Amendment-VI in Tender Documents for “Appointment of Smart Grid Implementation Agency for Implementation of Smart Grid Pilot Project at Naroda” S. No. Bid Clause / Page Vol. Section No. No. No. BID VOLUME I 1. I Docume nt Checklis t 7 Present Clause 2. Bid Security in the form of Demand Draft or Bank Guarantee as per format prescribed in Annexure-1. 3. Covering Letter for Submission of Bid by Lead Consortium Member as per format prescribed in Annexure 3. 9. Consortium Agreement Format entered amongst all Members of the Bidding Consortium as per format prescribed in Annexure 4. 10. Power of Attorney by each Consortium Member in favour of Lead Consortium Member as per format prescribed in Annexure 5. 11. Power of Attorney by Lead Consortium Member authorizing an Individual Designated Representative for the Consortium as per the format prescribed in Annexure 6. 12. Letter of Consent by each Consortium Member reviewing each element of the Bid as Amended Clause 2. Bid Security in the form of Demand Draft or Bank Guarantee as per format prescribed in Annexure 2. 3. Covering Letter for Submission of Bid by Lead Consortium Member as per format prescribed in Annexure 4. 9. Consortium Agreement Format entered amongst all Members of the Bidding Consortium as per format prescribed in Annexure 5. 10. Power of Attorney by each Consortium Member in favour of Lead Consortium Member as per format prescribed in Annexure 6. 11. Power of Attorney by Lead Consortium Member authorizing an Individual Designated Representative for the Consortium as per the format prescribed in Annexure 7. 12. Letter of Consent by each Consortium Member reviewing each element of the Bid as per format prescribed in Annexure 8. Page 1 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. Present Clause per format prescribed in Annexure 7. 14. List of all Clients served by each Member of the Consortium since 1 January, 2009. (Ref. Clause Error! Reference Source not found) 15. Audited Financial Statements distinctly indicating the revenue heads and turnover for the last 5 Financial Years for each member of the Consortium. (Ref. Clause Error! Reference Source not found) 16. Record of similar work done by each Consortium Member along with copy of Letter of Award or Work Orders showing the activities carried out with necessary quantities along with contract value and Certificate of Satisfactory Completion from each client per formats prescribed in Annexure10 (Ref. Clause Error! Reference Source not found) 17. Certificate by the Company Human Resources Head or Company Secretary indicating the number of skilled manpower for relevant technical skill set, individually for each Consortium Member. (Ref. Clause Error! Reference Source not found) 18. Curriculum Vitae of all personnel indicated in (Ref. Clause Error! Reference Source not Amended Clause 14. List of all Clients served by each Member of the Consortium since 1 January, 2009.Annexure 9 (Ref. Clause 4.3) 15. Audited Financial Statements distinctly indicating the revenue heads and turnover for the last 5 Financial Years for each member of the Consortium.Annexure10 (Ref. Clause 4.3) 16. Record of similar work done by each Consortium Member along with copy of Letter of Award or Work Orders showing the activities carried out with necessary quantities along with contract value and Certificate of Satisfactory Completion from each client per formats prescribed in Annexure11 (Ref. Clause 4.3) 17. Certificate by the Company Human Resources Head or Company Secretary indicating the number of skilled manpower for relevant technical skill set, individually for each Consortium Member. Annexure 12 (Ref. Clause 4.3) 18. Curriculum Vitae of all personnel indicated in (Ref. Clause 4.3) of this RFP. Page 2 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. Present Clause found) of this RFP. 20. Bill of Quantities & Financial bid as per format prescribed in Annexure 13. 2. I Table of 11Content 12 s 3. I Definitio 17 ns and Abbrevi ations Annexure A. Technical Evaluation Methodology Annexure 2 Format of Bank Guarantee for Bid Security 8. 9. “Evaluat ed Bid Score” The techno-commercial score of the Bid of a technical evaluation Qualifying Consortium evaluated based on Clause Error! Reference Source not found and of this RFP. 10. “Financia l Score” The score provided to the successful Qualifying Consortium based on the provisions provided in Clause Error! Reference Source not found. 24. “Technic al Score” The score provided to the technical evaluation implementing Consortium based on the provisions provided in Clause Error! Reference Source not found Amended Clause 20. Bill of Quantities & Financial bid as per format prescribed in Annexure 14 & 16. Annexure A. Technical Evaluation Methodology. Annexure 1 Guidance Notes Annexure 2 Format of Bank Guarantee for Bid Security 8. 9. “Evaluated Bid Score” Blank The techno-commercial score of the Bid of a technical evaluation Qualifying Consortium evaluated based on Clause 5.11.1 and of this RFP. 10. “Financial Score” The score provided to the successful Qualifying Consortium based on the provisions provided in Clause 5.11.2. 24. “Technical Score” The score provided to the technical evaluation implementing Consortium based on the provisions provided in Clause 5.7 90. SI System Integrator Page 3 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. Present Clause 90. SI 4. I 4.3.1 25 5. I 4.3.3.2 28 Amended Clause System Integrator/SI should have implemented a turnkey Systems Integration project in the last three financial years involving at least 5 of the following modules: GIS, MIS, Web Self Service, Asset Management, Maintenance Management, Billing, Metering, Energy Auditing/ Accounting, Customer Care, SCADA/DMS, MDAS/MDM, Network, Hardware in any power Utility. B) The Bidder must be a manufacturer of Smart B) The Bidder must be a manufacturer of Smart Meter i.e. energy Meter i.e. energy meter with in-built meter with in-built communication module. The applicant must have manufactured and installed at least 250 nos. of above communication module. The applicant must have manufactured and installed at least 500 Smart Meters which are in operation in India for at least six (6) nos. of above Smart Meters which are in months within past three (3) years from originally scheduled operation in India for at least six (6) months date of submission of bid. within past three (3) years from originally scheduled date of submission of bid. h. Every Consortium Member shall provide h. Every Consortium Member shall provide consent to the Lead consent to the Lead Consortium Member and Consortium Member and make itself aware of all the make itself aware of all the proceedings of the proceedings of the bidding process and Project bidding process and Project implementation implementation through legally enforceable consortium through legally enforceable consortium agreement, power of attorneys, legal undertakings, etc. agreement, power of attorneys, legal entered amongst all members of that Bidding Consortium including but not limited to those as prescribed in Annexure 5, undertakings, etc. entered amongst all Page 4 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. 6. I 4.7.4 31 7. I 4.12.6 34 Present Clause Amended Clause Annexure 6 and Annexure 8. In the absence of duly members of that Bidding Consortium including but not limited to those as prescribed in executed formats, the Bid shall not be considered for Annexure 4, Annexure 5 and Annexure 7. In evaluation and will be rejected. the absence of duly executed formats, the Bid shall not be considered for evaluation and will be rejected. m. Lead Partner shall be authorized to incur liabilities and receive m. Lead Partner shall be authorized to incur instructions for and on behalf of any and all partners of the liabilities and receive instructions for and on consortium, and the entire execution of the Contract shall be behalf of any and all partners of the consortium, done with the Lead Partner and payment under the contract and the entire execution of the Contract shall shall be received by the Lead Partner on behalf of the be done with the Lead Partner and payment consortium as per power conferred to him in the Power of Attorney. Annexure 6 under the contract shall be received by the Lead Partner on behalf of the consortium as per power conferred to him in the Power of Attorney. 4.7.4. Any removal/ change/ replacement of 4.7.4. Any removal/ change/ replacement of manpower indicated in Annexure 12 shall be notified to UGVCL within 7 (seven) manpower indicated in Clause Error! Reference Source not found shall be notified calendar days along with the Curriculum Vitae of the to UGVCL within 7 (seven) calendar days personnel replacing the previous personnel. along with the Curriculum Vitae of the personnel replacing the previous personnel. 4.12.6. The sealed envelope shall be clearly 4.12.6. The sealed envelope shall be clearly marked on the top as marked on the top as “Technical Bid for “Technical Bid for Appointment of Smart Grid Appointment of Smart Grid Implementing Implementing Agency for Implementation of Smart Grid Agency for Implementation of Smart Grid Pilot Project; Tender No. UGVCL/IT-EMC/Smart Grid Pilot Pilot Project; Tender No. UGVCL/ITProject/186 dated 20 May, 2016.” The sealed envelope shall be addressed to the Chief Engineer (PP), UGVCL. EMC/Smart Grid Pilot Project/186 dated 20 May, 2016.” The sealed envelope shall be The sealed envelope shall also clearly mention the name Page 5 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. Present Clause Amended Clause addressed to the Chief Engineer (OP), of the Lead Consortium Member submitting the Bid. UGVCL. The sealed envelope shall also clearly mention the name of the Lead *All places in BID Vol-I Chief Engineer (OP) is to be replaced with Chief Engineer (PP) Consortium Member submitting the Bid. 8. 9. I I 4.14.5 4.14.11 35 36 4.14.5. In case any Consortium Member is a foreign entity, then it may submit a Board resolution/ Power of Attorney/authorization, which should satisfactorily and unambiguously encompass all the terms and conditions of the Power of Attorney prescribed in Annexure 5. 4.14.8. The Technical Bid shall contain signed Letter of Consent as per Annexure 7 from each Consortium Member that the Bid has been reviewed and each element of the Bid is agreed to by them including but not limited to any commitment in the Project. 4.14.10. Bid Security as prescribed in Clause 2.2 as per the format prescribed in Annexure 1. 7. Documentary evidence of providing communication solutions for power sector related to AMI/SCADA for at least one (1) Consortium Member. 8. List of all Clients served by each Member of 4.14.5. In case any Consortium Member is a foreign entity, then it may submit a Board resolution/ Power of Attorney/authorization, which should satisfactorily and unambiguously encompass all the terms and conditions of the Power of Attorney prescribed in Annexure 6. 4.14.8. The Technical Bid shall contain signed Letter of Consent as per Annexure 8 from each Consortium Member that the Bid has been reviewed and each element of the Bid is agreed to by them including but not limited to any commitment in the Project. 4.14.10. Bid Security as prescribed in Clause 2.2 as per the format prescribed in Annexure 2. 7. Documentary evidence for fulfilment of technical eligibility criteria as per 4.3.1 8. List of all Clients served by each Member of the Consortium Page 6 of 84 S. No. 10. Bid Vol. No. I Clause / Page Section No. No. 4.14.13 36 Present Clause the Consortium since 1 January, 2009 as per format prescribed in Annexure 8. 9. Audited Financial Statements distinctly indicating the revenue heads and turnover for the last 5 Financial Years for each member of the Consortium as per format prescribed in Annexure 9. 10. Record of relevant work done by each Consortium Member along with copy of Work Orders or Client Certificates showing the activities carried out with quantities as well as satisfactory performance reports from each Client as per format prescribed in Annexure 10. 12. Certificate by the Company Human Resources Head or Company Secretary indicating the number of skilled manpower for relevant technical skill set, individually for each Consortium Member as per format prescribed in Error! Reference Source not found. In case Bidder does not manufacture or produce any major equipment or component of the overall Solution to be provided as the Scope of Work, then the Bidder is required to submit the Manufacturer’s Authorization stating the required support from the Manufacturer with respect to supply, support, etc. in the format prescribed in Annexure 14. Amended Clause 9. since 1 January, 2009 as per format prescribed in Annexure 9. Audited Financial Statements distinctly indicating the revenue heads and turnover for the last 5 Financial Years for each member of the Consortium as per format prescribed in Annexure 10. 10. Record of relevant work done by each Consortium Member along with copy of Work Orders or Client Certificates showing the activities carried out with quantities as well as satisfactory performance reports from each Client as per format prescribed in Annexure 11. 12. Certificate by the Company Human Resources Head or Company Secretary indicating the number of skilled manpower for relevant technical skill set, individually for each Consortium Member as per format prescribed in Annexure 12. In case Bidder does not manufacture or produce any major equipment or component of the overall Solution to be provided as the Scope of Work, then the Bidder is required to submit the Manufacturer’s Authorization stating the required support from the Manufacturer with respect to supply, support, etc. in the format prescribed in Annexure 13. Page 7 of 84 S. No. 11. Bid Vol. No. I Clause / Page Section No. No. 4.14.14 37 12. I 4.15 37 13. I 4.15.11 38 14. I 4.15.15 38 15. I 4.15.17 38 Present Clause Amended Clause 4.14.14. The Technical Bid of the Bidder shall 4.14.14. The Technical Bid of the Bidder shall contain the detailed contain the detailed bill of quantities bill of quantities (BoQ) in the format prescribed in Annexure 14 & 16 that should commensurate with the (BoQ) in the format prescribed in Annexure 14 that should commensurate Financial Bid without any mention of costs/ prices. with the Financial Bid without any mention of costs/ prices. 4.15.2. The Financial Bid shall be submitted as per 4.15.2. The Financial Bid shall be submitted as per the format prescribed in Annexure 16. the format prescribed in Annexure 14. 4.15.6 The Bidder shall quote the charges for Facility Management Services (FMS) along with three (3) years communication link charges. However these charges will be applicable only after the Operational Acceptance testing. Any link charges before the operation acceptance test shall be in the Bidder’s scope. The Bidder shall provide Central Sales Tax Form C, whenever applicable. The financial bid will be evaluated on summation of basic cost plus excise/ custom duties+ insurance quoted price New clause addition 4.15.6. The Bidder shall quote the charges for Operation & Maintenance Charges along with three (3) years communication link charges. However these charges will be applicable only after the Operational Acceptance testing. Any communication link charges before the operation acceptance test shall also be in the Bidder’s scope. UGVCL shall provide Central Sales Tax Form C, whenever applicable. The financial bid will be evaluated on total cost inclusive of all taxes The total value of online bid must be matched with hard copy of financial bid. In case of difference in amount in two bids, the rates quoted online shall be treated as final. Accordingly other bid amount shall be corrected. The format for submission of financial bid in hard copies is enclosed herewith in Annexure: - 16 in separate sealed cover. Page 8 of 84 S. No. 16. Bid Vol. No. I Clause / Page Section No. No. 5.12.2 44 17. I 7.15 50 18. I 7.18.3 51 19. I 7.20.1 52 Present Clause Amended Clause At the time the Contract is awarded, the quantity indicated in the BoM of the Financial Bid shall not be modified. However UGVCL reserves the right to increase or decrease the number of items under this contract subject to the limit of 30% of the existing number of items, covered under the Contract, without any change in the unit prices or other terms and conditions of the RFP and the Bid. At the time the Contract is awarded, the quantities indicated in the BoM of the Financial Bid shall not be modified. However UGVCL reserves the right to increase or decrease the quantities of the items covered under this contract subject to the limit of 20% of the total contract value, without any change in the unit prices or other terms and conditions of the RFP and the Bid. There would not be any limit to individual items and also if new or substituted items are required for successful completion of the project same shall be added with the consent of bidder on mutually agreed prices. 7.15.1. Subject to provision in Section 7.40, the completion of implementation of the Solution by the Contractor shall be in accordance with the Implementation Schedule specified in Section Volume 2 Section 9.8.1. The Contractor shall furnish all the details of shipping and other documents to UGVCL. 7.15.1. Subject to provision in Section 7.40, the completion of implementation of the Solution by the Contractor shall be in accordance with the Implementation Schedule specified in Section Volume 2 Section Error! Reference Source not found. The Contractor shall furnish all the details of shipping and other documents to UGVCL. The Bidders may please note that the prices are upward/ downward adjustable. UGVCL reserves the right to review and negotiate the charges payable at any time to incorporate downward revisions as applicable and necessary, including due to lowering of any applicable taxes, duties and any other statutory levies. Any statutory increase or decrease in the taxes and duties subsequent to suppliers offer if it takes place within the original contractual delivery date will be to UGVCL account subject to the claim being supported by documentary evidence. However, if any increase takes place in the taxes and duties after contractual delivery date the same will not be entitled to contractor. Any decrease in taxes and duties taking place after the contractual delivery date, advantage will have to be passed on to UGVCL. Advance Payment: 10% of total value of contract as Advance Payment: 10% of total value of contract as (excluding (excluding FMS and Bandwidth Charges) Operation & Maintenance Charges) “Mobilization Advance” after Page 9 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. Present Clause Amended Clause “Mobilization Advance” after signing the contract. The following shall be ascertained before release of payment :-Opening of site office in project area -Submission of necessary Bank Guarantee for the equivalent amount of Initial Advance -Submission of the necessary Contract Performance Bank Guarantee. The same will be released on completion of contract/assignment. -Submission of agreed project implementation schedule signing the contract. The following shall be ascertained before release of payment :-Opening of site office in project area -Submission of necessary Bank Guarantee for the equivalent amount of Initial Advance -Submission of the necessary Contract Performance Bank Guarantee. The same will be released on completion of contract/assignment. -Submission of agreed project implementation schedule Page 10 of 84 S. No. 20. Bid Vol. No. I Clause / Page Section No. No. 7.20.2 5253 Present Clause Amended Clause Progressive /Milestone based payment for Project Progressive /Milestone based payment for Project will be regulated will be regulated as under, however each Milestone as under, however each Milestone to be agreed based on the to be agreed based on the Proposal and Utility Proposal and Utility requirement, if any. % total value requirement, if any. of the contract % Description / Milestone excluding O & Value M Charges Description / Milestone of the 1.0 Site survey and submission of Software 15% Project interoperability Matrix, Data Exchange information, 1.0 Approval of DRS of Hardware, LLD, Cost Module List, Data Blue print (Metadata) details HLD, Configuration Diagram, Test and after approval of documents / drawings of Procedures and Software 10% Hardware, Configuration Diagram, Test interoperability Matrix, Data Procedures and Type test reports Exchange information, Module List 2.0 Supply of hardware and software items. This 30% and Data Blue print (Metadata) payment shall be made on pro-rata basis. 3.0 Installation, Commissioning & Integration of all the details 25% software, hardware equipment and after the 2.0 On receipt of all t h e software& issuance of “Goods received in good condition and a l l t h e hardware equipments as 30% properly installed, commissioned & integrated” per BoQ at the Field location or certificate from project manager of employer. This Control Centre payment shall be made on pro-rata basis against 3.0 On successful installation, testing, the work completion. commissioning and auditing of all 20% 4.0 On completion of training 5% systems 5.0 After operational acceptance by UGVCL against 15% 4.0 On successful completion of all bank guarantee. Bank guarantee shall be released responsibilities and obligations 30% after successful completion of warranty period. under the contract and operational Operation & Maintenance charges shall be released on acceptance quarterly basis based on the availability calculation specified in technical specifications Page 11 of 84 S. No. 21. Bid Vol. No. I Clause / Page Section No. No. 7.22.4 54 22. I 7.22.5 54 23. I 7.33.3 59 24. I 7.32.3 59 Present Clause Amended Clause UGVCL shall at its sole discretion invoke the Performance Security and appropriate the amount secured there under, in the event that the Contractor commits any delay or default in the implementation of the Solution during the contract period (including FMS period) or commits any other breach of the terms and conditions of the Contract. The Performance Security shall be discharged by UGVCL and returned to the Contractor not later than fourteen (14) days following the date of completion of the Contractor’s performance obligations under the Contract, including any warranty and FMS obligations, unless specified otherwise in the RFP. The complete cover warranty shall remain valid for the period of 7 years after installation and commission of the goods. If the Goods and Related Services supplied do not meet the minimum specifications as per the Contract, and the same is not replaced/modified by the Contractor to meet the requirements within fourteen (14) days of being informed by UGVCL, UGVCL shall be free to impose any penalty as deemed fit. In addition, UGVCL shall reserve the right to terminate the contract and recover liquidated damages by forfeiting the Performance Guarantee submitted to UGVCL. UGVCL shall at its sole discretion invoke the Performance Security and appropriate the amount secured there under, in the event that the Contractor commits any delay or default in the implementation of the Solution during the contract period (including Operation and Maintenance period) or commits any other breach of the terms and conditions of the Contract. The Performance Security shall be discharged by UGVCL and returned to the Contractor not later than fourteen (14) days following the date of completion of the Contractor’s performance obligations under the Contract, including any warranty and O&M obligations, unless specified otherwise in the RFP. The complete cover warranty shall remain valid for the period of 3 years from the date of operational acceptance. If the Goods and Related Services supplied do not meet the minimum specifications as per the Contract, and the same is not replaced/modified by the Contractor to meet the requirements within Thirty (30) days of being informed by UGVCL, UGVCL shall be free to impose any penalty as deemed fit. In addition, UGVCL shall reserve the right to terminate the contract and recover liquidated damages by forfeiting the Performance Guarantee submitted to UGVCL. Page 12 of 84 S. No. 25. Bid Vol. No. I 26. I 27. I 28. I 29. I 30. 31. Clause / Page Section No. No. Appendi 70 x-A Evaluati on Criteria Appendi 72 x-A Evaluati on Criteria Annexur 87e 1-16 126 Present Clause Amended Clause New addition Experience of product manufacturer shall not be considered for overall experience. New addition Experience of product manufacturer shall not be considered for overall experience. Annexure 1 Format of Bank Guarantee for Bid Security Annexure 2 Format of Bank Guarantee for Bid Security Henceforth, Annexure 1-17 (from Page 87 to 126) is replaced with Annexure 2-18 Include additional row to mention relevant revenue head in 5th year. Given in Vol II As per Annexure 16 4.3.1……OR The Consortia who are successfully carried out the PoC in previous tender No: 135 are treated as eligible bidder for this tender. In this case, the members of the consortia should not change. The technical score shall be calculated as per submission of documents in accordance with clause No. 4.3 Given in Vol II I Annexur 107 e 10 Annexur 114 e 14 4.3 25 I General All Annexures & Appendix 4.3.1………new addition In the tender, wherever any annexures/appendix are missing or not found, kindly refer the actual annexure/appendix attached in the tender. Page 13 of 84 S. No. 32. Bid Vol. No. I Clause / Page Section No. No. 7.32.1 59 33. I 34. I Annexur 115 e-15 4.17.1 38 BID VOLUME II 35. II 2.1 36. II 2.2 16 16 Present Clause Amended Clause Except as provided under Section 7.38, if the Contractor fails to deliver any or all of the Goods or perform the Related Services within the period specified in the Contract, UGVCL shall without prejudice to all its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to 0.5% of the value of the Goods or Related Services of contract value for each week or part thereof of delay until actual delivery or performance, subject to a maximum of 10% of contract value. Except as provided under Section 7.38, if the Contractor fails to deliver any or all of the Goods or perform the Related Services within the period specified in the Contract, UGVCL shall without prejudice to all its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to 0.5% of the contract value for each week or part thereof of delay until actual delivery or performance, subject to a maximum of 10% of contract value. Annexure-15 Old Annexure is revised Revised Annexure-15 is enclosed herewith The offer submitted in the Bid by the Bidding Consortium shall be valid for a period of 6 Months from the submission of the Bid. The bid security shall be valid for 60 days beyond the end of validity period of the bid. This shall also apply if the period of the bid validity is extended. The offer submitted in the Bid by the Bidding Consortium shall be valid for a period of 12 Months from the submission of the Bid. The bid security shall be valid for 60 days beyond the end of validity period of the bid. This shall also apply if the period of the bid validity is extended. New Addition For interoperability, contractor must provide at least 10 Nos. of single or three phase smart meter of different make, which shall be integrated with HES/MDAS being provided under this project. It is mandatory that Single Phase and Three Phase It is mandatory that Single Phase and Three Phase whole current whole current smart meters shall be BIS 16444 or smart meters shall be BIS 16444 or IS 13779 marked as per IS 13779 marked as per gazette notification of gazette notification of ministry of Commerce and industry, Page 14 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. 37. II 2.2.1.1 Table 2.1 17 38. II Table 2-1 18 Present Clause Amended Clause ministry of Commerce and industry, Department of Industrial policy and promotion. However even if meter is BIS marked for IS 13779, Tests certificate for compliance with IS 16444 shall be provided Three Phase CT operated meter shall be BIS 14697 marked. Contractor has to furnish valid BIS certification before supply of meters. Department of Industrial policy and promotion. If meter is BIS marked for IS 13779, Tests certificate for compliance with IS 16444 shall be provided before offering the prototype samples for testing during execution of the contract. Three Phase CT operated meter shall be BIS 14697 marked. Should have Maximum Demand registers kW and kVA with integration period 30/15 minutes. Resets should be auto-monthly or through communication command. Should have Maximum Demand registers kW and kVA with integration period 30 minutes. It should be programmable for 30/15 minutes. Resets should be auto-monthly as well as through HES/HHU Table 2-1: Additional specifications for single Table 2-1: Additional specifications for single phase smart phase smart meter (with/without net-metering) meter (with/without net-metering) Particulars Alarm switch contactor Load Data Specification / As per IS 15959 (Part 2): 2016 Survey/Interval Block load profile parameters as per IS 15959 (Part 2): 2016 shall be recorded for 35 (Power ON) days data to be recorded with 30 minutes integration period /17 days data to Particulars Alarm switch contactor Load Data Specification / As per IS 15884 Survey/Interval Block load profile parameters as per IS 15959 (Part 2): 2016 shall be recorded for 35 (Power ON) days data to be recorded with 15 minutes integration period. In addition Daily Page 15 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. Present Clause Amended Clause be recorded with 15 minutes integration period. In addition Daily load profile parameters as per IS 15959 (Part 2): 2016 shall also be recorded for 35 (Power ON) days. The register shall automatically rollover the data after 35 days based on first in first out (FIFO) basis. 39. II 2.2.1.1 Table 2.2 20 40. II Table 2-2 20 Should have Maximum Demand registers kW and kVA with integration period 30/15 minutes. Resets should be auto-monthly or through communication command. load profile parameters as per IS 15959 (Part 2): 2016 shall also be recorded for 35 (Power ON) days. The register shall automatically rollover the data after 35 days based on first in first out (FIFO) basis. Should have Maximum Demand registers kW and kVA with integration period 30 minutes. It should be programmable for 30/15 minutes Resets should be auto-monthly as well as through HES/HHU. Table 2-2: Additional specifications for three Table 2-2: Additional specifications for three phase smart phase smart meter (with/without net-metering) meter (with/without net-metering) Particulars Specification Particulars Specification Parameters Instantaneous : As per IS 15959 (Part-2):2016 Parameters Instantaneous : As per IS 15959 (Part-2):2016 (In case of net-meter both export & import Billing parameters: As parameters to be per IS 15959 (Partmeasured) 2):2016 (In case of net-meter both export & import Billing parameters: As per parameters to be IS 15959 (Part-2):2016. Additionally reactive measured) Page 16 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. Present Clause Amended Clause energy as per IS 15959 Part-I category C meters. Daily Load Profile: As per IS 15959 (Part 2): 2016 Daily Load Profile: As per IS 15959 (Part 2): 2016 The billing parameters shall be retained in the meter for 6 months and should automatically rollover. Alarm switch contactor 41. II 2.2.1.2 23 42. II 2.2.2.3 Table 2.4 27 43. II 2.2.2.2 25 44. II Table 26 / As per IS 15959 (Part 2): 2016 The billing parameters shall be retained in the meter for 6 months and should automatically rollover. Alarm switch contactor / As per IS 15884 In case of Plug in type communication module, the In case of Plug in type communication module, the meter should meter should log communication module removal log communication module removal event with snapshot of all capture parameters applicable for tampers. event with snapshot. Should have Maximum Demand registers kW and kVA with integration period 30 minutes. It should be programmable for 30/15 minutes Resets should be auto-monthly, manual with separate push button as well as through communication command Should have Maximum Demand registers kW and kVA with integration period 30 minutes. It should be programmable for 30/15 minutes Resets should be auto-monthly as well as through HES / HHU In case of Plug in type communication module, the In case of Plug in type communication module, the meter should meter should log communication module removal log communication module removal event with snapshot of all capture parameters applicable for tampers. event with snapshot. Table 2-4: Other Specifications of CT operated Table 2-4: Other Specifications of CT operated meters Page 17 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. 2-4 Present Clause meters (with/without net-metering) Particula r Specification Paramet ers Instantaneous parameters: As per category C1 meters according to IS 15959:2011 (Without netBilling parameters: As per category metering) C1 meters according to IS 15959:2011 …………… LED/LCD LED indicator for pulse/kWh. Indicator LED/LCD indicator for tamper, s disconnection, current reversal (not for net-metering). 45. II 2.2.2.3 29 New addition Amended Clause (with/without net-metering) Particular Specification Parameter s Instantaneous parameters: As per category C meters according to IS 15959:2011 (Without netmetering) Billing parameters: As per category C meters according to IS 15959:2011 LED/LCD Indicators LED indicator for pulse/kWh. LED/LCD indicator for tamper, current reversal (not for netmetering). …………… Note: Single phase & three phase whole current meter & three phase CT operated meters shall have facility for programmable eight TOD however at present four time zones to be provided in the meter and its sequence is as under: S.N. TOD Details Timings Total Hours in TOD 1. TOD-1 (Peak) 07:00 Hrs. to 11:00 8 Hrs&18:00 Hrs. to 22:00 Hrs Page 18 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. Present Clause Amended Clause 2. 3. 4. 46. II 2.2.3.1.1 .1 TOD-2 (Night) 22:00 Hrs. to 24:00 8 Hrs&00:00 Hrs. to 06:00 Hrs TOD-3 (Rest) 06:00 Hrs. to 07:00 Hrs 1 TOD-4 (Off 11:00 Hrs. to 18:00 Hrs. 7 Peak) 29 Type Test Certificates Type Test Certificates The supplier shall have to submit all type test certificates from the Govt. approved laboratory viz: CPRI, NPL, ERTL, ETDC& ERDA. for Indian bidder and for foreign bidder the certificate should be from recognized Govt. approved lab. of that respective country, as per IS No.16444 or IS 13779 /1999 or IEC 62053-21 as the case may be along with bid. After opening of Technical Bid, no type test certificates shall be accepted. Type test should not be older than 3 years also the type test certificate as per IS. Without above type test certificate the offer shall not be considered. UGVCL reserves right to select randomly one meter from the offered lots for inspection for its type test and if meter during type test found failed then either order placed shall be cancelled and supplier has to collect all the meters at its cost for the supplied meters or shall have to replace all supplied meters at their cost after The supplier shall have to submit all type test certificates of BIS certification of either IS 13779 or IS 16444 from the Govt. approved laboratory viz: CPRI, NPL, ERTL, ETDC & ERDA along with the bid (If type test reports for IS 16444 is not submitted then same shall be submitted before offering the prototype samples for testing during execution of the contract). All the type tests must have been conducted within one year tenure and should not be older than 3 years. Without above type test certificate the offer shall not be considered. UGVCL reserves right to select randomly meters from the offered lots for inspection for its type ng type test found failed then either order placed shall be cancelled and supplier has to collect all the meters at its cost for the supplied meters or shall have to replace all supplied meters at their cost after manufactured and successful type test within time frame given by the UGVCL. Please note that in case of supplier having own NABL accredited lab, the type test certificate furnished from such lab shall not be Page 19 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. Present Clause Amended Clause manufactured and successful type test within time accepted. frame given by the UGVCL. 47. II 2.2.3.1.1 .2.1 30 The supplier shall have to submit four samples of meter along with bid documents. No sample shall be accepted after opening of the Technical bid in any circumstances. The samples are to be delivered in person to Deputy Engineer (RSO), Regional Store Officer, Visnagar Road Mehsana 384001, Gujarat, India. Please note that the samples submitted shall be tested at third party Govt. Approved lab. at ERDA, Vadodara or any other Govt. approved /NABL accredited laboratory decided by the company for the following tests as per IS 13779/99, IS 16444 and as per UGVCL specification, wherever specified. 1. 2. 3. Insulation resistance test as per IS. Impulse voltage test as per IS AC high voltage test method as per IS but shall be taken at 4 KV for one minute. 4. Test for limit of error as per IS but at 0.25 Lag & 0.5Lead P.F also in both circuit. 5. Interpretation of test results, if required. 6. Test for meter constant. 7. Test of starting condition as per IS. 8. Test of no load condition as per IS. 9. Test of repeatability of error IS 10. 10. Test of power consumption as per IS The supplier shall have to submit Two samples of meter along with bid documents. No sample shall be accepted after opening of the Technical bid in any circumstances. The samples are to be delivered in person to Deputy Engineer (RSO), Regional Store Officer, Visnagar Road Mehsana 384001, Gujarat, India. The samples submitted shall be tested at Hi-Tech Meter LaboratoryUGVCL, Sabarmati for the following tests as per IS 13779/99 and as per UGVCL specification, wherever specified. 1. Insulation resistance test as per IS. 2. AC high voltage test method as per IS but shall be taken at 4 KV for one minute. 3. Test for limit of error as per IS including 0.25 Lag & 0.5Lead P.F also in both circuit. 4. Interpretation of test results, if required. 5. Test for meter constant. 6. Test of starting condition as per IS. 7. Test of no load condition as per IS. 8. Test of repeatability of error IS 9. Test of power consumption as per IS. 10. Test for total energy i.e. fundamental + harmonics as per IS/IEC/CBIP. 11. Test for influence of quantities i.e .Voltage and frequency variation test and 10% of 3rd harmonics as per IS 12. Test for influence of AC / DC magnetic field as per this Page 20 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. Present Clause 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 48. II 2.2.3.1.1 .2.2.1 16444. Test for total energy i.e. fundamental + harmonics as per IS/IEC/CBIP. Test for influence of quantities i.e .Voltage and frequency variation test and 10% of 3rd harmonics as per IS Test for influence of AC / DC magnetic field as per this specification & CBIP 325. Tamper condition tests 1 to 28 as per this specification. Dry heat test as per this of specification. Test for DC injection in both phase and neutral Test of Short time over current test as per IS. 35 KV Test as per Specification Test of terminals for withstanding 150 % I max as per Specification Test for withstanding phase to phase voltage (440V) between phase to neutral for minimum 5 min. Verification of Display parameters and Functional requirement 30 & If the technical offer would be found 31 acceptable/qualified on scrutiny, the sample meter will have to be submitted on behalf of UGVCL to ERDA – Vadodara OR any NABL accredited approved lab ( Decided by UGVCL) for testing of all type tests as per IS 16444 or IS 13379 and as per Amended Clause specification & CBIP 325. 13. Tamper condition tests 1 to 28 as per this specification. 14. Verification of requirement Display parameters and Functional If the sample found failed in any of the test mentioned above, bidder shall be informed for non-compliance and they have to submit assurance letter that compliance shall be made before offering meters for prototype testing, if contract is awarded on them. This letter shall be submitted before opening of the price bid. However, the decision of UGVCL shall be final and binding to all the bidders. Deleted Page 21 of 84 S. No. 49. Bid Vol. No. II Clause / Page Section No. No. 2.2.3.1.1 .2.2.1 31 Present Clause tender requirements. The necessary fees shall have to be deposited by bidder/supplier. The intimation in this regards will be conveyed to the supplier, for which the name of the person and the contact number may please be provided along with the offer. In event of failure of the sample during any of the type tests the offer will be considered as “REJECTED” and consequently the fees paid for type tests will be forfeited. Further if the sample passes in type testing the necessary fees would be reimbursed to bidder/supplier by UGVCL. However, the decision of the Board for placement of order shall be final and binding to all the bidders. Following tests are to be carried out at supplier‟s works during inspection of Proto type samples. The firm has to assure for testing facility for following tests at the time of offering the inspection call. 1. Insulation resistance test as per IS. 2. AC high voltage test method as per IS but shall be taken at 4 KV for one minute. 3. Test for limit of error as per is but also at 0.25lag & 0.5 lead P.F in both circuit. 4. Interpretation of test results, if required. 5. Test for meter constant. 6. Test of starting condition as per IS. 7. Test of no load condition as per IS. 8. Test of repeatability of error as per IS. 9. Test of power consumption as per IS 16444. Amended Clause Proto samples : The supplier shall also have to manufacture 3 nos. of prototype sample meters complying to all above technical specification, type, rating, functional requirements, tamper features, display design etc. and shall have to offer for inspection within 90 days from the date of placement of LOI. Following tests are to be carried out at supplier‟s works during inspection of Proto type samples. The firm has to assure for testing facility for following tests at the time of offering the inspection call. 1. Insulation resistance test as per IS. 2. AC high voltage test method as per IS but shall be taken at 4 KV for one minute. 3. Test for limit of error as per IS including 0.25 lag & 0.5 lead Page 22 of 84 S. No. 50. Bid Vol. No. II Clause / Page Section No. No. 2.2.3.1.1 .2.2.2 32 Present Clause Amended Clause 10. Test for total energy i.e. fundamental + P.F in both circuit. harmonics as per IS/IEC/CBIP 4. Interpretation of test results, if required. 11. Test for influence of quantities i.e .Voltage 5. Test for meter constant. and frequency variation test and 10% of 3rd 6. Test of starting condition as per IS. harmonics as per IS.. 7. Test of no load condition as per IS. 12. Test for influence of AC / DC magnetic field 8. Test of repeatability of error as per IS. as per this specification& CBIP 325. 9. Test of power consumption as per IS 16444. 13. Tamper condition tests 1 to 28 as per this 10. Test for total energy i.e. fundamental + harmonics as per specification. IS/IEC/CBIP 14. Test for DC injection in both phase and 11. Test for influence of quantities i.e .Voltage and frequency neutral variation test and 10% of 3rd harmonics as per IS. 15. 35 KV Test as per Specification 12. Test for influence of AC / DC magnetic field as per this 16. Test of terminals for withstanding 150 % I specification& CBIP 325. max as per Specification 13. Tamper condition tests 1 to 28 as per this specification. 17. Test for withstanding phase to phase voltage 14. Test for DC injection in both phase and neutral (440V) between phase to neutral for 15. Verification of Display parameters and Functional minimum 5 min. requirement 18. Verification of Display parameters and 16. Testing for communication in all respect. Functional requirement 19. Testing for communication in all respect. UGVCL reserves all rights for testing of proto sample at CPRI /ERDA for conformance of common protocol with IS 15959. Acceptance tests : Acceptance tests : The acceptance tests as stipulated in CBIP (with The acceptance tests as stipulated in CBIP (with latest latest amendments)/IS/IEC shall be carried out by amendments) & relevant IS/IEC shall be carried out by the supplier the supplier in presence of purchaser’s in presence of purchaser’s representative at their works. The representative at their works. The following tests are following tests are to be carried out during regular inspection of to be carried out during regular inspection of each each lot offered for inspection. lot offered for inspection. 1. Insulation resistance test as per IS. Page 23 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. Present Clause 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. Insulation resistance test as per IS. AC high voltage test method as per IS but shall be taken at 4 KV for one minute. Test for limit of error as per IS but at 0.25Lag & 0.5Lead P.F in Both Circuit. Interpretation of test results, if required. Test for meter constant. Test of starting condition as per IS. Test of no load condition as per IS. Test of repeatability of error as per IS. Test of power consumption as per IS 16444. Test for total energy i.e. fundamental + harmonics as per IS/IEC/CBIP. Test for influence of quantities i.e .Voltage and frequency variation test and 10% of 3rd harmonics as per IS. Tamper condition tests 1 to 28 as per this specification. Test for DC injection in both phase and neutral 35 KV Test as per Specification Test of terminals for withstanding 150 % I max as per Specification Test for withstanding phase to phase voltage (440V) between phase to neutral for minimum 5 min. Verification of Display parameters and Functional requirement Amended Clause 1. AC high voltage test method as per IS but shall be taken at 4 KV for one minute. 2. Test for limit of error as per IS including 0.25Lag & 0.5Lead P.F in Both Circuit. 3. Interpretation of test results, if required. 4. Test for meter constant. 5. Test of starting condition as per IS. 6. Test of no load condition as per IS. 7. Test of repeatability of error as per IS. 8. Test of power consumption as per IS 16444. 9. Test for total energy i.e. fundamental + harmonics as per IS/IEC/CBIP. 10. Test for influence of quantities i.e .Voltage and frequency variation test and 10% of 3rd harmonics as per IS. 11. Tamper condition tests 1 to 28 as per this specification. 12. Test for DC injection in both phase and neutral 13. Test for influence of AC / DC magnetic field as per this specification & CBIP 325. 14. Verification of Display parameters and Functional requirement 15. Testing for communication in all respect Page 24 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. Present Clause 18. 51. II 2.2.3.1.1 .2.3.3 33& 34 52. II 2.2.3.1.2 .1 34 Amended Clause Testing for communication in all respect AUDIT TESTING : From any offered/dispatched lot , eight (8) nos. of meters shall be randomly selected & sent for audit testing at High tech lab Sabarmati. & on receipt of test reports acceptability of lot will be decided. Following tests are to be carried out during the audit testing Type Tests: The bidder should submit Type Test Reports for all tests as per schedule of IS 16444/IS 13779/ for the tests having been conducted on the sample meter, not prior to 3 (Three) years before the issue of tender, from reputed third party Govt. approved laboratory viz. CPRI, ERTL, ETDC, NPL, ERDA only. All the type tests must have been conducted within One year‟s tenure and on the sample as specified under cl. No: 12.2.2.1 of IS 16444/IS 13779/99. Offers without the Type Test reports shall be rejected. The type test report submitted shall be of the same type and design of the meter offered. Please note that the bidder in case of supplier having own NABL accredited lab, the type test certificate furnished with tender from such lab shall not be accepted. AUDIT TESTING : From any offered/dispatched lot , eight (8) nos. of meters shall be randomly selected & sent for audit testing at High tech lab Sabarmati. & on receipt of test reports acceptability of lot will be decided. Following tests are to be carried out as per relevant IS (with latest amendments) during the audit testing Type Tests: The supplier shall have to submit all type test certificates of BIS certification of either IS 13779 or IS 16444 from the Govt. approved laboratory viz: CPRI, NPL, ERTL, ETDC & ERDA along with the bid (If type test reports for IS 16444 is not submitted then same shall be submitted before offering the prototype samples for testing during execution of the contract). All the type tests must have been conducted within one year tenure and should not be older than 3 years. Without above type test certificate the offer shall not be considered. UGVCL reserves right to select randomly meters from the offered lots for inspection for its type test as per relevant IS & its latest amendment, and if meter during type test found failed then either order placed shall be cancelled and supplier has to collect all the meters at its cost for the supplied meters or shall have to replace all supplied meters at their cost after manufactured and successful type test within time frame given by the UGVCL. Please note that in case of supplier having own NABL accredited Page 25 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. Present Clause Amended Clause lab, the type test certificate furnished from such lab shall not be accepted. 53. II 2.2.3.1.2 .2 34 The bidder shall submit 3 (Three) nos. samples of meters at the time of offer. Offer without samples will not be scrutinized on the strength of GTP. The samples are to be delivered to The Deputy Engineer, Regional Store Office – Uttar Gujarat Vij Company Ltd, Visnagar Road – Mehsana -384001. Bidder has to submit the tender samples with as per IS 15959 & Display parameters as discussed in technical specifications and tampers as per Exhibit2. The samples shall be tested at ERDA/CPRI/NABL accredited lab for following tests. If the sample found failed in any of the test, the offer of that bidder shall be considered disqualified. However, the decision of the company shall be final and binding to all the bidders. List of tests to be conducted on tender samples. 1. AC high voltage test method as per IS but shall be taken at 4 KV for one minute. 2. Insulation resistance test 3. Impulse voltage test as per IS 4. 35 KV Test as per CBIP 325 5. AC, DC and permanent magnet test as per CBIP publication no. 325 for active energy only 6. Test for DC injection in both phase and neutral The supplier shall have to submit Two samples of meter along with bid documents. No sample shall be accepted after opening of the Technical bid in any circumstances. The samples are to be delivered in person to Deputy Engineer (RSO), Regional Store Officer, Visnagar Road Mehsana 384001, Gujarat, India. The samples submitted shall be tested at Hi-Tech Meter LaboratoryUGVCL, Sabarmati for the following tests as per IS 13779/99 and as per UGVCL specification, wherever specified. 1. Insulation resistance test as per IS. 2. AC high voltage test method as per IS but shall be taken at 4 KV for one minute. 3. Test of limits of errors for active & reactive with balance & unbalance load Including 0.25 lag and 0.5 lead pf 4. Interpretation of test results, if required. 5. Test for meter constant. 6. Test of starting condition as per IS. 7. Test of no load condition as per IS. 8. Test of repeatability of error IS 9. Test of power consumption as per IS. 10. Test for total energy i.e. fundamental + harmonics as per IS/IEC/CBIP. 11. Test for influence of quantities i.e .Voltage and frequency variation test and 10% of 3rd harmonics as per IS 12. Test for influence of AC / DC magnetic field as per this specification & CBIP 325. Page 26 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. Present Clause 7. Dry heat test 8. Test for total energy i.e. fundamental + harmonics as per CBIP 304 9. Test for influence of quantities i.e .Voltage and frequency variation test and 10% of 3rd harmonics 10. Test of no load condition 11. Test of starting condition as per IS 12. Test for limit of error 13. Interpretation of test results, if required 14. Test for meter constant 15. Test of repeatability of error 16. Test of power consumption 17. Test of Short time over current test 18. Test of terminals for withstanding 150 % I max as per Specification 19. Verification of Display parameters and Functional requirement 20. Tamper condition tests as per specification 54. II 2.2.3.1.2 .2.1 35 Prototype Samples: The supplier shall also have to manufacture 3 nos. of prototype sample meters complying to all above technical specification, type, rating, functional requirements, tamper features, display design etc. and shall have to offer for inspection within 30 days from the date of placement of LOI and before Amended Clause 13. Tamper condition tests as per this specification. 14. Verification of requirement Display parameters and Functional If the sample found failed in any of the test mentioned above, bidder shall be informed for non-compliance and they have to submit assurance letter that compliance shall be made before offering meters for prototype testing, if contract is awarded on them. This letter shall be submitted before opening of the price bid. However, the decision of UGVCL shall be final and binding to all the bidders. Prototype Samples: The supplier shall also have to manufacture 3 nos. of prototype sample meters complying to all above technical specification, type, rating, functional requirements, tamper features, display design etc. and shall have to offer for inspection within 90 days from the date of placement of LOI. Page 27 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. Present Clause Amended Clause commencement of bulk supply. During the proto type sample following tests shall be carried out as During the proto type sample following tests shall be per relevant IS & specifications at supplier’s works. carried out as per the specifications at supplier‟s works. 1. AC high voltage test method as per IS but shall be taken at 1. AC high voltage test method as per IS but 4 KV for one minute shall be taken at 4 KV for one minute 2. Insulation resistance test 2. Insulation resistance test 3. Test of limits of errors for active & reactive with balance & 3. Test of limits of errors for active & reactive unbalance load Including 0.25 lag and 0.5 lead pf with balance & unbalance load 4. Interpretation of test results, if required 4. Including 0.25 lag and 0.5 lead pf 5. Test of meter constant 5. Test of meter constant 6. Test of starting condition 6. Test of starting condition 7. Test of no load condition 7. Test of no load condition 8. Repeatability of error test 8. Repeatability of error test 9. Test of power consumption in voltage and current circuit. 9. Test of power consumption in voltage and 10. Test for total forward energy (Fundamental + Harmonics) in current circuit. the Presence of Harmonics in Voltage and Current Circuits 10. ESD Test for 35 KV as per CBIP 325. as per specification as per IS 11. Test for total forward energy (Fundamental + 11. DC and even harmonics in ac current circuit - (DC Harmonics) in the Presence of Harmonics in immunity) as per IS Voltage and Current Circuits as per 12. Test of effect of Influence quantities as per IS specification as per IS 13. AC, DC and permanent magnet test as per CBIP 12. DC and even harmonics in ac current circuit publication no. 325 for active energy only. - (DC immunity)-As per IS 14. Verification of Tamper conditions - as per specifications. 13. Test of effect of Influence quantities as per 15. Physical verification of meter as per specification including IS sealing as per tender sample 14. AC, DC and permanent magnet test as per 16. Testing for communication in all respect. CBIP publication no. 325 for active energy only. UGVCL reserves all rights for testing of proto sample at CPRI Page 28 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. Present Clause 15. 16. 17. Amended Clause Test for terminals and screw at 150% Imax /ERDA for conformance of common protocol with IS 15959. for two hours. Verification of Tamper conditions - as per specifications. Physical verification of meter as per specification including sealing as per tender sample One proto type meter will be tested at CPRI, Bangalore/Bhopal for conformity of IS:15959 for DLMS common protocol. Only after successful testing and passing proto meters at supplier works and CPRI, manufacturer should start manufacturing of bulk supply order quantities. 55. II 2.2.3.1.2 .4 36 & Acceptance Tests 37 Following acceptance tests as stipulated in the relevant standards and as per specification shall be carried out by the supplier in the presence of the purchaser's representative. 1. Insulation resistance test as per IS 2. AC high voltage test method as per IS but shall be taken at 4 KV for one minute. 3. 35 KV Test 4. Test for influence of AC / DC magnetic field Acceptance tests : The acceptance tests as stipulated in CBIP (with latest amendments) & relevant IS/IEC shall be carried out by the supplier in presence of purchaser’s representative at their works. The following tests are to be carried out during regular inspection of each lot offered for inspection. 1. AC high voltage test method as per IS but shall be taken at 4 KV for one minute 2. Insulation resistance test 3. Test of limits of errors for active & reactive with balance & Page 29 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. Present Clause as per CBIP 325 5. Test for DC injection in both phase and neutral 6. Test for total energy i.e. fundamental + harmonics as per CBIP 304 7. Test for influence of quantities i.e .Voltage and frequency variation test and 10% of 3rd harmonics 8. Test of no load condition 9. Test of starting condition as per IS 10. Test for limit of error for active & reactive with balance & unbalance load. 11. Interpretation of test results, if required 12. Test for meter constant 13. Test of repeatability of error 14. Test of power consumption 15. Test of terminals for withstanding 150 % I max for two hours 16. Verification of Display parameters and Functional requirement 17. Tamper condition tests as per specifications 56. II 2.2.3.1.2 .5 38 Audit Testing : From any dispatched lot, eight (8) nos. of meters shall be randomly selected jointly with supplier & sent for audit testing at any NABL Lab. decided by UGVCL & on receipt of test reports acceptability of lot will be decided. Amended Clause unbalance load Including 0.25 lag and 0.5 lead pf 4. Interpretation of test results, if required 5. Test of meter constant 6. Test of starting condition 7. Test of no load condition 8. Repeatability of error test 9. Test of power consumption in voltage and current circuit. 10. Test for total forward energy (Fundamental + Harmonics) in the Presence of Harmonics in Voltage and Current Circuits as per specification as per IS 11. DC and even harmonics in ac current circuit - (DC immunity) as per IS 12. Test of effect of Influence quantities as per IS 13. AC, DC and permanent magnet test as per CBIP publication No. 325 for active energy only. 14. Verification of Tamper conditions - as per specifications. 15. Physical verification of meter as per specification including sealing as per tender sample 16. Testing for communication in all respect. AUDIT TESTING : From any offered/dispatched lot , eight (8) nos. of meters shall be randomly selected & sent for audit testing at High tech lab Sabarmati. & on receipt of test reports acceptability of lot will be decided. Following tests are to be carried out as per relevant IS (with latest amendments) during the audit testing Page 30 of 84 S. No. 57. Bid Vol. No. II Clause / Page Section No. No. 2.2.3.1.3 .1 38 Present Clause Following tests are to be carried out during the audit testing. Type Tests: The bidder should submit Type Test Reports for all tests as per schedule of IS 14697 for the tests having been conducted on the sample meter, not prior to 3 (Three) years before the issue of tender, from reputed third party Govt. approved laboratory viz. CPRI, ERTL, ETDC, NPL, ERDA only. All the type tests must have been conducted within One year‟s tenure and on the sample as specified in IS 14697. Offers without the Type Test reports shall be rejected. The Amended Clause Type Tests: The supplier shall have to submit all type test certificates of BIS certification as per schedule of IS 14697 from the Govt. approved laboratory viz: CPRI, NPL, ERTL, ETDC & ERDA along with the bid . All the type tests must have been conducted within one year tenure and should not be older than 3 years. Without above type test certificate the offer shall not be considered. UGVCL reserves right to select randomly meters from the offered lots for inspection for its type test as per relevant IS & its latest amendment, and if meter during type test found failed then either order placed shall be cancelled and supplier has to collect all the meters at its cost for the supplied meters or shall have to replace all supplied meters at their cost after manufactured and successful type test within time frame given by the UGVCL. Please note that in case of supplier having own NABL accredited lab, the type test certificate furnished from such lab shall not be accepted. 58. II 2.2.3.1.3 .3 38 The supplier shall have to submit four samples of meter along with bid documents. No sample shall be accepted after opening of the Technical bid in any circumstances. The samples are to be delivered in person to Deputy Engineer (RSO), Regional Store Officer ,Visnagar Road Mehsana 384001, The supplier shall have to submit Two samples of meter along with bid documents. No sample shall be accepted after opening of the Technical bid in any circumstances. The samples are to be delivered in person to Deputy Engineer (RSO), Regional Store Officer, Visnagar Road Mehsana 384001, Gujarat, India. The samples submitted shall be tested at Hi-Tech Meter LaboratoryPage 31 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. Present Clause Amended Clause Gujarat, India. Please note that the samples submitted shall be tested at third party Govt. Approved lab. at ERDA, Vadodara or any other Govt. approved /NABL accredited laboratory decided by the company for the following tests as per IS 14697/99 and as per UGVCL specification, wherever specified. 1. Insulation resistance test as per IS. 2. Impulse voltage test as per IS 3. AC high voltage test method as per IS. 4. Test for limit of error as per IS but at 0.25 Lag & 0.5Lead P.F also in in active energy & reactive energy and balance & unbalance load. 5. Interpretation of test results, if required. 6. Test for meter constant. 7. Test of starting condition as per IS. 8. Test of no load condition as per IS. 9. Test of repeatability of error IS 10. Test of power consumption as per IS 16444. 11. Test for total energy i.e. fundamental + harmonics as per IS/IEC/CBIP. 12. Test for influence of quantities as per IS 13. Test for influence of AC / DC magnetic field as per this specification & CBIP 325. 14. Tamper condition test. 15. Dry heat test as per this of specification. 16. Test of Short time over current test as per UGVCL , Sabarmati for the following tests as per IS 14697/99 and as per UGVCL specification, wherever specified. 1. Insulation resistance test as per IS. 2. AC high voltage test method as per IS but shall be taken at 4 KV for one minute. 3. Test for limit of error as per IS but at 0.25 Lag & 0.5Lead P.F also in in active energy & reactive energy and balance & unbalance load. 4. Interpretation of test results, if required. 5. Test for meter constant. 6. Test of starting condition as per IS. 7. Test of no load condition as per IS. 8. Test of repeatability of error IS 9. Test of power consumption as per IS. 10. Test for total energy i.e. fundamental + harmonics as per IS/IEC/CBIP. 11. Test for influence of quantities i.e .Voltage and frequency variation test and 10% of 3rd harmonics as per IS 12. Test for influence of AC / DC magnetic field as per this specification & CBIP 325. 13. Tamper condition tests as per this specification (Exibit-2) 14. Verification of Display parameters and Functional requirement If the sample found failed in bidder shall be informed for submit assurance letter that offering meters for prototype any of the test mentioned above, non-compliance and they have to compliance shall be made before testing, if contract is awarded on Page 32 of 84 S. No. 59. Bid Vol. No. II Clause / Page Section No. No. 2.2.3.1.3 .4.1 39 Present Clause Amended Clause IS. 17. 35 KV Test as per Specification 18. Verification of Display parameters and Functional requirement If the technical offer would be found acceptable/qualified on scrutiny, the sample meter will have to be submitted on behalf of UGVCL to ERDA – Vadodara OR any NABL accredited approved lab ( Decided by UGVCL) for testing of all type tests as per IS14697 and as per tender requirements. The necessary fees shall have to be deposited by bidder/supplier. The intimation in this regards will be conveyed to the supplier, for which the name of the person and the contact number may please be provided along with the offer. In event of failure of the sample during any of the type tests the offer will be considered as “REJECTED” and consequently the fees paid for type tests will be forfeited. Further if the sample passes in type testing the necessary fees would be reimbursed to bidder/supplier by UGVCL. However, the decision of the Board for placement of order shall be final and binding to all the bidders. For Proto type samples Following tests are to be carried out at supplier‟s works during inspection of Proto type samples. The firm has to assure for testing facility for following tests at the time of offering the inspection call. them. This letter shall be submitted before opening of the price bid. However, the decision of UGVCL shall be final and binding to all the bidders. For Proto type samples The supplier shall also have to manufacture 3 nos. of prototype sample meters complying to all above technical specification, type, rating, functional requirements, tamper Page 33 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. Present Clause 1. Insulation resistance test as per IS. 2. AC high voltage test method as per IS. 3. Test for limit of error as per is but also at 0.25lag & 0.5 lead P.F in active enrgy &reactive energy and balance & unbalance load. 4. Interpretation of test results, if required. 5. Test for meter constant. 6. Test of starting condition as per IS. 7. Test of no load condition as per IS. 8. Test of repeatability of error as per IS. 9. Test of power consumption as per IS 16444. 10. Test for total energy i.e. fundamental + harmonics as per IS/IEC/CBIP 11. Test for influence of quantities as per IS.. 12. .Test for influence of AC / DC magnetic field as per this specification& CBIP 325. 13. Tamper condition tests. 14. Test for DC injection in both phase and neutral 15. 35 KV Test as per Specification 16. Verification of Display parameters and Functional requirement 17. Testing for communication in all respect. Amended Clause features, display design etc. and shall have to offer for inspection within 90 days from the date of placement of LOI. Following tests are to be carried out at supplier‟s worksas per relevant IS during inspection of Proto type samples. The firm has to assure for testing facility for following tests at the time of offering the inspection call. 1. Insulation resistance test as per IS. 2. AC high voltage test method as per IS. 3. Test for limit of error as per including 0.25lag & 0.5 lead P.F in active energy &reactive energy and balance & unbalance load. 4. Interpretation of test results, if required. 5. Test for meter constant. 6. Test of starting condition as per IS. 7. Test of no load condition as per IS. 8. Test of repeatability of error as per IS. 9. Test of power consumption as per IS 16444. 10. Test for total energy i.e. fundamental + harmonics as per IS/IEC/CBIP 11. Test for influence of quantities as per IS.. 12. Test for influence of AC / DC magnetic field as per this specification& CBIP 325. 13. Tamper condition tests. 14. Verification of Display parameters and Functional requirement 15. Testing for communication in all respect. Page 34 of 84 S. No. 60. Bid Vol. No. Clause / Page Section No. No. 2.2.3.1.3 .4.2 Present Clause Acceptance tests : The acceptance tests as stipulated in CBIP (with latest amendments)/IS/IEC shall be carried out by the supplier in presence of purchaser‟s representative at their works. The following tests are to be carried out during regular inspection of each lot offered for inspection. 1. Insulation resistance test as per IS. 2. AC high voltage test method as per IS. 3. Test for limit of error as per IS but at 0.25Lag & 0.5Lead P.F in active enrgy &reactive energy and balance & unbalance load. 4. Interpretation of test results, if required. 5. Test for meter constant. 6. Test of starting condition as per IS. 7. Test of no load condition as per IS. 8. Test of repeatability of error as per IS. 9. Test of power consumption as per IS 16444. 10. Test for total energy i.e. fundamental + harmonics as per IS/IEC/CBIP. 11. Test for influence of quantities as per IS. 12. Tamper condition tests 13. 35 KV Test as per this Specification 14. Verification of Display parameters and Functional requirement Amended Clause UGVCL reserves all rights for testing of proto sample at CPRI /ERDA for conformance of common protocol with IS 15959. Acceptance tests : The acceptance tests as stipulated in CBIP (with latest amendments) & relevant IS/IEC shall be carried out by the supplier in presence of purchaser’s representative at their works. The following tests are to be carried out during regular inspection of each lot offered for inspection. 1. Insulation resistance test as per IS. 2. AC high voltage test method as per IS. 3. Test for limit of error as per IS including 0.25Lag & 0.5Lead P.F in active energy &reactive energy and balance & unbalance load. 4. Interpretation of test results, if required. 5. Test for meter constant. 6. Test of starting condition as per IS. 7. Test of no load condition as per IS. 8. Test of repeatability of error as per IS. 9. Test of power consumption as per IS 16444. 10. Test for total energy i.e. fundamental + harmonics as per IS/IEC/CBIP. 11. Test for influence of quantities as per IS. 12. Tamper condition tests 13. Verification of Display parameters and Functional requirement 14. Testing for communication in all respect. Page 35 of 84 S. No. Bid Vol. No. 61. Clause / Page Section No. No. 2.2.3.1.3 .7 41 62. II 2.2.3.3 42 63. II 2.2.3.9 44 Present Clause Amended Clause 15. Testing for communication in all respect. AUDIT TESTING : From any offered/dispatched lot , eight (8) nos. of meters shall be randomly selected & sent for audit testing at High tech lab Sabarmati. & on receipt of test reports acceptability of lot will be decided. Following tests are to be carried out during the audit testing AUDIT TESTING : From any offered/dispatched lot , eight (8) nos. of meters shall be randomly selected & sent for audit testing at High tech lab Sabarmati. & on receipt of test reports acceptability of lot will be decided. Following tests are to be carried out as per relevant IS (with latest amendments) during the audit testing The terminals in the terminal block shall be of The terminals in the terminal block shall be of adequate length in adequate length in order to have proper grip of order to have proper grip of conductor with the help of two screws. conductor with the help of two screws through The screws shall not have pointed tip. support of a plate so as to made cage type arrangement. Arrangements shall be provided for proper sealing of the meter cover so that access to the working parts shall not be possible without breaking the seal. In single phase meters, sealing to be done as two body seals and two security seals by supplier; sealing to be done as two body seals by UGVCL, one seal on optical port and one seal on meter terminal cover. In three phase meters, sealing to be done as two body seals and two security seals by supplier, sealing to be done as two body seals by UGVCL, one seal on optical port, two seals on meter terminal cover, and one seal on MD button. Arrangements shall be provided for proper sealing of the meter cover so that access to the working parts shall not be possible without breaking the seal. In single phase meters, sealing to be done as two body seals and two security seals by supplier; sealing to be done as two body seals by UGVCL, one seal on optical port and one seal on meter terminal cover. In three phase meters, sealing to be done as two body seals and two security seals by supplier, sealing to be done as two body seals by UGVCL, one seal on optical port, two seals on meter terminal cover. In addition to 2 Nos. of polycarbonate seals, further 2 Nos. of tamper proof void seals are to be provided on the Meter body in such a way that both the side covers shall be sealed by the tamper proof void seals. The tamper proof void seals to be provided on Page 36 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. Present Clause Amended Clause Meters shall be as per the following specification: 1. Size of the seal -- 3 x 1 inches. 2. The seal should be digitally printed on white VOID film having UV destructive inks printed with thermal resin ribbon technology. 3. The seal should be water proof and should withstand all the weather conditions. The seal should have adhesive of sufficient strength to avoid peeling off under extreme temperature and environmental conditions. 4. The seal should be sticker type seal and applied on both the side of the Meter which connects the body and the box. 5. If someone lifts the seal, “VOID” impression should be transferred on the meter and if this is applied back, “VOID” impression should be readable from the surface of the seal. 6. The disturbed portion of the seal should glow under UV light if the seal is disturbed from any part. 7. Barcodes of serial numbers should be printed on the seals and the barcodes should be readable with a barcode scanner. 8. The seals should have continuous variable serial numbers along with security codes of last three digits of serial numbers printed in black and the same serial numbers along with code of serial numbers shall also be printed in a Page 37 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. Present Clause Amended Clause vertical semi-circular shape which should be visible only under Ultra-violet (UV) light. 9. Two security cuts should be given on the seal on both the sides, and if some one tries to lift the seal it should tear off from the security cuts. The security cuts should be made with a computer controlled plotter which should put the security cuts on the same position on each seal. 10. The name of the supplier and supplier logo along with the security warning or any other information in any language as given by the company should be printed on the seal. 11. There should be a provision of incorporating officers’ signature on the seal as given by the company. 12. If someone tries to remove the seal by allying heat, the printing should get disturbed and the shape of the seal should change if more heat is applied. The seals to be used for sealing of Meters are to be fixed after inspection is over. 64. II 2.2.3.10 45 Meters are to be installed in the existing meter boxes by removing the existing meter. In case of any meter box found unfit UGVCL would supply the same. Details of the meter boxes for Single Phase, Three phase and Three Phase CT operated meter is given in following figures (a), (b) and (c) respectively. Existing provisions deleted including drawings of meter boxes. New provision is added as below: All the meters shall be supplied with meter box, specification of the same shall be as under. The meter box shall be intended to house one number smart meter. The meter box shall comply with relevant Indian standard IS: 14772:2000/IS:13410 with latest amendment. The thickness of Page 38 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. Present Clause Amended Clause the box shall be minimum 2.0 mm on all sides. The base and cover of meter box shall be made of hot press moulded, unbreakable, high grade fire retardant Engineering Plastic (Acrylonitrile Butadiene Styrene) / Polycarbonate, having good di-electric and mechanical strength. Meter box shall be weather proof, capable to withstand temperature of minimum 85° C. The thickness of the box shall be minimum 2.0 mm on all sides. The overall dimensions of the box shall be such that a minimum 30 mm clearance from left, right and top, 25 mm from front and 10mm from back side & 75 mm from meter terminals and bottom side shall be maintained in between meter and box surface. The box cover shall be fixed with concealed hinge. It would be open by at least 90 degrees. Soft rubber gasket shall be provided all around the periphery of box for protection against ingress of dust and water inside the box. Meter Box shall complied IP – 55 protection class. Handle shall be provided on the box door for ease of door opening. All metallic parts would be well protected against corrosion. The overall dimension of the meter box shall vary according to the size of meters. However, it shall comply with the minimum requirements as described above. A viewing window made up of scratch & break resistant, UV resistant, transparent Polycarbonate material shall be provided on the door for reading the meter without inconvenience. The minimum thickness of the viewing window shall be 2.0 mm. (flashing with top). The window shall be securely fixed with meter enclosure from inside. No viewing window is required for transparent polycarbonate meter box. 65. II 2.2.6 48 Testing at Manufacturing Facilities The contractor shall have at least the following Testing Facilities at Supplier’s work The supplier shall have testing facilities as per relevant IS & Page 39 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. Present Clause Amended Clause testing facilities to ensure accurate calibration as other relevant standards for Proto type samples testing & per IS 14697/16444: Acceptance testing as listed in this specifications. If the facility for any of the tests are not available at supplier’s works, the testing shall be arranged at any of the NABL approved lab. viz, ERDA, NPL, ETDC, ERTL, CPRI only and for such tests all the expenditures i.e. test charges etc. shall have to be borne by the supplier. 66. II 2.2.7 48 All meters shall be duly tested and sealed by the firm at their premises prior to inspection. Manufacturer seal may be provided on one side of meter. For the other side, the seal with engrave as Utility name may be sent in a pack for provision by Employer after completion of test by the Employer & after receipt of the meter. All meters shall be duly tested and sealed by the firm at their premises prior to inspection. The Inspecting Officer of the UGVCL will inspect the meters as per sampling plan for acceptance test as per IS 16444/14697. The meters shall be tested for all functional requirements through communication as part of acceptance test. The Inspecting Officer of the Employer will inspect the meter as per sampling plan for acceptance test as per IS 16444/14697. The meters shall be tested Page 40 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. Present Clause Amended Clause for all functional requirements through communication as part of acceptance test. After testing, these sample meters shall be additionally sealed by the inspecting officer and one copy of the inspection report will be handed over to the manufacture 67. II 2.3.1 49 68. II 2.3 49 69. II 2.3.2.1.1 52 70. II 2.3.3.1.2 54 New clause Equipment type approval (ETA) is to be obtained for communication equipment as per Department of Telecom, Government of India requirements. Radio emission characteristics for the chosen license free band shall comply with latest NEAP and G.S.R (General Statutory Rules) notification from Depart of Telecom, Govt. of India. Bidders are allowed to propose communication infrastructure solutions on either canopy type router based RF mesh network or DCU based RF mesh / PLC network. Bidders are allowed to propose communication infrastructure solutions on any of the technologies among canopy type router based RF mesh network, DCU based RF mesh / PLC network and GPRS. DCU shall be able to communicate with the nearest DCU shall be able to communicate with the nearest meters at a meters at a distance of at least 50 m, depending on distance of at least 50 m, in normal topographical conditions. topographical features. Access point shall be capable to handle interval data of minimum 2000 nos. of any type of smart meter (1ph/3ph). Access point shall be able to acquire and send data to HES for full capacity (No. of meters/field Access point shall be capable to handle interval data of minimum 2000 nos. of any type of smart meter (1ph/3ph). Page 41 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. Present Clause Amended Clause devices it is designed for) within a period of 3 minutes. Full capacity of access point is required to be indicated in the offer. 71. 72. II II 2.9.3 Table 5-1 72 99 Meter optical sensor terminating in to a 9 pin D type male connector with a cable of 500 mm +/- 10 mm. Length. Meter optical sensor terminating in to a 9 pin D type male connector or USB with a cable of 500 mm +/- 10 mm. Length. The interface between a meter and the offered HHU shall be with a flexible shielded cable of length 1500 mm +/-10mm having 9 pin D-type female connector with electrical circuit. This cable shall be supplied along with HHU. The two ends of the cable is stress relieved. The interface between a meter and the offered HHU shall be with a flexible shielded cable of length 1500 mm +/-10mm having 9 pin D-type female connector with electrical circuit or USB. This cable shall be supplied along with HHU. The two ends of the cable is stress relieved. Table 5-1: Servers Table 5-1: Servers Server for Smart Grid Applications Server for Smart Grid Applications Sr. No. Description Minimum Requirement of the of Features Features 1. Specification As per the base runtime requirement of CPU 2006 bench marking standards 2. Processor Min 2.4 GHz, 4 Core 3. RAM 32 GB (expandable up to Sr. No. Description of the Minimum Features Features Requirement of 1. Specification As per the base runtime requirement of CPU 2006 bench marking standards 2. Processor Min 1.6 GHz, 8 Core, Scalable to Dual Socket 3. RAM 32 GB (expandable up to 100 %) Page 42 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. Present Clause 100 %) 4. 5. 6. Amended Clause 4. Hard Disk Drive(in 400GB Usable, SSD/15K SAS, further expandable to usable RAID-5) 800 GB hot pluggable configuration 5. SAN connectivity at Yes 10 Gbps 6. Optical Drive DVD Interfaces 2X10 Gbps dual Ethernet ports with additional management port Internal Auxiliary memory(in RAID-5) configuration 300GB (Min. 15K rpm) delivered shall be configured in RAID-5 (300 + 300 GB) further expandable up to 600GB hot pluggable External Auxiliary Memory (SAN connectivity at 10 Gbps) Minimum10TB effective capacity configured on RAID Level 10 along with required interfaces. Optical Drive DVD or Blue-ray (R+W) Interfaces 1 Gb dual Ethernet ports along with management port 10. Mounting Rack mountable 11. PCIE Slots Minimum two(2) free PCIE slots 7. 8. Power Supply Dual AC Power Supply 9. User interface Through a common TFT monitor, keyboard & mouse connected through KVM Switch in a server rack.(IP based) 7. 8. Power Supply Dual AC Power Supply, Hot swappable 9. User interface Through a common TFT monitor, keyboard & mouse connected through KVM Switch in a server rack.(IP based) Page 43 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. Present Clause 10. Mounting 73. II Table 5-9 105 Amended Clause Rack mountable Table 5-9: SAN (Storage Area Network) Based Table 5-9: SAN (Storage Area Network) Based Storage Storage Sr. Description Sr. Description No. of the Minimum Requirement of Features Minimum Requirement No. of the Features of Features Features 1. Capacity Minimum 10 TB usable on RAID 10, 1. Capacity Minimum 10 TB usable SAS HDD with minimum 1 spare HDD after every 25 drives. The spare HDD 2. Spare HDD 1 Nos. shall act as a global hot spot. 3. Expandability 100% Provision 2. Expandability 100% Provision 4. RAID level 5 3. RAID level 0, 1, 5, 6, 10 5. SAN Type(10 4. SAN Type(10 Gbps iSCSi Gbps connectivity iSCSi connectivity with server) with server) 6. Snapshot Yes 5. Snapshot feature Yes feature 7. Hard Drives 15000 rpm 6. Hard Drives speed 15000 rpm SAS or SSD speed 8. Hot 7. Hot swappable Yes swappable Yes Hard Drives Hard Drives 9. Interface Dual LAN (Gigabit ports) 8. Interface Dual LAN (Gigabit ports) per controller Page 44 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. Present Clause ports 10. NAS Support 74. II 9.8.1 146 75. II 11.2 160 Amended Clause per controller ports + Dual 10 Gbps per Controller NAS Support Yes Yes 9. 11. High Availability Mode(Dual Controller) Yes 10. High Availability Mode(Dual Controller) Yes with no single point of failure 12. Power Supply Dual AC power Supply 11. Power Supply Dual AC power Supply 13. SAN / LAN As per requirement Switch 12. SAN / LAN As per requirement Switch 14. Cache 13. Cache Minimum 8 GB Minimum 8 GB The implementation schedule for the project shall The implementation schedule for the project shall be eighteen (18) be eighteen (18) months from the date of months from the date of award. commencement, which shall be one month after the date of award. The period of maintenance support shall include one year Warranty (Defect Liability) period commencing from Operational Acceptance and Three (3) years thereafter. During first one year, commencing from Operational Acceptance, operation of the entire system is under the scope of the contractor. Maintenance period shall be for three years from the date of operational acceptance of the project. During the first year, commencing from Operational Acceptance, operation of the entire system is under the scope of the contractor. Page 45 of 84 S. No. 76. Bid Vol. No. II Clause / Page Section No. No. Table B- 184 2 Present Clause Amended Clause Table B-2: Bill of Quantity for Smart Meters and Table B-2: Bill of Quantity Communication Network Communication Network Sl. No 1 a b c d e f 2 3 Description Smart Energy Meters Single Phase whole current smart meter Single Phase whole current smart meter (net meter) Three Phase whole current smart meter Three Phase whole current smart meter (net meter) CT operated three phase smart meter without CT CT operated three phase smart meter without CT (Net Meter) Communication Infrastructure Hand Held Units or Common Meter Reading Instrument (HHU) along with necessary base computing software Unit Quant ity Sl. No 1 for Smart Description 21300 a Single Phase whole current smart meter Nos. 200 b Single Phase whole current smart meter (net meter) c Three Phase whole current smart meter 2050 d Nos. 100 e Nos. 100 f Nos. 10 g Lot 1 Nos. 10 h i 2 3 and Uni t Quan tity Nos . Nos . Nos . Nos . Nos . Nos . Nos . Nos . Nos . Lot Nos . 2130 0 200 Smart Energy Meters Nos. Nos. Meters Three Phase whole current smart meter (net meter) CT operated three phase smart meter without CT CT operated three phase smart meter without CT (Net Meter) Meter Box for Single Phase whole current smart meter Meter Box for Three Phase whole current smart meter Meter Box for CT operated three phase smart meter without CT Communication Infrastructure Hand Held Units or Common Meter Reading Instrument (HHU) along with necessary base computing software Page 46 of 84 2050 100 100 10 2150 0 2150 110 1 10 S. No. 77. Bid Vol. No. II Clause / Page Section No. No. Table C- 189 1.1 of Appendi xC Present Clause Amended Clause Table C-1.1: Servers Table C-1.2: Servers S. No. Description of Minimum the Features Requirement of Features 6 Processor 7 8 Internal Auxiliary memory (in RAID-5) configuration External Auxiliary Memory (SAN connectivity at 10 Gbps) Min. 2.4 GHz, 4 Core 300GB (Min. 15 K rpm) delivered shall be configured in RAID-5(300 + 300 GB)further expandable up to 600GB hot pluggable Minimum 5 TB effective capacity configured on RAID Level 10 along with required interfaces. As per Bidder offerin g S. No. Description of Minimum the Features Requirement Features 6 Processor 7 Usable, Hard Disk 400GB SAS, Drive(in RAID- SSD/15K 5) configuration further expandable to usable 800 GB hot pluggable 8 SAN Yes connectivity at 10 Gbps 9 Optical Drive DVD Interfaces 2X10 Gbps dual Ethernet ports with additional management port 10 As per of Bidder offering Min. 1.6 GHz, Core 8 11 Dual AC Yes, Hot swappable Power Supply 14 PCIE free Slots Minimum two(2) Page 47 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. Present Clause 9 Optical Drive 10 Interfaces 11 78. II Table C- 196 1.9 of Appendi xC Amended Clause DVD or Blueray (R+W) 1 Gb dual Ethernet ports along with management port Dual AC Yes Power Supply Table C-1.9: SAN (Storage Area Network) S. No. 3 Description of Minimum the Features Requirement of Features Capacity Minimum TB usable 4 Spare HDD 1 Nos. 6 RAID level 5 9 Hard speed 15000 rpm Drives 11 Interface ports 10 Dual LAN (Gigabit ports) per controller As per Bidder offerin g Table C-1.9: SAN (Storage Area Network) S. No. Description of Minimum the Features Requirement Features 3 6 9 As per of Bidder offerin g Capacity Minimum 10 TB usable on RAID 10, SAS HDD with minimum 1 spare HDD after every 25 drives. The spare HDD shall act as a global hot spot. RAID level 0,1,5,6,10 Hard Drives 15000 rpm SAS or Page 48 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. Present Clause 13 High Availability Mode(Dual Controller) Yes Amended Clause speed SSD Interface ports Dual LAN (Gigabit ports) per controller + Dual 10 Gbps per Controller High Availability Mode(Dual Controller) Yes with no single point of failure 11 13 79. II Annexur e1 1.1.1 224 Meter shall record correct (i.e forwarded) energy under reverse current condition (Not valid for netmetering). The indication of such reverse current shall be provided by way of LCD on Display. Also Meter shall record correct energy during interchanging of main and load terminal wires. Meter shall record correct (i.e forwarded) energy under reverse current condition (Not applicable for net-metering). The indication of such reverse current shall be provided by way of LCD on Display. Also Meter shall record correct energy during interchanging of main and load terminal wires. 80. II Annexur e1 1.1.1-4 224 New clause Meter shall have feature for logging of Top cover open tamper. 81. II Annexur e1 1.2.3 226 82. II Annexur e1 226 If the “Top cover open” tamper occur, C-OPEN should only to be displayed during power ON and OFF both conditions. Display should stuck (i.e. No Scrolling of any parameters.). However, meter should record energy continuously The tamper persistence time for logging/registration The tamper persistence time for logging/registration of an of an occurrence and restoration of tamper shall be occurrence and restoration of tamper shall be as per Exhibit 2. as per Appendix-II. CT polarity reversal: The meter should keep registering correct energy even though all the CT CT polarity reversal: The meter should keep registering correct forward energy even though all the CT polarities are reversed. (Not Page 49 of 84 S. No. Bid Vol. No. Clause / Page Section No. No. 1.3.1 83. II Annexur e2 1.3.2 227 84. II Exhibit-1 241 85. II Present Clause Amended Clause polarities are reversed. This data should also be applicable for net-metering) recorded in different register & with date & time of reversal for all events in the billing period. The tamper persistence time for logging/registration The tamper persistence time for logging/registration of an of an occurrence and restoration of tamper shall be occurrence and restoration of tamper shall be as per Exhibit 2. as per Annexure - B New clause If any of the above condition is not fulfilled due to the limitation of meter design same can be accepted subject to recording of energy is not affected. New Clause Deviation Statement: Bidder should submit details of deviation (if any) in proforma as shown below. If it is observed that there are deviation in offered guaranteed technical particulars other than those specified in the deviation schedule then such deviation shall be treated as deviated offer and are liable for rejection. If no deviation is there the bidder should mention “NIL” in the proforma. However UGVCL is at its absolute discretion either to accept or reject any technical deviation or variation in technical sections of various meters. The decision thereon of UGVCL shall be final and binding on the bidder. Proforma S. No. Clause No. Detail of deviation in Reason for brief deviation Page 50 of 84 Vol II Page no 231 (Annexure 3) Present Clause 1.1.1.2 Display parameters for Three phase whole current Smart Meters Three phase whole current smart meters shall display following parameters: Display Parameters for 3-Phase 4 wire whole current LT Static Energy Meter(10-60A) (TO BE PROVIDED IN FOLLOWING SEQUENCE) Mode : 1 Parameters of this mode should display on auto scrolling as well as manually up & down scrolling using push button (as mentioned in manual scrolling i.e. except repeated parameters) Sequence Parameter Notation 1 Display check ------2 Sr. No. of Meters UTP 3 RTC date & time 4 R- Phase Voltage V1 5 Y- Phase Voltage V2 6 B- Phase Voltage V3 7 R- Phase Line Current I1 8 Y- Phase Line Current I2 9 B- Phase Line Current I3 10 Inst. P.F. (Avg. of 3Ph.) Pr.PF. 11 Inst. Total active power Pr.Kw. 12 24hrs. apparent energy derived from Vectorial TC Kvah summation of total (fund+ Harm.) active energy and reactive (lag only) energy 13 Rising demand in KW with elapse time 14 MD KW for Present Billing Period ( After last reset) RMD ------ Kw. 15 MD KW for Present Billing –( Zone -1) T1RMD ------ Kw 16 MD KW for Present Billing –( Zone -2) T2RMD ------ Kw 17 MD KW for Present Billing – ( Zone –upto 8) T8RMD ------ Kw 18 19 KW-MD of last billing period i.e. billing MD of 24hours BMD ------------Kw recorded between last two resets MD KW between last two resets – (Zone-1) T1 BMD 20 MD KW between last two resets – (Zone-2) T2 BMD 21 MD KW between last two resets – (Zone-upto 8) T8 BMD 22 MD Reset Count 23 Cumm KWH for (Zone1) T1C Kwh Page 51 of 84 24 Cumm. KWH for (Zone2) T2C Kwh 25 Cumm KWH for (Zone upto 8) T8C K wh 26 Voltage failure count phase wise 27 Current failure count phase wise 28 Voltage unbalance Count 29 Current unbalance Count 30 Current reversal count- phase wise 31 Magnet tamper count. 32 Total Tamper Count Mode : 1 Manual Scrolling Sequence Parameter Notation 1 Display check ------- 2 Sr. No. of Meters UTP 3 RTC date & time 4 R- Phase Voltage V1 5 Y- Phase Voltage V2 6 B- Phase Voltage V3 7 R- Phase Line Current I1 8 Y- Phase Line Current I2 9 B- Phase Line Current I3 10 Inst. P.F. (Avg. of 3Ph.) Pr.PF. 11 Inst. Total active power Pr.Kw. 12 24hrs. total active energy (fundamental+ harmonics) TC Kwh 13 24hrs. total reactive energy TC Kvarhlg Page 52 of 84 14 24hrs. apparent energy derived from Vectorial TC Kvah summation of total (fund+ Harm.) active energy and reactive (lag only) energy 15 Rising demand in KW with elapse time 16 MD KW for Present Billing Period ( After last reset) RMD ------ Kw. 17 MD KW for Present Billing – ( Zone -1) T1RMD ------ Kw 18 MD KW for Present Billing – ( Zone -2) T2RMD ------ Kw 19 MD KW for Present Billing – ( Zone –upto 8) T8RMD ------ Kw 20 21 KW-MD of last billing period i.e. billing MD of 24hours BMD ------------Kw recorded between last two resets [ MD KW between last two resets – (Zone-1) T1 BMD 22 MD KW between last two resets (Zone-2) T2 BMD 23 MD KW between last two resets (Zone- upto 8) T8 BMD 24 Cumulative MD CMD ------------Kw 25 26 MD Reset Count Cumm KWH for (Zone1) T1C Kwh 27 Cumm. KWH for (Zone2) T2C Kwh 28 Cumm KWH for (Zone upto 8) T8C K wh 29 Voltage failure count phase wise 30 31 Current failure count phase wise Voltage unbalance Count 32 Current unbalance Count 33 Current reversal count- phase wise 34 Magnet tamper count. 35 Total Tamper Count Mode : 2 Sequence Parameters of this mode should display manually up & down scrolling using push button Parameter Notation 1 Inst. P.F.Phase 1 P.F1 Page 53 of 84 2 Inst. P.F.Phase 2 P.F2 3 Inst. P.F.Phase 3 P.F3 4 Phase Sequence - Voltage 5 Phase Sequence -Current 6 Frequency 7 Cumm. KVARH ( Lead) 8 Cumm. KVARH-lag for (Zone1) 9 Cumm KVARH-lag for (Zone2) 10 Cumm KVARH-lag for (Zone upto 8) 11 Cumm. KVAH for(Zone1) 12 Cumm KVAH for (Zone2) 13 Cumm KVAH for (Zone upto 8) 14 Avg. PF for last billing – (Zone-1) 15 Avg. PF for last billing – (Zone-2) 16 Avg. PF for last billing – (Zone- upto 8) 17 MD KVA after last billing – (Zone-1) 18 MD KVA after last billing – (Zone-2) 19 MD KVA after last billing – (Zone- upto 8) 20 MD KVA between last two resets – (Zone-1) 21 MD KVA between last two resets – (Zone-2) 22 MD KVA between last two resets – (Zone- upto 8) Mode : 3 Sequence Parameters of this mode should display manually up & down scrolling using push button Parameter Notation 1 High Resolution display for KWH 2 High Resolution display for KVARH-Lag 3 High Resolution display for KVARH-lead 4 High Resolution display for KVAH Hz Optional / Preferable Amended Clause 1.1.1.2 Display parameters for Three phase whole current Smart Meters Three phase whole current smart meters shall display following parameters: Display Parameters for 3-Phase 4 wire whole current Smart Meter(10-60A) (TO BE PROVIDED IN FOLLOWING SEQUENCE) Mode : 1 Parameters of this mode should display on auto scrolling (with repeated parameters as mentioned in note after each following parameter) (Auto Scroll) Page 54 of 84 Sequence 1 2 3 4 5 6 7 8 9 10 11 12 Notation ------UTP 13 Parameter Display check Sr. No. of Meters RTC date & time R- Phase Voltage Y- Phase Voltage B- Phase Voltage R- Phase Line Current Y- Phase Line Current B- Phase Line Current Inst. P.F. (Avg. of 3Ph.) Inst. Total active power 24hrs. apparent energy derived from Vectorial summation of total (fund+ Harm.) active energy and reactive (lag only) energy Rising demand in KW with elapse time 14 MD KW for Present Billing Period ( After last reset) RMD ------ Kw. 15 MD KW for Present Billing – Peak Hours ( Zone -1) T1RMD ------ Kw 16 MD KW for Present Billing – Night Hours ( Zone -2) T2RMD ------ Kw 17 MD KW for Present Billing – other Hours( Zone -3) T3RMD ------ Kw 18 MD KW for Present Billing – off peakHours( Zone-4) T4RMD ------ Kw 19 20 KW-MD of last billing period i.e. billing MD of 24hours BMD ------------Kw recorded between last two resets [ MD KW between last two resets – Peak Hours (Zone-1) T1 BMD 21 MD KW between last two resets – Night Hours (Zone-2) T2 BMD 22 MD KW between last two resets – other Hours(Zone-3) T3 BMD 23 24 MD KW between last two resets – off peak Hours(Zone- T4 BMD 4) MD Reset Count 25 Cumm KWH for Peak hours (Zone1) T1C Kwh 26 Cumm. KWH for Night hours (Zone2) T2C Kwh 27 Cumm KWH for other hours (Zone3) T3C K wh 28 Cumm KWH for off peak hours (Zone4) T4C K wh 29 Voltage failure count phase wise V1 V2 V3 I1 I2 I3 Pr.PF. Pr.Kw. TC Kvah Page 55 of 84 30 Current failure count phase wise 31 Voltage unbalance Count 32 Current unbalance Count 33 Current reversal count- phase wise 34 Magnet tamper count. 35 Total Tamper Count Note : Following parameters shall be repeated on auto scroll display after above each parameter (1) 24hrs. total active energy (fundamental+ harmonics) TC Kwh (2) 24hrs. total reactive energy TC KvarhLg (3) Cumulative MD in KW Each parameter shall be displayed for 10 seconds. The persistent tamper event indication/icon shall be displayed in auto mode. Mode : 1 Manual Scrolling Sequence Parameter Notation 1 Display check ------- 2 Sr. No. of Meters UTP 3 RTC date & time 4 R- Phase Voltage V1 5 Y- Phase Voltage V2 6 B- Phase Voltage V3 7 R- Phase Line Current I1 8 Y- Phase Line Current I2 9 B- Phase Line Current I3 10 Inst. P.F. (Avg. of 3Ph.) Pr.PF. 11 Inst. Total active power Pr.Kw. Page 56 of 84 12 24hrs. total active energy (fundamental+ harmonics) TC Kwh 13 24hrs. total reactive energy TC Kvarhlg 14 24hrs. apparent energy derived from Vectorial summation TC Kvah of total (fund+ Harm.) active energy and reactive (lag only) energy 15 Rising demand in KW with elapse time 16 MD KW for Present Billing Period ( After last reset) RMD ------ Kw. 17 MD KW for Present Billing – Peak Hours ( Zone -1) T1RMD ------ Kw 18 MD KW for Present Billing – Night Hours ( Zone -2) T2RMD ------ Kw 19 MD KW for Present Billing – other Hours ( Zone -3) T3RMD ------ Kw 20 MD KW for Present Billing –off peak Hours(Zone -4) T4RMD ------ Kw 21 22 KW-MD of last billing period i.e. billing MD of 24hours BMD ------------Kw recorded between last two resets [ MD KW between last two resets – Peak Hours (Zone-1) T1 BMD 23 MD KW between last two resets – Night Hours (Zone-2) T2 BMD 24 MD KW between last two resets – other Hours (Zone-3) T3 BMD 25 MD KW between last two resets – Off peak Hours T4 BMD (Zone-4) 26 Cumulative MD 27 MD Reset Count 28 Cumm KWH for Peak hours (Zone1) T1C Kwh 29 Cumm. KWH for Night hours (Zone2) T2C Kwh 30 Cumm KWH for other hours (Zone3) T3C K wh 31 Cumm KWH for off peak hours (Zone4) T4C K wh CMD ------------Kw Page 57 of 84 32 Voltage failure count phase wise 33 Current failure count phase wise 34 Voltage unbalance Count 35 Current unbalance Count 36 Current reversal count- phase wise 37 Magnet tamper count. 38 Total Tamper Count Mode : 2 Sequence Parameters of this mode should display manually up & down scrolling using push button Parameter Notation 1 Inst. P.F.Phase 1 P.F1 2 Inst. P.F.Phase 2 P.F2 3 Inst. P.F.Phase 3 P.F3 4 Phase Sequence - Voltage 5 Phase Sequence -Current 6 Frequency 7 Cumm. KVARH ( Lead) 8 Cumm. KVARH-lag for peak hours (Zone1) 9 Cumm KVARH-lag for night hours (Zone2) 10 Cumm KVARH-lag for other hours (Zone3) 11 Cumm KVARH-lag for off peak hours (Zone4) 12 Cumm. KVAH for peak hours (Zone1) 13 Cumm KVAH for night hours (Zone2) 14 Cumm KVAH for other hours (Zone3) 15 Cumm KVAH for off peak hours (Zone4) 16 Avg. PF for last billing – Peak Hours (Zone-1) 17 Avg. PF for last billing – Night Hours (Zone-2) 18 Avg. PF for last billing – other hours (Zone-3) 19 Avg. PF for last billing – off peak hours (Zone-4) 20 MD KVA after last billing – Peak Hours (Zone-1) 21 MD KVA after last billing – Night Hours (Zone-2) 22 MD KVA after last billing – other Hours (Zone-3) 23 MD KVA after last billing – off peak Hours (Zone-4) Hz Page 58 of 84 24 MD KVA between last two resets – Peak Hours (Zone-1) 25 MD KVA between last two resets – Night Hours (Zone-2) 26 MD KVA between last two resets – other Hours (Zone-3) 27 MD Sequence between last two resets–off peak Hours(Zone4) Parameters of this mode should display manually up & down scrolling using push button Parameter Notation 1 High Resolution display for KWH 2 High Resolution display for KVARH-Lag 3 High Resolution display for KVARH-lead 4 High Resolution display for KVAH Mode : 3 KVA Optional / Preferable Vol II Page no 235 (Annexure 3) Present Clause 1.1.1.3 Display parameters for Three Phase CT operated Smart Meters Three phase CT operated smart meters shall display following parameters: ANNEXURE – I DISPLAY PARAMETERS FOR 3-PHASE 4-WIRE LT CT OPERATED STATIC ENERGY METER (TO BE PROVIDED IN FOLLOWING SEQUENCE) Mode : 1 (Auto Scroll) Sequence 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Parameters of this mode should display on auto scrolling as well as manually up & down scrolling using push button (as mentioned in manual scrolling i.e. except repeated parameters) Parameter Notation Display check ------Sr. No. of Meters UTP CT Ratio RTC date & time R- Phase Voltage V1 Y- Phase Voltage V2 B- Phase Voltage V3 R- Phase Line Current I1 Y- Phase Line Current I2 B- Phase Line Current I3 Inst. Total P.F. (Avg. of 3Ph.) Pr.PF. Inst. Total active power Pr.Kw. Rising demand in KW with elapse time KW-MD of last billing period i.e. billing MD of 24hours BMD ------------Kw recorded between last two resets MD KW for Present Billing Period ( After last reset) RMD ------ Kw. Page 59 of 84 16 17 24hrs. apparent energy derived from Vectorial summation of TC Kvah total (fund+ Harm.) active energy and reactive (lag only) energy Cumm KWH for (Zone1) T1C Kwh 18 Cumm. KWH for (Zone2) T2C Kwh 19 20 Cumm KWH for (Zone3) Cumm KWH for (Zone upto 8) T3C K wh T8C K wh 21 MD KW between last two resets – (Zone-1) T1 BMD 22 26 MD KW between last two resets – (Zone-2) MD KW between last two resets – (Zone-3) T2 BMD T3 BMD 27 MD KW between last two resets – (Zone-upto 8) T8 BMD 28 MD KW for Present Billing – ( Zone -1) T1RMD ------ Kw 29 30 MD KW for Present Billing - ( Zone -2) MD KW for Present Billing – ( Zone -3) T2RMD ------ Kw T3RMD ------ Kw 31 32 33 34 MD KW for Present Billing – ( Zone –upto 8) MD Reset Count Voltage failure count phase wise Current failure count phase wise T8RMD ------ Kw 35 36 37 Voltage unbalance Count Current unbalance Count Current reversal count- phase wise 38 Magnet tamper count. 39 Total Tamper Count Note : Mode : 1 (Manual Scroll) Sequence 1 2 3 4 5 6 7 8 9 10 11 Each parameter shall be displayed for 10 seconds. The persistent tamper event indication/icon shall be displayed in auto mode. Parameters of this mode should display manually on up & down scrolling using push button Parameter Display check Sr. No. of Meters CT Ratio RTC date & time R- Phase Voltage Y- Phase Voltage B- Phase Voltage R- Phase Line Current Y- Phase Line Current B- Phase Line Current Inst. P.F. (Avg. of 3Ph.) Notation ------UTP V1 V2 V3 I1 I2 I3 Pr.PF. Page 60 of 84 12 13 14 Inst. Total active power Rising demand in KW with elapse time 24hrs. total active energy (fundamental+ harmonics) Pr.Kw. 15 24hrs. total reactive energy TC Kvarhlg 16 24hrs. apparent energy derived from Vectorial summation of TC Kvah total (fund+ Harm.) active energy and reactive (lag only) energy MD KW for Present Billing Period ( After last reset) RMD ------ Kw. 17 18 TC Kwh 19 KW-MD of last billing period i.e. billing MD of 24hours BMD ------------Kw recorded between last two resets Cumulative MD CMD ------------Kw 20 Cumm KWH for (Zone1) T1C Kwh 21 Cumm. KWH for (Zone2) T2C Kwh 22 Cumm KWH for (Zone3) T3C K wh 26 Cumm KWH for (Zone upto 8) T8C K wh 27 MD KW between last two resets – (Zone-1) T1 BMD 28 29 MD KW between last two resets – (Zone-2) MD KW between last two resets – (Zone-3) T2 BMD T3 BMD 30 MD KW between last two resets – (Zone-upto 8) T8 BMD 31 MD KW for Present Billing – ( Zone -1) T1RMD ------ Kw 32 33 MD KW for Present Billing – ( Zone -2) MD KW for Present Billing – ( Zone -3) T2RMD ------ Kw T3RMD ------ Kw 34 35 36 37 MD KW for Present Billing – ( Zone –upto 8) MD Reset Count Voltage failure count - phase wise Current failure count - phase wise T8RMD ------ Kw 38 39 Voltage unbalance Count Current unbalance Count 40 Current reversal count- phase wise 41 Magnet tamper count. 42 Total Tamper Count Mode : 2 Sequence Parameters of this mode should display manually up & down scrolling using push button under Mode-2 Parameter Notation 1 Inst. P.F.Phase 1 P.F1 2 Inst. P.F.Phase 2 P.F2 3 Inst. P.F.Phase 3 P.F3 4 Inst. Kva PrKva 5 Inst. Kvar. PrKvar 6 Phase Sequence – Voltage Page 61 of 84 7 Phase Sequence –Current 8 Frequency 9 Cumm. KVARH ( Lead) 10 MD Kvar after last billing – (24 Hrs) MD Kvar 11 Cumm. KVARH-lag for (Zone-1) Kvarh1 12 Cumm KVARH-lag for (Zone-2) Kvarh2 13 Cumm KVARH-lag for (Zone-3) Kvarh3 14 Cumm KVARH-lag for (Zone-upto 8) Kvarh8 15 Cumm. KVAH for (Zone-1) Kvah1 16 Cumm KVAH for (Zone-2) Kvah2 17 Cumm KVAH for (Zone-3) Kvah3 18 Cumm KVAH for (Zone-upto 8) Kvah8 19 MD KVA after last billing – (24 Hrs) MD Kva 20 MD KVA after last billing – (Zone-1) MD Kva1 21 MD KVA after last billing – (Zone-2) MD Kva2 22 MD KVA after last billing – (Zone-3) MD Kva3 23 MD KVA after last billing – (Zone- upto 8) MD Kva8 24 MD KVA between last two resets – (Zone-1) B Kva1 25 MD KVA between last two resets – (Zone-2) B Kva2 26 MD KVA between last two resets – (Zone-3) B Kva3 27 MD KVA between last two resets – (Zone- upto 8) B Kva8 28 Fundamental Kwh Mode : 3 Sequence Parameters of this mode should display manually up & down scrolling using push button Parameter Notation 1 High Resolution display for Total KWH 2 High Resolution display for KVARH-Lag 3 High Resolution display for KVAH 4 High Resolution display for Fundamental KWH Hz Amended Clause 1.1.1.3 Display parameters for Three Phase CT operated Smart Meters Three phase CT operated smart meters shall display following parameters: Display Parameters for 3-Phase 4-Wire LT CT Operated Smart Meter (TO BE PROVIDED IN FOLLOWING SEQUENCE) Page 62 of 84 Mode : 1 (Auto Scroll) Sequence 1 2 3 4 5 6 7 8 9 10 11 12 13 14 Parameters of this mode should display on auto scrolling (with repeated parameters as mentioned in note after each following parameter) Notation ------UTP 17 Parameter Display check Sr. No. of Meters CT Ratio RTC date & time R- Phase Voltage Y- Phase Voltage B- Phase Voltage R- Phase Line Current Y- Phase Line Current B- Phase Line Current Inst. Total P.F. (Avg. of 3Ph.) Inst. Total active power Rising demand in KW with elapse time KW-MD of last billing period i.e. billing MD of 24hours recorded between last two resets MD KW for Present Billing Period ( After last reset) 24hrs. apparent energy derived from Vectorial summation of total (fund+ Harm.) active energy and reactive (lag only) energy Cumm KWH for Peak Hours (Zone 1) 18 Cumm. KWH for Night Hours (Zone 2) T2C Kwh 19 20 Cumm KWH for Other Hours (Zone 3) Cumm KWH for Off Peak Hours (Zone 4) T3C K wh T4C K wh 21 MD KW between last two resets – Peak Hours (Zone-1) T1 BMD 22 26 MD KW between last two resets – Night Hours (Zone-2) MD KW between last two resets – Other Hours (Zone-3) T2 BMD T3 BMD 27 MD KW between last two resets – Off Peak Hours (Zone-4) T4 BMD 28 MD KW for Present Billing – Peak Hours ( Zone -1) T1RMD ------ Kw 29 30 MD KW for Present Billing - Night Hours ( Zone -2) MD KW for Present Billing – Other Hours ( Zone -3) T2RMD ------ Kw T3RMD ------ Kw 31 32 33 34 MD KW for Present Billing – Off Peak Hours ( Zone –4) MD Reset Count Voltage failure count phase wise Current failure count phase wise T4RMD ------ Kw 35 36 Voltage unbalance Count Current unbalance Count 37 Current reversal count- phase wise 38 Magnet tamper count. 39 Total Tamper Count 15 16 V1 V2 V3 I1 I2 I3 Pr.PF. Pr.Kw. BMD ------------Kw RMD ------ Kw. TC Kvah T1C Kwh Note : Page 63 of 84 Following parameters shall be repeated on auto scroll display after above each parameter (4) 24hrs. total active energy (fundamental+ harmonics) TC Kwh (5) 24hrs. total reactive energy TC KvarhLg (6) Cumulative MD in KW Each parameter shall be displayed for 10 seconds. The persistent tamper event indication/icon shall be displayed in auto mode. Mode : 1 (Manual Scroll) Sequence 1 2 3 4 5 6 7 8 9 10 11 12 13 14 Parameters of this mode should display manually on up & down scrolling using push button Parameter Display check Sr. No. of Meters CT Ratio RTC date & time R- Phase Voltage Y- Phase Voltage B- Phase Voltage R- Phase Line Current Y- Phase Line Current B- Phase Line Current Inst. P.F. (Avg. of 3Ph.) Inst. Total active power Rising demand in KW with elapse time 24hrs. total active energy (fundamental+ harmonics) Notation ------UTP 15 24hrs. total reactive energy TC Kvarhlg 16 24hrs. apparent energy derived from Vectorial summation of TC Kvah total (fund+ Harm.) active energy and reactive (lag only) energy MD KW for Present Billing Period ( After last reset) RMD ------ Kw. 17 18 V1 V2 V3 I1 I2 I3 Pr.PF. Pr.Kw. TC Kwh 20 KW-MD of last billing period i.e. billing MD of 24hours BMD ------------Kw recorded between last two resets Cumulative MD CMD ------------Kw Cumm KWH for Peak Hours (Zone1) T1C Kwh 21 Cumm. KWH for Night Hours (Zone2) T2C Kwh 22 26 Cumm KWH for Other Hours (Zone3) Cumm KWH for Off Peak Hours (Zone 4) T3C K wh T4C K wh 27 MD KW between last two resets – Peak Hours (Zone-1) T1 BMD 28 29 MD KW between last two resets – Night Hours (Zone-2) MD KW between last two resets – Other Hours (Zone-3) T2 BMD T3 BMD 30 MD KW between last two resets – Off Peak Hours (Zone-4) T4 BMD 19 Page 64 of 84 31 MD KW for Present Billing – Peak Hours ( Zone -1) T1RMD ------ Kw 32 33 MD KW for Present Billing – Night Hours ( Zone -2) MD KW for Present Billing – Other Hours ( Zone -3) T2RMD ------ Kw T3RMD ------ Kw 34 35 36 37 MD KW for Present Billing – Off Peak Hours ( Zone –4) MD Reset Count Voltage failure count - phase wise Current failure count - phase wise T4RMD ------ Kw 38 39 Voltage unbalance Count Current unbalance Count 40 Current reversal count- phase wise 41 Magnet tamper count. 42 Total Tamper Count Mode : 2 Sequence Parameters of this mode should display manually up & down scrolling using push button under Mode-2 Parameter Notation 1 Inst. P.F.Phase 1 P.F1 2 Inst. P.F.Phase 2 P.F2 3 Inst. P.F.Phase 3 P.F3 4 Inst. Kva PrKva 5 Inst. Kvar. PrKvar 6 Phase Sequence - Voltage 7 Phase Sequence -Current 8 Frequency 9 Cumm. KVARH ( Lead) 10 MD Kvar after last billing – (24 Hrs) MD Kvar 11 Cumm. KVARH-lag for Peak Hours (Zone-1) Kvarh1 12 Cumm KVARH-lag for Night Hours (Zone-2) Kvarh2 13 Cumm KVARH-lag for Other Hours (Zone-3) Kvarh3 14 Cumm KVARH-lag for Off Peak Hours (Zone-4) Kvarh4 15 Cumm. KVAH for Peak Hours (Zone-1) Kvah1 16 Cumm KVAH for Night Hours (Zone-2) Kvah2 17 Cumm KVAH for Other Hours (Zone-3) Kvah3 18 Cumm KVAH for Off Peak Hours (Zone-4) Kvah4 19 MD KVA after last billing – (24 Hrs) MD Kva 20 MD KVA after last billing – Peak Hours (Zone-1) MD Kva1 21 MD KVA after last billing – Night Hours (Zone-2) MD Kva2 22 MD KVA after last billing – Other Hours (Zone-3) MD Kva3 Hz Page 65 of 84 23 MD KVA after last billing – Off Peak Hours (Zone- 4) MD Kva4 24 MD KVA between last two resets – Peak Hours (Zone-1) B Kva1 25 MD KVA between last two resets – Night Hours (Zone-2) B Kva2 26 MD KVA between last two resets – Other Hours (Zone-3) B Kva3 27 MD KVA between last two resets –Off Peak Hours (Zone- 4) B Kva4 28 Fundamental Kwh Mode : 3 Sequence Parameters of this mode should display manually up & down scrolling using push button Parameter Notation 1 High Resolution display for Total KWH 2 High Resolution display for KVARH-Lag 3 High Resolution display for KVAH 4 High Resolution display for Fundamental KWH Vol II Page no 242 (Exhibit 2) Present Clause The tamper persistence time for logging / registration of an occurrence and restoration of tamper are as under: Sr N o Type of Requir Tamper ement Tamper Logics / Conditions & (Occurrence &Restoration) Persistence Time Occurrence Voltage 1 Current Failure Current Persist Time Voltage Phase wise Vx< 40% of Ix > 10% of 15 Vx> 75% Vref Ibi.e 1 Amp Minutes vref i.e. 180 V irrespective to irrespective any other to any other phase voltage phase voltage Phase wise All voltages > Ir or Iy or 15 75 % of Vref. Ib< 2% of Minutes actual max. current and any one phase has value > 10% lb i.e. 1 Voltage Failure 2 Restoration Current Persist Time 5 Minutes lr or Iy or Ib> 5 Minutes 2% of actual max. current and any one phase has value > 10% lb i.e. 1 Amp Page 66 of 84 Amp 3 Voltage Unbala nce 4 (Vmax Vmin) > 10% of max Voltage of 3 phase voltages and all voltages > 60% of Vref . - All voltages > (Diff. of 15 75 % of Vref. Actual Max Minutes current & Actual Min current ) > 30 % of Actual maximum current and all phase has value greater than 10% Ibi.e 1 Amp (Diff. of Actual 5 Minutes Max current & Actual Min current ) < 30 % of Actual maximum current Phase wise All voltages > Ix > 10% of 15 75 % of Vref. Ib, direction Minutes of current reverse and PF value > 0.2 Ip> 10% of Ib, 5 Minutes direction of current forward and PF value > 0.2 Current Unbala nce 5 Current reversa l (Not valid for netmeterin g) 6 - Magnet ic Influen ce Ix > 10% of 15 Ib For at Minutes least any one phase When 1 magnet Minute influence start affecting the accuracy, meter should start recording at Imax i.e. 60 Amp (Vmax-Vmin ) <10% of max voltage of 3 phase voltages 5 Minutes - When magnet 1 Minute influence stop affecting the accuracy, meter should start recordingat actual load Page 67 of 84 7 Neutral Disturb ance 8 - Phase to Ix > 10% of 15 Neutral Ibi.e 1 Amp Minutes voltage for any two phases is > 350 volts and for remaining phase is < 5OV - Vx> 40% Vref&Vx< % of Vref - Low Voltage 9 High Voltage Phase to Neutral voltage for all the 3 phases > 75 % Vrefi.e 180 volts 5 Minutes of Ix > 10% of 15 Vx> 75 % of 75 Ib For at Minutes Vref least any one phase 5 Minutes Vx> 115% of Ix > 10% of 15 Vx< 110% Vref Ib For at Minutes Vref ( 264 V) least any one phase 5 Minutes Note: For tamper logics, following points shell be taken in consideration 1. During Neutral disturbance tamper, All voltage related tampers (i.e. Voltage Failure, Voltage Unbalance, High Voltage & Low Voltage) shall not be logged. 2. During High Voltage & Low Voltage tampers, Voltage unbalance tamper shall not be logged. 3. During Voltage failure Tamper, Voltage Unbalance & Low Voltage tamper shall not be logged. 4. During current failure Tamper, Current Unbalance tampers shall not be logged. 5. During power failure duration, if any tampers persisting, those tampers shall not get recovered until it meets the logic for restoration and duration of respective tamper shall be from occurrence of that tamper irrespective of power failure duration. 6. For tamper events logging, snap shot data i.e. instantaneous parameters, active energy register reading (Total kwh) & date & time should be corresponds to starting of occurrence and starting of restoration. 7. Snap shot of date and time should be available for occurrences and restorations of events Amended Clause The tamper persistence time for logging / registration of an occurrence and restoration of tamper are as under: Page 68 of 84 Sr N o Type of Tamp er Requir ement Tamper Logics / Conditions & (Occurrence &Restoration) Persistence Time Occurrence Voltage 1 Voltag e Unbal ance 4 Curren t revers Persist Time 5Minute s All voltages > Ir or Iy or Ib< 15 75 % of Vref. 2% of actual Minute max. current s and any one phase has value > 10% lb - (Vmax Vmin) > 10% of max Voltage of 3 phase voltages and all voltages > 60% of Vref . - All voltages > (Diff. of 15 75 % of Vref. Actual Max Minute current & s Actual Min current ) > 30 % of Actual maximum current and all phase has value greater than 10% Ib (Diff. of Actual 5Minute Max current & s Actual Min current ) < 30 % of Actual maximum current Phase wise All voltages > Ix > 10% of 15 75 % of Vref. Ib, direction Minute of current s reverse and Ip> 10% of Ib, 5Minute direction of s current forward and PF value > Ix > 10% of 15 Ib For at Minute least any one s phase Vx> 75% vref i.e. 180 V irrespective to any other phase voltage Current Phase wise Curren t Unbal ance 5 Voltage Vx< 40% of Ix > 10% of 15 Vref Ib Minute s irrespective to any other phase voltage Curren t Failure 3 Persist Time Phase wise Voltag e Failure 2 Current Restoration lr or Iy or Ib> 5Minute 2% of actual s max. current and any one phase has value > 10% lb (Vmax-Vmin ) <10% of max voltage of 3 phase voltages 5Minute s Page 69 of 84 al 6 PF value > 0.2 0.2 - When 1 magnet Minute influence start affecting the accuracy, meter should start recording at Imax When magnet 1 Minute influence stop affecting the accuracy, meter should start recording at actual load - Phase to Ix > 10% of 15 Neutral Ib Minute voltage for s any two phases is >350 volts and for remaining phase is < 5OV Phase to Neutral voltage for all the 3 phases > 75 % Vrefi.e 180 volts 5 Minutes - Vx> 40% Vref&Vx< % of Vref of Ix > 10% of 15 75 Ib For at Minute least any one s phase Vx> 75 % of Vref 5 Minutes - Vx> 115% of Ix > 10% of 15 Vref Ib For at Minute least any one s phase Vx< 110% Vref ( 264 V) 5 Minutes - At occurrence of Top Cover Imidiat Open tamper, meter display ely shall show “Cover Open” permanently in auto mode during power ON and OFF both conditions. No display parameter should scroll in auto Magne tic Influen ce 7 Neutra l Distur bance 8 Low Voltag e 9 High Voltag e 1 0 Top Cover Open No Restorati on Page 70 of 84 mode. However meter shall continue to record energy and display parameter shall available in push button mode Note: For tamper logics, following points shell be taken in consideration 1. During Neutral disturbance tamper, All voltage related tampers (i.e. Voltage Failure, Voltage Unbalance, High Voltage & Low Voltage) shall not be logged. 2. During High Voltage & Low Voltage tampers, Voltage unbalance tamper shall not be logged. 3. During Voltage failure Tamper, Voltage Unbalance & Low Voltage tamper shall not be logged. 4. During current failure Tamper, Current Unbalance tampers shall not be logged. 5. During power failure duration, if any tampers persisting, those tampers shall not get recovered until it meets the logic for restoration and duration of respective tamper shall be from occurrence of that tamper irrespective of power failure duration. 6. For tamper events logging, snap shot data i.e. instantaneous parameters, active energy register reading (Total kwh) & date & time should be corresponds to starting of occurrence and starting of restoration. 7. Snap shot of date and time should be available for occurrences and restorations of events. Page 71 of 84 Annexure 1.Format of Submission of Financial Bid (For Reference Only). [On the letter head of each Member of the Consortium including Lead Member] [Reference No.] From: [Address of the Lead Consortium Member] [Telephone No., Fax No., Email] [Date] To: The Chief Engineer (OP) Uttar Gujarat Vij Company Limited UGVCL Regd. and Corporate Office Visnagar Road Mehsana, Gujarat 384001 INDIA Sub: Financial Bid for Appointment of Smart Grid Implementing Agency for Implementation of Smart Grid Pilot Project. Ref: Your Tender No. UGVCL/IT-EMC/Smart Grid Pilot Project/186 dated 20 May,2016 (the “RFP”). Dear Sir, We, the undersigned …....................…. [Insert name of the Lead Consortium Member ‘Party 1’] representing …....................…. [Insert name of the Lead Consortium Member ‘Party 2’], …....................…. [Insert name of the Lead Consortium Member ‘Party 3’], ..., and …....................…. [Insert name of the Lead Consortium Member ‘Party n’], having read, examined and understood in detail the RFP for Implementation of UGVCL’s Smart Grid Pilot Project hereby submit our Financial Bid. We hereby undertake and confirm that: Page 72 of 84 A. We have submitted our Financial Bid strictly in accordance with the RFP without any deviations or condition. B. Our Financial Bid is consistent with all the requirements of submission as stated in the RFP and subsequent communications from the Bid Process Coordinator. C. Price quoted should clearly mentioned the basic cost, excise duty, custom duty, insurance, service tax, VAT, CST or any other taxes/duties. For any other taxes/duties pl. specify the nature and rate of tax with proof. The rate of claimed taxes shall be mention by the bidder with the unpriced BOQ in submission of the technical bid. D. The details quoted herein shall stand valid at least for 12 months from the date of submission of this Financial Bid and for implementation of Project, if awarded, as per the timeframe indicated in the RFP. E. Our Quoted Prices are as per the Annexure attached herein. Dated the ……………. [Insert date of the month] day of ……………. [Insert month, year] at ……………. [Insert place]. Thanking you, Sincerely yours, [Insert Signature here] [Insert Name here] [Insert Designation here] Page 73 of 84 Annexure 16: Format for Financial Bid to be submitted in hard copies ( In separate sealed cover) 1. All price to be quoted in Indian Rupees only Sr no Particular 1 Data Centre Cost 1.1 Application Software 1.1.1 Head End System software Meter Data Management software (MDM) 1.1.2 Unit Quantity (A) Lot 1 Lot 1 Peak Load Management software(PLM) Web Application Lot 1 Lot 1 SMS Gateway Lot 1 Basic price (1) Excise Duty / Custom duty /levies (2) Insura nce (3) Service tax (4) Tax VAT/ CST (5) Any other Taxes & Duties (Pl mention with detail of applicable taxes & duties % with component in hard copy of financial bid. It is mandatory to submit financial bid refer clause no: vol 1, 4.15.17 ) (6) Total Cost for evaluation [7 =1+2+3+4+5+6] Sub-Total Page 74 of 84 1.2 1.2.1 1.3 1.3.1 1.3.2 1.4 1.4.1 1.4.2 1.4.3 Data Archiving Software* Data archiving and SAN management software Sub-Total Network Management Software* Centralized network management software along with patch management & Identity management Antivirus software for all machines in control centre Sub-Total Hardware for Applications Application Server suitable for HES, MDM and PLM applications along with operating system 1 Application Server with minimum 4GB RAM for development, quality and testing Web Server for access Lot 1 Lot 1 Lot 1 Set 2 Set 1 Set 2 Sub-Total Page 75 of 84 1.5 1.5.1 1.5.2 Hardware for Storage SAN based storage for storing data (22,500 nos. consumers), from MDM, HES, PLM for 5 Years with 100 % expansion capacity Data archiving Server Nos 1 Set 2 Set 1 Set 1 Nos 4 Nos 2 Sub-Total 1.6 1.6.1 1.6.2 Hardware for Network Management Network Management server with patch & identity management Centralized management console with single monitor Sub-Total 1.7 Network Hardware 1.7.1 Firewall with Networkbased intrusion prevention system (NIPS) Minimum 8 Ethernet ports (1Gbps) and 4 Fiber Optic Ports Router with Minimum 8 Ethernet ports (1Gbps) and 4 Fiber Optic Ports 1.7.2 Page 76 of 84 1.7.3 1.7.4 LAN Switch (24 port 1000 / 100 / 10 Mbps , Layer 3 switching, 8 Ethernet ports (1Gbps)) 55'' LED Display with 2 nos. HDMI port, USB port Sub-Total Nos 2 Nos 1 Nos 2 1.8 Work Station Consoles 1.8.1 Workstation Consoles With dual 24” monitor along with Operating System and license. Sub-Total 1.9 Printers 1.9.1 Colour laser printer Nos 1 1.9.2 Black and White laser printer with Multifunction devices Sub-Total Nos 1 1.10 Implementation/ Integration Cost Page 77 of 84 1.10. 1 2 configuration, customization, development , Integration with existing system and implementation cost Sub-Total Data Centre Total cost Smart Meter and communication Network 2.1 Smart Meters 2.1.1 Single Phase whole Nos Nos 21300 current smart meter 2.1.2 Single Phase whole Nos 200 current smart meter (net meter) 2.1.3 Three Phase whole Nos 2050 current smart meter Page 78 of 84 2.1.4 Three Phase whole Nos 100 current smart meter (net meter) 2.1.5 CT operated three Nos 100 phase smart meter without CT 2.1.6 CT operated three Nos 10 phase smart meter without CT (Net Meter) 2.1.7 Meter Box for Single Nos 21500 Phase whole current smart meter 2.1.8 Meter Box for Three Nos 2150 Phase whole current smart meter 2.1.9 Meter Box for CT Nos 110 operated three phase smart meter Page 79 of 84 2.2 Communication Lot 1 Infrastructure 2.3 Hand Held Units or Nos 5 Common Meter Reading Instrument (HHU) along with necessary base computing software Smart Meter Cost 4.1.9 Meter Box for CT Nos 0 operated three phase smart meter 4.2 Communication Lot 1 Infrastructure 4.3 Hand Held Units or Nos 10 Common Meter Reading Instrument (HHU) along with necessary base Page 80 of 84 computing software 0 5 5.1 Training Training at Site Days Nos of Trainees 5.1.1 Smart Meter & Communication network 3 Days 5 5.1.2 HES & MDM, PLM database & User Interface Computer System H/W & Software Training at Contractor facility HES & MDM, PLM , Protocol, Database & Display and Application s/w (HES,MDM,PLM etc.) Sub Total Cost 3 Days 5 3 Days 5 5 Days 5 Year 3 5.1.3 5.2 5.2.1 6 Operation and Maintenance Charges 6.1 Maintenance of complete System excluding annual GPRS Page 81 of 84 / Leased line charges 6.2 6.3 6.4 6.5 7 Operation of complete system (during first year of maintenance period) Weather Data Sourcing for load forecasting in PLM System Annual GPRS Charges Year 1 Year 3 Year 3 Annual Leased Line Charges (if required) Sub Total Cost Year 3 Other Item OR Services cost not covered in BOQ (To be provided by bidder with detail description) Lot 0 Grand Total (1 to 7) 0 Note: Maintenance charges shall be inclusive of all communication cost such as cost of SIM cards, Static IP connection at control centre etc. QUOTED PRICE IN WORDS: Page 82 of 84 ............................................................................................................................................................................................................................................ Notes: 1. 2. 3. 4. All other items not indicated in Sections 1 to 6 shall be indicated in Section 7 of the format. Metering cost shall be inclusive of Installation and commissioning at consumer/ DTR/ substation end. The necessary cable and other equipments for installation of DTR and substation meters shall be borne by Contractor. Quantity quoted shall be not less than quantity required. --- End of Financial Bid --- Page 83 of 84 Page 84 of 84
© Copyright 2026 Paperzz