Bid submitted by the Bidder shall comprise of the following:
Bidders shall necessarily submit the prices on-line in the Bill of Quantity (BOQ) only.
In this regard it is to mention that for preparation of the “Price Bid”, Bidders are expected
to take into account the requirements and conditions of the bidding documents. The
Price Bid shall be made in the ‘Excel BOQ template’ only of Bidding Documents. The rate
quoted by the bidder shall be inclusive of all provisions for incidental expenses necessary
for proper execution and completion of the work in accordance with the terms & condition
of the bidding document. All prices to be quoted by the bidders will be in Indian Rupees
only unless otherwise mentioned in the Bid Data Sheet(BDS).
Further, The Bidder shall quote rate and applicable GST for each item in the relevant
field of Excel BOQ template (Price Bid) as detailed in price forms. The Excel BOQ template
must not be modified/replaced by the bidder and the same should be uploaded after
filling the relevant columns.
If agency does not mention any GST rate, it will be treated that GST is inclusive
in the quoted Basic Rate. In case the bidder is exempted from GST, bidder has to
produce valid Exemption Document. If not produced, it will be treated that GST is
inclusive in the quoted Basic Rate.
12.2.1 The Bid Form (Price Bid) as per Appendix C3, duly completed together with the
Excel BOQ template and the following Attachments shall be uploaded at e-tender
portal:
The Bid Form (Price Bid) as per Appendix C3, duly completed together with the
Excel BOQ template and other Attachment (s), if any, shall be as specified in
BDS shall be uploaded at e-tender portal.
The Price Bid submitted by the Bidder should be without any deviations and
strictly in conformity with the provisions of all bidding documents and
amendments/addenda / corrigenda / errata / clarifications issued by Utility to
Page 16 of 505
the Bidding Documents. A conditional Price Bid shall run the risk of
rejection.
Price Bid should not contain any matter in respect of Technical and/or
Commercial aspects other than the details specifically sought in the Price Bid. If
the Technical/commercial matters indicated in Price Bid are found to be in
contradiction with the details furnished in Techno-Commercial Bid, the details
furnished in Techno- Commercial Bid shall prevail.
For formats mentioned above, please refer Appendix C3
13. Bid Submission Sheets and Price Schedules
13.1. The Bidder shall submit the Technical Proposal and the Price Proposal using the
appropriate Submission Sheets provided in RFP. These forms must be
completed without any alterations to their format, and no substitutes shall be
accepted. All blank spaces shall be filled in with the information requested.
13.2. The Bidder shall submit, as part of the Price Proposal, the Price Schedules for
Goods and Related Services, using the forms furnished in Section V, Bidding
Forms and Supplier response format, Appendix C
13.3. The Bidders should take note of following points while submitting the Price
Proposal : -
13.3.1. Price Proposal should clearly indicate the price to be charged without any
qualifications whatsoever and should include all taxes, duties (excise &
customs, etc), octroi, fees, levies, works contract tax, Entry tax and other
charges as[S6] may be applicable, to be paid pre- or post- delivery or to be
deducted by the Utility 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.
13.3.2. Please refer to GCC Clause 14 and the SCC for Price adjustments due to
change in Tax rates (including local taxes), duties, levies, cess, charges etc.
14. Alternative Bids
14.1. Alternative (alternate technology / architecture / design / functionality or
proposals with multiple options) bids shall be rejected.
15. Bid Prices and Price Basis
15.1. Unless otherwise specified in the Technical Specifications, Bidders shall quote for
the entire facilities on a “single responsibility” basis such that the total bid price
covers all the Contractor’s obligations mentioned in or to be reasonably inferred
from the bidding documents in respect of the design, manufacture, including
procurement and subcontracting (if any), delivery, construction, installation,
commissioning, civil & steel structural works (as applicable), Completion of the
facilities and conductance of Guarantee tests for the facilities including supply
of mandatory spares (if any). This includes all requirements under the
Contractor’s responsibilities for testing, pre-commissioning and commissioning
of the facilities, conducting Guarantee tests and, where so required by the
bidding documents, the acquisition of all permits, approvals and licenses, etc.;
the operation, maintenance and training services and such other items and
Page 17 of 505
services as may be specified in the bidding documents, all in accordance with the
requirements of the General Conditions of Contract and Technical Specifications.
15.2. Bidders are required to quote the price for the commercial, contractual and
technical obligations outlined in the bidding documents.
15.3. Utility to incorporate clause regarding uploading detailed billing breakup as per
the e-tendering portal provisions.
15.4. Price Basis
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
15.5. 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 Utility shall avail such discount at the time of award of contract.
16. Currencies of Bid
16.1.Bidders shall quote all prices in Indian Rupees only.
Page 18 of 505
19. Period of Validity of Bids
19.1.Bids shall remain valid for the period of 180 days after the bid submission
deadline date prescribed by the Utility. A Bid valid for a shorter period shall be
rejected by the Utility as non-responsive.
19.2.In exceptional circumstances, prior to the expiration of the bid validity period,
the Utility 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 the proceedings as outlined in
Bid Security Format being initiated. A Bidder granting the request shall not be
required or permitted to modify its Bid.
20. Bid Security
20.1.The Bidder shall furnish, as part of its Bid, a Bid Security in original form, and
in the amount specified in IFB / BDS in a separate envelope.
20.2.Bid Security shall be a demand guarantee, and in any of the following forms at
the Bidder’s option:
(a) an unconditional guarantee issued by a nationalized/ scheduled
commercial bank located in India;
(b) another form security, if specified in the BDS.
In the case of a bank guarantee, the Bid security shall be submitted using the
Bid Security Form included in Section 4, Bidding Forms – Technical Part of the
Bid. The form must include the complete name of the Bidder. The Bid Security
shall be valid for ninety (90) days beyond the original validity period of the Bid,
or beyond any period of extension if requested under ITB 19.2
20.3.Wherever Bids under Joint Venture route are permitted as per the Qualifying
Requirements in the Bidding Documents, the Bid Security Declaration by the
Joint Venture must be on behalf of all the partners of the Joint Venture.
20.4.The Bid Security in Original shall be submitted in a separate sealed envelope
before the stipulated bid submission closing date and time.
20.5. In case acceptable Bid Security is not received then online Bid shall be rejected
by UTILITY as being non-responsive and shall not be opened.
20.6.Bid Security of unsuccessful Bidders shall be returned as promptly as possible
upon the successful bidder’s signing the contract and furnishing the
Performance Security pursuant to ITB 41 and ITB 42
20.7.The Bid Security of the successful bidder shall be returned as promptly as
possible once the successful bidder has signed the Contract and furnished the
required Performance Security
Page 20 of 505
The envelopes shall then be sealed in an outer envelope. The inner and outer
envelopes shall:
(a) be addressed to the Utility at the address given in the Bid Data Sheet, and
(b) bear the Package name indicated in the Bid Data Sheet, the Invitation for Bids
number indicated in the Bid Data Sheet, and the statement "DO NOT OPEN
BEFORE [date]," to be completed with the time and date specified in the Bid
Data Sheet, pursuant to ITB clause titled ‘Deadline for Submission of Bids’.
The inner envelopes shall also indicate the name and address of the Bidder. If
the outer envelope is not sealed and marked in the manner specified above, the
Utility will assume no responsibility for its misplacement.
23. Deadline for Submission of Bids
23.1. Bids must be received by the Utility no later than the date and time, and at
the address indicated in the BDS. The physical documents shall be submitted
before stipulated bid submission time at the address specified in BDS and Utility
shall not be liable for loss/non- receipt/late receipt of above documents in postal
transit.
23.2. The Utility may, at its discretion, extend the deadline for the submission of
Bids by amending the Bidding Document in accordance with ITB Clause 9, in
which case all rights and obligations of the Utility and Bidders previously subject
to the deadline shall thereafter be subject to the deadline as extended.
24. Late Bids
24.1. The Utility 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
Utility after the deadline for submission of Bids shall be declared late, rejected,
and returned unopened to the Bidder.
25. Withdrawal, Substitution, and Modification of Bids
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. The corresponding substitution or modification of the bid
must accompany the respective written notice. All Notices must be:
(a) submitted in accordance with ITB Clauses 21 and 22 (except that Withdrawal
Notices do not require copies), and in addition, the respective inner and outer
envelopes shall be clearly marked “Withdrawal,” “Substitution,”
“Modification”; and
(b) received by the Utility prior to the deadline prescribed for submission of bids,
in accordance with ITB Clause 23.
25.2. Bids requested to be withdrawn in accordance with ITB Sub- Clause 25.1
shall be returned unopened to the Bidders.
25.3. No Bid shall be withdrawn, substituted, or modified in the interval between
the deadline for submission of bids and the expiration of the period of bid validity
specified in ITB Clause 19.1 or any extension thereof.
Page 21 of 505
26. Bid Opening
Opening of Bids
26.1. Techno-Commercial Bid Opening
26.1.1. The Utility will first open Techno-Commercial Bid in the presence of
bidders' representatives who choose to attend the opening at the time,
on the date and at the place specified in the Bid Data Sheet (BDS). In
the event of the specified date for the opening of bids being declared a
holiday for Utility, the bids will be opened at the appointed time on the
next working day. All important information and other such details as
Utility, at its discretion, may consider appropriate, will be announced
at the opening.
26.1.2. In case requisite bid security, Tender Fee, and/or Integrity Pact (IP) as
per provision of Integrity Pact pursuant to ITB Clause 12 are not
submitted before the stipulated bid submission closing date and time
then Bid shall be rejected by Utility as being non- responsive and shall
not be opened.
26.1.3. Clarification on Bids
During bid evaluation, Utility may, at its discretion, ask the Bidder fora
clarification of its bid including documentary evidence pertaining to the
reference plants declared in the bid for the purpose of meeting
Qualifying Requirement specified in Bid Data Sheet (BDS). The request
for clarification and the response shall be in writing, and no change in
the price or substance of the bid shall be sought, offered or permitted.
26.2. Price Bid Opening
26.2.1. After the evaluation process of Techno-Commercial bid is completed,
Utility will inform in writing the eligible Bidders regarding date, time
and venue set for the opening of Price Bid. Bidders, whose Techno-
Commercial Bid is not substantially responsive or does not meet the
Qualification Requirements set forth in the bidding documents, shall
also be informed in writing and their Price bid will be rejected and shall
not be opened.
26.2.2. Price bids of those Bidders, who have been considered qualified and
whose Techno- Commercial Bid found to be responsive, will be opened
online in presence of the Bidder's authorised representatives who
choose to attend. The Utility will open Price Bids at the time, on the date
and at the place specified by the Utility. In the event of the specified
date for the opening of bids being declared a holiday for the Utility, the
bids will be opened at the appointed time on the next working day. All
important information and other such details as the Utility, at its
discretion, may consider appropriate, will be announced at the opening.
26.2.3. The participating bidders will be able to view the bid prices of all the
bidders after online opening of Price Bids by Utility.
Page 22 of 505
26.3. Reverse Auction
26.3.1. If so permitted in the Bid Data Sheet (BDS), Reverse Auction shall be
carried out on the evaluated price as per methodology defined in the
BDS.
Page 23 of 505
(e) if rectified would unfairly affect the competitive position of other Bidders
presenting responsive Technical Proposals.
29.3 If a Technical Proposal is not responsive to the Bidding Document, it shall be
rejected by the Utility and shall not subsequently be made responsive by the
Bidder by correction of the material deviation, reservation, or omission.
30. Non-conformities, Errors, and Omissions
30.1.Provided that a Technical Proposal is responsive, the Utility 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 Utility 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.that the Technical Proposal is responsive, the Utility 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
Utility 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;
(b) 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
(c) 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.
(d) 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.
(e) Except as provided in sub-clauses (a) to (c) herein above, the Utility shall
reject the Price Proposal if the same contains any other computational or
arithmetic discrepancy or error.
30.4 If the Bidder that submitted the lowest evaluated Bid does not accept the
correction of errors, its Bid shall be disqualified and the proceedings as
outlined in Bid Security Format shall be initiated.
Page 24 of 505
31. Preliminary Examination of Bids
Part-A TECHNO-COMMERCIAL BIDS
The Utility will examine the bids to determine whether they are complete, whether
required securities have been furnished, whether the documents have been properly
signed and whether the bids are generally in order.
Prior to the detailed evaluation, Utility will initially determine whether each Techno-
Commercial bid is of acceptable quality, is generally complete and is substantially
responsive to the bidding documents. For purposes of this determination, a
substantially responsive bid is one that conforms to all the terms, conditions and
specifications of the bidding documents without material deviations, objections,
conditionalities or reservations. A material deviation, objection, conditionality or
reservation is one (i) that affects in any substantial way the scope, quality or
performance of the contract;
(ii) that limits in any substantial way, inconsistent with the bidding documents, the
Utility’s rights or the successful Bidder’s obligations under the contract; or (iii)
whose rectification would unfairly affect the competitive position of other Bidders
who are presenting substantially responsive bids.
Compliance with the Provisions of Bidding Documents
No deviation, whatsoever, is permitted by Utility to any provisions of Bidding
Documents. The Bidders are advised that while making their Bid proposals and
quoting prices, all conditions may appropriately be taken into consideration.
Bidders shall certify their compliance to the complete Bidding Documents by
submitting the declaration regarding full compliance to all provisions of Bid Doc
Submission of above declaration shall be considered as Bidder's confirmation that
any deviation to the any Provisions found anywhere in their Bid Proposal, implicit
or explicit, shall stand unconditionally withdrawn, without any cost implication
whatsoever to the Utility, failing which the proceedings as outlined in Bid Security
Format shall be initiated.
INTEGRITY PACT: Bidders are required to unconditionally accept the "Integrity
Pact (IP)" (executed on plain paper) as per Attachment to the Bidding Documents
which has been pre-signed by the Utility and submit the same duly signed on all
pages by the Bidder's Authorized signatory along with the bid. The Integrity Pact
(IP) is to be submitted in a separate sealed envelope as per provision of ITB 12.1.
Bidder's failure to comply with the aforesaid requirement regarding
submission of 'Integrity Pact (IP)' shall lead to outright rejection of the bid and
in such case the bids shall not be opened
UTILITY’s determination of a bid’s responsiveness is to be based on the contents of
the bid itself without recourse to extrinsic evidence. If a bid is not substantially
responsive, it will be rejected by UTILITY, and may not subsequently be made
responsive by the Bidder by correction of the nonconformity.
Part-B: QUALIFICATION
Utility, by the examination of Techno-Commercial Bid, will determine to its
satisfaction whether the participating bidders are qualified to satisfactorily perform
the contract in terms of the qualifying requirements stipulated in the Bid Data
Sheet. The determination will take into account the bidder’s financial and technical
capabilities, in particular its contracts, works in hand, future commitments and
Page 25 of 505
current litigation. It will be based upon an examination of documentary evidence of
bidder’s qualification submitted by the bidder in relevant attachment to the Bid
Form of Techno-Commercial Bid as well as such other information as Utility deems
necessary and appropriate. Notwithstanding anything stated anywhere else in the
bidding documents, Utility reserves the right to seek in writing information relating
to qualifying requirements in addition to details contained in the bid. The bidder
shall furnish required information promptly to Utility. Utility will shortlist the
Bidders meeting the stipulated Qualifying Requirements.
An affirmative determination of meeting the qualifying requirements will be a
prerequisite for further evaluation of Techno-Commercial bid and holding
clarification meeting, if any, with the Bidder. A negative determination will result
in rejection of the Bidder’s Techno- Commercial Bid in which event Utility will
not open the Price Bid of the concerned bidder and his bid security shall be
returned.
The capabilities of the vendors and subcontractors, proposed in relevant
attachment, will also be evaluated for acceptability. Their participation should be
confirmed with a letter of intent between the parties, as needed. Should a vendor or
sub-contractor be determined to be unacceptable, the bid will not be rejected, but
the Bidder will be required to substitute an acceptable vendor or sub-contract or
without any change in the bid price quoted in Price Proposal, prior to award.
Part C: Price Bids
The Utility will examine the Price bids to determine whether they are complete,
whether any computational errors have been made, and whether the bids are
generally in order.
Arithmetical Correction
Arithmetical errors will be rectified on the following basis. In the Excel BOQ
template, if there is a discrepancy between the unit price and the total price, which
is obtained by multiplying the unit price and quantity, or between subtotals and
the total price, the unit or subtotal price shall prevail and the total price shall be
corrected accordingly. If there is a discrepancy between words and figures, the
amount in words will prevail. All errors in totalling in the amount column of the
Excel BOQ template and in carrying forward totals shall be corrected. The discount
(if any) mentioned in Conditions field of General Data/Item Data in Main Screen of
Bid Invitation shall be applied on such corrected price. The bid sum so altered shall,
for the purpose of bid, be substituted for the sum originally bid and considered for
evaluation and comparison of the bids and also for acceptance of the bid, instead
of the original sum quoted by the Bidder. If the Bidder does not accept such
correction of errors, its bid will be rejected and the proceedings as outlined in Bid
Security Format shall be initiated in accordance with ITB Clause titled ‘Bid
Security’.
32. Examination of Terms and Conditions; Technical Evaluation
32.1.The Utility shall examine the Bids to confirm that all terms and conditions
specified in the GCC and the SCC have been accepted by the Bidder without
any material deviation or reservation.
32.2.The Utility shall evaluate the technical aspects of the Bid submitted in
accordance with QR and Scope of work at Section VI, of the Bidding Document
have been met without any material deviation or reservation.
Page 26 of 505
32.3.If, after the examination of the terms and conditions and the technical
evaluation, the Utility determines that the Technical Proposal is not responsive
in accordance with ITB Clause 30, it shall reject the Bid.
33. Margin of Preference
33.1. PREFERENCE TO MAKE IN INDIA AND GRANTING OF PURCHASE
PREFERENCE TO LOCAL SUPPLIERS.
Purchase preference shall be given to local suppliers as per methodology
specified in Annexure–II to Bid Data Sheet.
34. Evaluation of Bids
34.1. The Utility shall evaluate Price Proposals of each Bid for which the Technical
Proposal has been determined to be responsive.
35. Comparison of Bids
35.1. The Utility shall compare all responsive bids to determine the bid lowest quoted
bid.
36. Post- qualification of the Bidder
36.1.The Utility 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 Bidder’s qualifications submitted by the Bidder, pursuant to ITB Clause 17
and to clarifications in accordance with ITB Clause 28.
36.3.An affirmative determination in accordance with this clause shall be a prerequisite
for the opening and evaluation of a Bidder’s Price Proposal. A negative
determination shall result into the disqualification of the Bid, in which event the
Utility shall return the unopened Price Proposal to the Bidder.
37. Utility’s Right to Accept Any Bid, and to Reject Any or All Bids
37.1. Utility reserves the right to accept or reject any bid, and to annul the bidding
process and reject all bids at any time prior to award of contract, without thereby
incurring any liability to the affected Bidder or bidders or any obligation to inform
the affected Bidder or bidders of the grounds for Utility’s action.
F. Award of Contract
38. Award Criteria
38.1. Subject to ITB Clause 37.1 (Utility’s Right to Accept Any Bid and to Reject Any or
All Bids), the Utility will award the contract to the successful Bidder whose bid
has been determined to be substantially responsive to the Bidding Documents and
qualified to perform the contract satisfactorily, as per methodology indicated in
Annexure-II to BDS , Section IV
The Bidder will be required to comply with all requirements of the Bidding
Documents without any extra cost to the Utility, failing which the proceedings as
outlined in Bid Security Format shall be initiated. Utility reserves the right to vary
the quantity of any of the Spares and/or delete any item of Spares altogether at
the time of Award of Contract.
Page 27 of 505
The lowest quoted bidder amongst the responsive and qualified will be awarded
the Contract.
39. Utility’s Right to Vary Quantities
39.1. During entire tenure of contract, Utility reserves the right to increase or decrease
quantity of Goods and Related Services under the contract subject to the limit as
mentioned in BDS, without any change in the unit prices or other terms and
conditions of the Bid and the Bidding Document.
The BOQ provided in table 9 of Chapter 19 is indicative only. Final executed
quantity of each BOQ shall be decided based on actual survey/work completion,
however the variation in total contract value shall be restricted to -30% to +30%
Further, following to be considered
Additional Quantities
If the quantity of the item(s) included in Price Schedule increases, same shall be
considered as Additional Quantities.
a. Extra item(s)
The item(s) which are not included in the Price Schedule but Engineer-in-Charge
order to contractor in written for providing such type item(s). These items shall be
falls in the category of extra items.
In case of extra item(s), the contractor may be within 07 days of receipt of order
of occurrence of the item(s) claim rates, supported by proper analysis for the work,
an Engineer-in-Charge shall within 01 months of the receipt of the claim
supported by analysis after giving consideration to the analysis of the rates
submitted by the contractor, determined the rates on the basis of market rates
and the contractor shall be paid in accordance with the rates so determined.
In the case of not finalizing the rates of extra item(s), the rates provided by
contractor shall be considered provisional rates and Engineer-in-Charge may be
directed to contractor for providing extra item(s) with the conditions that the rates
of the items shall be finalized in due course of time.
In any condition, the contractor shall abide order of Engineer-in-charge to avoid
delay in execution of work.
b. Substituted Items
Engineer-in-Charge is empowered to substitute of the any item(s) from the item(s)
included in the Price Scheduled, whether substitute item(s) are included in the
scheduled price or not.
In this case, the rate for the agreement item(s) {to be substituted} and substituted
item(s) shall also be determined in the manner as follow: -
i. If the market rates for the substituted item(s) so determined is more than the
market rate of the agreement item {to be substituted) the rates payable the
contractor for the substituted item shall be the rate for the agreement item {to be
substituted} so increase to the extent of the difference between the market rates
for substituted item and the agreement item {to be substituted}.
ii. If the market rate for the substituted item so determined is less than a market rate
of the agreement item {to be substituted} the rate payable to the contractor for the
substituted item shall be the rate for the agreement item {to be substituted} so
Page 28 of 505
decreased to the extent of the difference between the market rate of substituted
item and the agreement item {to be substituted}.
40. Notification of Award
40.1.Prior to the expiration of the period of bid validity, the Utility shall 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.
Page 29 of 505
constitute sufficient grounds for the annulment of the award and initiation of the
proceedings as outlined in Bid Security Format.
45. Ineligibility for participation in re-tender
Notwithstanding the provisions specified in ITB Sub-Clause for ‘Forfeiting of Bid Security’
and ITB Clause titled ‘Annulment of award’, if a bidder after having been issued the
Notification of Award/ Purchase Order, either does not sign the Contract Agreement
pursuant to ITB Clause titled ‘Signing the Contract Agreement’ or does not submit an
acceptable Performance Security pursuant to ITB Clause titled ‘Performance Security’,
and which result in tender being annulled then such bidder shall be treated ineligible for
participation in re-tendering of this particular package.
Ineligibility for participation in future tenders
If a bidder after opening of tenders where EMD is ‘NIL/Not applicable’ or exempted for
bidders as per policy guidelines, withdraws its offer within the validity period of the offer,
then such bidder shall be treated as ineligible for participation in the future tenders
issued from Respective Utility (Tender inviting Utility) for a period of 6 months from the
date of withdrawal of the bid.
If a bidder after having been issued the Notification of Award/ Purchase Order of a
package where EMD is ‘NIL/Not applicable’ or exempted for bidder as per policy
guidelines, either does not sign the Contract Agreement pursuant to ITB Clause titled
‘Signing the Contract Agreement’ or does not submit an acceptable Performance Security
pursuant to ITB Clause titled ‘Performance Security’, and which result in retendering of
the package, then such bidder shall be treated ineligible for participation in re-tendering
of this particular package. Further, such vendor shall also be dealt as per the provisions
of the contract and policy for Withholding and Banning of Business Dealings
46. Restrictions on a Bidder of a country which shares a land border with India.
46.1. Any Bidder (including its Collaborator/ Associate/ DJU Partner/ JV partner/
Consortium Member/ Assignee, wherever applicable) from a country which shares
a land border with India will be eligible to bid in this tender only if bidder is
registered with the Competent Authority as mentioned in as per the instructions
and guidelines issued by GoI from time to time.
Such registration should be valid for the entire period of bid validity or any
extension thereof. However, in case the validity period of registration is less than
bid validity period, the Bidder shall be required to submit the extension of the
validity period of registration before the opening of price bids, failing which the bid
shall be rejected.
Further the successful bidder shall not be allowed to sub- contract
supplies/services/works to any “Sub contractor” from a country which shares a
land border with India unless such Sub- contractor is registered with the
competent Authority as per the instructions and guidelines issued by GoI from
time to time.
However, the said requirement of registration will not apply to bidders/sub-
contractors from those countries (even if sharing a land border with India) to which
the Government of India has extended lines of credit or in which the Government
of India is engaged in development projects. Bidders may apprise themselves of
the updated lists of such countries available in the website of the MHA
Page 30 of 505
46.2. “Bidder” (including the term 'tenderer', 'consultant' or 'service provider' in certain
contexts) means any person or firm or company, every artificial juridical person
not falling in any of the descriptions of bidders stated hereinbefore, including any
agency, branch or office controlled by such person, participating in a procurement
process.
46.3. “Sub-contractor” (including the term ‘Sub-vendor’/Sub-supplier’ in certain
contexts) means any person or firm or company, every artificial juridical person
not falling in any of the descriptions of Sub-contractors stated hereinbefore,
including any agency branch or office controlled by such person, participating in
a procurement process.
46.4. “Bidders from a country which shares a land border with India”/“Sub- contractor
from a country which shares a land border with India” mentioned in para 46.1
above means;
a) An entity incorporated, established or registered in such a country; or
b) A subsidiary of an entity incorporated, established or registered in such a country;
or
c) An entity substantially controlled through entities incorporated,
established or registered in such a country; or
d) An entity whose beneficial owner is situated in such a country; or
e) An Indian (or other) agent of such an entity; or
f) A natural person who is a citizen of such a country; or
g) A consortium or joint venture where any member of the consortium or joint
venture falls under any of the above.
46.5. The beneficial owner for the purpose of clause “46.4” above will be as under;
(a) In case of company of Limited Liability Partnership, the beneficial owner is the
natural person(s), who, whether acting alone or together, or through one or more
juridical person, has a controlling ownership interest or who exercises control
through other means.
Explanation-
i. “Controlling ownership interest” means ownership of or entitlement to more
than twenty-five per cent of shares or capital or profits of the company;
ii. “Control” shall include the right to appoint majority of the directors or to
control the management or policy decisions including by virtue of their
shareholdings or management rights or shareholders agreements or voting
agreements;
(b) In case of a partnership firms, the beneficial owner is the natural person(s) who,
whether acting alone or together, or through one or more judicial person, has
ownership of entitlement to more than fifteen percent of capital or profits of the
partnership;
(c) In case of an unincorporated associations or body of individuals, the beneficial
owner is the natural person(s) who, whether acting alone or together, or through
one or more juridical person, has ownership of or entitlement to more than fifteen
percent of the property or capital or profits of such association or body of
individuals;
Page 31 of 505
(d) Where no natural person is identified under (a) or (b) or (c) above, the beneficial
owner is the relevant natural person who holds the position of senior managing
officials;
(e) In case of a trust, the identifications of beneficial owner(s) shall include
identification of the author of trust, the trustee, the beneficiaries with fifteen
percent or more interest in the trust and any other natural person exercising
ultimate effective control over the trust through a chain of control or ownership.
46.6. An Agent is a person employed to do any act for another, or to represent another
in dealings with third person.
47. Independent External Monitors (IEM)s
In respect of this package, the Independent External Monitors (IEMs) would be
monitoring the bidding process and execution of contract to oversee implementation
and effectiveness of the Integrity Pact Program.
NDMC has adopted Integrity Pact for all its Contracts for Rs 50 Lacs or above.
Prospective. In case of any grievances above the tender, the same may be sent to
IEMs (Independent External Monitors) (i)Sh. R.K. Srivastava (email:
Srivastava.rsk@gmail.com) & (ii) Sh. Balbir Singh Sandhu
(email:balbirsandhu1957@gmail.com) / Vigilance Department of NDMC with the
name and address of the sender.
The Independent External Monitors (IEMs) has the right to access without restriction
to all Project documentations of the Utility including that provided by the Contractor.
The Contractor will also grant the Monitor, upon his request and demonstration of a
valid interest, unrestricted and unconditional access to his Project Documentations.
The same is applicable to Subcontractors. The Monitor is under contractual
obligation to treat the information and documents of the Bidder/ Contractor/ Sub-
Contractors/ JV partners/ Consortium member with confidentiality.
G. Interpretation
48. Interpretation of the Model Technical Specifications (MTS) and the RFP
document
48.1 This Bid Document, inclusive of the MTS document, Schedules, annexure(s), the
statements, exhibits and sections, if any, comprises the whole and complete
Document
48.2 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.
48.3 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 32 of 505
H. Conflict of Interest
49.1 A Bidder shall not have a conflict of interest. Any Bidder found to have a conflict of
interest shall be disqualified. A Bidder may be considered to have a conflict of
interest for the purpose of this Bidding process, if the Bidder:
Page 33 of 505
SECTION III
BID DATA SHEET
Page 34 of 505
A. Introduction
B. Bidding Document
C. Preparation of Bids
ITB12.1 For formats of the attachments Bidder needs to submit with its
Technical Proposal Refer to Section V
ITB12.2 All prices to be quoted by the bidders will be in Indian Rupees only
ITB12.2 For formats of the attachments Bidder needs to submit with its
Price Proposal
Refer to Section V
ITB14.1 Alternative Bids shall not be permitted.
ITB19.1 The bid validity period shall be 180 days after the bid submission
deadline date prescribed by the Purchaser.
Page 35 of 505
D. Submission and Opening of Bids
Date: 30.01.2024
Time: 15:00 hrs
Page 36 of 505
F. Award of Contract
Page 37 of 505
Annexure-I to BDS
Page 38 of 505
Annexure-II to BDS
Page 39 of 505
(Declaration of Local Content)
(TO BE SUBMITTED ALONGWITH TECHNO-COMMERCIAL BID)
Dear Sirs,
We have read the provisions of “Preference to Make In India and granting of
purchase preference to local suppliers” enclosed with SCC. In terms of the
requirement of the aforesaid provisions, we hereby declare the following:
1. In order of avail purchase preference, we confirm that we are at Local
Supplier, and the local content included in the package is---% of our total
bid price for complete scope of work for NAME OF THE WORK as per
details given below.
S. No Description of Quality/qt Local Content Details of the Location(s) at
Goods y Weight (as % of Total which the local value addition
&Services bid Price) is made
2. We undertake that a certificate from the statutory auditor or cost auditor (in
the case the bidder is a company) or from a practicing cost accountant or
practicing chartered accountant (in respect of bidders other than companies)
certifying the percentage of local content shall be submitted by us prior to
submission of our last bill for payment.
3. Further we hereby confirm the following:
Whether the bidder is presently debarred /banned by the other procuring entity Yes*/No*
for violation of “Public Procurement (Preference to Make In India), Order 2017”
(PPP-MII Order) dated 15.06.2017 issued by Department of Industrial Policy
and Promotion(DIPP)
Page 40 of 505
Annexure-III to BDS
Page 41 of 505
Section IV
Eligibility Criteria
Page 42 of 505
I. Qualifying Requirement/ Eligibility criteria
Group-A /U Towns
Only those bidders which meets the below mentioned minimum Qualifying Requirements
shall be considered for further evaluation of Proposal. The bidder or members of the
consortium & their holding company shall not be based in prior referenced countries as
notified by MHA, GoI at the time of bidding at the time of Bidding and award.
In case of consortium bid, name of lead bidder shall be mentioned in the bid. The Bidder
can be a Sole Bidder or a Consortium (of not more than two members i.e. one lead and
one consortium partner) who shall meet the following along with identification of lead
bidder in the bid :
I. Financial (I) (turnover criteria shall be met by the sole bidder. In case of consortium,
both lead & Consortium partner shall meet the criteria mentioned as given below:
QF - QR - Financial
QF1 For lead or sole bidder
Average Annual financial turnover of best 3 years in the last 5 FYs including last
completed financial year , ending 31st March , should be at least 30% of the estimated
cost (to be specified by utility)
QF2 For consortium partner
Average Annual financial turnover of best 3 years in the last 5 FYs including last
completed financial year , ending 31st March , should be at least 15% of the estimated
cost (to be specified by utility).
(Proof: Annual Audited Financial Statements for last 5 financial years or 3 best year
financial years considered for qualification shall be submitted. In case Audited
Financial Statements for the previous year is not prepared then certificate from
statutory auditor shall be submitted certifying the annual financial turnover.)
QF3
The bidder (Sole or lead ad consortium both ) should have a net worth not less than
paid-up equity, in each of the best 3 years in the last 5 FYs incl last completed financial
year
(Proof: Annual Audited Financial Statements for last 5 financial years or 3 best financial
years shall be submitted. In case Audited Financial Statements for the previous year is
not prepared then certificate from statutory auditor shall be submitted certifying the
net worth).
II. Technical
The following qualifying requirements QT1 shall be met by the sole
bidder. In case of consortium bidding, QT1 to be met by one partner &
QT2 to be met by another consortium partner (QR- Technical)
QT1) - The bidder shall provide evidence of previous experience in the design,
engineering, supply/integration, installation, testing and commissioning of at
least one or cumulatively in multiple projects of SCADA & DMS/EMS
Page 43 of 505
(Supervisory Control and Data Acquisition System & Distribution Management
System Projects for Power Distribution /Transmission/ (11KV or above) meeting
the following requirements or Power distribution Utility or its subsidiary which
has successfully awarded , operationalized the solution meeting the following
requirements for its own organization in the last Ten (10) years from the bid
submission date :-
The above project(s) should consist of cumulative of all projects, at least 15 RTUs
or Data Concentrator (DC or distributed RTUs) or Bay controller Unit (BCU or in
combination of these items and 20 FRTUs. In case of multiple projects, each
project shall have minimum 5 RTUs or Data Concentrator (DC) or Distributed RTU
or Bay controller Unit (BCU or in combination of these items and above projects
should have been awarded in last 10 Years & have been in operation for at least
one year after completion during last 10 years from the bid submission date
The proof documents available in any language other than English shall be
translated to English and authenticated by Authorized Signatory of bidder for
submission. In such cases, the original language copies shall also be submitted
along with the translated proof documents)
Page 44 of 505
Further, multiple participation of any bidder as sole or part of consortium
partner in the same bid is not allowed. Further, multiple participation of any
bidder as sole or part of consortium partner in the same bid is not allowed.
However, product /solution can be offered by multiple bidders
Page 45 of 505
Evaluation Methodology
Single-Stage, Two-Envelope Bidding Procedure
Only those bidders which meet the minimum Qualifying Requirements shall
be considered for further evaluation of Technical Proposal Marks.
The evaluation team will thoroughly review the proposals submitted by various
bidders/consortiums. The broad evaluation will be based as following:-
QR compliance & Technical proposal
Price Proposal: 100% Weight. (Based on L1 among technically
qualified bidders)
Each of the bidders will be requested to demonstrate the product and services
The technical evaluation will commence post the demonstrations (optional) for
understanding and shall not be reason to reject bids. Rejection shall be only
be made upon non-compliance of QR only.
Alternate bids are not allowed.
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.
Bids of Bidders which do not conform to the mandatory requirements may be termed
as non-responsive 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 online. 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:
Page 46 of 505
Total Score = 100% x Price Proposal Score.
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
Stage-2
B. Price-Bid Evaluation:-
The Price-Bid evaluation shall be done only for those bids which meets minimum QR
and bidders with lowest bid price (L1) shall be awarded
Page 47 of 505
Section V.
Bidding Forms; Attachments; and Formats
Page 48 of 505
Form F-1: Technical Proposal Submission Sheet
Date:___________________________________
To <Address of Utility>
We have read all the provisions of the Bidding Documents and confirm that
notwithstanding anything stated elsewhere in our bid to the contrary, the provisions
of the Bidding Documents, are acceptable to us and we further confirm that we
have not taken any deviation to the provisions of the Bidding Documents anywhere
in our bid.
3. We are aware that the Price Schedules do not generally give a full description
of the work to be performed under each item and we shall be deemed to have
read the Technical Specifications, Drawings and other Sections of the Bidding
Documents to ascertain the full scope of work included in each item while
filling in the rates and prices. We agree that the entered rates and prices shall
be deemed to include the full scope as aforesaid, including overheads and
profit.
4. We undertake, if our bid is accepted, to commence work on the Facilities
immediately upon your Notification of Award to us and to achieve Completion
of Facilities and conduct Guarantee Test (if any) within the time specified in
the Bidding Documents.
Page 49 of 505
5. Our Bid shall be valid for a minimum period of 180 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.
6. If our bid is accepted, we undertake to provide Advance Payment Security,
Contract Performance Securities and securities for Deed(s) of Joint Undertaking
(as applicable) in the form and amounts and within the times specified in the
Bidding Documents.
7. We are not participating, as Bidders, in more than one Bid in this bidding
process in accordance with the Bidding Document;
8. Our firm, its affiliates or subsidiaries, including any sub contractors or suppliers
for any part of the Contract, has not been declared ineligible by the <UTILITY
NAME> and debarred as per Office memorandum No F.1/20/2018-PPD Dated
02.11.2021 or any amendments thereof as on <bidder to enter date of bid
submission>. We further confirm to intimate the tender issuing authority
regarding any change in status w.r.t. ineligibility / debarring.
9. We understand that until a formal Contract is prepared and executed between
us, this bid, together with your written acceptance thereof in the form of your
Notification of Award shall constitute the formation of the contract between us.
10. We understand that you are not bound to accept our bid or any other bid
you may receive.
11. We have read the ITB clause regarding restrictions on procurement from a
bidder of a country which shares a land border with India and on sub-
contracting to contractors from such countries. We certify that we/our
Collaborator/JV Partner/Consortium member are/is not from such a country
or, if from such a country, have/has been registered with the Competent
Authority and we will not sub-contract any work to a contractor from such
countries unless such contractor is registered with the Competent Authority.
We hereby certify that we fulfil all requirements in this regard and are eligible
to be considered.
12. We declare, that we have our office in India with the details as
mentioned below:-
Address:____________________________
Contact Person:____________________
Telephone No.:_____________________
Name__________________________________________________________________
In the capacity of________________________________________________________
Signed ___________________________________________________________________
Duly authorized to sign the Bid for and on behalf of_______________________
Date _____________________________________________________________________
Note: 1. Bidders may note that no prescribed proforma has been enclosed for:
(a) Attachment 2 (Power of Attorney)
For this, Bidders may use their own proforma for furnishing the required
information with the Bid.
Page 50 of 505
Form F- 2 : Price Proposal Submission Sheet
Date:
DCBNo.:
Invitation for BidNo.:
To:
(c) The total price of our Bid is quoted in online tendering portal. Our quoted
prices are inclusive of all taxes and duties incl.GST (Utility to check
compatibility of the tendering portal regarding GST).
(d) We have uploaded the Price Schedules as per the formats provided.
Name
In the capacity of
Signed
Date
Page 51 of 505
Form F- 3: Bid Security
Page 52 of 505
Attachment 1
Format of Bank Guarantee for Bid Security
{To be on non-judicial stamp paper of Rupees One Hundred Only (INR 100/-)
or appropriate value as per Stamp Act relevant to place of execution, duly signed
on each page.}
To:
[Utility]
[Address]
And WHEREAS a Bank Guarantee for [Amount] valid till [Date] is required to be
submitted by the Bidder along with the RFB.
We, ................ [Insert name of the Bank and address of the Branch giving the Bank
Guarantee] having our
Registered office at…[Insert address of the registered office of the Bank ] here by give this
Bank Guarantee No. …………….[Insert Bank Guarantee number] ………..[Insert the date
of the Bank Guarantee], and hereby agree unequivocally and unconditionally to pay
immediately on demand in writing from the Utility any officer authorized by it in
this behalf any amount not exceeding [Amount] to the said Utility on behalf of the
Bidder.
We ................. [Insert name of the Bank] also agree that withdrawal of the Bid or part
hereof by the Bidder within its validity or not signing the Contract Agreement or non-
submission of Performance Security by the Bidder within the stipulated time of the
Letter of Award to the Bidder or any violation to the relevant terms stipulated in the
RFB would constitute a default on the part of the Bidder and that this Bank Guarantee is
liable to be invoked and encashed within its validity by the Utility in case of any
occurrence of a default on the part of the Bidder and that the amount is liable to
be forfeited by the Utility
This Guarantee shall be valid and binding on this Bank up to and inclusive of …………….
[Insert the date of validity of the Bank] and shall not be terminable by notice or by Guarantor
for the reason of change in the constitution of the Bank or the firm of the Bidder or by any
reason whatsoever and our liability hereunder shall not be impaired or discharged by any
extension of time or variations or alternations made, given, conceded with or without our
knowledge or consent by or between the Bidder and the Utility., conceded with or without our
knowledge or consent by or between the Bidder and the Utility.
Page 53 of 505
NOTWITHSTANDING anything contained hereinbefore, our liability under this guarantee is
restricted to [Amount]. Our Guarantee shall remain in force till [Date]. Unless demands or
claims under this Bank Guarantee are made to us in writing on or before [Date], all rights of
the Beneficiary under this Bank Guarantee shall be forfeited, and we shall be released and
discharged from all liabilities there under.
[Insert the address of the Bank with [Insert signature of the Bank’s Authorized
complete postal branch code, telephone Signatory]
and fax numbers, and official round
seal of the bank]
Attested
……………………………. [Signature] (Notary
Public)
Place:…………………………………….. Date:-……………………………………………..
Page 54 of 505
Attachment 2
[To be on non-judicial stamp paper of Rupees One Hundred Only (INR 100/-) or appropriate
value as per Stamp Act relevant to place of execution.]
We hereby agree to ratify all acts, deeds and things done by our said attorney pursuant to
this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney
shall be binding on us and shall always be deemed to have been done by us. All the terms
used herein but not defined shall have the meaning ascribed to such terms under the RFB
Signed by the within named ........................................... [Insert the name of the executant
company] through the hand of Mr./ Mrs. ……………………………………….duly authorized by
the Board/ Owner to issue such Power of Attorney dated this ………………………. day of ………
Accepted
……………………………… (Signature of
Attorney) [Insert Name, designation and
address of the Attorney]
Attested
……………………….. (Signature of the executant)
(Name, designation and address of the executant)
…………………………………….
Signature and stamp of Notary of the place of execution
Page 55 of 505
1. WITNESS1. ....................................................... (Signature)
Name ………………………………….
Designation...........………………….
2. WITNESS2. ....................................................... (Signature)
Name ………………………………….
Designation. .................... …._
Notes:
a. The mode of execution of the power of attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s).
b. In the event, power of attorney has been executed outside India, the same needs to
be duly notarized by a notary public of the jurisdiction where it is executed.
c. Also, wherever required, the executant(s) should submit for verification the extract
of the charter documents and documents such as a Board resolution / power of
attorney, in favor of the person executing this power of attorney for delegation of
power hereunder on behalf of the executant(s).
Page 56 of 505
Attachment 3
Integrity Pact
General
This pre-bid pre-contract Agreement (hereinafter called the integrity Pact) is made on
day of the month of …………………. and year of ……………… , between on one hand, the
Chairman & Managing Director acting through Shri ……………….,Designation of the
executive, Unit of <..name of utility…> (hereinafter called the "Utility" which expression
shall mean and include, unless the context otherwise requires, his successors in office
and assigns) of the First Part and M/s ………………………………. represented by
Shri…………….., Chief Executive Officer (hereinafter called the "BIDDER/Seller" which
expression shall mean and include, unless the context otherwise requires, his
successors and permitted assigns) of the Second Part.
NOW, THEREFORE,
To avoid all forms of corruption by following a system that is fair, transparent and free
from any influence/prejudiced dealings prior to, during and subsequent to the currency
of the contract to be entered into with a view to:-
Enabling the Utility to obtain the desired said stores/equipment at a competitive price
in conformity with the defined specifications by avoiding the high cost and the
distortionary impact of corruption on public procurement, and
Enabling BIDDERs to abstain from bribing or indulging in any corrupt practice in order
to secure the contract by providing assurance to them that their competitors will also
abstain from bribing and other corrupt practices and the Utility will commit to prevent
corruption, in any form, by its officials by following transparent procedures.
The parties hereto hereby agree to enter into this integrity Pact and agree as follows:
1.1 The Utility undertakes that no official of the Utility, connected directly or indirectly
with the contract, will demand, take a promise for or accept, directly or through
intermediaries, any bribe, consideration, gift, reward, favour or any material or
immaterial benefit or any other advantage from the BIDDER, either for themselves
or for any person, organization or third party related to the contract in exchange
for an advantage in the bidding process, bid evaluation, contracting or
implementation process related to the Contract.
1.2 The Utility will, during the pre-contract stage, treat all BIDDERs alike, and will
provide to all BIDDERs the same information and will not provide any such
information to any particular BIDDER which could afford an advantage to that
particular BIDDER in comparison to other BIDDERs.
Page 57 of 505
1.3 All the officials of the Utility will report to the appropriate Government office any
attempted or completed breaches of the above commitments as well as any
substantial suspicion of such a breach.
2. In case any such preceding misconduct on the part of such official(s) is reported
by the BIDDER to the Utility with full and verifiable facts and the same is prima
facie found to be correct by the Utility, necessary disciplinary proceedings, or any
other action as deemed fit, including criminal proceedings may be initiated by the
Utility and such a person shall be debarred from further dealings related to the
contract process. In such a case while an enquiry is being conducted by the Utility
the proceedings under the contract would not be stalled.
Commitments of Bidders
3. The BIDDER commits itself to take all measures necessary to prevent corrupt
practices, unfair means and illegal activities during any stage of its bid or during any
pre-contract or post-contract stage in order to secure the contract or in furtherance to
secure it and in particular commit itself to the following:-
3.1 The Bidder will not offer, directly or through intermediaries, any bribe, gift,
consideration, reward, favour, any material or immaterial benefit or other advantage,
commission, fees, brokerage or inducement to any official of the BUYER, connected
directly or indirectly with the bidding process, or to any person, organization or third
party related to the contract in exchange for any advantage in the bidding, evaluation,
contracting and implementation of the Contract.
3.2 The Bidder further undertakes that it has not given, offered or promised to give,
directly or indirectly any bribe, gift, consideration, reward, favor, any material or
immaterial benefit or other advantage, commission, fees, brokerage or inducement to
any official of the Utility or otherwise in procuring the Contract or forbearing to do or
having done any act in relation to the obtaining or execution of the contract or any
other contract with the Government for showing or forbearing to show favor or
disfavor to any person in relation to the contract or any other contract with the
Government.
3.3 BIDDERs shall disclose the name and address of agents and representatives and
Indian BIDDERs shall disclose their foreign principals or associates.
3.4 BIDDERs shall disclose the payments to be made by them to agents/brokers or any
other intermediary, in connection with this bid/contract.
3.5 The Bidder further confirms and declares to the Utility that the Bidder is the original
manufacturer/ integrator/ authorized government sponsored export entity of the
defense stores and has not engaged any individual or firm or company whether Indian
or foreign to intercede, facilitate or in any way to recommend to the Utility or any of
its functionaries, whether officially or unofficially to the award of the contract to the
Bidder, nor has any amount been paid, promised or intended to be paid to any such
individual, firm or company in respect of any such intercession, facilitation or
recommendation.
3.6 The Bidder, either while presenting the bid or during pre-contract negotiations or
before signing the contract, shall disclose any payments he has made, is committed
to or intends to make to officials of the Utility or their family members, agents, brokers
or any other intermediaries in connection with the contract and the details of services
agreed upon for such payments.
Page 58 of 505
3.7 The Bidder will not collude with other parties interested in the contract to impair the
transparency, fairness and progress of the bidding process, bid evaluation,
contracting and implementation of the contract.
3.8 The Bidder will not accept any advantage in exchange for any corrupt practice, unfair
means and illegal activities.
3.9 The Bidder shall not use improperly, for purposes of competition or personal gain, or
pass on to others, any information provided by the Buyer as part of the business
relationship, regarding plans, technical proposals and business details, including
information contained in any electronic data carrier. The Bidder also undertakes to
exercise due and adequate care lest any such information is divulged.
3.10 The Bidder commits to refrain from giving any complaint directly or through any
other manner without supporting it with full and verifiable facts.
3.11 The Bidder shall not instigate or cause to instigate any third person to commit any
of the actions mentioned above.
3.12 If the BIDDER or any employee of the BIDDER or any person acting on behalf of the
BIDDER, either directly or indirectly, is a relative of any of the officers of the Utility,
or alternatively, if any relative of an officer of the Utility has financial interest/stake
in the BIDDER’s firm, the same shall be disclosed by the BIDDER at the time of
filling of tender.
The term ‘relative’ for this purpose would be as defined in Section 6 of the Companies
Act 1956.
3.13 The BIDDER shall not lend to or borrow any money from or enter into any monetary
dealings or transactions, directly or indirectly with any employee of the Utility.
4. Previous Transgression
4.1 The Bidder declares that no previous transgression occurred in the last three years
immediately before signing of this Integrity Pact, with any other company in any country in
respect of any corrupt practices envisaged hereunder or with any Public Sector Enterprise in
India or any Government Department in India that could justify Bidder’s exclusion from the
tender process.
4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be
disqualified from the tender process or the contract, if already awarded, can be terminated
for such reason.
5.2 In the case of successful Bidder a clause would also be incorporated in the Article
pertaining to Performance Bond in the Purchase Contract that the provisions of Sanctions
for Violation shall be applicable for forfeiture of Performance Bond in case of a decision by
the Utility to forfeit the same without assigning any reason for imposing sanction for violation
of this pact.
Page 59 of 505
6. Sanctions for Violations
6.1 Any breach of the aforesaid provisions by the Bidder or any one employed by it or acting
on its behalf (whether with or without the knowledge of the Bidder) shall entitle the Utility to
take all or any one of the following actions, wherever required:-
I. To immediately call off the pre-contract negotiations without assigning any reason or
giving any compensation to the Bidder. However, the proceedings with the other
Bidder(s) would continue.
II. The Earnest Money deposit (in pre-contract stage) and/or Security
Deposit/Performance Bond (after the contract is signed) shall stand forfeited either
fully or partially, as decided by the Utility and the Utility shall not be required to assign
any reason therefore.
III. To immediately cancel the contract, if already signed, without giving any compensation
to the Bidder.
IV. To recover all sums already paid by the Utility, and in case of an Indian Bidder with
interest thereon at 2% higher than the prevailing Prime Lending Rate of State Bank of
India, while in case of a Bidder from a country other than India with interest thereon
at 2% higher than the LIBOR or any other standard, as applicable. If any outstanding
payment is due to the BIDDER from the Utility in connection with any other contract
for any other stores, such outstanding payment could also be utilized to recover the
aforesaid sum and interest.
V. To encash the advance bank guarantee and performance bond/ warranty bond, if
furnished by the Bidder, in order to recover the payments, already made by the Utility,
along with interest.
VI. To cancel all or any other Contracts with the Bidder. The BIDDER shall be liable to
pay compensation for any loss or damage to the Utility resulting from such
cancellation/rescission and the Utility shall be entitled to deduct the amount so
payable from the money(s) due to the BIDDER.
VII. To debar the BIDDER from participating in future bidding processes of the Government
of India for a minimum period of five years, which may be further extended at the
discretion of the Utility.
VIII. To recover all sums paid in violation of this Pact by Bidder(s) to any middleman or
agent or broker with a view to securing the contract.
IX. In cases where irrevocable Letters of Credit have been received in respect of any
contract signed by the Utility with the Bidder, the same shall not be opened.
X. Forfeiture of Performance Bond in case of a decision by the Utility to forfeit the same
without assigning any reason for imposing sanction for violation of this Pact.
6.2 The Utility will be entitled to take all or any of the actions mentioned at para 6.1 (i) to (x)
of this Pact also on the Commission by the BIDDER or any one employed by it or acting
on its behalf (whether with or without the knowledge of the BIDDER), of an offence as
defined in Chapter IX of the Indian Penal code, 1860 or Prevention of Corruption Act,
1988 or any other statute enacted for prevention of corruption.
6.3 The decision of the Utility to the effect that a breach of the provisions of this Integrity Pact
has been committed by the Bidder shall be final and conclusive on the Bidder. However,
the Bidder can approach the independent monitor(s) appointed for the purposes of this
Pact.
7. Independent Monitors
7.1 The Utility has appointed Independent Monitors (hereinafter referred to as Monitors) for
this Pact in consultation with the Central Vigilance Commission (Name & Addresses of
Monitors to be given).
Page 60 of 505
7.2 The task of the Monitors shall be to review independently and objectively, whether and to
what extent the parties comply with the obligations under this Pact.
7.3 The monitors shall not be subject to instructions by the representatives of the parties and
perform their functions neutrally and independently.
7.4 Both the parties accept that the Monitors have the right to access all the documents
relating to the project/ procurement, including minutes of meetings.
7.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will
so inform the Authority designated by the Utility.
7.6 The BIDDER(s) accepts that the Monitor has the right to access without restriction to all
Project documentation of the Utility including that provided by the BIDDER. The BIDDER
will also grant the Monitor, upon his request and demonstration of a valid interest,
unrestricted and unconditional access to his project documentation. The same is
applicable to Subcontractors. The Monitor shall be under contractual obligation to treat
the information and documents of the BIDDER/Subcontractors(s) with confidentiality.
7.7 The Utility will provide to the Monitor Sufficient information about all meetings among
the parties related to the Project provided such meetings could have an impact on the
contractual relations between the parties. The parties will offer to the Monitor the option
to participate in such meetings.
7.8 The Monitor will submit a written report to the designated Authority of Utility/Secretary
In the department/ within 8 to 10 weeks from the date of reference or intimation to him
by the Utility/ BIDDER and should the occasion arise, submit proposals for correcting
problematic situations.
8. Facilitation of investigation
This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of
the Utility.
The actions stipulated in this Integrity Pact are without prejudice to any other legal action
that may follow in accordance with the provisions of the extant law in force relating to
any civil or criminal proceedings.
11. Validity
11.1 The validity of this Integrity Pact shall be from date of its signing and extend upto 5
years or the complete execution of the contract to the satisfaction of both the Utility
and the BIDDER/ Seller, including warranty period, whichever is later. In case
Page 61 of 505
BIDDER is unsuccessful, this integrity Pact shall expire after six months from the date
of the signing of the contract.
11.2 Should one or several provisions of this Pact turn out to be invalid; the remainder of
this Pact shall remain valid. In this case, the parties will strive, to come to an
agreement to their original intentions.
12. The parties hereby sign this integrity Pact at …………………………… on ……………………
Utility BIDDER
Name of the officer CHIEF EXECUTIVE OFFICER
Designation
<…name of utility…>.
Witness Witness
1. ………………………………….. 1. …………………………………………
2. ………………………………….. 2. ………………………………………….
*Provisions of these clauses would need to be amended /deleted in line with the policy of
the BUYER in regard to involvement of Indian agents of foreign suppliers.
Page 62 of 505
Form F- 4: Manufacturer’s Authorization
(To be obtained from all OEMs)
Date______________________:
DCB No.:________________________
Invitation for Bid No.:______________________
To:
Name_______________________________________
In the capacity of: ______________________________________
Signed ________________________________________
Duly authorized to sign the Authorization for and on behalf
of____________________________
Page 63 of 505
Form F- 5 : Certificate as to Corporate Principal
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)
Page 64 of 505
Attachment 12
Page 65 of 505
Contract Forms
Agreement
THIS AGREEMENT is made on this ___________(eg. 3rd) day of (eg. February),
__________(eg. 2022), between __________of ______________(herein after 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.:
i. the Detailed award of contract;
ii. the Service level agreement;
iii. Instructions to Bidders
iv. the Special Conditions of Contract;
v. the General Conditions of Contract;
vi. the MTS document
vii. the Scope of Work;
viii. the Technical Specifications
ix. the Purchaser’s Notification to the Supplier for Award of Contract;
x. Vendor’s response (proposal) to the RFP, including the Bid Submission Sheet
and the Price Schedules submitted by the Supplier;
xi. Acceptance of purchaser’s notification.
Page 66 of 505
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 ____________________________(Authorized Utility official) Signed by
__________________________(for the Supplier)
Witness- 1
Witness- 2
Page 67 of 505
PERFORMANCE SECURITY FORM
Bank Guarantee No. ……………………
Date...................
Contract No.....................................
[Name of Contract]…………………….
To: [Name and address of Employer]
Page 68 of 505
By this letter we, the undersigned, ………(insert name & address of the issuing
bank)………, a Bank (which expression shall include its successors,
administrators, executors and assigns) organized under the laws of
.................................... and having its Registered/Head Office at
…..…….(insert address of registered office of the bank)……..... do hereby
irrevocably guarantee payment to the Employer up to …………………………..
i.e., Three percent (3%) of the Contract Price until thirty (30) days beyond the
Defect Liability Period i.e., upto and inclusive of (dd/mm/yy).
We undertake to make payment under this Letter of Guarantee upon receipt
by us of your first written demand signed by the Employer duly authorized
officer or the authorized officer of Owner declaring the Contractor to be in
default under the Contract and without cavil or argument any sum or sums
within the above named limits, without your need to prove or show grounds
or reasons for your demand and without the right of the Contractor to dispute
or question such demand.
Our liability under this Letter of Guarantee shall be to pay to the Employer
whichever is the lesser of the sum so requested or the amount then
guaranteed hereunder in respect of any demand duly made hereunder prior
to expiry of the Letter of Guarantee, without being entitled to inquire whether
or not this payment is lawfully demanded.
This letter of Guarantee shall remain in full force and shall be valid from the
date of issue until thirty (30) days beyond the Defect Liability Period of the
Facilities i.e. upto and inclusive of (dd/mm/yy) and shall be extended from
time to time for such period (not exceeding one year), as may be desired by
M/s ............................................... on whose behalf this Letter of Guarantee
has been given.
Except for the documents herein specified, no other documents or other
action shall be required, notwithstanding any applicable law or regulation.
Our liability under this Letter of Guarantee shall become null and void
immediately upon its expiry, whether it is returned or not, and no claim may
be made hereunder after such expiry or after the aggregate of the sums paid
by us to the Employer shall equal the sums guaranteed hereunder, whichever
is the earlier.
All notices to be given under shall be given by registered (airmail) posts to the
addressee at the address herein set out or as otherwise advised by and
between the parties hereto.
We hereby agree that any part of the Contract may be amended, renewed,
extended, modified, compromised, released or discharged by mutual
agreement between you and the Contractor, and this security may be
exchanged or surrendered without in any way impairing or affecting our
liabilities hereunder without notices to us and without the necessity for any
Page 69 of 505
additional endorsement, consent or guarantee by us, provided, however, that
the sum guaranteed shall not be increased or decreased.
No action, event or condition which by any applicable law should operate to
discharge us from liability hereunder shall have any effect and we hereby
waive any right we may have to apply such law so that in all respects our
liability hereunder shall be irrevocable and, except as stated herein,
unconditional in all respects.
For and on behalf of the Bank
[Signature of the authorised signatory(ies)]
Signature____________________________
Name________________________________
Designation__________________________
POA Number_________________________
Contact Number(s): Tel.___________ Mobile____________________
Fax Number________________________
Email______________________________
Common Seal of the Bank____________________________
Witness:
Signature___________________________
Name_______________________________
Address_____________________________
Contact Number(s): Tel._________________ Mobile_____________________
Email______________________
Note :
1. For the purpose of executing the Bank Guarantee, the non-judicial stamp
papers of appropriate value shall be purchased in the name of Bank who
issues the ‘Bank Guarantee’.
2. The Bank Guarantee shall be signed on all the pages by the Bank
Authorities indicating their POA nos. and should invariably be witnessed.
3. The Bank Guarantee should be in accordance with the proforma as
provided. However, in case the issuing bank insists for additional paragraph
for limitation of liability, the following may be added at the end of the proforma
of the Bank Guarantee [i.e., end paragraph of the Bank Guarantee preceding
the signature(s) of the issuing authority(ies) of the Bank Guarantee]:
Page 70 of 505
Quote
“Notwithstanding anything contained herein:
1. Our liability under this Bank Guarantee shall not exceed ________(value in
figures)_________________(value in words).
2. This Bank Guarantee shall be valid upto (validity date) .
3. We are liable to pay the guaranteed amount or any part thereof under this
Bank Guarantee only & only if we receive a written claim or demand on or
before (validity date) .”
Unquote
Page 71 of 505
Format of Bank Guarantee verification Check list
NIT/RFB No.: [insert details]
Package Name/ Contract Title: [insert details]
Page_____________ of_____________ pages
Bidder’s Name and Address: To: XXXXX (Name and Address of
Employer)
{In case of JV bidder, mention name
and address of all the Joint Venture members}
(Bank Guarantee verification Check list)
Dear Sir/ Madam
We have ensured compliance to the following checklist in submission of Bank
Guarantee :
S. No. Checklist Yes No
2(c) Does the last page of the BG carry the signatures of two
witnesses alongside the signature of the executing Bank
Manager?
3(a) Is the BG on non-judicial stamp paper of appropriate value?
Page 72 of 505
Dated the ……………. [Insert date of the month] day of ...........................
[Insert month, year] at ..................... [Insert place].
Signature {(of Bidder’s authorized Bid Signatory (ies)}# {In full and initials}:
Full name: {insert full name of authorized Bid Signatory } Title: {insert
title/position of authorized Bid Signatory }
Name of Bidder (Sole Bidder’s name or Consortium/ JV’s name, if applicable):
Capacity: {insert the person’s capacity to sign for the Bidder}
Address: {insert the authorized Bid Signatory’s address}
Phone/fax: {insert the authorized Bid Signatory’s phone and fax number, if
applicable}
Email: {insert the authorized Bid Signatory’s email address}
(Common Seal).…………..........................................
Page 73 of 505
Appendix C - Supplier Response Format C1
General Guidelines to the bidders
The Purchaser will select a Supplier (also referred as the ‘bidder’) in
accordance with the eligibility criteria indicated in Section IV.
The bidders are invited to submit a Technical Proposal and a Price Proposal
for goods and related services required for the project as defined in Section
VI, Scope of Work. This proposal will be the basis for contract negotiations
and finalization of the contract with the successful bidder.
The bidders must familiarize themselves with local conditions and take these
into account while preparing their proposals. To facilitate the bidders in
making the Proposal, the Purchaser shall have a “Pre-Bid conference” at the
address and date as given in ITB, Section II. Please note that:
Page 74 of 505
C2 : Technical Proposal
C 2.1 General Requirements
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:
Table: Bidder – Company Statistics
1
2
3
4
5
6
7
Page 75 of 505
C 2.3: Firm Detail
Bidder shall provide details of net-worth and turnover for the past three
audited financial years in the following format:
Firm Detail
Net-worth
Turn-Over
Audited financial reports and copy of the certificates supporting the above
need to be submitted as proof.
C 2.4: Facility Management Services Plan
The detail plan for FMS shall be given in accordance with the Section IV &
chapter 17 of Section VI.
C 2.5: Project Management Practices
Please provide high-level details of the project management practices that will
be followed to manage the project. The project management practices would
include (but not be limited to) details of:-
Bidder must provide details of how they envisage the contract being
managed including principles such as (but not limited to) joint planning
and control mechanisms; regular and active review meetings; Project
management of individual work streams and overall program
management of the entire service; Performance reporting
Bidder should outline their proposed governance structure and
designate a Service Manager to co-ordinate their activities and provide
a focal point of contact to whom Utility can refer on any matter
concerning the service.
Reporting lines and decision-making powers within the bidder’s
organization must be explained
Reporting formats and templates that would be followed by the bidders
Outline the proposed escalation procedures in the event that issues
arise.
C 2.6: Quality Assurance
Quality of service - Suppliers must provide details of their proposed approach
to quality assurance to ensure the quality of services in accordance with
Chapter 18 of Section VI, Section IV . This should include
Page 76 of 505
How the supplier will ensure quality service is provided;
How quality will be measured
Does your company (and consortium partner) have any quality certification /
Assessment? If so, please provide your responses for the following:
Details of Certification
Page 77 of 505
C3: Price proposal : Not to be part of Technical bid. To be filled separately
Price proposal
Bidders are requested to provide cost for each of the Project Area in the subsequent
formats. The Bidders should take a note of following points while filling the Price
proposal.
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 post- delivery. 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.
Page 78 of 505
A/ U TOWN SCADA CONTROL CENTRE WISE CONTROL CENTRE
LOCATION
DISASTER RECOVERY LOCATION :
CONTROLLED TOWN/TOWNS
Form : 1 Project Management Cost
Land, Control Centre & various server rooms and other Civil & Structural
Works including earthing.
Infrastructures such as Air conditioning system,
External & Internal electrification & Lighting,
Fire fighting system
DG Set for meeting the SCADA/DMS Control Centre critical load
requirements
Any mobile equipment such as Crane, truck, Jeep, filter M/c, etc.
Any T&P, testing equipments. etc.
Furniture for the computers required for SCADA/DMS & SCADA system
Any contract for IT/ Outsourcing of services of revenue expenditure type
where there is no capital addition.
Communication equipments such as mobile phone, telephone etc other than
those specified in MTS -SCADA/DMS
DISCOM Manpower for managing SCADA/DMS system
Note :
Bidder shall specify make & model of proposed items by adding two columns
by utility in price proposal between column : equipment” and Column “ Unit”
in all forms Form 2 -12
Sum of cost of FMS/year shall match with FMS cost indicated /year in Form
10 . Bidder shall ensure the same.
Cost of basic unit price of RTU in Form 11 and basic unit price FRTU in
Form 12 comprising of panel , rack , DI,DO,AI , CPU ,PS , COMM card shall
match with Form 4 (row 1) & Form 5 (row1 )
Page 79 of 505
Bidder may club functions in common server as per their architecture.
Indicative quantity is given in Table 9 of Chapter 19. However , they shall
mention the same in remark in Form about the same . However, bidder shall
be solely responsible for meeting CONFIGURATIONAL, FUNCTIONAL,
PERMFROMANCE, SECURITY AND SLA requirement as per SBD. Bidder
shall provide hardware and software
SCADA/DMS Control Centre Cost (BoQ)
Form : 2
Per Unit
Cost (incl Total FMS Cost
S.No. Equipment Unit Quant taxes& / year
ity duties))
Rs
C1 Server/ workstation
Hardware
SCADA Server NO
DMS Server NO
OMS Server NO
NMS server NO
DTS server NO
Developmental server NO
Communication Server NO
Web/Directory server NO
SMS gateway NO
Page 80 of 505
Storage & Backup Devices NO
External RAID Mass storage
device ( for 24 months online
backup)
External DAT Drive NO
Switches NO
Router NO
Layer II Siwtch NO
Page 81 of 505
WEBSERVER)
RDBMS Package (Incl in ISR) Lot
Page 82 of 505
SCADA/Disaster Recovery Control Cost (BoQ)
Form: 3
Per Unit FMS
Cost Cost
S. Equipment Unit Qty. (incl Total
No taxes Cost
. &duties)
Rs Rs. Rs.
Server/ workstation
D1
Hardware
SCADA Server No.
DMS Server No.
OMS Server No.
FEP server with interface
No.
switches
ISR server No.
NMS server No.
DTS server No.
Other Active Devices no
Developmental server No.
Communication Server No.
Web/Directory server No.
SMS gateway No.
Workstation with dual TFT
Monitors ( S/S monitoring) No.
Workstation with dual TFT
No
Monitors (Network monitoring)
Remote VDUs with one TFT No.
Monitors
Developmental console with
No.
one TFT
DTS/Workstation Console with
No.
dual TFTs
Video Projection system with 2x3
Module configuration with each
module at least 60" diagonal with No.
projector
Page 83 of 505
Router for interfacing IT
system & SCADA/DMS DR No.
centre
Router at remote VDU No.
Security system (DMZ)
Web server with load balancing No.
Mail server No.
Router No.
Firewall & network IPS/IDS No.
Layer II switch No.
Other Active Devices
GPS Time synchronization
Set
system
Time, day & date digital
Set
Displays
Printers
Color inkjet printer Set
B/W Laser printer Set
Any other item to meet
specification requirements
D2 Software
SCADA software Lot
ISR Software Lot
DMS software Lot
DTS software Lot
OMS Software Lot
Developmental software Lot
Network Management Software Lot
RDBMS package (incl in
ISR)
WEB /Network security
(Incl in
software web
server)
GIS Software (enterprise license)
with necessary license cost, Lot
hardware cost, survey cost and
any other cost required for
complete new GIS solution for A
town or GIS Adaptor/Engine for
importing data from GIS system
under IT system
Any other item to meet
Lot
specification requirements
Mandatory spares Max 5%
D3
of D1
Mandatory spares L/S
Sub -Total d3 spares
Grand Total D
Page 84 of 505
Form 4
Unit Price
(Inclusive FMS
S.No. Equipment Unit Quantit of all Total Cost /
y Cost year
taxes,
duties,
Freight
&Insurance
)
Rs. Rs. Rs
E1 RTUs
RTU base equipment
comprising panels, racks,
sub-racks, Power Supply Set
modules, CPU,
interfacing equipment,
required converters & all
other required
items/accessories
including complete wiring
from panel/BTU/DT/PTR
etc to RTU for all modules
for locations mentioned
including earthing
arrangements, cable tray,
glands, lugs etc as per site
requirement, to meet
functional, performance
& availability
requirements of SCADA.
Multifunction
transducers No.
Contact Multiplying
No.
Relays (CMRs)
Heavy duty relays
for Control No.
Dummy Breaker
No.
Latching Relays
Transformer
No.
Transducer
s
Single TFT PC
for LDMS with No
2KVA UPS
Any other
hardware /
Lot
necessary
earthing to meet
functional
/performance
requirement of
MTS
Page 85 of 505
Sub - Total
(Hardware) -E1
E2 Software for LDMS
LDMS software No.
Any other
software to meet
Lot
functional
/performance
requirement of MTS
Sub - Total
(test
equipment) -
E2
TEST
E3 EQUIPMENTS
forRTU
RTU Database
Configuration &
No.
Maintenance
Software tool
Master Station
cum RTU
No.
Simulator &
Protocol analyser
software tool
Laptop PC for
above software tools
along with No.
interfacing
hardware
including Hub
Sub - Total (test
equipment) -E3
MANDATORY
E
SPARES FOR
4 RTU
5% of E1
Sub - Total
(mandatory spare)
- D4
Grand total E
Page 86 of 505
Form 5
Unit Price
(Inclusive Total FMS
S.No. Equipment Unit Quantity of all taxes, Cost
duties, / year
Freight
& Rs. Rs
Insuranc
e)
F1 FRTUs
Mini pole
mounted FRTU
base equipment
along with
No.
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
panel/BTU/DT/PTR
etc to FRTU for all
modules for locations
mentioned including
earthing
arrangements, cable
tray, glands, lugs etc
as per site
requirement, to meet
functional,
performance &
availability
requirements of
SCADA.
Contact Multiplying No.
Relays (CMRs)
Heavy duty relays for No.
Control
Multifunction No.
transducer
Any other hardware to
Lot
meet functional
/performance
requirement of MTS
Page 87 of 505
Sub-Total
(Hardware) F1
F2 Test Equipments for
FRTU
FRTU Database No.
Configuration &
Maintenance
Software tool
Master Station No.
cum FRTU
Simulator &
Protocol
analyser
software tool
Laptop PC for above No.
software tools along
with interfacing
hardware including
Hub
Sub-Total (Test
equipment) F2
F3 MANDATORY
SPARES FOR FRTU
5% of E1
Sub-Total (Spares)
F3
Grand Total F
Form 6
Unit Price
(Inclusive of Tota l FMS Cost /
S.No Equipment Unit Quantity all taxes, year
duties,
Freight &
Insurance)
Rs. Rs. Rs.
MPLS
Annual charges
for Min 10 MBps No.
Links with RTUs
Sub - Total g1
GPRS/MPLS-4G
Annual Charges
for Mini. 64Kbps No.
Links with FRTUs
Page 88 of 505
/FPI
Modems No.
Any other hardware
to meet functional
/performance
requirement
Of MTS
Sub - Total g2
Mandatory spares
5% of g1,g2
Grand Total G
Form 7
Unit Price
(Inclusive Total FMS Cost
S.No. Survey Unit Quantity of all taxes, / year
duties,
Freight
&Insurance
)
Rs. Rs. Rs.
Main Equipments -
H1
Control centre
UPS with suitable
rating running in Set
parallel redundant
mode* including
ACDB, earthing,
power cabling etc.
provisions to meet
functional,
performance &
availability
requirements of
SCADA
VRLA type Battery
banks for above
UPS
for minimum 30 Set
min. backup
duration
Sub- Total H1
Main
H2
Equipments - DR
Centre
Main Equipments
UPS with suitable
rating running in
parallel redundant
mode* including
ACDB, earthing,
Page 89 of 505
power cabling etc.
provisions to meet
functional,
performance &
availability
requirements of
SCADA
VRLA type Battery
banks for above
UPS
for minimum 30
min. backup
duration
Sub-Total H2
II For RTU /
Data
H3
Concentrator /
Communication
Eqpts.
DC Power Supply
(DCPS) system
based on SMPS
Battery bank
for above DCPS
(VRLA Type) for
minimum 4
hrs backup
Sub-Total H3
H4 For FRTU
48V DC Power
Supply (DCPS)
system based
on SMPS
Battery bank
for above DCPS
(VRLA Type) for
minimum 4
hrs backup
Sub-Total H4
Remote VDU
H5
location
UPS (2 kVA )
Sub-Total H5
Mandatory Spares
H6
for UPS
5% of above H1TO
H5
Sub-Total H6
Grand Total (H)
Form 8
Page 90 of 505
Unit FMS
Price Total Cost
S.No. Survey Type Unit Quantity (Inclusive /
of all year
taxes,
duties,
Freight
&
Insurance
)
Rs. Rs. Rs.
RMU (WAY No of
J1
requirement) WAYS
RMU No
Sub- Total J1
SECTIONLIZER
J2
/RECLOSER
Sectionlizer No
Recloser No
Sub-Total J2
J3 FPI
Commnuicable No
Sub-Total J3
RECONDUTORING
(Specify type of
J4 each conductor
existing &
reconductoring )
Km
Km
Sub-Total J4
Control/power
cable for RTUs from
outdoor
J5
switchgear, if any
at S/S and
numerical relays
Form 9 : Training
Page 91 of 505
Description Duration Total Cost
in days (Rs.)
A. Training
1. Operator for SCADA/DMS Control 5
Centre
2. Instructor for DTS 10
B. Maintenance Training
1 Computer Hardware & System 10
Software
2. Application Software (SCADA/DMS) 10
3. RTU & FRTU
5
4. Database & display development 5
6. Auxiliary Power Supply
3
7.
Communication System including 5
NMS
Form10 : FMS
S.No. Description PER 2YEARS 3 more
YEAR initial after years
operational
acceptance
Cost of FMS for 5 years shall not be less than 20% of total project cost
and per year unit rate shall be same. In case bidder quotes FMS less than
20%, bid shall be disqualified
Cost of FMS for overall cost system availability shall not be less than 40% or
not more than 60% of total FMS cost
FMS Cost of all items shall be specified. FMS cost of non critical items
such as printer, DAT, DTS consoles , DTS server shall not be more 10% of
unit rate of item and no FMS for Bandwidth charges . The same needs to
be specified in the cost and shall be paid on SLA on actual usage basis
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.
OMS software for basic B/C towns shall be included with SCADA software
Bidder can define quantity of servers , router, switches as per system
configuration in the bid subject to adherence to functional , performance ,
redundancy , cyber security and all technical requirements . The quantity
shall be as per indicative quantity in Chapter 19 , Table 9 . However , utility
Page 92 of 505
to define quantity as per requirement and bidder can define quantity of servers
, router, switches as per system configuration of the proposal in the bid
subject to adherence to functional , performance , redundancy , cyber security
and all technical , test requirements .
As per condition in note “μ” chapter 19 If certain items are applicable for NSRC
delivery, the same shall be included in the BOQ schedule . (Refer chapter 19)
Unit price is inclusive of taxes, freight and insurance, However , GST % to
be indicated by bidder for items
Page 93 of 505
For milestone payment – Payment schedule calculation
• Hardware components = C1+ D1+E1+F1+G1B+G1C+G2B+G2C
+H1+H2+H3+H4+H5+J1+J2+J3+J4+J5
• Software components = C2+D2+E2+F2
• SPARES component = C3 + D3+E4+F4 G3+H6+J6
• TEST CONFIG TOOL component = E3+F3
• Training = Form 9
• FMS – Form 10
• Project Mgmt, Installation, Testing and Commissioning Cost = Form
1
Page 94 of 505
Form 11: RTU BREAKUP
Break up of RTU unit price in form 4 row 1 (Only basic RTU ie, panel
rack, Power supply card , Communication card , CPU , DI,DO, AI card
without MFT,CMR,HDR etc)
Total cost of basic RTU in form 4 row 1 shall comparable with the
breakup given below in Form 11. This is to derive unit rate of the
modules.
Rs. Rs.
A RTUs
1 Power supply
No.
module
2 CPU Module
No.
3 Communication
No.
module (Specify no
of Ethernet
and serial ports
4 Digital Input (DI)
No.
Module (Specify
no of channels
5 Digital
No.
Output (DO)
Module (Specify
no of channels
Page 95 of 505
Form 12: FRTU BREAKUP
Break up of FRTU unit price in form 5 row 1 (Only basic FRTU ie, panel
rack , Power supply card , Communication card , CPU , DI,DO, AI card
without MFT, CMR, HDR etc.)
Total cost of basic FRTU in form 5 row 1 shall be comparable with the
breakup given below in Form 12. This is to derive unit rate of the modules
Total Total
S.No. Equipment Unit Quantity (per
unit)
Rs. Rs.
A FRTUs
1 Power supply
No.
module
2 CPU Module
No.
3 Communicatio
No.
n module
(Specify no of
Ethernet and
serial ports
4 Digital
No.
Input (DI)
Module
(Specify no
of
channels
5 Digital Output (DO)
No.
Module (Specify no
of channels
6 Analog input
No
if any(AI)
Module(Specify
no of channels
7 Any other
hardware to Lot
meet functional
/performance
requirement of
MTS
Sub - Total (1
TO 7 = (ROW 1
OF FORM F5)
Page 96 of 505
C4: Checklists
Please submit a copy of this section with cover letter while submitting the
proposal.
C 4.1: Mandatory forms that needs to be submitted
Check List for Mandatory Forms
5 Proof of turnover and net worth for the last three audited Yes/ No
financial years of Bidder, consortium member (if any)
and sub-contractors
6 SLA Confirmation Yes/ No
C 4.2:Compliance checklist
Check List for proper Documentation & Compliance
2 Please confirm you have submitted all the mandatory forms Yes/ No
specified in Appendix C (Technical & Financial Proposal)
6 Please confirm you have complied with the proposed solution Yes/ No
architecture specified in MTS Document
7 Please confirm you have complied with all services specified in Yes/ No
the scope of services mentioned in Section VI
8 Please confirm that you comply with all clauses specified in the Yes/ No
General Conditions of Contract specified in Section VII
Page 97 of 505
9 Please confirm that you comply with all clauses specified in the Yes/ No
Special Conditions of Contract specified in Section VIII
10 Please confirm that all goods (software and hardware) and Yes/ No
services have been included in the price proposal and is complete
in all respects without any deviation/ missing items
11 Please confirm that you have not submitted any alternate Yes/ No
proposal
12 Please confirm that you have noted the SLA guidelines and Yes/ No
penalty clauses applicable as specified in Section VI.
Page 98 of 505
Expected Implementation Schedule
The bidder is expected to complete the implementation within 30 months from the date
of award of contract by the utility.
Bidder shall submit a detail Gantt chart as per along with the following implementation
schedule. Bidders shall drill down these activities into sub/sub-sub activity in the chart.
The chart shall also detail out time and resource effort required to execute each activity.
The detailed bar charts for all the work activity shall however, be discussed and agreed
to by the successful Bidder with the owner before start of the execution of work
Page 99 of 505
BANK GUARANTEE FORM FOR ADVANCE PAYMENT
Bank Guarantee No. ……………………
Date...................
Contract No.....................................
…………..[Name of Contract]…………………….
Witness:
Signature____________________________
Name________________________________
Address______________________________
Contact Number(s): Tel.______________Mobile______________
email _______________
Note:
1. For the purpose of executing the Bank Guarantee, the non-judicial stamp papers
of appropriate value shall be purchased in the name of Bank who issues the ‘Bank
Guarantee’.
2. The Bank Guarantee shall be signed on all the pages by the Bank Authorities
indicating their POA nos. and should invariably be witnessed.
3. The Bank Guarantee should be in accordance with the proforma as provided.
However, in case the issuing bank insists for additional paragraph for limitation
of liability, the following may be added at the end of the proforma of the Bank
Guarantee [i.e., end paragraph of the Bank Guarantee preceding the signature(s)
of the issuing authority(ies) of the Bank Guarantee]:
Quote
“Notwithstanding anything contained herein:
1. Our liability under this Bank Guarantee shall not exceed _________ (value in
figures)____________ [_____________________ (value in words)____________].
2. This Bank Guarantee shall be valid upto ________(validity date)__________.
3. We are liable to pay the guaranteed amount or any part thereof under this Bank
Guarantee only & only if we receive a written claim or demand on or before ________
(validity date) __________.”
Unquote
Section-3, Chapter 12
Chapter 19: Design & Performance Table & Indicative BoQ 426
1.0 Introduction:-
Part B - Training & Capacity Building and other Enabling & Supporting Activities:
Supporting and enabling components, such as Nodal Agency fee, enabling components
of MoP (communication plan, consumer awareness and other associated measures such
as third-party evaluation etc), up-gradation of Smart Grid Knowledge Centre, training
and capacity building, awards and recognitions etc.
1.1 Objectives
The objectives of the scheme are to:
Improve the quality, reliability and affordability of power supply to consumers
through a financially sustainable and operationally efficient distribution sector;
Reduce the AT&C losses to pan-India levels of 12-15% by 2024-25;
Reduce ACS-ARR gap to zero by 2024-25.
The state-wise targets will depend on their current levels of AT&C losses and ACS-
ARR gap.
Facilitating in installing prepaid smart meters for all consumers along with
associated AMI, communicable meters for DTs & Feeders, ICT including
Artificial Intelligence (AI), Machine Learning (ML), etc. based solutions for
power Sector and a unified billing and collection system.
Under this component, DISCOM can take up works related to loss reduction and
system strengthening. 33kv level and below will be eligible under this component.
In areas, were 33kv system does not exist, 110 kV/ 66kV shall be permitted. A
list of indicative works is given below:-
Segregation of feeders dedicated only for supply of power for agricultural purpose, which
are proposed to be solarized under Kisan Urja Suraksha Evam Utthan Mahabhiyan
(KUSUM) scheme will be sanctioned on priority under the scheme. Further, agricultural
feeders once segregated will not be used for serving other non-agricultural consumers.
All State-owned Distribution companies and State /UT Power Departments (referred to
as DISCOMs collectively) excluding private Sector power companies will be eligible for
financial assistance under the revamped scheme. The State transmission utilities which
own and operate network at 110 kV and 66 kV levels in areas where 33 kV system does
not exist shall also be eligible (for this purpose, all eligibility, and other relevant
parameters of respective DISCOMs shall be evaluated) Further, funds release and any
coordination shall be through DISCOM only, for such works to be executed in the
specific manner by the transmission utility). The scheme would be optional to DISCOMs
and will be implemented in urban and rural areas of all States/UTs except private
DISCOMs.
Part B encompasses work related to Training, Capacity Building and other Enabling &
Supporting Activities
1.3.1.1.1 Eligibility
The real time monitoring & control of the distribution system through state-of-the art
SCADA/DMS system encompassing all distribution Sub-stations & secondary network
emanating from S/S shall be implemented to achieve objective of this scheme.
SCADA/DMS system for Towns with following criteria shall be eligible.
Town population > = 2.75 Lacs (as per 2011 Census data) in non-special
category states and Capital /Discom/PD HQ towns.
Town population > =1 Lacs (as per 2011 Census data) in special category
states and Capital /Discom HQ towns.
Further, works in existing SCADA /DMS towns due to outgrowth /suburb and
differential area/electrical network (newly added S/S, Feeders) or functions such as
OMS, FPI , additional RTU/ FRTU w.r.t RAPDRP or legacy SCADA/RT-DAS (For new
locations or locations where faulty equipment or equipment with end of life ) may be
considered as up-gradation of the system as Group U towns.
Further, where RTDAS under IPDS is commissioned, the existing FRTU shall act as Sub
RTU to new RTU and report all Input points captured to new RTU and I/O card for
differential points may only be considered in configuration of new RTU in order maximize
usage of infrastructure created under RT-DAS.
In case of numerical relays, RTU at substations to act as gateway , data concentrator for
numerical relays/ BCPUs connected over IEC 61850 and I/O Cards in RTUs to be
configured accordingly i.e. for bays where requisite I/Os are not served through
numerical relays/ BCPUs.
Major components that a SCADA /DMS implementation would include are given
as under.
FIG - Indicative SCADA DMS CONTROL CENTRE (SDCC) FOR EACH SCADA/DMS
TOWN (GROUP A)
The real time monitoring & control of the distribution system through state-of-the art
SCADA system encompassing all distribution Sub-stations & FPIs at secondary network
emanating from S/S shall be implemented to achieve objective of this scheme. SCADA
system for Towns with following criteria shall be eligible.
Major components that a SCADA 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. Survey, Supply, Design, Engineering,
Installation, Testing, Commissioning, Go-Live & service based (SLA) utility for:
Common District/ Circle /Zone - wise, Standard SCADA Control Centre (SSCC)
for all eligible in the district. (A district control center can be clubbed in to
Zonal SCADA control centers (ZSCC) adjoining districts if present count of
aggregated O/G Feeders is up to 400 feeders. This includes monitoring of
Substations of Group C also). Further, for Ladakh, Manipur, Mizoram, Nagaland,
Meghalaya, Sikkim, Arunachal Pradesh, Tripura, Andaman, Puducherry,
DNH&DD, Goa, Lakshadweep etc. may have common ZSCC in each state for
all towns for SCADA besides SDCC for capital town.This is a guideline to
create appropriate architecture. However, utilities of other statescan decide to
club / co-locate ZSCC with SDCC as per the ease in monitoring /controlof
MPLS network for connecting all S/S RTUs to Main & DR center
Secured GPRS/MPLS-4G/DLC etc. for communicating of FPIs with control
centers
Protocols for communication
IEC 60870-5-104RTU, IEC 60870-5-104/101 for FRTUs, FPI to control
centers.
MODBUS or IEC 60870-5-101/104 MFTs to RTUs.
ICCP (TASE.2) between SCADA/DMS Control center /DR center & state
load dispatch center(optional)
Support /compliance to IEC61850 ,IEC60870-5 suite for RTU/CC for
numerical relays.
Conducting Factory Acceptance Test (FAT), Site Acceptance Test (SAT), Type test (as
required), etc. successfully, Go live, operational acceptance & handing over to customer.
Service based (SLA ) support during FMS for utility post Operational acceptance (S.A.T)
Further , where RTDAS under IPDS is commissioned , existing FRTU shall act as Sub RTU to
new RTU and report all Input points captured to new RTU and I/O card for differential
points may only be considered in configuration of new RTU in order maximize usage of
infrastructure created under RT-DAS
In case of numerical relays, RTU at substations to act as gateway , data concentrator for
numerical relays/ BCPUs connected over IEC 61850 and I/O Cards in RTUs to be configured
accordingly i.e. for bays where requisite I/Os are not served through numerical relays/
BCPUs
1.3.1.3.1 Eligibility
The real time monitoring of the distribution system through state-of-the a RT-DAS system
encompassing all distribution Sub-stations & FPIs at secondary network emanating from S/S shall
be implemented to achieve objective of this scheme. SCADA system for Towns with following
criteria shall be eligible RT-DAS in towns based on Common district-wise or Circle-wise or Zone
wise common control centers of Group B in all other statutory towns (2011 census) with
population less than 25000. However, based on the requirement, utility may opt basic SCADA
Major components that a RT-DAS 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. Survey, Supply, Design, Engineering, Installation, Testing, Commissioning, Go-
Live & service based (SLA) for utility for:
Common District/ Circle /Zone - wise, Standard SCADA Control Centre (SSCC) for all
eligible in the district. (A district control center can be clubbed Zonal SCADA control
centers (ZSCC) adjoining districts if present count of aggregated O/G Feeders is up to 400
feeders. This includes monitoring of Substations of Group C also. Further, for Ladakh,
IEC 60870-5-104 –RTU, IEC 60870-5-104/101 & IEC 20922(OPTIONAL)for FRTUs, FPI to
control centers.
MODBUS or IEC 60870-5-101/104 – MFTs to RTUs
ICCP (TASE.2) between SCADA/DMS Control center /DR center & state load dispatch
center(optional)
Support /compliance to IEC61850 ,IEC60870-5 suite for RTU/CC for numerical relays
Keeping in view the aims and objectives of Atma Nirbhar Bharat Abhiyan,
Ministry of Power has issued Public Procurement (Preference to Make in India)
for Purchase Preference (linked with local content) Order in respect of Power
Sector on 28.7.2020. This order is in line with the DPIIT Notification No.P-
45021/2/2017-PP (BE-II) dated 4th June, 2020. This order along- with
amendments, if any, from time to time, shall be followed by the DISCOMs
and bidder in the implementation of the scheme.
The SIA in coordination with utility (as per the requirement to be given in
the detailed RFP and group A town) shall carry out field survey, design
,engineering, supply, installation, testing & commissioning of SCADA/DMS
software applications, Dispatcher Training Simulator (DTS) , hardware (including
PCs, Servers, Routers, Switches, VPS, RTU, FRTUs, Multi-function Transducers
(MFTs), Communication equipment , Auxiliary power supply etc.), software
(including operating system, databases, network management system etc.),
network (LAN,WAN), RMUs, Sectionalizers, A/R , FPIs etc.
Integration with existing /under implementation IT system under IPDS & any
other relevant SCADA/ DMS or RT-DAS legacy/ Numerical relay in the
identified project areas of the utility in the RFP
Integration with State Load Dispatch center (SLDC) for the state for exchanging
relevant real time data & scheduling data over ICCP if opted by utility. In
case utility includes data exchange facility with SLDC, then it is their
responsibility to do necessary bilateral agreement for data exchange with
TRANSCO or owner of SLDC. & facilitate necessary help to SIA
To achieve the desired Service Levels, the Contractor may need to interact,
coordinate and collaborate with the other Service Providers as required.
The Contractor will act as the Single Point of Contact for all issues
relating to the Service Levels. The Contractor will have the responsibility
to deal with the other vendors (during warranty period) /other vendors
as selected by utility (after warranty period) as the case maybe, to provide
the services at agreed service levels. However, the prime responsibility of
providing desired services shall be that of lead Contractor during warranty
period. The role of SIA as FMS Contractor (shall start immediately after
systems are installed, commissioned and handed over to the owner after
Operational acceptance (S.A.T) of the System.
The Scope of Work shall include the software and hardware maintenance
support to be provided by the Contractor in respect of the system
supplied including interim audit in case of major change and regular
annual Cyber security audit by CERT.IN empanelled agency or any
agencies notified by MoP/GoI /Nodal agency under this project during 5
year Facility Management Services (FMS) period along with Supervision
& Operationalizing 5 year warranty of the SCADA,DMS,OMS, RTDAS
System and communication network after the Operational Acceptance of
the same.
3) System Design and Engineering: The SIA shall be responsible for detailed
design and engineering of overall system, sub-systems, elements, system
facilities, equipment, services, including systems application software and
hardware etc. It shall include proper definition and execution of all
interfaces with systems, equipment, material and services of utility for
proper and correct design, performance and operation of the project. SIA
shall provide complete engineering data, drawings, reports, manuals and
services offered etc. i.e. complete set of documentation /drawings for
Utilities review, approval and records
7) 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 shall 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, legacy SCADA/DMS system, RTU/FRTU, IT systems, Numerical
relays (existing and new) etc. including billing, customer care , GIS etc.
already existing and functional in the utility, but outside the present
scope of work and defined in RFP by utility. The integration is expected
to be Industry Standards Based on IEC 61968-1 Bus (SOA Enabled on
enterprise Bus) using CIM/XML, OPC, ICCP etc., which is, on-line, real
time or offline where appropriate and shall operate in an automated
fashion without manual intervention, which is documented for future
maintenance.
10) 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. All civil & architectural works, internal and external electrification, Air
conditioning and ventilation, fire-fighting system and Access control system
required for SCADA/DMS system are outside the scope of the SIA,
however contractor has to indicate the space requirement for control
center, DR center, RTU / FRTU/Auxiliary power supply & communication
equipment any other specific requirement, power supply requirement
including standby supply requirement, so that the utility can provide the
same as per bidder's requirement
b. Manpower required operating SCADA/DMS, SCADA, RTDAS system.
c. A.C. input power supply
The contractor shall undertake detailed site survey immediately after award of
the contract of all the sites to access the various requirements such as space,
identification of input terminals, and availability of air-conditioning, spare
contacts etc. for completion of engineering, site installation, testing and
commissioning of the project. The type and number of hardware and software
elements (Bill of Quantity) within the scope of the project to be supplied for
the various sites are identified in the Appendices. The individual functions to
be performed by the hardware and software and system sizing criteria are
described in the relevant sections. The specification defines requirements on
functional basis and does not intend to dictate a specific design. On the other
hand certain minimum requirements must be met in accordance with the
particular details provided elsewhere in the specification.
The items, which are not specifically identified but are required for completion
of the project within the intent of the specification, shall also be supplied &
installed without any additional cost implication to the employer/owner.
The Bidder's proposal shall address all functional, availability and performance
requirements within this specification and shall include sufficient information
and supporting documentation in order to determine compliance with this
specification without further necessity for enquiries.
The Bidders are advised to visit sites (at their own expense), prior to the
submission of the proposal, and make surveys and assessments as deemed
necessary for proposal submission.
The successful bidder (Contractor) is required to visit all sites. The site visits
after contract award shall include all necessary surveys to allow the contractor
to perform the design and implementation functions.
After the site/route survey the Contractor shall submit a survey report for all
the sites. This report shall include at least the following items; however, the
exact format of the report shall be finalized by the contractor with the approval
of Employer.
The sites are located in the towns of Group A for SCADA/DMS as per list in Chapter
19 Annexure 1. The minimum to maximum temperature & relative humidity
generally falls 25oC to 45oC during the summer and 22oC to 5oC during the winter & 42 % to 82
% respectively.
Utility shall also indicate locations at above 2000 m form M.S.L if any so that bidder
can include hardware to suit requirement of higher altitude. The system/equipment
shall be designed as per the environmental conditions mentioned in the relevant
section of this specification. The operating and ambient temperature specified for
hardware /equipment in respective chapters are indicative for each equipment in the
specification . Utility may change as per the climatic condition and operational
requirement with vendor neutral approach
Wherever, new standards and revisions are issued during the period of the
contract, the Contractor shall attempt to comply with such standards, provided
there is no additional financial implication to employer/owner.
1.3.12 Warranty
This would include 5 years warranty for the related hardware & software
supplied under the SCADA/DMS project after the Site acceptance test (S.A.T),
operational acceptance of the SCADA/DMS System. The 5 year warranty shall
include comprehensive OEM on-site warranty for all components (H/W and
Software including OS) supplied including reloading and reconfiguration of all
Software and device drivers/patches etc. if required. In case 5 Years warranty
is beyond standard warranty period of the equipment or required to cover to
cover FMS period , the extended warranty shall be the responsibility of SIA.
End of Chapter-1
SCADA system shall acquire data from Remote Terminal Units (RTUs) (Group
A, Towns), FRTUs (Group A, U Towns), FPIs (Group A) & Numerical Relays,
wherever applicable.
The type of data to be acquired through RTUs, FRTUs shall include analog
values, digital status data (Double point and single point indications) and SOE
data from the substation, RMUs etc.
Analog values like P, Q, F, each phase V, each phase I, each phase pf, and
energy values (Export/Import KWh and KVARh) shall be collected by the RTU,
FRTUs from the M F T s .
For FPIs, Digital status in the form Fault protection indication viz O/C &
E//F & in case also analog data such as Fault settings are remotely.
The indicative point counts & type of data acquired are given in the RTU,
FRTU are specified in Annexure for in I/O points in chapter 19.
All analog values except energy values shall be reported by exception from
the RTU, FRTU & FPI. The analog value, when reported by exception, shall
be updated & displayed within 4 sec from S/S & 6 sec from
RMU/Sectionalizers locations at the control center. An integrity scan of all
status & Analog values shall also be made every 10 minutes (configurable).
The provision shall also be made to report analog values & status data
periodically at every 10sec (user configurable), if required by the user.
The time skew at SCADA/DMS control center, S/S , RMU,FPI shall not be
more than 0.1sec at each location & latency shall not be more than 0.5sec
The contractor must assess & take the network delay into consideration while
designing the system so that the update time in normal & peak level of
activities are met.
The SCADA/DMS computer system shall also be able to collect any and all
analog & digital data from its RTUs/FRTU/FPI/Numerical relays on demand.
Apart from the periodic integrity scan, the integrity scan shall also be initiated
automatically for an RTU/ FRTU/ FPI/Numerical relays whenever the following
situations arise:
The TCP/IP Communication for RTU, FRTU, FPI, Numerical relays on public
network shall be encrypted over SSL Security / VPN & the equipment should
take control command from designated Master IP address only and no other
IP. The RTU, FRTU, FPI, Numerical relays & all TCP/IP devices that are on
Public Network shall form a private VPN network with the SCADA Front End,
through which encrypted data gets exchanged. In case, RMU & Sectionlizer is
supplied with built -in FRTU is supplied, then also the above time skew and
update requirement shall be met.
In the event of telemetry failure, the last good value/status shall be retained
in the database foreach affected point. When telemetry returns to normal, the
associated SCADA system shall automatically resume updating the database
with the scanned data.
The user shall be able to substitute a value in the database for any point
that is experiencing telemetry failure which shall be marked with manual
replaced quality code in addition to the ‘telemetry failure’ quality code.
Acquisition Modes
The SCADA/DMS system will be synchronized from the GPS based Time and
frequency system. The SCADA system shall synchronize the time of all
connected RTUs/FRTUs/FPI every 15 minutes (user configurable from 5
minutes to 24 hrs.) using time synchronization message in the IEC 870-5-
104/101 protocol /NTP/SNTP. The servers /Workstations at SCADA/DMS
control center shall be synchronized using NTP/SNTP. The time of DR center
shall also be synchronized from the GPS based system installed in one of the
associated SCADA/DMS control center or SCADA centre in the DISCOM
2.2.4.1 National Power Portal (NPP) & National Feeder Monitoring System
(NFMS) or SLDC or any other platform as required by PFC/MoP
Machine to Machine data transfer to existing National Power Portal (NPP) &
National Feeder Monitoring System (NFMS envisaged under PART A of the
scheme separately. The data transfer shall be done in JSON object or any
other format as finalized required, by creating suitable APIs at SCADA control
Centre. The data primarily will be feeder wise SAIFI/SAIFI values on daily
basis. Further, it shall be possible to transfer other telemetered data of interest
of feeder also. The data & exchange format will be decided during design &
Engineering phase.
SCADA/DMS System shall exchange data with ISR System & ISR System shall
be the nodal interface with all IT System. The Data Center, DR Center and
Customer Care Center under IT System, shall exchange data with the ISR
System, using Open Standards like CIM/XML & IEC 61968 Series Standards
for Power System, OPC, ICCP/TASE.2., ODBC The GIS System shall exchange
data with SCADA System over IEC 61968-1 SOA based ESB/Bus using
CIM/XML Models for Power System using GIS Engine / Adapters supporting
the standard.
If utility was having GIS/ billing/customer system prior to this scheme such
as IPDS i.e. considered as legacy, then interfaces may be selected accordingly
viz. ODBC/DDE etc. using ASCII files. However, they shall provide system in
compliance of the data exchange requirement specified in this para.
Data to be exchanged with IT system is defined ISR section. For DR & SLDC,
it is given below:
SCADA/DMS control centers shall have provision to also exchange data using
ICCP with State Load Dispatch Centre (SLDC) (if required) of the state. Data
exchange shall also allow other information to be transferred report by
exception but also configurable periodically, or on demand. It shall be possible
to exchange at least the following data:
It is envisaged that the utility shall get the load forecasting & drawl schedules
from SLDC & versa in order to execute planning of load distribution. In
addition, status /measurement of interconnected network shall be able
exchanged in both directions.
For Group-A towns, Disaster recovery is replica of main control center and
hence shall be in sync on daily basis or on demand also.
The SCADA/DMS system shall prepare all data that they acquire for use by
the power system operations and other applications. The data processing
requirements shall apply to data collected from all specified sources.
Data acquired from RTUs/FRTUs/FPI/IT system, as well as data received from
the DMS and the existing control centers (if any and specified by utility in
this RFP), shall be processed and placed in the Real-Time Database as soon
as it is received.
Data processing involves a value which has been converted to internal form
and analyzed for violations of limits. The data processing shall set various
data attributes depending on the results of the checks and shall trigger any
additional processing or calculation. The SCADA
/DMS system shall prepare all the acquired data for use by the power system
applications. The SCADA system shall have capability to accept data from the
following sources:
All telemetered and calculated analog point shall be compared against above
sets of high and low limits each time the value is scanned or calculated.
Whenever a monitored point crosses a limit in the undesirable direction a
limit violation alarm message shall be generated. Whenever a monitored point
crosses a limit in the desirable direction, an exit alarm message shall be
generated. If multiple limits have been crossed since the last check, each limit
crossed shall be reported.
All limit monitoring shall preclude annunciation of multiple alarms when a
value oscillates about an alarm limit by utilizing a programmer-adjustable
alarm dead- band for each point.
The user shall be able to temporarily override any of the above limits (which
are in use) by entering a new value. When the user overrides a limit, it shall
be marked with a ‘limit override quality code’ on all display. override quality
on all displays. The override value shall be recognized, and any display,
report, or log containing the value of the overridden limit shall include it as
such. An override value shall be used instead of the permanent value until
the user removes the override condition or system is re- initialized. Any change
in alarm states resulting from a change in limit value shall be reported.
Contractor shall finalize & take approval from utility for limit values.
All telemetered and calculated analog points shall also be processed for rate
of change / Gradient processing, if defined that point for such processing in
the database. An Alarm for over shoot & event message for return to normal
shall be generated.
The rate of change shall be calculated periodically for each assigned point,
by dividing the values at the beginning and the end of the period into
the length of the period. Filtering shall be applied so that single scan
Alarming and availability for display and processing shall apply to the ROC
points. There shall be a positive limit and a negative limit to catch excessive
rises in the analog value.
The sign conventions for the display, data entry and reporting of active and
reactive power flow shall be used universally by all SCADA/DMS functions.
All imports to bus bars shall be represented with + sign and all exports from
bus bars shall be with ve sign.
It shall be possible to use the two methods concurrently for any pulse
accumulator, making it possible to maintain two records for data that are
read more than once an hour.
Each state of a digital input point shall be associated with the state of an
actual device. The number of bits that will be used to define the state of a
device is defined in the RTU/FRTU Specification. A status point shall be
defined as being either legal or illegal, and normal or abnormal:
Illegal state: The first check on a new input to a digital status point
is the legality check. If the new state is illegal, then the old value shall
be left in the database and marked old with relevant quality code such
as telemetry failure etc.
Abnormal state: If the new state is legal, it shall be checked to see if
it is among the normal states defined for the point. If not, the status
point shall be marked as abnormal. While abnormal, it shall appear in
the summary display of abnormal conditions/ off-normal summary.
Alarm checking: Each new value shall be checked to see if transitions
into that state are to be alarmed. If so, and if no control action is
pending on the status point, then an alarm action shall be triggered.
(1) Open/Closed
(2) Tripped/Closed
(3) Alarm/Normal
c. Momentary change Detection (MCD): The input to capture the states of fast
acting devices such as auto-reclosers.
Calculated analog values shall use database points as the arguments and
mathematical and statistical functions as the operations. Functions such as
addition, subtraction, multiplication, division, maximum value, minimum value
and average value, count, integration, square root extraction, exponentiation,
trigonometric functions, logarithms and logical & comparative operators etc.
shall be provided.
Quality codes indicate the presence of one or more factors that affect the
validity of a data value. All quality codes that apply to a data value shall be
maintained in the database for that data value.
The quality of the calculated value shall be the quality of its "worst" component
of its arguments. The presence of a quality code on any of the component
data values shall not disrupt the calculation using that value. Results of
calculations that are manually overridden by the user shall be denoted with
a quality code that can be differentiated from the propagation of a manual
replaced quality code from one of its component values.
At least the following data quality codes preferably as the following single
letter code shall be provided. However, distinct symbols /shapes after approval
from employer may also be used.
All real-time data (Analog and status) shall be continuously stored in auxiliary
memory for at least two weeks as and when it is received in the SCADA
database from the RTUs/FRTUs//FPIs.
It shall be possible to playback above stored data on single line diagram and
network diagram for a time window of at least 10 minutes (configurable in
seconds /minutes) by defining Start and End date and time. It shall be
possible to have tabular and graphical trends of the stored data. It shall be
possible to set a different sampling rate for playback than the sampling rate
for data storage.
The users shall be able to select the time window of interest for archival of
data in the ISR system for future retrieval and playback in SCADA system.
This archived data shall be transferable in RDBMS database tables of ISR
system for generation of tabular displays and reports.
All SOE data collected from all RTU/ FRTU/FPIs shall be stored in daily
RDBMS database of ISR system.
The SCADA system shall have capability to write various programs using IEC
61131-3 SCADA language or C/C++ or any non-proprietary language. It will
facilitate user (programmer) to write various programs/ logics using points
defined in the database.
The operator shall be able to request digital status control, set-point control
and raise/lower control on selected points and analog using Select check
before operate (SCBO) Sequence.
Supervisory control shall allow the SCADA system to remotely control switching
devices. A control action shall require a confirmation-of-selection-prior-to-
execution response. Initiation of the control execute step shall occur after the
dispatcher confirms that the correct point and control action have been
selected.
If, after selecting a point, the user does not execute the control action within
a programmer- adjustable time-out period, or if the user performs any action
other than completing the control action, the selection shall be cancelled and
the user be informed. If the communication to the RTU /FRTU/FPI is not
available, the control command shall be rejected and shall not remain in
queue.
The user shall not be prevented from requesting other displays, performing a
different supervisory control action, or performing any other user interface
operation while the SCADA/DMS system waits for a report-back on previously
executed control actions.
The system shall process supervisory control commands with a higher priority
than requests for data from the RTU /FRTU /FPI data acquisition function.
Functional requirements for the various types of supervisory control are given
below. A supervisory control request shall be sent from control center only
after the controlled point was checked for proper conditions. The request shall
be rejected by the System if:
Rejection of a control request from control center shall occur before any
transmission is made for control purposes. A control rejection message shall
be displayed for the Dispatcher.
2.2.9.1.1 Breakers
The user shall be able to select and operate the two state controllable
switching device i.e. Circuit breakers/ LBS/ in case of RMUs, Isolator also
The user shall be able to select and operate switches or the reset flag of FPI
as per utility SoP.
The user shall be able to control capacitor devices. The procedure for
controlling these devices shall be the same as that of a switching device
except that any supervisory control action must be inhibited for a programmer-
adjustable time period after the capacitor/ reactor device has been operated.
A message shall appear if an attempt is made to operate the device prior to
expiration of that time period & dispatcher is required to give command after
expiration of inhibited time period.
SCADA system shall have the capability to raise and lower the on load tap
position of the transformers from SCADA control center through supervisory
commands.
Depending on system conditions, the user may raise or lower the tap positions
of On Load Tap Changing (OLTC) transformers. OLTC's tap position needs to
be monitored if supervisory control action is to be exercised. OLTC tap position
input shall be acquired as an analog value. Tap excursions beyond user-
specified high and low limits shall cause the master station to generate an
alarm.
Supervisory control of OLTCs shall only be permitted when the transformer's
control mode is Supervisory. All attempted invalid control actions shall be
rejected.
For supervisory operations, the initial selection and control of the transformer
for a raise/lower operation shall follow the (SCBO) Sequence. Upon receipt of
the raise/lower command, the RTU will immediately execute the control action.
It shall not be necessary for the user tore-select the transformer for additional
The SCADA/DMS shall provide the capability to issue set point control using
SCBO procedure to field equipment The SCADA/DMS shall transmit a
numerical value to the device being controlled, to indicate the desired
operational setting of the device.
The Auto execution sequence function shall permit multiple supervisory control
commands to be programmed for automatic execution in a predefined sequence.
The dispatcher shall be able to execute this sequence. Commands to be
supported shall include:
Time delayed
Pause & until a user commanded restart or step execution
Jump to other sequence on certain conditional logic
Manual Entry.
a)Type of controls that shall be inhibited by the tag (e.g. open only
(Green tag) close only (Yellow tag), open and close (Red tag), or
information only - no control inhibit (White tag). Tags shall be
preferably identified by colors. However, distinct symbols /shapes after
approval from employer may also be used.
b)Tag priority
Further the user shall be able to place at least 4 tags per device.
Only the highest priority tag shall be displayed. Any combination of
tags shall be supported, including multiple tags of the same type.
The combined effect of multiple tags shall be to inhibit a type of
control if it is inhibited by any of the tags.
For commands issued as part of a group control, DMS applications etc., the
successful completion of all device control actions shall be reported via a
single message. If the operation is unsuccessful, the user shall be informed
of those devices in the group that failed to operate.
The SCADA system shall be able to manage & prevent system from total
shutdown / crash etc.in the event of system crosses mark of peak loading
requirements through graceful de- gradation of non-critical functions & also
relaxing periodicity / update rate of display refresh & critical functions by
50%.
Information Storage and Retrieval (ISR) function shall allow collection of data
from real-time SCADA/DMS system and storing it periodically in a Relational
database management system (RDBMS) database as historical information (HI)
data. This includes storing of data such as SOE, status data, Analog values,
calculated values, Energy values etc. Programmer shall also be able to set
storage mode as by exception in place of periodic storage.
Subsequently, the data shall be retrieved for analysis, display, and trending
and report generation. All stored data shall be accessible from any time period
regardless of changes made to the database after storage of that data (e.g.,
it shall be possible to retrieve stored data for a variable that no longer exists
in the SCADA/DMS computer system through backups on storage medias viz.
tapes /MO disks e t c . and initialize study-mode DMS functions with stored
data on the corresponding power system model).
It should be able to compress data, and should have 100% retrieval accuracy.
However, the retrieval of compressed historical streams should be of the same
performance levels as normal SCADA retrieval. The ISR should be able to
interface over ICCP, OPC, ODBC and CIM/XML, JSON to external systems (as
defined by utility to interface with in the section (as defined by utility to
interface with in the section “Data exchange”) for analytics over SOA/ESB for
In ISR should also support ad-hoc queries /reports, and define display and
report formats for selected data via interactive procedures from operator
workstations. Formatted reports and responses to user queries shall be
presented in alphanumeric or graphical format on either operator workstations
or printers at the option of the user. Procedure definition facilities shall be
provided for activities that will be frequently performed. SQL-based language
shall be used for selecting, retrieving, editing, sorting, analyzing, and reporting
ISR data stored. The selection and sorting criteria shall include time tags and
ranges, station names, point names, equipment types, status values, text string
matches on selected data fields etc. and combinations of these criteria.
It shall be possible to reload any IS&R archival media that has been removed
from IS&R and access the archived data without disturbing the collection,
storage, and retrieval of IS&R data in real-time.
The ISR system shall also be used for mass storage of data/files such as
DMS application save- cases, Output results of DMS applications, Continuous
real-time data of selected time window etc.
The online period of data tables is 24 months, however, there shall not be
time restriction to online availability of logs, real time data based on the
stored values.
The ISR function shall maintain a table in RDBMS database where real-time
status of all Circuit breakers, in case of RMU -LBS, isolators & Sectionalizers
switching also along with the associated quality codes shall be stored. The
change of status of any breaker shall be updated in this table as soon as
the change is detected by the SCADA system. This table shall contain
additional information such as date & time of tripping, cause of tripping,
Expected duration of outage etc. Some of the causes of tripping could be
Supervisory control by user, Protection tripping, Tripping / closing by DMS
applications. Information on expected duration of outage shall be taken from
schedules for DMS application such as Load shed application etc. For expected
duration of outages due to protection tripping, the same shall be user enterable
field. Such daily tables for 24 months duration shall be stored on auxiliary
memory (Online). Tables for the previous day shall be backed up to Magnetic
tape/or any offline storage device for this purpose by the user at 10AM daily.
The ISR function shall transfer the information available in the "Circuit breaker
status
as defined above, and may be used by existing Customer Care center /legacy
system using SOA/Enterprise Service Bus, over ODBC/OPC/ICCP Adapters /
Interfaces. The complete Circuit Breaker Information shall be transferred to
At the end of each 5 minutes, the following real time snapshot data shall be
stored in RDBMS in Real-time Database Snapshot tables:
(a) All telemetered analog values and Calculated values for all tele-metered
analog points (at least maxima & minima with associated time and
average values). Energy values are not envisaged for storage in Data
snapshot tables.
(b) All status values with time stamp
All the above values as specified above in (a) & (b) shall be stored along with
their associated quality code. The periodicity of the snapshot shall be user
adjustable to include 5, 15, 30, and 60 minutes. Data Snapshot tables shall
be created on daily basis. Such daily tables for 24 months duration shall be
stored on auxiliary memory (Online). Tables for the previous day shall be
backed up to Magnetic tape/ or any offline storage device or External hard-disks
of sufficient capacity, for this purpose by the user at 10AM daily.
The ISR function shall prompt the user through a pop-up window to inform
the user for taking the backup. The pop-up window shall persist till user
acknowledges the same. In addition to that data can be stored on offline
storage device.
The user shall also be able to initialize the study-mode power system analysis
functions from stored snapshot data.
Hourly data tables shall be created on daily basis. Such daily tables for 24
months duration shall be stored on auxiliary memory Online). Tables for the
previous day shall be backed up to Magnetic tape/ or any offline storage
device for this purpose by the user at 10AM daily.
The ISR function shall prompt the user through a pop-up window to remind
the user for taking the backup. The pop-up window shall persist till user
acknowledges the same.
The programmer shall be able to independently assign any one of the following
processing for each hourly value to be executed when the value is missed
and cannot be acquired prior to the storage of hourly values.
(a) Store zero and a telemetry failure quality code for each missed hour.
(b) Store the last good data value, with a questionable data quality
code, for each missed hour.
(c) Temporarily store zero with a telemetry failure code for each missed
hour.
(d) When the next good hourly value is obtained, divide that value by
the number of hours since the last good value was obtained and
insert this value, with a questionable data quality code, for all hours
with missed data and the first hour that good data was obtained
as is the case for energy values.
The programmer shall be able to define calculated values using stored hourly
data and constants as operands. The calculations shall allow the carry-forward
of data from one day, week, or month to the next. The results of all
calculations shall include quality codes derived from the quality codes of the
operands. The following calculations shall be provided:
The SAIDI/SAIFI data shall be determined from outage and restoration time
(breaker on & off /on cycle) and the time of outage. SAIDI /SAIFI shall be
determined considering reason of outage in terms of planned and unplanned
outage (Planned due to maintenance
/operator command driven), Unplanned ( Fault/Trip driven ). In addition, the
data consumer count and load connected on feeder on monthly basis shall be
updated from user entry or export from IT system if any. There shall be
suitable alarm/event message including user ID for such activity. Such tables
on daily/ weekly/ monthly/ quarterly and shall be available
The data so captured shall also derive town wise SAIDI/SAIFI on daily/
weekly/ monthly/ quarterly, yearly and user defined timeline basis. Such daily
tables for two years duration shall be stored on auxiliary memory (Online).
The daily energy data table shall be generated for storage of daily energy
values for 15 minute blocks / one hour blocks of a day & shall be stored
for each feeder on daily basis along with quality codes. This daily energy data
shall be exchanged with the Billing system in Data center/ legacy master
billing center, if so defined to integrate in data exchange on daily basis and
on demand. This table shall be created on daily basis. Such daily tables for
24 months duration shall be stored on auxiliary memory. Daily Energy data
table for the previous month shall be backed up to Magnetic tape by the
user on the 10th of every month.
ISR system shall maintain a Load priority table containing information such
as breaker name, number of consumers connected to each Breaker and Load
priority of each Breaker. In addition, the priority of the feeders shall be
updated from user entry or export from IT system if any on monthly basis
or user defined based on AT&C and revenue generation /collection or any
other priority Besides, this system shall also be able to set load priority based
on the AT&C an revenue information collected from IT system for each feeder
ISR system shall maintain SOE data table which shall store the SOE data
for complete distribution system. It shall be possible to sort the table by
Time, Date, Substation name/, feeder/line name, device name etc. using SQL
commands. This table shall be made on daily basis. Such daily tables for
two years duration shall be stored on auxiliary memory. For the purpose of
sizing of table, daily 4 changes per SOE point may be considered. All CBs,
protection and alarm contacts shall be considered as SOE. Tables for the
previous day shall be backed up to Magnetic tape/ MO disks by the user at
10AM of every day.
ISR system shall maintain record of DT, Power transformer failure information
on weekly manner . The same shall be collected from ERP system if any or
any other system where such data is maintained and also there shall be
provision for user to enter data pertaining to failure of power transformer and
DT to determine DT & Power transformer failure rate shoot instances record
on weekly monthly, quarterly, yearly basis. Such daily tables for two years
duration shall be stored on auxiliary memory. Tables for the previous day
shall be backed up to Magnetic tape/ MO disks by the user at 10AM of
every day.
ISR system shall maintain record of user defined indexes derived for
performance from telemetered data to record on daily weekly monthly, quarterly,
yearly basis. Such daily tables for two years duration shall be stored on
auxiliary memory. Tables for the previous day shall be backed up to Magnetic
tape/ MO disks by the user at 10AM of every day.
ISR system shall maintain record of avg time to report outage location,
restoration of supply of feeder, project area on monthly, quarterly, yearly
basis. Such daily tables for two years duration shall be stored on auxiliary
memory. Tables for the previous day shall be backed up to Magnetic tape/
MO disks by the user at 10AM of every day.
ISR system shall maintain record and flash report in form of dashboard for
management of utility exhibiting key performance indices. Such daily tables
for two years duration shall be stored on auxiliary memory. Tables for the
previous day shall be backed up to Magnetic tape/ MO disks by the user at
10AM of every day
The data stored in the ISR system shall support the following retrieval
capabilities:
(a) The user shall be able to view and edit HI data on displays/Forms and
reports. The user shall be able to edit HI data, request recalculation of
all derived values, and regenerate and print any daily, weekly or monthly
HI report for the current and previous month.
System message log, which shall consist of the chronological listing of the
SCADA/DMS computer system alarm messages, event messages and user
messages shall be stored for archival and analysis. Each entry shall consist
of time tag and a text containing user and device identification as displayed
on the Alarm Summary or Event Summary displays. The System message log
data storage shall be sized for up to 20,000 entries per month.
System message log data shall be stored in daily tables & shall be available
for minimum two months on auxiliary memory (online) System message log
data for previous months shall be Backed up on Magnetic tapes/ MO disks
by the user for which ISR function shall prompt the user every hour with
suitable message to remind user for taking the backup on the 10th of every
month. This message shall be disabled once the backup is taken.
Facilities to sort and selectively display and print the contents of the system
message log shall be provided. The user shall be able to select the display
of system message log entries based upon Alarm type, Events, User generated
messages, Device, and Time period.
The ISR system shall be sized for mass storage of data/files for at least
the following :
The load-shed application shall automate and optimize the process of selecting
the best combination of switches to be opened and controlling in order to
shed the desired amount of load. Given a total amount of load to be shed,
the load shed application shall recommend different possible combinations of
switches to be opened, in order to meet the requirement. The despatcher is
presented with various combinations of switching operations, which shall result
in a total amount of load shed, which closely resembles the specified total.
The despatcher can then choose any of the recommended actions and execute
them. The recommendation is based on Basic rules for load shedding &
restoration
The load shall be shed or restored on the basis of following basic rules:
The LSA shall have a priority mechanism that shall allow the user to assign
higher priorities for VIP/ Critical loads or any other important load or feeders
with high revenue or low AT&C losses. The load assigned with the higher
priorities shall be advised to be shed later and restore earlier than load with
relatively lower priorities. Each load priority shall be user definable over the
scale of at least 1-10.
(b) By 24 Hrs. load shed /restore history
The loads of equal priorities shall be advised for restoration in such a way
that loads shed first shall be advised to be restored first. The application
shall ensure that tripping operations is done in a cyclic manner to avoid the
same consumers being affected repeatedly, however, priority loads shall be
affected least.
In this mode operator specifies the desired load to be restored. The software
shall determine the switches to be operated for the requested load restore
considering the basic rules for load shed & restoration.
In case more than one options are possible, then the application shall identify
all such options with the priority of consumers along with the number of
consumers are likely to be restored for the particular load restore option if
chosen by despatcher. The despatcher shall select & execute one of these
options for effecting the load restoration.
The Load shed Application shall maintain a load restore timer, which shall
automatically start after tripping of CB due to manual load shedding. An
alarm shall be generated to remind the operator to restore the loads when
this timer expires. For manual mode of operation the dispatcher shall enter
the value of load restore timer.
The function shall execute the tripping of breakers based on the system
frequency automatically considering the basic rules for load shed & restoration.
The function shall operate to shed load at the predefined time of the day &
load to be shed. The software shall automatically execute the switching
operations considering the basic rules for load shed & restoration.
This shall have two modes namely frequency based load restoration & time
of day based load restoration as described below:
The function shall operate to restore load at the predefined time of the day
& load to be restored. The software shall automatically execute the switching
operations considering the basic rules for load shed & restoration.
2.4.3 Alarms/Events
All Load shed & restore operations executed shall be logged in the system as
events. In case the supervisory control fails during the operation in predefined
time, an alarm shall be generated with the possible reason for the failure.
Load shed application shall generate Summary Reports for project area on
daily basis. These reports shall be available online for minimum period of two
days. The following reports shall be made.
The same shall be replica of SCADA DMS Control center for Group A and
with secured permission and upon non-availability of main SCADA/DMS
Control center, the operation of that town shall be possible from DRR.
However, system shall remain in sync at hourly basis and shall be suitable
interlocks to avoid any accidental command. In case main control center is
not available, all underlying equipment i.e. RTU/FRTU/FPI etc shall switch
reporting to DRR and DRR will now act as master and such old master. The
process of switching shall not take more than 15 minutes. Now, after swapped
configuration of DRR and Main Control Centre, the data such shall continue
from new master SCADA Centre to swapped DRR centre.
The RT-DAS system shall use control center of Group B towns and shall
have SCADA features except control capability. However, the same may be
upgraded for enabling control ,if need be without additional license and only
by adding output cards and enabling in the configuration software.
End of Chapter 2
All DMS result tabular displays shall have capability for sorting by name and
calculated parameters. The solution prescribed by DMS application shall
consider & identify & sort the following as minimum.
The DMS applications shall have a common model for the project area
comprising of primary substation feeders, distribution network and devices
with minimum 10 possible islands, which may be formed dynamically. All
DMS applications shall be able to run successfully for the total distribution
system with future expandability as envisaged under the specification. The
following devices shall be represented in the model as a minimum:
a) Power Injection points
b) Transformers
c) Feeders
d) Load (balanced as well as unbalanced)
e) Circuit Breakers
f) RMUs & Sectionizers
g) Isolators
h) Fuses
i) Capacitor banks
j) Reactors
k) Generators
l) Bus bars
m) Temporary Jumper, Cut and Ground
n) Ring, Meshed & radial network configuration
All DMS applications shall be accessed from graphic user interface through
Operator consoles as defined in this specification. Reports, results and displays
of all DMS application shall be available for printing at user request.
The extraction should also allow incremental updates & global transfer with
no need to bring the system down or even fail over. The model should support
extraction on a per-station basis and must be fully scalable from a single
zone substation to the largest distribution networks. SCADA/ DMS should be
able to present geospatial data even when the link to the source GIS at the
data center/DR is not available. The user interface supporting the database
will provide updated data directly to display geographic and/or schematic views
of the network.
The model should support multiple geographic coordinate sets for each device
so that, if available, the network can be displayed in custom geo- schematic
formats. The network views may also include various levels of detail depending
on the zoom level. Information such as land-based data (provided as a dxf
file, shape file etc.) may also be displayed as required.
Each of the two systems shall keep its own specificity, and shall be used for
what it has been designed: the SCADA for the real-time data acquisition,
control and processing, the GIS for the maintenance of the network
construction and geographic data.
The required functionalities for this interface shall cover the two following
aspects:
The transfer of specific real-time data from the DMS into the GIS data-base
the possibility to navigate easily from one system to the other through the
Data exchanges shall be made through the Control Center LAN/WAN.. Bidder
shall demonstrate its incorporation capability to the main GIS Vendors through
a dedicated reference list or provide and support standard interfaces to GIS.
Utility shall specify availability of updated GIS based asset /network database
and GIS application software In case of non-availability of the same , utility
shall be provided through sanctioned scope of IT/AMISP etc or on their own
funds. For SCADA/DMS , if existing database of electrical assets is not up
to date or incorrect. Bidder may consider , the scope of survey , data entry
, updation in their scope . Further , if license is not upto date or bidder
assess complex to integrate, then bidder may include GIS software or else to
be provided without additional cost to employer cost to employer. The details
of software ,available, interface and state of data to be specified in the legacy
section .i.e chapter 1 of RFP. In case SCADA/ DMS database is commissioned
without GIS due to unforeseen events, then SCADA/DMS shall be completed
by SLD based displays only and cost of the GIS may be deducted by utility
As an option, utility may also include GIS software also in the RFP as per
approved IT OR /SCADA projects. Same is available in BoQ . Key feature /
specification is given in the table below:
The GIS product shall have an industry standard Data Model and shall be CIM
2 compliant. Standard adaptors to export the data in CIM model should be available off
the shelf.
Bidder will propose to follow the three-stage database modeling process involving
Conceptual, Logical and Physical data models. The finalization of the data model
would be performed as part of DESIGN ENGINEERING jointly with discom. To design
the Data model, Bidder will develop conceptual model to assemble a high-level
abstract representation of the GIS layers and to identify basic relationship between
data entities by grouping of simple features into categories or thematic groups.
5 Standard five key elements of Geo database design
Logical model will be developed further to visualize clearly data relationships, shapes
and business attributes and finally Physical model will be prepared which will
constitute complete details, defined schema design and specifically defines attributes
and their characteristics like Relationships, Subtypes, Domains, Topology Rules, data
dictionary, primary keys for each feature class. Fine-tuning of these models will be
6 performed until all the data requirements are fulfilled.
This shall enable creation of GIS base application geo-database, which shall provide
interfaces to the business process applications presently operational in the utility and
7 to future business applications planned to be implemented by the utility.
Shall support structured export of connected network in CIM/XML format for one-
time initial load as well as incremental changes. Shall also support structured
8 publishing of proposed network changes with SCADA/DMS/OMS system.
The GIS Enterprise software package with latest version, and spatial database engine
with industry proven database specifically for maintaining spatial networks and long
transaction spatial handling scaling up to very large numbers of users and terabytes
of data with latest version supplied. The system shall have to be Open GIS
9 consortium (OGC) registered compliant product time tested, widely deployed at
multiple utilities worldwide
The system shall provide support in the form of a documented interface specification
10 (API) to allow software - based functionality
11 The system should have functionality to Zoom; PAN the display across the screen.
The system shall generate color graphic displays of the system network which can be
zoomed in / out. This shall represent each of the elements in the electrical system
with suitable differing colors for the elements. The color-coding will be based on the
rated voltage, Percentage of voltage at each bus, Percentage of loading of section,
12 Symbols or any other chosen parameters by user.
14 System should be able to perform move, copy, rotate, mirror and offset.
15 System should specify the real time measurement / length while drawing the lines.
Ability to report the lengths of conductors and the associated cost of the conductor (if
16 available from associated compatible units.
It shall be possible to view the system elements such as Customer location etc on,
mapping and indexing work. It shall be dynamically possible to switch from one mode
of view to the other by use of a pointing device. It shall be possible to view the
18 physical system details in the background of the area maps created
The application should have facility of cluttering and decluttering. The process of
showing more details as users zooms in is called cluttering and process of hiding
19 details as user zooms out is called decluttering
The software shall be able to check the electrical network line continuity for the power
flow through graphical and non- graphical data as listed below : The electrical line
tracing till the end of the line by considering the switch positions on the line. The line
20 will have to be highlighted after the tracing.
Should provide a collection of tools for managing, modelling, and editing facility and
21 land base data in an enterprise system.
It should have out of box tools to store stored items and can update attribute in a
25 mass manner.
System shall support effective management of asset lifecycle status. The current
network shall include equipment that already exists in the field, and the future network
28 shall include new network proposed in the design, together with the currently existing
network.
To support the business processes that involve planning, design, maintenance and
retirement of facilities, conducting and structure objects in the data model shall have
a Lifecycle status attribute which determines whether the object is considered to belong
29 in the current or future state of the network, or both
The system shall support to quickly generate plots for the Construction Pack provides
34 tools to create construction plots and manage these and other related documents.
The system shall support users to add content to layout document pages. The content
could be:
Text annotation: users can add free text or they can add predefined
annotations to database objects shown in the viewport
Lines, arrows and symbols
Images
Additional Views
35 Stencils
36 Snap to vertex, endpoint, midpoint, or along the edge of features & layer wise
snapping
Create statistics & various statistical operations, viz. create charts and reports, and
38 Sort tables by multiple attributes, populate values based on expression, Summarize
data.
39 Should be able to plot data on the map directly from the tables.
Tool should have simplified view of the network for better operations management
41 and faster decision making.
GIS solution shall be an integrated GIS product to deliver value beyond just
asset data tracking. GIS Software should be compatible to be integrated with
enterprise systems such as AMI, Mobile work Force Management, SCADA,
43 DMS,OMS ERP, Online billing System, or any other system to be used by utility
in future with standard interface specified.
NCA shall run in real time as well as in study mode. Real-time mode of
operation shall use data acquired by SCADA. Study mode of operation will
use either a snapshot of the real-time data or save cases.
NCA shall run in real time on event-driven basis. In study mode the NCA
shall run on operator demand.
3.1.1.1 Tracing
NCA function shall also have the capabilities of network tracing when requested
by the dispatcher. Dedicated colors shall be used for feeder and circuit tracing
and also when information available is not complete or inconsistent. The trace
shall persist through subsequent display call-ups, until the operator explicitly
removes it or requests another trace. In addition, at the bottom of the
The NCA will allow temporary modifications at any point in the distribution
network to change the network configuration, to isolate faults, restore services
or perform maintenance. A Summary shall list the jumpers, cuts and grounds
that are currently applied. The function is performed by the NCA and is
implemented locally within the client software and has no effect on the
operations model or other clients viewing the network.
3.1.1.3 Cuts:
Cuts facilitated in any line segment in the network. The cut may be applied
to one or more available phases of the conductor. The cut could also be
applied as a temporary switch inserted in the line.
3.1.1.4 Jumpers
Firstly, the symmetrical (per phase) and asymmetrical (three-phase) load of all
nodes in the radial or weakly meshed MV network, which are not remotely
monitored, that is not directly covered by the SCADA System shall be using
evaluated Load Calibration . SE represents the basic DMS function, because
practically all other DMS Analytical Functions are based on its results.
This is the unique function dealing with the unobservable load of the actual
network, which is not directly covered by the SCADA System. Function is used
for balanced and unbalanced networks.
This shall have real time & Simulation mode both. In the first one, the
function shall be used for estimation of the current state. In the Simulation
mode, the function is used for estimation of the desired state (e.g. any state
selected from the saved cases).
Load Flow calculation: This shall be the next function in the specification
based on the loads assigned in the previous step.
3.1.2.1 Input/output
Beside the network element parameters, main inputs for the functions consist
of above noted real time and historical data. In the case of the function
running in the Simulation mode, the real time data must be replaced with
the corresponding data from the saved cases or forecasted ones.
The Load Flow Application (LFA) shall determine the operating status of the
distribution system including buses and nodes
The LF model shall support the different kind of lines such as cable
feeders, overhead lines and different kind of transformers having various
vector groups & winding configurations.
Unbalanced & balanced three phase loads connected in radial and non-
radial modes.
Compute voltages and currents and power factor for each phase for
every node, feeder and network devices.
Compute each phase active and reactive loads and technical losses for
the distribution system as a whole, for individual substations and feeder
wise with in telemetered zone.
Use previous save-case to make new save case or use new snapshots
to set the base case for LF.
The results of the LF application shall reasonably match with the
operating condition in which the distribution system is stable.
The LFA function shall be executed in real time & study mode.
It shall be possible to model load either as a percentage of system load
or profile base load modeling
It shall be possible to model individual component of load i.e. Active
and Reactive parts
The Event Triggered LF execution shall always have the highest priority. The
study mode LF function shall be executed on a snapshot or save case with
user defined changes made to these cases. The study mode execution of LF
Function shall not affect the Real-time mode execution of LF function.
Other DMS functions may initiate the real-time LF function at any time as
desired for the execution of the respective functions.
It shall provide despatchers with estimates of kW, kVar, kV, Amps, power
losses and the other information on the distribution system, but not necessarily
reflecting its real-time state. In study mode the application should use the
same data model and have direct access of the realtime data as necessary.
Study mode load flow shall be used to study contingency cases.
It shall be possible to prepare and store at least fifty cases along with the
input parameters, network configuration and output results.
The dispatcher shall be able to select the saved Case to be used as a Base
case for LF execution and modify the base case. Possible changes, which the
dispatcher shall be permitted to make, shall include:
The Load Flow function shall provide real/active and reactive losses on:
All input and output data shall be viewed through tabular displays and
overlay on the one line network diagram. Tabular displays shall consist of
voltages, currents (including phase angles), real and reactive powers, real and
reactive losses as well as accumulated total and per phase losses for each
substation, feeder and project area. All the overloaded lines, busbars,
transformers, loads and line shall start flashing or highlighted.
The LF outputs shall be available in the form of reports. The report formats
along with its contents shall be decided during detailed engineering.
3.1.3.5 Alarms
The LFA shall warn the Despatcher when the current operating limits are
exceeded for any element or when lines are de-energized. It shall also warn
the Despatcher when any abnormal operating condition exists.
Alarms generated during Study Mode shall not be treated as real-time alarms
but shall be displayed only at Workstation at which the LF application is
running in study mode.
The function shall propose the operator solution up on change in the topology
of the network switching. The function shall consider the planned & unplanned
outages, equipment operating limits, tags placed in the SCADA system while
recommending the switching operations. The functions shall be based on user
configurable objectives i.e. minimal loss, optimal reactive flow voltage limits,
load balancing. These objectives shall be selectable on the basis of feeder,
substation & group of substations or entire network. The despatcher shall
have the option to simulate switching operations and visualize the effect on
the distribution network by comparisons based on line loadings, voltage profiles,
load restored, system losses, number of affected customers. The solution shall
identify /sort the different type of switches that are required for operation i.e.
remote /manual etc.
(a)Auto mode
(b)Manual mode
The despatcher shall be able to select one of the above modes. These modes
are described below:
Auto mode
In auto mode, the function shall determine switching plans automatically and
perform switching operations upon despatcher validation automatically.
Manual mode
A filter for remote operable & manual switches shall be provided with switching
plan.
3.1.4.2 Reports
3.1.4.3 Displays
The User interface for VVC function shall have following summary displays as
minimum:
(a)Network & tabular display to VVC switching
(b)Tabular display giving chronological sequence for VVC operation
The Fault Management & System Restoration application software shall provide
assistance to the despatcher for detection, localization, isolation and restoration
of distribution system after a fault in the system. The FMSR function shall
be initiated by any change in the network connectivity due to any fault. It
shall generate automatic report on switching sequence depicting analysis of
fault, location of fault & recommendations for isolation of faulty sections&
restoration of supply.
3.1.5.1Functional Requirement
The FMSR function shall include the following characteristics:
FMSR function shall detect the faulty condition of the network causing CB
tripping due to protection operation or FPI indication. The Circuit breakers
having auto-reclose feature, the FMSR application shall wait for programmer
specified (settable for individual feeders) duration before declaring the network
as faulty. On detection of fault in the network, an alarm shall be generated
to draw attention of the dispatcher.
Once faulty section is identified, the FMSR function shall determine the
switching plan to isolate healthy area from unhealthy area. FMSR function
shall suggest switching plans for restoration of power to the de-energized
healthy sections of the network. It may done be by closing NO switch to
allow the power from alternate source. In case more than one feasible switching
plan exist, the despatcher shall be guided for most optimum plan based on
the merit order i.e. minimum switching operations, minimum loss path, and
system operation within the safe limits of various network elements. The
despatcher shall have the option to simulate switching operations and visualize
the effect on the distribution network by comparisons based on line loadings,
voltage profiles, load restored, system losses, number of affected customers.
The FMSR function shall have feature to attain the pre-fault configuration
repair of faulty sections.
The despatcher shall be able to select one of the above modes. These modes
are described below:
In auto mode, the FMSR shall determine switching plans automatically upon
experiencing fault & proper isolation of unhealthy network from healthy part
of the network and perform restoration actions upon despatcher validation
automatically.
In manual mode, the FMSR shall determine switching plans upon experiencing
faulty state & proper isolation of unhealthy network from healthy part of the
network. The switching plans shall be presented to despatcher for step by
step restoration. Despatcher shall be allowed to introduce new steps.
A filter for remote operable & manual switches shall be provided with switching
plan,
3.1.5.5 Reports
3.1.5.6 Displays
The User interface for FMSR function shall have following summary displays
as minimum:
(a)Network & tabular display to identify faulty network
(b)Network & tabular display to identify remotely controllable devices
(c)Network Display to show plan for Isolation of faulty sections from the
network using single line diagram of substation or network as selected
by the despatcher.
(d)Tabular display for Restoration plans with identification name and
respective merit orders & execution of Restoration plan using network
Display, and single line diagram of substation
(e) Delay in the restoration of network beyond specified time (Despatcher
configurable) shall be reported separately in the form of pending
restoration actions in Tabular display.
(f) List of sections not restored with the reasons for non-restoration such
as overloading and voltage limit violations etc. shall be shown in
tabular display.
Function shall advise the transfer of load to other elements of the network
with an aim to minimize the loss. All such advises shall indicate the amount
of loss reduction for present load condition. The LMFR application shall
consider the planned & unplanned outages, equipment operating limits, tags
placed in the SCADA system while recommending the switching operations.
The despatcher shall have the option to simulate switching operations and
visualize the effect on the distribution network by comparisons based on line
loadings, voltage profiles, load restored, system losses, number of affected
customers.
The despatcher shall be able to select one of the above modes. These modes
are described below:
Auto mode
In auto mode, the function shall determine switching plans automatically for
minimal loss condition in the network and perform switching operations upon
despatcher validation automatically.
Manual mode
The Load Balancing via Feeder Reconfiguration function shall optimally balance
the segments
of the network that are over & under loaded. This function shall help in
better utilization of the capacities of distribution facilities such as transformer
and feeder ratings.
The despatcher shall be able to select one of the above modes. These modes
are described below:
Auto mode
In auto mode, the function shall determine switching plans automatically for
load balancing in the network and perform switching operations upon
despatcher validation automatically.
Manual mode
A filter for remote operable & manual switches shall be provided with switching
plan,
The report shall also highlight violations that are occurring in the network
with display layers before and after reconfiguration.".
The Operations Monitoring function shall track the number of operations made
by every breaker, capacitor switch, reclosers, OLTC, isolator and load break
switch that is monitored by the System. Devices shall be identified by area
of responsibility, substation, feeder, and device ID to provide the necessary
information for condition-based maintenance of these devices.
The counters and other related information shall be available for display and
inclusion in
with its accumulated operations data by simply selecting the device on any
display where it appear
Crew & Work Order Management provides an organized and efficient way to
manage the correlation of crews to Work Orders or Tickets. Crew Management
user interface enhances the dispatcher and supervisor’s situational awareness
via an easy to use and visual progress
of outage restoration or work resolution.
Outage History
Cause analysis
KPI indices (Reliability, efficiency in closure of tickets)
Recurring trouble summary
Worst performing feeders/ devices
Crew assignments
Closed cases
Applications
DTS Model features, functions & user interface shall be true replica of
SCADA/DMS system model for that project area. The DTS can be used in
the following modes as minimum:
1. Instructor Control
2. Trainee Control
All activities, features, functions, user interfaces, which dispatcher can perform
or use in real time shall be available to trainee in trainee control mode.
The Instructor shall be able to create a base case and to execute a power
flow if desired to initialize the base case. The Instructor shall be able to build
groups of events scheduled to occur during the training session. A training
session shall be built by combining one or more event groups with a base
case.
(b) Base Case Store: shall allow instructor to save a base case for
future use. It shall be possible to transfer saved base cases to
auxiliary memory (e.g., magnetic tape) and to reload saved base cases
from auxiliary memory.
(c) Base Case Select: shall allow instructor to select a specific base case
for modification or further processing. Base case selection may be
indexed by title or subject.
(d) Base Case Review: shall allow instructor to display the contents of
the base case.
(e) Base Case Editing: shall allow instructor to modify a base case and
to store the updated version.
(f) Event Group Construction: shall allow instructor to construct event
groups containing one or multiple events. The Instructor shall be
able to define the events within the event group to occur
simultaneously or according to other parameters of time or system
conditions. Checks shall be performed to assure that each event
entered is one of the predefined set of events and that the equipment
and parameters associated with the event are valid for the event
specified.
The system shall provide an interactive means for specifying the
device or point associated with each event.
(g) Event Group Store: shall allow the Instructor to save the event group
constructed for future use.
(h) Event Group Select: shall allow the Instructor to select one or more
event groups for incorporation into a training scenario.
(i) Event Group Review: shall allow the Instructor to display events
within an event group.
The Instructor shall be provided with a set of permissible event types that
can be scheduled as part of a scenario. As a minimum, the following event
types shall be included:
i. Change of bus load
ii. Change of system load
iii. Fault application/FPI indication
iv. Circuit breaker trip/close
v. Circuit breaker trip with successful reclosers
vi. Circuit breaker trip with unsuccessful reclosers
vii. Isolators switching
viii. Supervisory control disable/enable for specific device
ix. Relay status enable/disable
x. Loss of RTU /FRTU/FPI due to telemetry failure for specified period
of time
xi. Loss of single RTU /FRTU/FPI point
xii. Replace value of telemetered point
xiii. Messages to Instructor
xiv. Pause simulation
xv. Demand snapshot.
xvi. Cry wolf alarms
The Instructor shall be able to monitor the training scenario and guide it
toward a specific objective by inserting new events omitting scheduled events,
and performing other actions.
The DTS SCADA and Network model database must have the same
functionality & displays as the real-time system database & displays.
It must be possible to initialize the DTS with a copy of the database
of real-time system in addition creation of database locally.
End of Chapter 3
The role, accessibility for each mode is defined as above, However, the Utility
with login as supervisor shall be able to assign the operation of certain
functions, or features of functions, to specific user modes. Utility shall maintain
the privileges as specified to each user mod. Each individual user shall be
assignable to anyone or more user modes. User access to all SCADA/DMS
functions shall follow a consistent set of common user access guidelines. A
mechanism for defining and controlling user access to the SCADA/DMS system
shall be provided.
Password security shall be provided for access to the SCADA/DMS system,
its operating system, layered products, and other applications. Each password
shall be validated against the corresponding user information in the database.
Users shall have the ability to change their own passwords.
SCADA/DMS users shall not require additional login (user name and password)
to the other facility allowed as per operating jurisdictions such as ISR. Sign-
(SSO) technology be employed (i.e., a user logs on once to the SCADA/DMS
using individually defined user name and password which permits appropriate
level of access to all SCADA/DMS facilities, including IS&R. Further, the facility
should be compatible with enterprise-wide SSO capabilities.
The user interface for SCADA/DMS system shall be web enabled. The
SCADA/DMS system displays shall operate within a windows environment and
shall conform to the standards contained in the X Consortium's Inter-Client
Communications Conventions Manual (ICCCM). The window system shall work
with the graphical user interface provided and shall allow windows created on
the workstations to communicate with processors equipped with X Windows-
compatible software on their respective local area networks (LANs) and with
future remote applications over the wide area network (WAN).
Alternatively, the SCADA/DMS system can have the user Interface based on
Microsoft Windows. The functionality in technical specification related to the
GUI features of X- windows, shall be met by available features of Microsoft
Windows.
It is essential that the same web-based user interface (same navigator, same
tools) be available to the operator either for local use in the dispatching center
or remotely.
Real-Time Dynamic Graphics and HMI Solutions for C/C++, C# / NET, Java
and Web / Mobile is envisaged.
The web technology shall be natively supported by the SCADA & DMS product,
which means that having the displays shown in the web browser shall not
bring additional work to the maintenance engineer at display building time.
Nor shall it require additional third-party software products like specific plug-
ins.
C/C++, Java and C# .NET libraries for a variety of Windows, Linux/Unix and
embedded platforms, with MFC, Qt and Gtk support. z Cross-platform support
for a run-time choice of a graphics driver: hardware-accelerated OpenGL or a
native GDI. z Web deployment via a client-side HTML5 and JavaScript, or
server-side (ASP.NET or JSP. Supported platforms: Windows, Linux, Solaris,
AIX, HPUX etc.
The web user interface shall support and enforce all security features including
cyber security compliances.
Rapid, convenient, and reliable display requests shall be provided using the
following methods:
Zooming shall affect the magnification level of the data displayed. Panning
shall move the viewed portion of a world map space. The size of the
viewed portion of the map relative to the whole display shall be indicated
by the width of the sliders in the scroll bars of the window displaying the
sector. When a display is first called up in a window, it shall be
automatically scaled as per default zoom level.
Both continuous and discrete panning and zooming control shall be
provided. Continuous panning and zooming shall be done in a convenient
and intuitive way using the mouse; and the resulting changes in the screen
contents shall be “smooth” and instantaneous without any noticeable delay.
Discrete panning and zooming in larger steps shall be possible by dragging
the mouse, using the keyboard, and clicking on pushbuttons on toolbars.
When only a part of the display is shown in the active window, the user
shall be able to request a “navigation” window for orientation. This window
shall show a small replica of the complete display, with the displayed
sector of the display highlighted. The user shall be able to move the
navigation window anywhere on the screen, and shall be able to close it.
A decluttering mechanism that defines the visibility of a graphic construct
as a function of its magnification shall be provided. As zooming changes
It shall be possible for each user to define a personal layout (Rooms) for the
screens displayed on the screen(s) of the workstation, i.e. to define a personal
default setup of the position, size, and contents of the screens.
User shall be able to place and edit a note on bays, devices etc. on any
display. A symbol shall appear on the display indicating the presence of Note
on that display. The content of the note shall be callable using a cursor
target.
All displays and reports containing telemetered analog values, device status
and calculated values shall have a data quality code associated with each
data field. The quality code shall reflect the condition of the data on the
display or report. When more than one condition applies to the data, the
symbol for the highest priority condition shall be displayed.
A separate indicator shall identify the devices that have supervisory control
inhibit tags. When more than one tag is present on a device, the highest
priority tag shall be displayed.
The Help button in a dialog box and help key shall present the text
of the user documents where use of the dialog box is explained. The
user shall be able to scroll through this text. Exit from the help facility
shall return the user to the same point in the sequence for which help
was requested.
The user shall be able to select and configure trending on Graphical displays
enabling user for entry of the following parameters:
(a) Data value name
(b) Trend header
(c) Trend direction (horizontal or vertical)
The magnitude & time of all the trended quantities at a particular time
instant shall be displayed when the cursor is placed on the timescale on the
trend display.
When historical data is selected for trending, the user shall be able to page
forward and backward, or scroll by the use of a scroll bar, through a non-
updating snapshot of the data within the constraints of the data stored in
the historical files.
Shading between each trend value and user-definable axes shall be provided.
Trend colour shall be changeable based on a comparison of the trend value
against associated alarm limits.
It shall also be possible to save trend output to an Excel, .csv, ASCII file.,
with date and time information and the engineering unit value of the trended
variables for each collection interval. The user shall be able to print the trend
on a user-selected printer without interfering with the continuing trending
process.
4.7 Alarms
Alarms are conditions that require user attention. All alarms shall be presented
to the user in a consistent manner. Alarm conditions shall include, but not
be limited to, the following: -
The User shall be able to perform the alarm interactions described below.
The contractor shall be required to generate the Daily, Weekly, Monthly reports
formats for SCADA/DMS system. The report formats shall be finalized during
detailed engineering stage. Further modification, addition deletion of reports as
required by utility is also required to be generated during implementation and
FMS. The user shall be able to schedule periodic generation of reports, direct
report to display, print report, and archive report using report scheduling
display. The report scheduling display shall enable entry of the following
parameters, with default values provided where appropriate:
(a) Report name
(b) Report destination (printer or archiving device)
(c) Time of the system should produce the report.
The user shall be able to examine and modify the contents of reports for the
current period and for previous report periods using displays. Any calculation
associated with the revision of data in a report shall be performed automatically
after data entry has been completed.
The report review displays shall accommodate formatted report pages up to
132 characters in width and 66 lines in length and shall contain headings
that correspond to the printed report headings. For reports containing more
columns or rows than the display, the system shall include a means to view
the entire report in a graphic format. The report view and editing displays
shall function with the initially supplied reports and all future reports added
by employer.
4.11 System Configuration Monitoring and Control
The user shall be provided with the capability to review SCADA/DMS computer
system configuration and to control the state of the configuration equipment
using displays. The following operations shall be possible:
(a) Failover of each server
(b) Monitoring of servers, device, including workstations, RTUs, FRTUs, FPIs,
status & loading of WAN LANs etc.
(c) Monitoring of the processor resource, hard disk & LAN/WAN Utilization
(d) Control & monitor of SCADA/DMS functions
It shall be possible to present any item in the database on any display. All
supervisory control and data control capabilities shall be supported from any
window of a world display. Device status or data values shall be displayable
anywhere on the screen, excluding dedicated screen areas such as the display
heading.
Only standard X Window system or Microsoft windows standard fonts shall
be provided with the SCADA/DMS. All fonts supplied shall be supported on
the user interface devices and all printers supplied with the system. The types
of fonts to be used in a particular display shall be selected at display
definition time.
Status and data values shall be presented in the following formats as
appropriate:
(a) Numerical text that presents analogue values shall have the provision
for the format definition of the text shall include the number of
characters, number of decimal places, and the use of positive /negative
sign or flow direction arrows, etc.
(b) Normally the telemetered MW/Mvar values along with the sign/direction
shall be displayed on the Single line diagram and Network diagram.
However the user shall also be able to display all other telemetered
and calculated/ estimated analog values (I, V, pf etc. for each phase)
on the Single line diagram (SLD) and Network diagram.
(c) Symbols, including alphanumeric text strings for an item, based upon
state changes e.g., circuit breaker (OPEN/CLOSE/ INVALID).
(d) Symbols, including alphanumeric text strings for indicating the data
quality flags.
(e) Colors, textures and blink conditions based upon state or value changes
or a change of data quality, e.g., alarm limits.
End of Chapter 4
The SCADA/DMS system shall maintain Time and date for use by various
software applications. The GPS based time receiver shall be used for
synchronizing the SCADA/DMS system time. All Servers and Operator
workstation clocks shall be synchronized within the accuracy of +/-100
milliseconds. The SCADA/DMS system shall not be dependent on a particular
server for time /calendar maintenance. . The SCADA/DMS shall include two
redundant time and frequency standards. Failure of the online unit shall
result in automatic switching to the redundant unit. The SCADA/DMS shall
periodically check if the backup unit is operational and failure of either unit
shall be alarmed.
The frequency reading shall be accessible by SCADA/DMS applications with
three post decimal digits resolution .The system shall support communication
protocols such as NTP and SNTP. The time and frequency standard unit shall
support a common time code output format such as IRIG-B.
A surge protection system shall be included to prevent the time and frequency
standard equipment from lightning.
The network software for SCADA/DMS system shall include software for
network communication, security and services.
5.4.1 Network Communication
The following network services shall be provided for the users of SCADA/DMS
system:
(a) Network file management and transfer, for files containing text, data,
and/or graphics information
(b) Network printing management
(c) Network time synchronization
(d) Network backup over LAN
(e) Task-to-task communications to external computers
(f) LAN global naming facilities.
(g) Remote procedure call
(h) Remote terminal session
System shall have Multilayer (at least network, application layer ) firewall
which shall protect the complete system network from unwanted users.
Further the separate firewall of different OEMs shall be provided to take
care the security of all the servers & shall have High Availability
architecture with No Single Point of Failure (NSPOF).
Gateway Firewall should be capable of load balancing multiple links
from different service providers.
LAN Firewall shall provide isolation/security services between the
subsystems installed under SCADA system
Firewalls deployed should not become a bottleneck. It shall be Robust,
Secure, Scalable and future-proof with Centralized Management.
Two type of IPS Host based & Network based shall be deployed with
minimum hardware & they should not go blind in peak traffics.
IPS should have hybrid technology to detect attacks. It should detect
through a combination of Protocol Anomaly and Signature matching.
Shall have Gateway antivirus which will protect from inflow of virus
5.4.5 Features
5.4.5.1 Firewall
The Firewall shall be hardware box Firewall system with following features.
Both Network based and Host based IPS should have centralized Management
Console system which will be either the application server with NMS or any
of the workstation. The Centralized management console shall have integrated
event database & reporting system & it must be able to create and deploy
new policies, collect and archive audit log for post event analysis. The system
shall have Integrated Event Database & Reporting System.
Automated Update of the signature for contract period shall be provided and
there should be provision for creating customized signature.
Capability for Detecting the intrusion attempt that may take place,
intrusion in progress and the intrusion that has taken place
Reconfigure the firewall provided in this package.
Send an SNMP Trap datagram to the management console.
The NMS server envisaged under the specification shall be used as
management console also.
Send an event to the event log.
Send E-mail to an administrator to notify of the attack.
Save the attack information (Timestamp, intruder IP address, victim
IP address/port, protocol information).
Save a trace file of the raw packets for later analysis
Launch a separate program to handle the event
Forge a TCP FIN packet to force a connection to terminate.
Detect multiple forms of illicit network activity: -Attempted
Vulnerability Exploits -Worms -Trojans -Network Scans -Malformed
Traffic -Login Activity
The System shall support monitoring of multiple networks.
The system shall also support the monitoring of additions or changes
to addresses of devices on the network.
The system shall have detection rules for monitoring faults, dangerous and
malicious activity related to IP based protocols. The Contractor shall also apply
its power control and security experience to enhance these detection rules for
specific issues within the system.
Host based IPS shall run on the servers. After detecting any intrusion
attempt there shall be provision to configure the IPS to perform following
actions.
This shall be used for Gateway scanning of viruses. Gateway antivirus shall
have Centralized user Administration which will Communicate directly with
centralized user directories such as LDAP. It shall have the all the
essential/standard features of Latest version of Gateway antivirus, some of the
features are as following:
It shall have Policy-based URL filtering and Dynamic Document
Review.
It shall protect web traffic with high-performance, integrated virus
scanning and web content filtering at the gateway
It shall ensure protection by combining list-based prevention with
heuristic content analysis for both virus protection and web content
filtering
It shall eliminate unwanted content and malicious code & Scan all
incoming and outgoing HTTP and FTP traffic etc.
The Security System shall use the best practices to prevent the System itself
being a source of security compromise. The System shall be hardened, patched,
tested, and designed with security as a primary objective. Communication with
(GUI and notifications) and within (agent reporting and updates) the System
shall use encryption and authentication.
The system with the stored information shall be able to produce analyses
and reports to meet security compliance requirements. The system shall
be equipped with best practices ad-hoc reports widely used in the
industry.
The employer’s personnel shall be trained to be capable of creating new
custom analysis and reports, and revising existing, without requiring
external consultation.
The security system shall archive, record, and store all security related events
in raw form for at least one year. As a minimum, the event logger shall
record all security related events from the perimeter security devices and the
host IPS. Graphical trend displays of each event shall be available along with
specific information on the type of intrusion, the area affected and the source
via IP address.
The external users shall be licensed users of the employer. The following
features are required:
However in case of failure of one of the servers, all the clients shall
automatically switch to the other web server(s).
Typical displays/pages for Intranet access shall be same as that on the
SCADA/DMS. Real time SCADA data on web server shall be refreshed every
minute. The access to Web server/site shall be controlled through User ID
and password to be maintained /granted by a system administrator. Further,
different pages/data access shall be limited by user type (i.e. CMD, Mgmt.
user, in-charge etc.). The access mechanism shall identify and allow
configuration of priority access to selected users.
Further, tools shall be provided for maintaining the website, web server
configuration, E-mail configuration, FTP configuration, Mailing lists setup and
customer support. Latest protections against viruses shall be provided.
5.4.6.5 Signature Updating Requirements
The system shall be able to accept timely updates. The updates shall keep
the threat signatures current, providing the latest detection and protection.
The updates shall also incorporate the latest security enhancements into the
Security Management System. These enhancements shall increase security and
functionality, without requiring redesign or reengineering efforts.
5.4.6.6 Network Management system (NMS)
A network monitoring and administration tool shall be provided. The interface
of this tool shall show the DMS hardware configuration in form of a map.
The network-monitoring tool shall automatically discover the equipment to
Data consistency,
Compliance with the system performance requirements including both
response times and expansion capabilities,
The database tool for creation, editing, generation, export, import of ICCP
database including complete definition, association, bilateral tables, objects etc.
shall be provided.
5.6.1 Run-Time Database Generation and Maintenance
Copy/move/delete/modify,
Building at different zoom level,
Linking of any defined graphics symbol to any database point, Pop-up
menus.
All displays, symbols, segments, and user interaction fields shall be maintained
in libraries. The size of any library and the number of libraries shall not be
constrained by software. The display generator shall support the creation,
editing, and deletion of libraries, including copying of elements within a library
and copying of similar elements across libraries. A standard set of libraries
and libraries of all display elements used in the delivered SCADA/DMS system
shall be provided.
The display generation, compilation & loading shall not interfere with the on
line SCADA/DMS functions. All user interface features defined in this
Specification shall be supported by the display generator.
5.7.1.1 Segments
The displays shall be constructed from the display elements described above.
The display definition shall allow displays to be sized to meet the requirements
of the SCADA/DMS application for which they are used; displays shall not
be limited by the size of the viewable area of the screen. The display
generation software shall allow unbroken viewing of the display image being
built as the user extends the size of the display beyond the screen size limits.
Each display shall include the display coordinates definition that will permit
a user to navigate successfully to the portion of the display that is of interest.
It shall be possible for a user to build a new display starting with a blank
screen or an existing display. The definition of each layer shall include a
range of scale factors over which the layer shall be visible. The display
generator shall also support manual control of layer visibility, where the user
of the display shall determine the layers on view. Each display may incorporate
manually and automatically (by scale factor) displayed layers. The user shall
also define the periodic update rate of the dynamic information on the display
and any programs called before or after presentation of the display.
The display generator shall support the integration of new and edited displays
into the active display library. During an edit session, the display generation
software shall allow the user to store and recall any display. To protect
against loss of display work when computer fails, the current work shall be
automatically saved every 5 minutes (user adjustable) to an auxiliary memory
file.
The display generator shall verify that the display is complete and error-free
before integrating the display into the active display library. A copy of previous
display library shall be saved & protected and it shall be brought back on
line or can be deleted upon user request.. It shall not be necessary to
regenerate any display following a complete or partial system or database
generation unless the database points linked to the display have been modified
or deleted.
The user shall also be able to access a retained report, modify its point
linkages to the database, modify its format, and save it in a report retention
file on auxiliary memory as a new report without destroying the original
report.
Executing the report generating functions shall not interfere in any server of
the system with the on-line SCADA/DMS functions.
The contractor shall do the complete system generation and build as required
for successful operation of the SCADA/DMS system. The contractor shall also
provide the complete backup of the SCADA/DMS system in electronic media
such as tapes, CDs, MO disks etc. Employer personnel shall be able to restore
the SCADA/DMS system at site by using above backup tapes/CDs etc. The
contractor shall provide the procedures necessary to restore the system from
the backup tapes/CDs etc. The DR system shall always have updated set of
system build. It shall be synchronized with the SCADA/DMS control center .
File management utilities shall be provided that allocate, create, modify, copy,
search, list, compress, expand, sort, merge, and delete program files, display
files, and data files on auxiliary memory and archive storage.
A backup utility that can backup all server and workstation auxiliary memories
on to a single target auxiliary memory or archive device shall be provided.
The backup utility must ensure that the source auxiliary memory files are
captured properly regardless of caching activity.
The system shall have suitable auto diagnostic feature, on line & offline
diagnostic Utility for on-line and off-line monitoring for equipment’s of
SCADA/DMS system shall be provided.
On line access to user and system manuals for all software/Hardware products
(e.g., Operating System and Relational Database Software/hardware) and
SCADA/DMS applications shall be provided with computer system.
End of Chapter 5
B) Communication server
2.8GHZ each processor or better - Min 2X8 Core or min 1x16 (in case
the offered server is RISC & EPIC based processor speed shall be at
least 2GHz)
Minimum 64GB Main memory (RAM) scalable upto 512 GB
Hard disk - SAS HDD with 1 TB usable space or better configuration
with raid configuration (except Raid-0) (For ISR Server SSD type hard disk
with Min. 4 TB
24” LED color monitor
Keyboard & Mouse
4 nos. of Gigabit Ethernet ports (2 nos. for DTS & Development Server)
DVD-R/W drive
One hot pluggable port for external Storage drive (Servers for which
external storage connectivity is required)
Redundant power supply (230 VAC) & fan
SCADA/DMS and other servers shall be RISC (Reduced Instruction Set for
Computation) or Non RISC e.g. EPIC/CISC etc.
Contractor shall provide cubicle mounted servers. The main & standby servers
shall be provided with separate cubicles where each cubicle can be provided
with one set of LED monitor, keyboard, and mouse through KVM switch with
re-traceable tray & cubicle fans.
Storage Array
Controller Cache: 512 MB per controller standard
Integrated RAID controller with an LCD/LED status display and 256
MB
read/write battery-backed cache (expandable to 512 MB per controller).
Host Interface: Fiber Channel connection per controller from the host
side
Host Ports per Controller: Dual 2 Gb/s RAID Levels (EXCEPT RAID 0)
Redundant Controller: Yes
Storage Array
Controller Cache: 512 MB per controller standard
Integrated RAID controller with an LCD/LED status display and 256
MB read/write battery-backed cache (expandable to 512 MB per
The data exchange between the two centres shall be primarily over MPLS
based secured network using TCP/IP on various mediums as per the
requirement and availability in the respective project area viz FO, radio, V-
SAT etc.by network bandwidth service provider(NBSP ) part of SIA team. The
router shall support the OSI and TCP/IP protocols.
The Wide Area Links are planned for 2Mbps or higher Bandwidth capacity
from ISPs (BSNL, MTNL or any other NBSP)
The Router offered shall deliver high performance IP/MPLS features and shall
support Layer 3 MPLS VPN connection. It shall support PPP/Frame Relay
transport over MPLS.
The Routers shall be configurable and manageable through local console port,
http interface, NMS software and as well through Telnet.
The Router shall provide built-in monitoring and diagnostics to detect failure
of hardware. The Router shall be provided with LED/LCD indication for
monitoring the Operational status.
8) High Availability:
Shall support redundant connection to LAN
For high availability, the router should support the standards based
RFC 2338 Virtual
Router redundancy Protocol (VRRP) or equivalent
The router shall conform to UL 60950 or IEC 60950 or CSA 60950 or EN 60950
Standards for Safety requirements of Information Technology Equipment.
The router shall conform to EN 55022/32 Class A/B or CISPR22/32 Class A/B
or CE Class A/B or FCC Class A/B Standards for EMC (Electro Magnetic
Compatibility) requirements or equivalent BIS standard.
Except for the output capabilities unique to any printer type (such as extended
character sets,graphic print and colouring features), there shall be no
limitations on the use of any printer toperform the functions of any other
printer. All the SCADA/DMS system printers shall have dual LAN interface
either directly or through internal/external print servers. Printers for DTS&
development system shall have single LAN interface. The characteristics for
each type of printer are described below:
Color inkjet printer shall be used to take colored hardcopy printout. The
Printer shall have the following features:
GPS based time facility, using Universal Time Coordination (UTC) source, shall
be providedfor time synchronization of computer system at SCADA/DMS
controlcenter. The time receivershall include an offset adjustment to get the
local time. It shall have propagation delay compensation to provide an overall
accuracy of +1.5microsec. The GPS system shall have dual 10/100/1000Mbps
LAN interface. The GPS receiver shall be provided in redundant configuration
The time receiver shall detect the loss of signal from the UTC source, which
shall be suitably indicated. Upon loss of signal, the time facility shall revert
to its internal time base. The internal time base shall have a stability of
2ppm or better.
The GPS system shall include digital displays for time and date in the format
DDD:HH:MM:SS (the hour display shall be in 00 to 23 hour format)
Contractor shall provide wall mounted type digital display units for time, day,
date & frequency indication. The display of frequency shall be in the xx.xx
Hz format. The frequency shall be derived from 230V AC supply.
Each digit on the time, day and frequency indicators shall be at least 7.5
cm in height and shall be bright enough for adequate visibility in the control
room from a distance of 15 meters.
The offered GPS clock shall also provide at least one 2 MHz (75 ohm interface
confirming to ITU-T G.703) synchronization interface to meet the time
synchronization requirement of the communication system. This interface shall
confirm to the requirements specified in ITU-T G.811 for accuracy, jitter,
wander etc. Alternatively, a separate GPS clock for synchronization of
communication system is also acceptable.
6.2.8 Digital Light Processing (DLP) Laser / LED based Video Projection
System
The contractor shall provide a video projection system based on modular DLP
(Digital Light Processing) Laser/ LED (SI to select option as a part of solution
. All the screen modules of the VPS system, shall be suitableto form combined
high resolution projection images. The VPS system will be used to project
displays of SCADA/DMS system independently of workstation console monitors.
All the operations envisaged from workstation console (dispatcher) shall be
possible from VPS also.
The Contractor shall supply all necessary hardware and software, including
the multi- screen drivers, adapters and memory to seamlessly integrate the
video projection system with the user interface requirements described in the
specification.
The video projection systems shall be rear projection systems and shall be
complete with all projection modules, supporting structures and cabling. Design
& installation of the video projection systems shall be coordinated with the
Employer during project implementation. The requirement for each modular
video display system include:
a) VPS screen with min 2X3 matrix (as defined in boq) with each module
minimum 60 diagonal
b) VPS screen shall form a seamless rectangular array, using modules.
(0.5mm) max.
c) VPS Graphics controller shall be interfaced to the SCADA/DMS system
through dual LAN connectivity.
d) Each projector shall provide a minimum resolution of 1920x1080
pixels per module. The rear projection screens shall be capable of
displaying full resolution of the Laser source.
e) The VPS shall be capable of supporting multiple display modes in
which one or more modules show one or more SCADA/DMS displays
concurrently as selected by the user.
6.2.9 Furniture
Utility shall provide necessary furniture & shall look aesthetically pleasing. It
is not in the scope of contractor.
The computer system should be suitable for operation with single-phase, 230
+10% Vac,50+5.0% Hz power supply. To ensure uninterrupted & regulated
power supply to computer system, suitable rating UPS are envisaged under
auxiliary power supply specification. All cables supply, laying & their
termination between UPS panel & computer system shall be in the scope of
contractor.
The input circuit breakers are provided in the UPS for protection against
short circuits, any additional fuses, switches and surge protection if necessary
to protect the hardware shall also be supplied by the Contractor.
The auxiliary power to all computer system hardware shall be fed from parallel
operating UPS system. On interruption of input AC power to UPS, the load
shall be fed through UPS inverter batteries. In case of battery capacity low
conditions (due to prolonged failure of input supply to UPS), the computer
system shall go for orderly shutdown to avoid corruption of any applications.
The orderly shutdown of computer system can be implemented either through
RTU (where UPS alarms shall be wired to RTU) or through suitable interface
with UPS Supplier software.
The noise level of any equipment located in the control room shall not exceed
60dbA measured at three feet from equipment especially for the printers.
In case the equipment’s are mounted in panel type of enclosures, then such
enclosures shall meet the following requirements:
6.8 Interconnections
All signal cabling between component units of the computer systems shall be
supplied by the Contractor. Plug-type connectors shall be used for all signal
interconnections. The connectors shall be polarized to prevent improper
assembly. Each end of each interconnection cable shall be marked with the
cable number and the identifying number and location of each of the cable's
terminations. Each cable shall be continuous between components; no
intermediate splices or connectors shall be used. Terminations shall be entirely
within the enclosures.
1.Each SCADA /DMS control centre and ZSCC shall have 1 DTS at control
centre.
2. Each DISCOM can have maximum 1 common or Disaster Recovery centre
for SCADA/DMS cities (Group A). However, as per availability of
infrastructure by utility, the same may corresponding to each control
centre.
3. Each DR for ZSCC
4. For (Group B&C) or combined can be considered as per infrastructure
availability by utility
5. Workstation
For network - 1minimum and 1 per each per 100 FPIs locations Remote
VDUs shall be required at one each at Circle, Division, Sub- division office,
HQ (Common for all towns), control centre in- charge.
End of Chapter 6
7.0 General
Server and peripheral device states represent the operating condition, of each
server and peripheral device. The various states have been defined below: The
system's reaction to restart/failover operations shall be governed by the state.
Server and peripheral device states shall be assigned by the function restart,
server and device failover functions, and by user command.
(a) Primary State: In primary state, a server performs any or all of the on-
line functions described in this specification and is referred as primary
server. A primary server shall concurrently perform maintenance functions
(e.g. update of database, display and reports).
(b) Backup State: A server in backup state is referred as backup server. A
backup server replaces a primary server/primary server group in the event
of primary server/primary server group failure or upon user command. It
shall communicate with the primary server(s) to maintain backup databases
and monitor the state of the primary server(s). A backup server shall
concurrently perform maintenance functions.
(c) Down State: A server in down state shall not communicate with the
computer system and is not capable of participating in any system activity
On the occurrence of each fatal software error, Server and operating system
error codes and messages shall be recorded in the SCADA/DMS/OMS system.
If on-line functions are restarted in a backup server, the server's state shall
be changed to primary. If backup servers are not available to perform the
required functions, the SCADA/DMS computer system shall attempt to restart
the failed primary server. A complete restart of the System, including full
update from the field, shall not more than the stipulated time as specified
above. No data shall be lost during the transfer of operation.
Failed server shall be switched from down to any other state by user command
only. All server reinstatement actions shall result in operator message. The
messages shall identify the server(s) affected, all server state changes, and the
success or failure of any restart operations.
Cold Start: In which default values are used for entire database. A cold start
would be used only to build the initial SCADA/DMS and to recover from
extraordinary failure conditions. Server startup shall be completed within 15
minutes and all applications shall be operational within 20 minutes of applying
power except for ISR server and its database initialisation, which can be up
to 60 minutes.
Warm Start: In which a previously saved version of the database shall be
used to initialise
all real time data values. Server startup shall be completed within 10 minutes
and all applications shall be operational within 15 minutes of application of
power.
Hot Start: In which the memory resident version of database shall be used
for continued operation. No reload of saved data shall be performed, although
application software restarts. The intent is that after hot restart, only the
operations being performed at the time of failure may be lost. All on line
applications shall be operational not more than failover time.
Required displays shall be provided for the user to review the system
configuration and to control the state of the equipment. The following
operations shall be possible:
End of Chapter 7
8.0 General
This chapter describes the specific requirements for testing and documentation
of the SCADA/DMS system. The general requirements of testing and
documentation are covered in chapter 18. This chapter is applicable to Group
A, B, C , U towns as per functional requirements.
Utility may optionally ask SIA to stage ad-doc testing in presence of team
comprising of PFC, utility. Other members may also be opted like, by like
CEA, Discom, Nodal agency . for basic of prototype of SCADA/DMS /OMS
functions of offered product with simulated offered at least 2 RTU & FRTUs.and
balance by simulation for one sample project area . The same may be
considered in design & engineering stage
Each of the factory tests described below (i.e. the hardware integration test,
the functional performance test, integrated system test and unstructured tests)
shall be carried out under factory test for the SCADA/DMS system. The
factory tests, requiring site environment, shall be carried out during the Field
Tests after mutual agreement for the same from owner. If applicable as per
condition/note in Chapter 19 delivery for NSRC for SCADA/DMS/OMS
The hardware integration test shall be performed to ensure that the offered
computer hardware, conforms to this Specification requirements and the
Contractor- supplied hardware documentation. All the SCADA/DMS system
hardware shall be integrated and staged for testing. Applicable hardware
diagnostics shall be used to verify the hardware configuration of each
equipment. The complete hardware & software bill of quantity including
software licenses & deliverables on electronic media shall also be verified.
This test shall verify the stability of the SCADA/DMS/OMS hardware and
software after the functional performance test has been successfully completed.
During the test, all SCADA/DMS functions shall run concurrently and all
Contractor supplied equipment shall operate for a continuous 48 (forty eight)
hour period with simulated exchange with other interconnected system IT
system envisaged etc. The test procedure shall include periodic repetitions of
the normal and peak loading scenarios defined. These activities to be tested
may include, but shall not be limited to, database, display, and report
modifications, configuration changes (including user-commanded processor and
device failover), switching off of a primary server and the execution of any
function described in this Specification. During the tests, uncommanded
functional restarts or server/device failovers are not allowed; in case the
problems are observed, the Contractor shall rectify the problem and repeat
the test.
The SCADA/DMS system shall be tested at the site. All hardware and software
associated with the SCADA/DMS system along with all RTUs/FRTUs/FPIs
along with all field devices including MFTs connected shall be tested under
the field tests.
The equipment which has undergone the factory testing shall be installed at
site and integrated with the RTUs /FRTU/FPI and other computer systems
though the communication medium.
The Contractor shall be responsible for performing the field installation tests
and Employer may witness these tests
After the field installation tests, the Contractor shall carry out end-to-end test
to verify:
The Contractor shall provide the details of all the variances observed and
corrections carried out during end to end test.
After the end to end test, the Contractor shall conduct the field performance
test to verify the functional performance of the system in line with the
technical specification which includes the following:
Contractor shall provide & approve theoretical and practical figures used for
this calculation at the time of detailed engineering. The calculation shall entail
reliability of each individual unit of the System in terms of Mean Time between
Failures (MTBF and a Mean time to Repair (MTTR) as stated by OEM.
Reliability figures of existing equipment shall be supported by evidence from
operational experience at similar types of installation / figure given by OEM.
System availability tests shall be conducted after completion of the field tests.
The system availability test shall apply to the SCADA/DMS/OMS system
(hardware and software) integrated with its RTUs/FRTU/FPIs and legacy system
envisaged However, the non- availability of RTUs/Data Concentrators/
FRTU/FPI , legacy IT system etc. & Communication System shall not be
considered for calculating system availability. However, RTU/FRTU,
communication equipment’s auxiliary power supply shall be tested as per the
provisions given in their chapters.
The system availability tests will be performed by the owner by using the
SCADA/DMS system and RTUs/FRTU/FPI for operation, control and monitoring
of distribution system and using Contractor supplied documentation. The owner
will also be required to generate daily, weekly and monthly reports. The
supplied system shall be operated round the clock.
Downtime occurs whenever the criteria for successful operation are not
satisfied. During the test period, owner shall inform the Contractor for any
failure observed. For attending the problem the contractor shall be given a
reasonable travel time of 8 hours. This service response time shall be treated
as hold time and the test duration shall be extended by such hold time. The
downtime shall be measured from the instant, the contractor starts the
investigation into the system and shall continue till the problem is fixed. In
the event of multiple failures, the total elapsed time for repair of all problems
(regardless of the number of maintenance personnel available) shall be counted
as downtime. Contractor shall be allowed to use mandatory spares (on
replenishment basis) during commissioning & availability test period.
8.5.2 Holdtime
During the availability test, certain contingencies may occur that are beyond
the control of either employer or the Contractor. These contingencies may
prevent successful operation of The system, but are not necessarily valid for
the purpose of measuring SCADA/DMS availability. Such periods of
unsuccessful operation may be declared "holdtime" by mutual agreement of
employer and the Contractor. Specific instances of holdtime contingencies could
be Scheduled shutdown of an equipment, Power failure to the equipment,
Communication link failure.
8.6 Documentation
The contractor shall submit the paper copy of all necessary standard and
customized documents for SCADA/DMS in 2 sets for review/approval by the
Employer for necessary reference which includes the following:
After approval two sets of all the above documents as final documents shall
be delivered to site by the Contractor. In case some modifications/corrections
are carried out at site, the contractor shall again submit as built site specific
drawings in three sets after incorporating all such corrections as noticed
during commissioning. Any software modifications/updates made at site shall
also be documented and submitted in three sets to site and one set to
Employer.
End of Chapter 8
Support Feature:
All support feature as mentioned below will not be used now & may require
in future. However, the same shall be tested in routine /Factory Tests.
Further, it should be possible to have following capabilities in the RTU by
way of addition of required hardware limited to addition of I/O modules &
communication card or protocol converter & using the same firmware at later
date:
a) RTU shall have two TCP/IP Ethernet ports for communication with
Master station(s) using IEC 60870-5-104.
RTU shall report energy values to master station periodically. The periodicity
shall be configurable from 5 minutes to 24 hours (initially set for 15 minutes)
The RTU shall acquire data from the MFTs using the MODBUS protocol. In
addition, usage of IEC 60870-5-101/104 protocols is also permitted. The MFT
will act as slave to the RTU. The RTU shall transmit these values to the
master station in the frame of IEC 60870-5-104/101 protocol. As an alternate
approach the utility/contractor may use RTU as a data concentrator & acquire
all the required analog data from DCU installed & connected to energy meters
using MODBUS /DLMS as legacy system . However, performance, functional,
availability & update time requirement shall be met in this case also. It is
the responsibility of utility /contractor to assess this option & only opt in
case it is found feasible,
The real time values like, Active power, Reactive Power, Apparent power three
phase Current& Voltage and frequency, power factor & accumulated values of
import /export energy values will be acquired RTU from the following in the
given manner:
The ability of the RTU to accommodate dc inputs shall include the following
signal ranges:
The total burden imposed by the RTU/DC analog input circuit shall not
exceed 0.5 volt-ampere for current and voltage inputs. As an option, contractor
may also provide transducer less solution to connect direct CT/PT secondaries.
RTU shall be capable of accepting isolated dry (potential free) contact status
inputs. The RTU shall provide necessary sensing voltage, current, optical
isolation and de-bounce filtering independently for each status input. The
sensing voltage shall not exceed 48Vdc.
To take care of status contact chattering, a time period for each point and
the allowable number of operations per time period shall be defined. If the
allowable number of operations exceed within this time period, the status
change shall not be accepted as valid
The RTU shall maintain a clock and shall time-stamp the digital status
data. Any digital status input data point in the RTU shall be assignable as
an SOE point. Each time a SOE status indication point changes the state,
the RTU shall time-tag the change and store in SOE buffer within the RTU.
A minimum of 1000 events can be stored in the SOE buffer. SOE shall be
transferred to Master Station as per IEC 60870-5-104 protocol. SOE buffer &
time shall be maintained by RTU on power supply interruption.
The Master Station user shall be able to perform a virtual connection with
any IED connected to the RTU/DC, provided the communication protocol
functionality, to support the information transfer from and to the IEDs. For
example, the Master Station shall gather on-demand IED data, visualize IED
configuration parameters, and IED source code depending upon the IED
capabilities. On the other hand, the Master Station shall be able to download
to the IEDs configuration parameters, code changes, etc. depending upon the
IED capabilities. This feature is a support function considering in future
implementation. The capability can be demonstrated with the upload &
download of data from master station with IEDs connected to the RTUs using
the support of protocols specified in this chapter. Numerical relays Analog
data viz voltage ,current, sag swell instantaneous, momentary , temporary,
over voltage, under voltage, over current , phasor measurement , THD, current
TDD & current unbalance ratio etc. at numerical relays if installed at bay of
S/S
The RTU shall provide the capability for a master station to select and change
the state of digital output points. These control outputs shall be used to
control power system devices such as Circuit breakers relay disable/enable
and other two-state devices, which shall be supported by the RTU.
Each control output shall consist of one set of potential free NO contact. The
output contacts shall be rated for atleast 0.2 Amp. at 48 Vdc. These output
contact shall be used to drive heavy duty relays. In case Control output
module of RTU does not provide potential free control output contact of this
rating, then separate control output relays shall be provided by the contractor.
These relay coils shall be shunted with diodes to suppress inductive transients
associated with energizing and de-energizing of the relay coils & shall conform
to the relevant IEC requirements.
The control output contact from the RTU shall be used for initiating heavy
duty relays for trip/close of switching devices and energizing relays of OLTC
raise lower. The contractor shall provide heavy duty relays. Each control
output relays shall consist of atleast 2 NO contacts. The output contacts shall
be rated for at least 5 Amps Continuous at 220Vdc and shall provide arc
suppression to permit interruptions of an inductive load. Relay coils shall be
shunted with diodes to suppress inductive transients associated with energizing
and de-energizing of the relay coils. The relays shall conform to the IEC255-
1-00 and IEC 255-5 requirements.
The RTU shall include the following security and safety features as a minimum
for control outputs:
The Contractor shall provide a latching relay to be used to simulate and test
supervisory control from the Master station. The latching relay shall accept
the control signals from the RTU to open and close, and shall provide the
correct indication response through a single point status input.
The relays shall be DC operated, self-reset type. The rated voltage for relay
operation shall be on 24/48/110/220V DC depending on the station DC
supply. The relay shall be able to operate for +/-20% variation from nominal
voltage.
The relay shall have a minimum of two change over contacts, out of which
one shall be used for telemetry purposes. The contacts shall be rated to carry
minimum current capacity of 5A.
The relays coils shall be shunted with diodes to suppress inductive transients
associated with energizing and de-energizing of the relay coils. The relays shall
conform to the IEC 255-1-00and IEC 255-5 requirements. The relays must be
protected against the effects of humidity, corrosion & provide with a dust tight
cover. The connecting terminals shall be screw type & legibly marked. The
relays may optionally have a visual operation indicator. The relays are to be
mounted in Control & Relay (C&R) panels and therefore shall be equipped
with suitable mounting arrangements. In case suitable space is not available
in C&R panel the same shall be mounted in RTU panel or suitable panels ,
which shall be supplied & mounted on the top of the C&R panel by the
contractor.
The internal RTU time base shall have a stability of 10 ppm. The RTU shall
be synchronized through synchronization message from master station at every
15 minutes (configurable from15 minutes to 24hrs) over IEC 60870-5-
104/101/NTP/SNTP. The RTU shall also carry out time stamping of the events
which are not received as time stamped from connected IEDs/ FPIs etc.
RTU shall have capability to write various programs based IEC 61131-3 SCADA
language. Itwill facilitate user to write various programs using points defined
in the database.
The RTU will be powered from a 48 V DC power supply system. The RTU
shall not place additional ground on the input power source. The
characteristics of the input DC power supply shall be
(a) Nominal voltage of 48 Vdc with variation between 40.8 and 57.6
Vdc.(i.e. 48(+20%/-15%)
(b) Maximum AC component of frequency equal to or greater than 100 Hz
and
0.012 times the rated voltage peak-to-peak.
The RTU shall have adequate protection against reversed polarity, over current
and under voltage conditions, to prevent the RTU internal logic from being
damaged and becoming unstable causing mal-operation. The specification for
DCPS is given in respective chapter 14 of MTS. In place of 48VDC, Utility
may opt any other voltage level such as 12, 24, 110 ,125 220 VDC etc. The
permissible ranges as per applicable standards specified shall be adhered to
accordingly. The interface components like CMRs, HDRs MFT etc. may also
be selected accordingly.
RTU shall be equipped for the point counts defined in the BOQ (Basic+20%
spare (wired & hardware). It shall be possible to expand the RTU capability
for additional 100 % of the basic point counts by way of addition of hardware
such as modules, racks, panels, , however, RTU software and database shall
be sized to accommodate such growth without requiring software or database
regeneration.
At least 50% of the space inside each enclosure shall be unused (spare) space
that shall be reserved for future use. The Contractor shall provide required
panels conforming to IEC 529 for housing the RTU modules/racks, relays etc.
and other required hardware. The panels shall meet the following requirements:
(a) shall be free-standing, floor mounted and height shall not exceed 2200
mm.
All doors and removable panels shall be fitted with long life rubber
beading. All non load bearing panels/doors shall be fabricated from
minimum 1.6 mm thickness steel sheet and all load bearing panels,
frames, top & bottom panels shall be fabricated from minimum 2.0 mm
thickness steel sheet
(b) shall have maintenance access to the hardware and wiring through
lockable full height doors.
(c) shall have the provisions for top & bottom cable entry
(d) The safety ground shall be isolated from the signal ground and shall
be connected to the ground network. Safety ground shall be a copper
bus bar. The contractor shall connect the safety ground of to the
grounding network. Signal ground shall be connected to the
communication equipment signal ground.
(e) All panels shall be supplied with 230 Vac, 50 Hz, single-phase switch
and 15/5A duplex socket arrangement for maintenance.
(f) All panels shall be provided with an internal maintenance lamp, space
heaters and gaskets.
(g) All panels shall be indoor, dust-proof with rodent protection, and meet
IP41 class of protection.
(h) There shall be no sharp corners or edges. All edges shall be rounded
to prevent injury.
(i) Document Holder shall be provided inside the cabinet to keep test
report, drawing, maintenance register etc.
(j) All materials used in the enclosures including cable insulation or
sheathing, wire troughs, terminal blocks, and enclosure trim shall be
made of flame retardant material and shall not produce toxic gasses
under fire conditions.
The RTU panels shall gather all signals from and to the devices located in
Control & Relay panels in the substation control room. All wires that carry
low-level signals shall be adequately protected and separated as far as possible
from power wiring. All wires shall be identified either by using ferrules or by
color coding. In addition, cables shall be provided with cable numbers at both
ends, attached to the cable itself at the floor plate where it enters the
cubicles.
Shielded cables shall be used for external Cabling from the RTU panels. The
external cables(except communication cables) shall have the following
characteristics:
All terminal blocks shall be suitably arranged for easy identification of its
usages such as CT circuits, PT circuits, analog inputs, status inputs, control
outputs, auxiliary power supply circuits, communication signals etc. TBs for
CT circuits shall have feature for CT shorting (on CT side) & disconnection
(from load side) to facilitate testing by current injection. Similarly, TBs for PT
circuit shall have feature for disconnection to facilitate voltage injection for
testing.
Bidder has the option to offer RTUs having following architectural design:
a) Centralized RTU design where all I/O modules are housed in RTU panels
and communicating with master station through communication port.
b) Distributed RTU design where distributed I/O modules /processor with
I/O modules are housed in respective bay panels/RTU panel. All these
distributed I/O modules / I/O modules with processor shall be connected
to a central processor for further communication with master station. The
bidder shall asses the requirement of RTU panels for such design and
supply panels accordingly. This is applicable for Numerical relay/BCPU
concept.
End of Chapter 9
10.0 General
The Feeder Remote Terminal Unit (FRTU) shall be installed at Ring Main Units
(RMUs), Sectionalizers locations FRTU shall also be used for control of
switching devices such as breaker, isolator switches etc. inside RMU panel,
Sectionalizers etc. from Master station(s). The supplied FRTUs shall be
interfaced with the RMUs, FPI, communication equipment, power supply
distribution boards; for which all the interface cables, TBs, wires, lugs, glands
etc. shall be supplied, installed & terminated by the Contractor. Further, the
equipments indicated in the MoP oder no 12/34/2020-T&R dtd 08.06.21 &
CEA /PLG/R&D/MII/2021 dtd 11.6.21 and any amendment from time to time
shall be adhered to. This chapter is applicable to Group A towns as per
functional requirements
a) FRTU shall have one TCP/IP Ethernet port for communication with
Master station(s) using IEC 60870-5-104/101 protocol or serial port in
case IEC60870- 101
b) FRTU shall have required number of RS 485 ports for communication
with
c) MFTs/ to be connected in daisy chain using MODBUS protocol .
d) Minimum15 analog values (including 4 energy values) to be considered
per energy meter. The RTU shall be designed to connect maximum 5
MFT per port. Further, bidder to demonstrate during testing that all
analog values updated within 2 sec. The updation time shall be
demonstrated during testing.
e) FRTU shall have one port for connecting the portable configuration
and maintenance tool for FRTU.
f) Support for /IEC61850 /protocols & ability to act as a gateway for
Numerical relays/ Smart Meters may have to be interfaced if need be..
g) SSL/VPN ,NERC/CIP complaint
h) Ability to communicate over dual SIM modem
i) Ability to auto changeover incase configured for single SIM configuration
at a time
FRTU shall use IEC 60870-5-104/101 & optionally IEC 20922 can be used
communication protocol (subject to meeting functional, performance & security
requirement for communicating to master station. The FRTU communication
protocol shall be configured to report analog (except energy values) & status
changes by exception to master stations. However, FRTU shall support periodic
reporting of analog data and periodicity shall be configurable from 2 sec to
1 hour. Digital status data shall have higher priority than the Analog data.
The dead-band for reporting Analog value by exception shall be initially set to
1% (in %) of the full scale value.
FRTU shall report energy values to master station periodically. The periodicity
shall be configurable from 5 minutes to 24 hours (initially set for 15 minutes)
The FRTU shall acquire data from the MFTs using the MODBUS protocol. In
addition, usage of IEC 60870-5-101/104 protocols is also permitted. The MFT
will act as slave to the FRTU. The FRTU shall transmit these values to the
master station in the frame of IEC 60870-5- 104/101 protocol.
The real time values like, Active power, Reactive Power, Apparent power three
phase Current & Voltage and frequency, power factor & accumulated values
of import/export energy values will be acquired FRTU from the following in
the given manner:
The total burden imposed by the FRTU analog input circuit shall not exceed
0.5 volt-ampere for current and voltage inputs. As an option, contractor may
also provide transducer less solution to connect direct CT/PT secondaries.
RTU shall be capable of accepting isolated dry (potential free) contact status
inputs. The RTU shall provide necessary sensing voltage, current, optical
isolation and de-bounce filtering independently for each status input. The
sensing voltage shall not exceed 48 Vdc/220VAC.
To take care of status contact chattering, a time period for each point and
the allowable number of operations per time period shall be defined. If the
allowable number of operations exceed within this time period, the status
change shall not be accepted as valid
The Double point status input will be from two complementary contacts (one
NO and one NC) which is represented by 2-bits in the protocol message. A
switching device status is valid only when one contact is closed and the other
contact is open. Invalid states shall be reported whenboth contacts are open
or both contacts are closed.
All status inputs shall be scanned by the FRTU from the field at 1 millisecond
periodicity.
The RTU shall maintain a clock and shall time-stamp the digital status data.
Any digital status input data point in the RTU shall be assignable as an
SOE point. Each time a SOE status indication point changes the state, the
RTU shall time-tag
The FRTU shall provide the capability for a master station to select and
change the state of digital output points. These control outputs shall be used
to control power system devices such as Circuit breakers, isolator, reset, relay
disable/enable and other two-state devices, which shall be supported by the
RTU.
Each control output shall consist of one set of potential free NO contact. The
output contacts shall be rated for atleast 0.2 Amp. at 48 Vdc. These output
contact shall be used to drive heavy duty relays. In case Control output
module of FRTU does not provide potential free control output contact of this
rating, then separate control output relays shall be provided by the contractor.
These relay coils shall be shunted with diodes to suppress inductive transients
associated with energizing and de-energizing of the relay coils & shall conform
to the relevant IEC requirements.
The control output contact from the FRTU shall be used for initiating heavy
duty relays for trip/close of switching devices. The contractor shall provide
heavy duty relays. Each control output relays shall consist of atleast 2 NO
contacts. The output contacts shallbe rated for at least 5 Amps Continuous at
220Vdc and shall provide arc suppression to permit interruptions of an
inductive load. Relay coils shall be shunted with diodes to suppress inductive
transients associated with energizing and de-energizing of the relay coils. The
relays shall conform to the IEC255-1-00 and IEC 255-5 requirements.
The FRTU shall include the following security and safety features as a
minimum for control outputs:
The Contractor shall provide a latching relay to be used to simulate and test
supervisory control from the Master station. The latching relay shall accept
the control signals from the FRTU to open and close, and shall provide the
correct indication response through a single point status input.
The relay shall have a minimum of two change over contacts, out of which
one shall be used for telemetry purposes. The contacts shall be rated to carry
minimum current capacity of 5A.
The relays coils shall be shunted with diodes to suppress inductive transients
associated with energizing and de-energizing of the relay coils. The relays shall
conform to the IEC 255-1-00 and IEC 255-5 requirements. The relays must
be protected against the effects of humidity, corrosion & provide with a dust
tight cover. The connecting terminals shall be screw type & legibly marked.
The relays may optionally have a visual operation indicator. The relays are to
be mounted in junction /termination box and therefore shall be equipped with
suitable mounting arrangements. In case suitable space is not available in
junction /termination box the same shallbe mounted in FRTU panel.
The internal FRTU time base shall have a stability of 100 ppm. The RTU
shall be synchronised through synchronisation message from master station
The FRTU will be powered from a 48 V DC power supply system. The RTU
shall not place additional ground on the input power source. The
characteristics of the input DC power supply shall be
(a) Nominal voltage of 48 Vdc with variation between 40.8 and 57.6
Vdc.(i.e. 48(+20%/-15%)
(b) Maximum AC component of frequency equal to or greater than 100
Hz and 0.012 times the rated voltage peak-to-peak.
The FRTU shall have adequate protection against reversed polarity, over current
and under voltage conditions, to prevent the RTU internal logic from being
damaged and becoming unstable causing mal-operation. Utility may opt any
other voltage level such as 12, 24, 110 VDC etc. and permissible ranges and
applicable standards specified shall be adhered to accordingly. The interface
components like CMRs, HDRs MFT etc. may also be selected accordingly.
FRTU shall be equipped for the point counts defined in the BOQ (Basic+20%
spare (wired & hardware). It shall be possible to expand the FRTU capability
for additional 100 % of the basic point counts by way of addition of hardware
such as modules, racks, panels, however, FRTU software and database shall
be sized to accommodate such growth without requiring software ordatabase
regeneration.
At least 50% of the space inside each enclosure shall be unused (spare) space
that shall be reserved for future use. The Contractor shall provide required
(a) shall be pole/ wall mounted compact size cabinet. The size shall be
preferably in the order of 400 mm. All doors and removable panels
shall be fitted with long life rubber beading. All non-load bearing
panels/doors shall be fabricated from minimum 1.6 mm thickness steel
sheet and all load bearing panels, frames, top & bottom panels shall
be fabricated from minimum 2.0 mm thickness steel sheet
(b) shall have maintenance access to the hardware and wiring through
lockable doors.
(c) shall have the provisions for bottom cable entry
(d) The safety ground shall be isolated from the signal ground and shall be
connected to the ground network. Safety ground shall be a copper bus bar.
The contractor shall connect the panel’s safety ground of to the owner’s
grounding network. Signal ground shall be connected to the communication
equipment signal ground.
(e) All panels shall be supplied with 230 Vac, 50 Hz, single-phase switch
and 15/5A duplex socket arrangement for maintenance.
(f) All panels shall be provided with an internal maintenance lamp, space
heaters and gaskets.
(g) All panels shall be outdoor, dust-proof with rodent protection, and meet
class of protection. IP41 if housed in RMU panel & IP54 in case of in
open outdoor.
(h) There shall be no sharp corners or edges. All edges shall be rounded
to
(j) All materials used in the enclosures including cable insulation or
sheathing, wire troughs, terminal blocks, and enclosure trim shall be
made of flame retardant material and shall not produce toxic gasses
under fire conditions.
The FRTU panels shall gather all signals from and to the devices located in
Control & Relay panels in the substation control room. All wires that carry
low-level signals shall be adequately protected and separated as far as possible
from power wiring. All wires shall be identified either by using ferrules or by
color coding. In addition, cables shall be provided with cable numbers at both
ends, attached to the cable itself at the floor plate where it enters the
cubicles. Shielded cables shall be used for external Cabling from the FRTU
panels. The external cables (except communication cables) shall have the
following characteristics:
All terminal blocks shall be suitably arranged for easy identification of its
usages such as CT circuits, PT circuits, analog inputs, status inputs, control
outputs, auxiliary power supply circuits, communication signals etc. TBs for
CT circuits shall have feature for CT shorting (on CT side) & disconnection
(from load side) to facilitate testing by current injection. Similarly, TBs for PT
circuit shall have feature for disconnection to facilitate voltage injection for
testing.
End of Chapter 10
The input, output and auxiliary circuits shall be isolated from each other and
earth ground. The transducer output shall be ungrounded and shall have
short circuit and open circuit protection. The transducers shall comply to the
following requirements, in addition to the requirement of IEC 60688, without
damage to the transducer.
(a) Voltage:
Voltage test and other safety requirement compliance as specified in
IEC 60688 or 60687and IEC 414.
The contractor shall provide the multi-function transducers for acquiring the
real time analog inputs through 3 phase 3 wire CT/PTs circuits/ 3 phase 4
wire CT/PTs circuits (Based on the field requirement). Based on the CT/PT
secondary rating, the multi-function transducer shall be designed for nominal
110 V (Ph-Ph voltage) and 1A/5A (per phase current). The MFT shall be
suitable for 20% continuous over load and shall be able to withstanding 20
times the normal current rating for a period one second. The MFT shall be
able to accept the input voltages upto 120% of the nominal voltage. The MFT
shall have low VA burden. MFTs shall be mounted in the interface cabinet
to be supplied by the contractor.
The MFTs shall be suitable for mounting on DIN rails. The MFT terminals
shall accept upto two2.5 mm2 / 4 mm2 for PT/CT circuit terminations as
applicable.
The MFT shall be programmable with password protection thru suitable facia
mounted key pad arrangement so that the configuration parameters such as
CT/PT ratio , integration time ofenergy , reset, communication parameters
setting (Address, baud , parity ) can be set up at sitealso. The device shall
have LCD displays to visualize all parameters being monitored & configuration
etc. have configurable at site for CT/PT ratio etc.
11.2 DC Transducer
The transformer tap position indications shall be either of two types based
on field requirement.
(i) Variable resistance type
(ii) Lamp type
The Contractor shall provide suitable resistance tap position transducers which
shall have the following characteristics
(a) The input measuring ranges shall be from 2 to 1000 ohms per step,
which is tuneable at site with at least 25 steps.
(a) The modem shall have suitable interface facility to connect with the
meter by using the RS232 /485cable. It shall have dual SIM facility
(b) The offered modems should be capable of operating on Three phase
supply drawn from the FPI input itself. Auxiliary Power supply will
not be acceptable form Modem at FPI The operating voltage range
for the modem should be 90 V ac P-P to 440 V ac P-P. However
the modem should also be capable of operating on single phase 230
V, 50 Hz power supply. The modem voltage surges. Modem at FRTU
locations should be capable of operating on dc voltage in line with
FRTU voltage . The offered Modem should be capable to transfer the
entire data as per the FRTU data requirement of FRTU/FPI at control
center shall be suitably protected against
(c) The offered Modem should be capable to transfer the entire data as
per the FRTU data requirement of FRTU/FPI at control center i.e.
4G /5G as per site signal condition
(d) The offered Modem should be supplied with power cable, antenna
with co-axial cable of length, RS 232 /485connecting suitable cable,
mounting adopter etc
Modems for FPI & FRTU locations, the Bidder is requested to assess
the exact
(h) requirement and should supply a high gain antenna or any other
suitable alternate communication network for collecting data in such
area.
(i) In the event of an outage, the modem should be able to initiate
separate call or send SMS to predefined number to notify the outage
event with data and time of occurrence and restoration
(j) The Modem should act a completely transparent channel i.e. the
Commands received from SCADA/DMS Control center should be
conveyed to FRTU/FPI and data from FRTU/FPI should be conveyed
to SCADA/DM control center without any changes in the modem.
(k) Data collection from FRTU/FPI should take place only after connection
is established between Control center and FRTU/FPI. Data should
not reside in the modem before the time of transmission to Control
center, to avoid chances of tampering of data at Modem end.
(l) The Modem should be capable of operating with SIMs of local
GSM/CDMA Service provider in the area.
(m) Modem should be capable for continuous working for 24 hours every
day under field conditions
(n) Modem should be a compact model housed in a polycarbonate
/engineering plastic
(o) Metallic enclosure. The modem should comply with IP55 degree of
protection for FPI locations & IP41 for FRTU as the same shall be
housed in the FRTU panel.
(p)
(q) Modem should be Dual Band modem capable of operating at 900
and 1800 MHz transmission. GSM Modem should support both Data
and SMS transmission. It should have both GSM and GPRS/MPLS-
4G/EDGE feature
(r) Modem should have an RS232 Interface through a 9 pin or 15 pin
D type Connector for connection to FRTU/FPI. The SIM interface
should be a 3 V Interface in accordance with GSM 11.12 phase 2
with a retractable SIM cardholder, which should be fully inserted
inside the modem. The holder opening should have a sliding cover
RTU shall communicate with control center through MPLS network. The router
specification shall be suitable to communicate with Control center. Industrial
Grade Router(Managed L2/L3) should support QUAD core 1.2GHz CPU, DRAM
of 2GB & usable Flash Memory of 2GB. Should support WAN port on Combo
Gigabit Ethernet (RJ45/SFP slot)Gateway should have Four 10/100BASE-T
Fast Ethernet LAN ports with 4KV isolation for Electrostatic Discharge (ESD)
protection. Router should support 1 RS-232 serial ports Gateway should have
mini Type B USB Console port, Dual SIM for 3G/4G/5G,MAC address filtering
The Router should have built-in security features like SSL VPN for remote
access, Next gen encryption such as AES-256, SHA-384, and SHA-512, IP Sec
tunells, NAT Transparency, VRF Aware Ipsec and Ipsec over IPv6.
Gateway should also have built in firewall features like Zone based policy
firewall, VRF-aware stateful inspection routing firewall, Advanced application
inspection and control, Dynamic and static port security
Router should have SDWAN so that dynamic path selection feature can be
achieved to select the best available path out of multiple routes based on
delay, jitter, and latency.
Router should support IPv6 name resolution, IPv6 DHCP and IPv6 NAT
features, IP SLA, OSPFv2 and OSPFv3, BGP & EIGRP.
Router should support IEC 60870 T101, T104 protocol translations. Comply
with IEEE 1613 and IEC 61850-3 standards.
End of Chapter 11
Test equipment for RTU/FRTU shall have Configuration and maintenance tool
consisting of the followings:
The Master station simulator and protocol analyzer tool shall also have
following features:
Each received message shall be checked for validity, including the check
sum. The tool shall maintain and display error counters so that the
number of errors during a period of unattended testing can be
determined.
All fields of a message shall be displayed. A pass/fail indication for the
message shall be included.
In case of usage of IEC 103/61850/ IEC62056 for data acquisition, the feature
of the same also be provided with same or additional tool
12.3 Laptop PC for above software tools along with interfacing hardware
A laptop PC shall be used for the above mentioned software tools. The laptop
PC shall be provided with all hardware accessories including cables, connectors
etc. required for interfacing with Master station, RTU/FRTU and MFT. A
suitable Hub shall be provided to use the tool in monitor mode. A carrying
case and a suitable power adaptor (input 230VAC, 50Hz) for laptop PC shall
also be supplied.
End of Chapter 12
Each complete unit shall undergo routine testing. The list of Routine tests to
be performed in the factory is mentioned in Table-2.
After field testing, RTU/FRTU shall exhibit 98% availability during test period.
Availability tests shall be performed along with Master station. The RTU/FRTU
shall be considered available only when all its functionality and hardware is
operational. The non-available period due to external factors such as failure of
DC power supply, communication link etc., shall be treated as hold-time &
availability test duration shall be extended by such hold time.
13.1 Training
The contractor shall provide training to the Employers personnel. The training
program shall be comprehensive and provide for interdisciplinary training on
hardware and software. The training program shall be conducted in English.
RTU/FRTU training course shall cover the following:
13.2 Documentation
The Contractor shall submit 3 sets of all the standard and customized
RTU/FRTU documents for review and approval which includes the following:
After approval of all the above documents, the Contractor shall submit three
sets as final documents. The site-specific drawings as indicated at item (i)
and (j) above shall be submitted in three sets for each site before installation
of RTU/FRTU. In case some modifications/corrections are carried out at site,
the contractor shall again submit as built site-specific drawings in three sets
after incorporating all such corrections as noticed during commissioning of
the RTU/FRTU.
10. End to end test (between RTU/FRTU & Master station) for all I/O
points
Test for MODBUS protocol implemented for acquiring data from
11. MFT/ transducers and updation time demonstration in daisy
chain configuration
12. Test for IEC 60870-5 -104,101 , other protocol implemented
17. Test for Control Security and Safety for Control outputs
E Other test
Note:
1) Test levels for above type tests mentioned in B, C & D above are
elaborated in Table 2 of this Chapter
2) * For RTU only & ** For FRTU only
3) Contractor can provide test certificates for the type tests mentioned in
B,C,D & supporting protocols from Govt of India/NABL/International
accredited Labs. If not provided, the same needs to conducted at Govt
of India/NABL/International accredited Labs
4) Transducer type test requirements are mentioned in the respective sub
section of specification.
Radiated Electromagnetic
Field Level 3
(Test 32) ON 10V/m electric field strength A
End of Chapter 13
7. Transfer Test
8. Full Load Test
9. UPS Efficiency test
Note* : These tests (Sl. No. 5-36) shall be conducted on 10% samples of the
offered batch and other tests (Sl. No 1-4) shall be conducted on each
equipment during the FAT.
14.4 BATTERY REQUIREMENTS
The contractor shall supply Valve Regulated Lead Acid (VRLA) maintenance
free Battery for UPS & DCPS system. Each battery set shall have sufficient
capacity to maintain output at full rated load for duration as defined in BOQ
The Bidder shall furnish detailed battery sizing calculations along with all
arrangements and supporting structures, for UPS and DCPS system being
proposed, along with the bid. In all cases the battery is normally not allowed
to discharge beyond 80% of rated capacity (80% DOD) at 10 hours rate of
discharge.
The contractor supplying the cells/batteries as per this document shall be
responsible to replace/repair free of charge, the battery/cell becoming faulty,
owing to defective workmanship or material as per the provisions of the bid
document.
Battery sizing calculation for UPS shall be done considering the actual charging
achieved in eight hours i.e. in case 100% charging is not achieved in eight
hours the Ah of the battery shall be enhanced by the ratio of charging
actually achieved in eight hours.
14.4.1 Constructional Requirements
The design of battery shall be as per field proven practices. Partial plating of
cells is not permitted. Paralleling of cells externally for enhancement of capacity
is not permitted. Protective transparent front covers with each module shall
be provided to prevent accidental contact with live module/electrical
connections. It shall be possible to easily replace any cell of the battery at
site in normal working condition.
14.4.2 Containers
The container material shall have chemical and electro-chemical compatibility
and shall be acid resistant. The material shall meet all the requirements of
VRLA batteries and be consistent with the life of battery. The container shall
be fire retardant and shall have an Oxygen Index of at least 28%. The porosity
of the container shall be such that so as not to allow any gases to escape
except from the regulation valve.
* Note: Battery shall be sized to deliver rated load for specified duration after charging
for 12 hours from fully discharged state of battery (1.75V for VRLA).
14.7 Documentation
The following specific document for items covered under this chapter shall
be submitted which shall be in addition to the applicable general document
required under chapter 18
End of Chapter 14
Description Standard
11 kV 5 way- 3 way Ring Main unit
AC metal enclosed switchgear and control gear for rated IS3427/ IEC62271-200
voltages above 1 kV and up to and including 52 kV
WAY RMU Left or Right side extensible Two (2) Motor operated load
break switches (LBSs) with manual operated earthing switches in SF6
and 1 vacuum circuit breaker with Electrical closing and tripping
along with disconnector and earthing switches WITH BUS PT metering
module and base channel and suitable space for mounting FRTU, battery
charger, Auxiliary PT of suitable rating inside metering cubical. The
Battery charger along with batteries required for Electrical operations of
RMU is also in the scope of the Bidder.
WAY RMU - Left or Right side extensible Two (2) Motor operated
load break switches (LBSs) with manual operated earthing switches in
SF6 and (3) vacuum circuit breakers with Electrical closing and tripping
along with disconnector and earthing switches WITH BUS PT metering
module and base channel suitable space for mounting FRTU, battery
charger, Auxiliary PT of suitable rating inside metering cubical. The
Battery charger along with batteries required for Electrical operations of
RMU is also in the scope of the Bidder.
15.1.2 Scope of Work
The Package scope of work shall include design, manufacture, testing,
delivery installation commissioning of SCADA Compatible Ring Main
Units capable of being monitored and controlled by the SCADA/DMS.
This also includes supply of relevant 11 kV cable termination kits
including the jointing as per this tender specification
Each RMU shall include its own power supply unit (including auxiliary
power transformer, batteries, and battery charger), which shall provide
a stable power source for the RMU. The RMUs will be connected to
the FRTU including the power supply required will be procured, supplied
and installed by SIA. Each new RMU shall be equipped with main-line
15.1.5 Testing
The specified RMUs shall be subject to type tests, routine tests, and acceptance
tests. Where applicable, these tests shall be carried out as per the standards
The scope of supply is supply 11 kV 5 Way RMU and 3 Way RMU suitable for
outdoor application.
The RMU to be supplied shall be compact and shall meet the following
requirements:
Easy to install
Safe and easy to operate
Compact
Low maintenance
It shall include, within the same metal enclosure number of MV functional
units required forconnection,
Power supply including the battery bank for controlling the LBS and
breakers Load break switches,
Earthing Switches
Breakers
Relays
BUS PT metering module, FPI’s and other allied equipment.
Space for FRTU
Equipment and material conforming to any other standard, which ensures
equal or better quality, may be accepted. In such case copies of English
version of the standard adopted shall be submitted.
The electrical installation shall meet the requirement of Indian Electricity
Rules, 1956 as amended up to date; relevant IS code of practice and Indian
Electricity Act, 1977. The Electricity Act, 2003 and Amendment if any shall
also apply. In addition other rules and regulations applicable to the work
shall be followed. In case any discrepancythe most stringent and restrictive
one shall be binding.
The high-tension switchgear offered shall in general comply with the latest
issues including amendments of the following standards but not restricted to
them.
All design feature of he proposed RMU, as described in the supplier’s bid and
in the bid’s reference materials, shall be fully supported by the equipment
actually delivered. The key design features include those that relate to:
Parameter Value
Power Frequency With stand Voltage to Earth, Between 28 kV rms for 1 minute
Poles, & Across Opening Span
Parameter Value
Rated Short Circuit Making Capacity 52.5 kA peak at rated voltage (both LBS &
Earthing Switch)
It shall include, within the same metal enclosure, On-load break switch,
circuit breakers and earthing switches for each Load Break
Switch/Circuit Breaker.
Suitable fool-proof interlocks shall be provided to the earthing switches
to prevent inadvertentor accidental closing when the circuit is live and
the concerned Load Break Switch/Circuit Breaker is in its closed
position.
The degree of protection required against prevailing environmental
conditions, including splashing water and dust, shall be not less than
IP 54 as per IS 12063.
The active parts of the switchgear shall be maintenance free. Otherwise,
the RMU shall be of low-maintenance type.
The tank shall be made of minimum 2.0 mm thickness of stainless
steel.
The Stainless Steel tank should be completely welded so as to ensure
IP 67 degree of protection and shall be internal arc tested.
The RMU shall be suitable for mounting on its connecting cable trench.
For each RMU enclosure, a suitably sized nameplate clearly identifying
the enclosure and the electrical characteristics of the enclosed devices
shall be provided.
15.1.14 Earthing
There shall be continuity between metallic parts of the RMUs and cables
so that there is no dangerous electric field in the surrounding air and
the safety of personnel is ensured.
The RMU frames shall be connected to the main earth bars, and the
cables shall be earthed by an Earthing Switch having the specified
short circuit making capacity.
The Earthing Switch shall be operable only when the main switch is
open. In this respect, a suitable mechanical fail-proof interlock shall be
provided.
The Earthing Switch shall be provided with a reliable earthing terminal
for connection to an earthing conductor having a clamping screw suitable
for the specified earth fault conditions. The connection point shall be
marked with the earth symbol. The flexible connections between the
earthing blade and the frame shall have a cross-section of at least 50
mm2 copperor equivalent in GI
The Earthing Switch shall be fitted with its own operating mechanism.
In this respect, manual closing shall be driven by a fast acting
mechanism independent of the operator's action.
15.1.15 Incomer Load Break Switches
The RMU shall be provided with current and voltage transformers. These
CTs & PTs shall meet the electrical and mechanical ratings as per the
relevant standards.
15.1.19.1 Current Transformers
3 Nos. ring type, single core CTs shall be provided in each incoming
load break switch for metering purposes. A similar arrangement shall
be provided in each circuit breaker cable compartment to mount a 3
Nos. single-core, ring type CT for protection purposes.
The CTs shall conform to IS 2705. The design and construction shall
be sufficiently robust to withstand thermal and dynamic stresses during
short circuits. Secondary terminals of CTs shall be brought out suitably
to a terminal block, which will be easily accessible for testingand
terminal connections.
Further characteristics and features distinguishing CTs used for metering
from CTs used forprotection are listed as follows:
15.1.19.1.1 CTs for Metering:
The batteries shall be of sealed lead acid VRLA and shall have a
minimum life of five (5) years at 25oC.
The battery charger shall be fully temperature compensated.
To prevent deep discharge of the batteries on loss of AC power source,
the battery charger shall automatically disconnect all circuitry fed by
the batteries following a user-adjustable time period or when the battery
voltage falls below a preset value. If the battery voltage falls below the
preset value, the time to fully recharge all batteries shall not exceed
twenty- four (24) hours.
An automatic battery checking device shall be provided to check the
battery’s health and initiate a battery-failed alarm signal in case battery
deterioration is detected. Such detection may be based on comparing
measurement values with set values (e.g., internal resistance, voltage,
etc.).
The battery charger shall be provided with an alarm displayed at the
local control panel and remotely at the DAS to account for any of the
following conditions:
The RMU shall be fitted with spring charging 24V DC motors of high
insulation class allowing the circuit breakers and load break switches
to be operated without manual intervention.
In addition to allowing circuit breaker tripping by the protection
relays, the motorized operating mechanism shall be suitable for remote
control by the SCADA.
The motors along with supplied control card and push buttons shall
allow utility’s personnel to electrically operate the circuit breakers and
load break switches at site without any modification of the operating
mechanism and without de-energizing the RMU.
15.1.26 Inspection and Test
Inspections and tests shall be performed to ensure RMU compliance with
these Technical Specifications. Responsibility for conducting the inspections
and tests shall rest with the Supplier. The Utility representatives will participate
in the RMU inspections and will witness the testing as described in the
following sub-clauses.
The supplier shall provide test plans and detailed procedures for all
required testing. The plans and procedures shall ensure that each test
is comprehensive and verifies proper performance of the RMU under
test and, in this respect, shall be submitted for review and approval
by the Utility.
The test plans shall include all routine tests and acceptance tests as
per relevant BIS/IEC standards and shall describe the overall test
process including the responsibilities of the test personnel and how the
test results will be documented.
The test procedures shall describe the individual tests segments and
the steps comprising each segment, particularly the methods and
processes to be followed.
15.1.26.3 Test Reports
The tenderers should, along with the tender documents, submit copies
of all Type test certificate of their make in full shape as confirming to
relevant IS/IEC of latest issue obtained from a International/National
Govt. Lab/Recognized laboratory.
The above type test certificates should accompany the drawings for the
materials duly signed by the institution that has type test certificate.
The supplier shall maintain complete records of all test results. The
records shall be keyed to the test procedures.
Upon completion of each test, the supplier shall submit a test report
summarizing the tests performed and the results of the tests.
15.1.26.4 Factory Acceptance Test
A formal factory acceptance test shall be conducted to ensure that the RMUs
have been designed to meet the utility’s functional requirements in all respects.
Utility representatives shall witness the test on a representative RMU, and the
test shall be carried out in accordance with the suppliers test plan and
The Supplier shall submit, operating manuals for all RMU components
including items such as FPI, Relay, and other equipment provided by
the bidder. These manuals shall be in English. They shall include the
RMU operating instructions. Context sensitivity shall be used to go
directly to the appropriate place in the manual.
The manuals shall be organized for quick access to each detailed
description of the operator procedures that are required to interact with
the RMU functions. This shall include the procedures to define, build,
edit, and expand all data points provided with the RMU.
The manuals shall present in a clear and concise manner all information
that operators, including maintenance personnel, need to know to
understand and operate RMUs satisfactorily. The manuals shall make
abundant use of diagrams and/or photographs to illustrate the various
procedures involved.
15.1.27.1 As-Built Documents and Drawings
The supplier shall submit as built documents including applicable drawings
for review and approval. All deliverable documents and drawings shall be
revised by the supplier to reflect the as- built RMU components including all
the FPI, LLI & Relay. Any errors in or modifications to an RMU resulting
from its factory and/or site acceptance test shall be incorporated. Within this
same context, all previously submitted documents that are changed because
of engineering changes, contract changes, errors, or omissions shall be
resubmitted for review and approval. The successful bidder has to provide his
quality document to Utility.
Description Standard
11 kV Auto recloser
Requirements for overhead, pad mounted, ANSI/IEEEC37.60-
dry vault, and Submersible automatic circuit 1981
recloser and fault interrupters for AC Systems (RI993)
IEC 62271-111
Description Standard
Auto reclosers
Requirements for overhead, pad mounted, dry vault, ANSI/IEEEC37.60-1981/
and submersible automatic circuit reclosers and fault IEC 62271-111
interrupters for AC systems (RI993)
Auto-recloser (AR)
Dead time:
Also referred to as "Reclosing Interval". This is the time between the instant that the
current is interrupted by the AR and the instant the contact of the AR closes as a
result of an automatic reclose operation. [IEC 50-448-04-09]
A protection element with a settable time delay that is constant above the pick-up
current setting.
An earthed system in which the healthy phase power frequency phase-to-earth over
voltages associated with earth faults are limited to 80% of the highest phase-to-phase
voltage of the system.
A family of curves with operating times approximately constant (slightly inverse) relative
to the multiple of pick-up setting.
Lockout:
Where the recloser remains open and will not reclose automatically.
A remote terminal unit that is designed for pole mounting and that operates specific
pole-mounted equipment remotely.
Reset time:
The time duration after a circuit-breaker close operation for which the measured
currents arebelow a fault detecting level. On the expiry of this time the protection
sequence resets.
Secure control:
A single mechanically non-latching switch that effects one state of a control function
only. An example of which is either a non-latching switch or two separate push
buttons that effect onestate of a control function only in each position. If a control
is activated repeatedly it only effects that state and does not change the state of the
control.
A relay that is sensitive to very low earth fault currents and in which the operating
settings arefor current magnitude and definite time delay.
Supervisory:
Toggled control:
Sequence co-ordination:
The feature that allows protection devices to maintain sequence co-ordination for
combinations of rapid and delayed protection operations.
15.2.4 Requirements
15.2.4.1 General
The AR shall be suitable for use on effectively earthed networks and under the system
conditions and service conditions as follows.
The Auto recloser shall have insulation media and interruption with Vacuum
Interrupter.
Environmental parameter specified are indicative only, utility may specify as per site
conditions and standard product
f) System frequency - 50 HZ
g) Number of phases - 3;
15.2.4.3 Testing
The specified Auto reclosers shall be subject to type tests, routine tests, and acceptance
tests. Where applicable, these tests shall be carried out as per the standards stated
above. Prior to acceptance testing, the supplier shall prepare and submit a detailed
test plan.
The AR shall be suitable for single pole mounting and provided with the mounting
bracket. Adequately rated lifting eyes shall be provided and they shall be designed to
allow the completely assembled Auto recloser. The diameter of the eyes shall be a
minimum of 30mm. Suitable mounting brackets for surge arresters shall be provided.
The AR shall have laser cut markings on each bushing marked I, II, III for the
normal line side and X, XX, XXX for normal load side. All support structures and
associated bolts and nuts with these parts, shall be hot- dip galvanized.
15.2.4.5 Bushings
15.2.4.6 Finish
All interior and exterior ferrous surfaces of auto recloser and control cabinets
shall be manufactured from 304 or better grade stainless steel.
The ratio of drop-off current to pick-up current shall be at least 95 % for all
protection functions.
The E/F and SEF functions shall be equipped with harmonic filtering to
prevent operation when harmonics are present in the primary residual earth
currents
All protection functions, i.e. over-current (O/C), earth fault (E/F) and sensitive
earth fault (SEF) shall have elements with characteristics that comply with
IEC 255.
All the basic protection parameters shall be provided with Standard inverse
(SI), very inverse (VI) or extremely inverse (El), definite time curve.
The real power energy and maximum demand measurement shall be integrated
with respect to time. Energy values shall be calculated with selectable time
integration periods of 30 min. The data buffer shall work on the FIFO principle
and a minimum size for the data buffer shall store values for 4 months on
the 30 minutes integration period.
Supply Outage management (SOM) which is a part of SCADA system.The
following parameters shall be recorded in SCADA
Cumulative total number of outages.
Cumulative total outage duration.
Time and duration of each outage
Waveform Capture It shall capture the Waveform and store in flash memory
filtered and scaled raw data (32 samples per cycle ) of the 3 line to earth
or 3line to line voltages and 4 currents for a predefined time window either
side of a user-defined trigger. The user shall be able to configure a pre and
post trigger time ratio for data to be stored.
Harmonic Analysis: It shall able to calculate for voltages and currents of
2nd to 7th harmonic and Total Harmonic DistortIon (THD) for 4 currents
and 3 line to line voltages or 3 line to earth voltages.
-1200 bps
-2400 bps
-9600 bps
-19200 bps
Manufacturer;
Type designation;
Place of manufacture;
Short circuit breaking capacity: 1s
Asymmetrical breaking current; Peak making current; and
Description Standard
11 kV Sectionalizers
High Voltage Switches IEC 60265-1
Description Standard
15.3.3 Construction
15.3.3.1 General
The Sectionalizer/load break switch shall be suitable for use on non-effectively
earthed and effectively earthed networks and under the system conditions and
service conditions as follows:
6) Number of phases - 3
The LBS controller shall contain a real time clock (with leap year
support) that can be set both locally and remotely.
A facility for selecting all the detection, operating and communications
characteristics shall be locally available in the control cabinet.
The LBS controller shall detect and report disconnection of the control
cable between the controller and LBS.
Manufacturer;
Type designation;
Place of manufacture; Fault make capacity; 3s 1s
Critical current (maximum instantaneous
peak).A schematic-wiring diagram of the LBS offered.
A general-arrangement drawing of the LBS offered.
Details of the maintenance and operating equipment and procedures needed
and a detailed parts List of the various components.
Operating duty.
Making current.
Insulation (dielectric tests).
Dielectric withstand
Description Standard
Insulation (50 Hz/1 min.): 2 kV IEC 61010
Impulse wave (1.2/50 µs): 5 kV EN 60-950
Electromagnetic Compatibility
Description Standard
Electrostatic discharge IEC 1000-4-2 Level 3
Radiated fields IEC 1000-4-3 Level 3
Radio frequency IEC 1000-4-6 Level 3
Magnetic immunity, 50 Hz IEC 1000-4-8 Level 4
Emissions EN 55011 Class A
Purpose of equipment
The main functions of the equipment are:
Fault Passage Indicators clipped on the overhead lines. One such device
shall be clipped on each phase so that to detect current and Voltage
presence in this phase and compute fault detection algorithm
accordingly.
FPI shall communicate to control entre through GPRS/MPLS-4G modem
and link or through DCU/Mini RTU ( SIA to provide configuration to
meet SLA )
The auxiliary power source shall be provided 11000V/230V, 100VA
Potential Transformer (Dry type) along with Charger and Batteries
(SMF VRLA), appropriately dimensioned to continuously supply the
GSM/GPRS/MPLS-4G communication interface.
External GPRS/MPLS-4G Modem with Communication protocol to the
control center shall be IEC 60870-5-104 (so that FPIs sends the
monitoring data to the SCADA server and receives thetrol command
sent by the SCADA server to achieve bidirectional controllable operation.)
The maintenance free Battery shall have a warranty of at least 5 years
or FMS period whichever is higher & shall be replaceable. Low battery
alarm shall be provided at remote location.
The Fault Passage Indicators shall be designed to be clipped on the Overhead
MV line. 3 Fault Passage Indicators shall be clipped on one line, one on each
phase. It shall include the following functions:
Voltage absence
Voltage presence
Change of state of a digital input
Fault Passage Indicator absent (failure of the pole mounted RTU
communication interface to communicate with it through short range
radio)
Fault Passage Indicator battery low
Configuration and maintenance
Equipment configuration and diagnostic shall be performed by connection of
a laptop PC to the pole mounted RTU using the PC RS232 interface.
Configuration shall include:
Scanning of all Fault Passage Indicators in the short range radio range (at
least 100m) and assigning of an identification (typically number) to each of
them, so that to allow identification of line (when pole mounted Concentrator/
RTU is monitoring 9 Fault Passage Indicators) and phase on the line on
which each Fault Passage Indicator is clipped-on, in order to allow identification
by the control center of line and phase where faults or voltage absence are
detected.
Configuration of fault detection thresholds and other characteristics.
Configuration of communication: PIN code, telephone numbers (control center
and mobile for sending SMS messages), transmission speed, etc
15.4.7 Additional requirements
15.4.7.1 Marking
Each Fault Passage Indicator shall carry a weather and corrosion proof plate
indicating the following particulars.
Manufacturer identification.
Model or type number (as per catalogue)
Year of manufacture in characters big enough to allow reading from
the ground so that to provide indication of battery age.
15.4.7.2 Environmental specifications
Mechanical resistance to vibration and shocks
Description Standard
Description Standard
The protection relay shall be compact and easy to install and be shall
be flush mounting. The protection relay shall meet IP54 on the front
face.
The protection relay shall facilitate commissioning tests by having the
ability to force the digital outputs to operate and the protection functions
to start / trip under test mode.
The protection relay shall have a display to support single line mimic
LCD screens and to allow access to the settings.
The protection relay shall be a modular design and have full self-
diagnostic functions on both energization and operation for hardware
and software components to ensure the relay reliability. The relay must
have a self-diagnostic watchdog output with a normally closed contact
and a normally open contact.
The protection relay shall have wide operating temperature range from
20°C to +55°C.
Communication and Cyber-security
The protection relay shall provide one USB port on the front panel for
local configuration and data extraction.
The protection relay shall have 2 no RJ45 port at the rear with IEC
61850 communication. The protection relay shall support RSTP and
PRP/HSR redundancy protocols. The protection relay shall support IEC
61850 edition 1 and edition 2.
The protection relay shall support IEC 61850 GOOSE communication.
The protection relay shall support simultaneously IEC 61850 (MMS)
clients.
The protection relay shall provide the enhanced Cyber Security function
with the security logs, setting control ,maintenance passwords and the
full central security management for Role Based Access Control (RBAC)
using an industry standard protocol.
The protection relay shall secure any firmware upgrade with a firmware
signature to avoid unauthorized or malicious firmware downloads and
to guarantee the source of the firmware.
The relay shall be compliant to IEC 62443 standard, and compliant to
NERC CIP requirements.
15.5.1 Engineering Tools
For Products safety, the protection relay shall meet the product safety
requirements according to IEC 60255-27.
For electromagnetic compatibility (EMC), the protection relay tested under
min setting shall meet the EMC requirements according to IEC 60255-
26.
For mechanical robustness, the protection relay shall meet the
mechanical test requirements according to IEC 60255-21-1, -2, -3, Class
2 for vibration, shock, bump, earthquakes compliance.
The protection relay must have an IEC 61850 Edition 2 certificate from
an accredited Level A testing laboratory.
The protection relay shall be compliant to RoHS and REACH and it
shall be provided with PEP and EoLI certificates.
The protection relay shall be compliant to Security assurance Level 1
(SL1) with the 3rd party certified for IEC 62443-4-1 and IEC 62443-4-
2.
Relay Hardware
The protection relay shall have requisite CT inputs and VT inputs. The
relay shall provide requisite digital inputs, digital outputs and a
watchdog contact.
The polarity of the digital outputs of the protection relay shall be
settable, as Normally Open or Changeover.
The protection relay shall have settable digital inputs voltage thresholds
from 24V 220V DC or 220AC.
The protection relay shall provide the same wiring terminals for the 1A
or 5A rated CT connection of the phase current inputs and residual
current input.
The protection relay shall support a very sensitive 1A rated CT input
for residual current sensing.
The protection relay shall have programmable function keys and freely
programmable and pre-assigned LEDs.
15.5.3 Protection and Control
The protection relay shall provide the following protection functions:
1) Multi stage non-directional or directional phase overcurrent protection.
2) Multi stages non-directional or directional earth fault protection
3) The instantaneous trip time at set shall be less than 30 ms.
The interior parts and internal structural steel work shall be cleaned
of all scale and rust by sand blasting or other approved method.
All external surfaces shall receive a minimum of 3 coats of paint.
All equipment furnished by the contractor shall be completely painted
for final use, with the exceptions of those parts or surfaces that are
expressly designated as unpainted for instance Aluminium Alloy parts.
The contractor shall perform all painting work in his shop before dispatch
and only a field touch-up shall be performed after installation. (The paint
used for field touch up shall be delivered by the supplier, and shall be of
the quality and color shade as used in shop painting).
The paint shall be guaranteed for 5 years from the date of receipt of the
material or end of FMS whichever is higher.
15.6.4 Workmanship:
The Equipments shall be guaranteed for Seven years from the date
of operation.
The manufacturer shall demonstrate the availability of spares for all the
above equipment for next 10 years from the date of supply of the
product.
15.6.9 Training
The supplier shall give as per training schedule in the bid for each
RMU/FPI/Sectionalizer/Auto recloser/Numerical relays in attending trouble
shooting and maintenance at owners/utility premises and in the field after
successful installation. Training should be at free of cost.
15.6.10 RMUs:
2. Check for full model number of IED / BCPU, no. of CT, VT,
DI and DO.
End of Chapter 15
End of Chapter 16
Category Definition
Severity 1 - Urgent 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 (as
described at 17.3.1).
Severity 2 - Serious 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 (as described at
17.3.1. Non-availability of Man-power at control center
during
working hours
Severity 3 - Minor Any other system defect, failure,
(as described at 17.3.1.
Severity 4 - Request for information, technical configuration assistance,
The details of the system under different severity level are as below:-
17.3.1 Severity of the system under different Severity level.
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 center. For example, loss of
data to the operator due to any problem in SCADA-DMS system, Loss/failure
of DR / Disaster recovery 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
/THQ
Less than 98% Deduction of 2.5 % of the apportioned price on each 1% non-
availability below 98% and up to 95% and deduction of 4% of
the apportioned price on each 1% non-availability upto 90% &
100% deduction below 90%
FMS for items, if applicable at NSRC shall be excluded from SLA calculation
and to be calculated separately for NSRC
For RTUs (R)
Legend: This indicates who has primary responsibility to perform this function.
A This indicates who will provide assistance.
Resolution of problems
involving third party
maintainer where there is
1.2 A
uncertainty whether the root
cause is
hardware or software.
Provide or recommend
corrections, temporary
2.2 patches, workarounds A
orother fixes to system
problems
The contractor shall be responsible for all the maintenance of the system till
the operational acceptance. The consumables and spares wherever required for
maintaining the system shall be provided by the contractor till operational
acceptance of the system. The consumable items shall include but not be
limited to (a) VPS lamps (b) printer paper (c) Printer toner, ink, ribbons and
cartridges (d) Special cleaning material.
End of Chapter 17
End of Chapter 18
The system shall be tested with the doubled present power system size
(ultimate capacity) as defined in table 7 & measure the various performance
of the system as defined in the tables and technical specification including
peak and average load scenarios.
The auxiliary memory utilization , average CPU, RAM & LAN utilization
parameters shall not exceed the limits as defined in table 8. This memory
utilization includes the memory used for storage of data for the defined
duration as specified in the various sections of technical specification.
The SCADA/DMS system shall be suitable for addition of at least double the
operator workstations (in future) without requiring any up gradation of the
servers.
The SCADA/DMS system design & performance parameters are defined in the
following tables:
TABLE 1 - DESIGN PARAMETERS FOR SCADA FUNCTIONS
Note; The parameters which are not indicated in the tables & only mentioned
elsewhere in the specification shall also be considered as design parameters
2.3.1 Circuit breaker Real-time status of all Every time status changes
status Table Circuit breakers, in case of
Daily tables online
RMU - LBS, isolators & FPI
storage for 24 months
Sectionalizers along with
quality date & time of
tripping and requirements
as per specification
Action Performance
Alarm levels 8
Note Control system hardware & software shall be equipped & sized
for double the size of the above
Manual Data entry of the new value shall appear onscreen Within 2 sec
Supervisory control action shall be completed with Within (2sec + scan time
displayed on the screen + communication delay
time +field device
operation time)
(b) Utilization
(Considering double the present power system size)
Name Average Comments
Utilization
PROCESSOR 30% Normal loading
Servers 50% Peak loading
LOCAL AREA
NETWORKS
Remarks
S.No. Equipment Unit Quantity
No. 2
Communication Server
Web/Directory server No. 2
Switches
Router No. 2
Printers
Grand Total D
Remarks
S.No. Equipment Unit Quantity
E1 RTUs
RTU base equipment comprising panels, racks, sub-racks, Per S/S
Power Supply modules, CPU, interfacing equipment,
required converters & all other required 583
Set
items/accessories including complete wiring from
panel/BTU/DT/PTR etc to RTU for all modules for
locations mentioned including earthing arrangements,
cable tray, glands, lugs etc as per site requirement, to
meet functional, performance & availability requirements
of SCADA.
5% of E1
Grand total E
Rs.
F1 FRTUs
Sub-Total (Hardware) F1
F2 Test Equipments for FRTU
FRTU Database Configuration Ref remarks 1 µ + 1 Per
No.
& Maintenance Software tool 100FRTU
Master Station cum FRTU Simulator & Ref remark 1 µ + 1 Per
No.
Protocol analyser software tool s 100FRTU
Laptop PC for above software tools Ref remark s 1 µ + 1 Per
No.
along with interfacing hardware 100FRTU
including Hub
Sub-Total (Test equipment) F2
F3 MANDATORY SPARES FOR FRTU
5% of E1
Sub-Total (Spares) F3
Grand Total F
GPRS/MPLS-4G
Remarks
S.No. Survey Type Unit Quantity
Main
H1
Equipments -
Control centre
Main Equipments
H2
- DR Centre
Main Equipments
II For RTU /
H3 Data
Concentrator /
Communication
Eqpts.
DC Power Supply Set Ref Remarks
(DCPS) system PER RTU
based on SMPS
including all required
cables to meet
functional,
performance &
availability
requirements of
SCADA.
Battery bank for Set Ref Remarks PER RTU
above DCPS (VRLA
Type) for minimum incl above
4 hrs backup
H4 For FRTU
48V DC Power
Supply (DCPS) - PER FRTU
system based on
SMPS including all
required cables to
meet functional,
performance &
availability
requirements of
SCADA.
Battery bank for
above DCPS (VRLA -
Type) for minimum incl above
4 hrs backup
Sub-Total H4
H5 Remote VDU
location
UPS (2 kVA ) 9 PER RVDU
Sub-Total H5
Mandatory Spares
H6
for UPS
5% of above H1TO -
H5
Sub-Total H6
J3 FPI
Commnuicable No 0
Sub-Total J3
RECONDUTORING (Specify
J4 type ofeach conductor existing
& reconductoring in other
modernization WORKS if any)
Km -
Km -
Sub-Total J4
Control/power cable for RTUs
J5 from outdoor switchgear,if
any at S/S and numerical
relays
control /power cable Km -
Numerical relay /BCPU Nos 2150
Sub-Total J5
J6 Mandatory Spares
5% of above J1 TO J5 -
Sub-Total J6
Grand Total (J)
The below quantity of SS, DS, DC, SC, CMR, HDR, MFT etc is indicative only and
exclusive of any spare I/O counts (to be taken by bidder in RTU for future use) as
mentioned in the RFP. Bidder shall verify the below quantity during pre-award &
post-award survey for any addition/deletion and include all relevant spare provisions
of I/O counts for future use, while designing/finalizing the technical data and
quoting the price bid.
Based on feasibility and requirement, the 33KV panels available at ESS S.no’s.
9,11,23,24,20 shall be merged in RTU for 66KV ESS S.no.’s 35 to 39. However same
shall be finalized during detailed engineering.
Comm DI DO AI
D D S CM HD MF Modul modul Modul Modul
ESS (66/33 KV) SS S C C R R T e e e e
HCM LANE NO.3 NEW 14
1
(33/11KV) 5 21 14 4 187 32 7
NATIONAL ARCHIEVES 13
2
(33/11KV) 0 18 12 4 166 28 6
14
3 RAISINA ROAD (33/11KV)
5 21 14 4 187 32 7
14
4 TILAK LANE (33/11KV)
5 21 14 4 187 32 7
14
5 MANDI HOUSE (33/11KV)
5 21 14 4 187 32 7
14
6 RAJA BAZAR (33/11KV)
5 21 14 4 187 32 7
16
7 BAIRD LANE (33/11KV)
0 24 16 4 208 36 8
HANUMAN ROAD NEW 14
8
(33/11KV) 5 21 14 4 187 32 7
11
9 B.D. MARG (33/11KV)
3 21 14 0 155 28 7
DELHI POLICE
1
HEADQUATERS 14
0 To be filled by the bidder
33/11KV 5 21 14 4 187 32 7
1 21
SCHOOL LANE (33/11KV)
1 8 42 28 0 302 56 14
1 17
SCINDIA HOUSE (33/11KV)
2 5 27 18 4 229 40 9
CONNAUGHT PLACE
1
(33/11KV) 22
3
NEW 1 33 22 6 287 50 11
1 11
DALHOUSIE ROAD 33/11KV
4 5 15 10 4 145 24 5
1 Shahjahan Road No 7 14
5 (33/11KV) 5 21 14 4 187 32 7
1 NIRMAN BHAWAN 25
6 (33/11KV) 1 39 26 6 329 58 13
1 RAJIV GANDHI BHAWAN 13
7 (33/11KV) 0 18 12 4 166 28 6
1 JORBAGH ALIGANJ 14
8 (33/11KV) 5 21 14 4 187 32 7
1 VIDYUT BHAWAN (33/11KV) 25
9 OLD 0 42 28 4 334 60 14
8. 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
9. All protection relay/Alarm points & CBs shall be considered for SOE.
10. Point counts include three alarms per station for auxiliary system and fire, which shall
be interfaced to RTU.
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
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 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 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.
D) BILL OF QUANTITY
FRTU
UTILTY SHALL ATTACH RTU & FRTUCONNECTIVITY DIAGRAM
FRTU I/O COUNT’
DO AI
Com DI modul mod
SNO STATION SS DS DC CMR HDR MFT
module module e ule
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
I) FMS
The cost of shall not be less than 20 % of total contract value . The cost
per year for all 5 year shall be same
SNO A/U NAME RTU FRTU count FPI RMU Sectionlizer count
OF Count Count Count
TOWN
Pls refer above substation list (indicative)
FMS MANPOWER
(o) “Service Level Agreement” (SLA) shall mean the Service Level
Agreement entered into between the Purchaser and the Supplier.
(o) “Service Level Agreement” (SLA) shall mean the Service Level
Agreement entered into between the Purchaser and the Supplier.
2 Contract Documents
2.1 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. The
contract shall be read as a whole.
3 Interpretation
3.1 Language
3.2
(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) unless otherwise specified a reference to a clause number is a
reference to all of its sub-clauses;
3.4. Headings
(a) The headings and marginal notes in the General Conditions of
Contract are included for ease of reference, and shall neither constitute
a part of the Contract nor affect its interpretation.
3.5.Persons
(a) Words importing persons or parties shall include firms,
corporations and government entities.
.
3.6. Incoterms
(a) Unless inconsistent with any provision of the Contract, the meaning
of any trade term and the rights and obligations of parties thereunder
shall be as prescribed by Incoterms.
3.8. Amendment
(a) No amendment or other variation of the Contract shall be effective
unless it is in writing, is dated, expressly refers to the Contract, and is
signed by a duly authorized representative of each party hereto.
3.11 Severability
(a) 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
(a) Any notice sent by airmail post or special courier shall be deemed
(in the absence of evidence of earlier receipt) to have been delivered ten
(10) days after dispatch. In proving the fact of dispatch, it shall be
sufficient to show that the envelope containing such notice was
properly addressed, stamped and conveyed to the postal authorities or
courier service for transmission by airmail or special courier.
(b) Any notice delivered personally or sent by e-mail shall be deemed
to have been delivered on date of its dispatch.
(c) Either party may change its postal or e-mail address or addressee
for receipt of such notices by ten (10) days’ notice to the other party in
writing.
6 Settlement
of 6.1 The Utility and the Contractor shall make every effort to resolve
Disputes amicably by direct informal negotiation any disagreement or dispute
arising between them under or in connection with the Contract.
8 Delivery
8.1 Subject to GCC Sub-Clause 33, the Delivery of the Goods and
Completion of the Related Services shall be in accordance with the
Implementation chapter 19 Table 9 . The details of shipping and other
documents to be furnished by the Contractor are specified in the SCC
11 Contract
Price 11.1 The Contract Price shall be as specified in the Agreement subject
to any additions and adjustments thereto, or deductions there from,
as may be made pursuant to the Contract as also subject to provisions
of Clause 14.5.
11.2 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.
11.3 In the event any approval required for imports and/ or use of
imported equipment is denied in accordance with all applicable laws
including
12.2 The Contractor’s request for payment shall be made to the Utility
in writing, accompanied by invoices describing, as appropriate, the
Goods delivered and Related Services performed, accompanied by the
documents submitted.
13 Securities
13.1 Issuance of Securities
D. Intellectual Property
15 Copyright 15.1 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 sub- license 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.
15.3 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. Copyrights
16.1 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
16.2 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.
16.3 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
16.4 The obligation of a party under GCC Sub-Clauses 16.1 and 16.2
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
(d) Otherwise lawfully becomes available to that party from a third
party that has no obligation of confidentiality.
16.5 The above provisions of GCC Clause 16 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.
E. Work Execution
17. Representative
17.1 Project Manager
19 Conflict of
Interest 19.1 The 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.
19.2 The Utility considers a conflict of interest to be a situation in
which a party has interests that could improperly influence that party’s
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 Implementation Agency for a Utility cannot participate in the
bidding process of <Project Name> Consultant of the same Utility.
19.4 If the <Project Name> 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 34 of GCC
24 24.1 The Supplier shall at its own expense and at no cost to the
Inspections Purchaser carry out all such tests and/or inspections of to ensure that
and Tests 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.
24.2 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 Purchaser’s 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
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.
28.1 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
28 Liability/ Indemnified Persons”) from and against any costs, loss, damages,
Indemnity 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.
28.2 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.
28.3 Without limiting the generality of the provisions of this clause
28.1 and 28.2, the Supplier shall fully indemnify, hold harmless and
defend the Purchaser Indemnified Persons from and against any and
30. Change in 30.1 Unless otherwise specified in the Contract, if after the date of the
Laws and Invitation for Bids, any law, regulation, ordinance, order or bylaw
Regulations having the force of law is enacted, promulgated, abrogated, or changed
in the place of the Purchaser’s 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. Additional
clause of AMISP Bid Document creates a ambiguity w.r.t. clause
Contract Prices.
31 Force 31.1 The Supplier shall not be liable for forfeiture of its Performance
Majeure Security, liquidated damages, or termination for default if and to the
extent that it’s delay in performance or other failure to perform its
obligations under the Contract is the result of an event of Force
Majeure.
31.2 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.
32
32.1 The Purchaser may at any time order the Supplier through Notice
in accordance GCC Clause 4 ,12.1, Section VI to make changes within
the general scope of the Contract in any one or more of the following:
33 Extensions 33.1 If at any time during performance of the Contract, the Supplier or
of Time 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 Supplier’s notice, the Purchaser shall
evaluate the situation and may at its discretion extend the Supplier’s
time for performance, in which case the extension shall be ratified by
the parties by amendment of the Contract.
(a) The Purchaser may, without prejudice to any other remedy 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
(a) 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.
(b) The Goods that are complete and ready for shipment within twenty-
eight (28) days after the Supplier’s 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:
GCC 5.1 The governing law shall be: Laws applicable in exclusive jurisdiction of
The High Court Of Judicature at New Delhi India and all courts
subordinate to its exclusive Jurisdiction.
GCC 6.2 The formal mechanism for the resolution of disputes shall be:
GCC 12.2 Details of shipping and documents to be furnished by the Supplier shall be:
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,
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 Purchaser’s 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;
GCC 13.3 The Supplier shall provide Performance Security of three (03) percent of
the total Contract Price.
S Description/Milestone % Value
No.
A
Software
Proportionate Cost shall be paid for DR software, hardware to be paid based on achievement of
corresponding milestone. The rest of DR software and hardware cost payment shall be done on basis
of satisfactory completion of Operational Acceptance Test (as defined in MTS) *** Hardware also
includes power supply equipment and communication equipment. And, RMU , SECT FPIs etc
*** Hardware also includes power supply equipment and communication equipment.
SECTIONLIZER/ RMU/FPIs /Numerical relays
µ : As per condition in note “µ” If certain items items are applicable for NSRC delivery, the same
shall also be separately tested for FAT/SAT by PFC / Utility before operational acceptance &
apportioned payment of NSRC component shall be made separately upon achievement of
respective milestone upon achievement from the awarded value
In case of delay in the payment by utility beyond 45 days of receipt of complete invoice on
attainment of milestone as per payment terms, penalty as per MCLR rate shall be applicable on
utility. For the purpose of this clause, Employer shall ensure to communicate any shortcomings in
the invoice within seven (07) days with proper observations. In that case, the corrected invoice as
per milestones shall be submitted by bidder again.