Amendment-VI in Tender Documents for “Appointment of

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