Professional Documents
Culture Documents
(This document is meant for the exclusive purpose of RFP and shall not be transferred, reproduced or otherwise used
for purposes other than that for which it is specifically issued.)
Version: 1.0
Page 2
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Uttarakhand
Table of Contents
1. Background ............................................................................................................................................ 4
2. About UPCL .......................................................................................................................................... 5
3. UPCL Vision .......................................................................................................................................... 5
4. RFP Structure ......................................................................................................................................... 6
4.1. Volume I GENERAL INFORMATION.............................................................................................. 6
4.2. Volume II Commercial..................................................................................................................... 6
4.3. Volume III - Bill of Quantity............................................................................................................... 6
4.4. Volume IV Technical Specifications................................................................................................. 7
4.5. Volume V- UPCL Information ............................................................................................................ 7
5. General terms ......................................................................................................................................... 7
6. Guidelines for e-Tendering..................................................................................................................... 9
Notice Inviting Tender Details ................................................................................................................. 12
7. Execution time ..................................................................................................................................... 14
8. Proposed SCADA/DMS solution......................................................................................................... 14
APPENDIX-1 -Bidder Query response format............................................................................................ 20
List of Tables
Table 1: RFP Structure ................................................................................................................................... 6
Table 2: Minimum band width requirement................................................................................................. 16
List of Figures
Figure 1: SCADA/DMS System connectivity envisaged by UPCL ............................................................ 15
Figure 2: Reference architecture .................................................................................................................. 17
Figure 3: Control Centre Architecture.......................................................................................................... 18
Figure 4: DR Centre Architecture ................................................................................................................ 20
Page 3
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Uttarakhand
1. Background
Ministry of Power, Govt. of India, has launched the Restructured Accelerated Power Development and
Reforms Programme (R-APDRP) in the XI Five year Plan. Under Part A of R-APDRP SCADA/DMS
shall be installed in eligible urban areas which are towns and cities with population of more than
4,00,000 and annual input energy of 350MUs. In Uttarakhand, only Dehradun town is falling under
UPCL which has met above qualification criteria and it has been decided to implement the
SCADA/DMS at this town.
Page 4
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Uttarakhand
2. About UPCL
Uttarakhand Power Corporation Ltd (UPCL), formerly Uttaranchal Power Corporation Ltd was
incorporated under the Companies Act, 1956 on February 12, 2001 consequent upon the formation of
the State of Uttaranchal. UPCL has been entrusted to cater to the Transmission & Distribution Sectors
inherited after the de merger from UPPCL (erstwhile UPSEB) since 1st April 2001. The Electricity Act
2003 mandated the separation of Transmission functions under Power Sector Reforms. On 1st June
2004, the Power Transmission Corporation Limited (PTCUL) was formed to maintain & operate 132
KV & above Transmission Lines & substations in the State. Today UPCL, the State Power Distribution
Utility of the Government of Uttarakhand (GoU) caters to the Sub Transmission & Distribution
Secondary Substations & Distribution Lines 66 KV & below in the State.
UPCL - the Frontline State Power Distribution Utility & service provider of QUALITY & RELIABLE
POWER SUPPLY to over 1,622,471 consumers of electricity spread over the 13 Districts of
Uttarakhand i.e. Dehradun, Pauri, Tehri, Haridwar, Pithoragarh, Almora, Nainital, Uttarkashi,
Udhamsingh Nagar, Rudraprayag, Chamoli, Bageshwar & Champawat. These electrical consumers are
categorized depending on their domestic, commercial, agricultural and industrial loads.
Dehradun is the only town in UPCL which is eligible for the R-APDRP, SCADA/DMS project
3. UPCL Vision
The Company has the vision of providing customer satisfaction through service excellence. Company is
committed to achieve the goal of providing reliable and quality power at competitive cost and to reach
global standards in reducing distribution losses.
Page 5
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Uttarakhand
In order to meet the objectives and go upward in the value chain, Uttarakhand Power Corporation
Limited has taken various initiatives like enabling IT systems in all the business process, installing
supervisory, remote monitoring and enterprise resource planning tools along with investments in
communication , IT and modernization of distribution networks.
With the proposed SCADA/DMS systems under R-APDRP PART-A scheme along with planned
investments under R-APDRP PART-B, it is expected to deliver highly reliable & improved quality
supply to its consumers meeting various mandatory Standards of Operation(SOP) proposed by state
regulatory Commission. During contingencies with help of real time monitoring and analysis functions
remedial actions shall be taken by SCADA/DMS either by self designated rules or intelligence-in-
response to system state at different operational constraints. The systems to be implemented shall have
necessary scalability and adaptation to the future standards and regulations and shall be a step towards
Smart Grid.
4. RFP Structure
This request for Proposal (RFP) has been issued for selecting SCADA/DMS Implementation Agency
(SIA) by UPCL for implementation of SCADA/DMS systems under Restructured APDRP Part A
The Request for Proposal (RFP) document is structured in five volumes as below:
Sr.
Volume Section UPCL SIA RfP File Name (MS word document)
No.
General
1 Volume I UPCL SIA RFP Volume I General Information
Information
2 Volume II Commercial UPCL SIA RFP Volume II Commercial
3 Volume III Bill of Quantity UPCL SIA RFP Volume III BoQ
Technical UPCL SIA RFP Volume IV Model Technical
4 Volume IV
Specifications Specification
UPCL
5 Volume V UPCL SIA RFP Volume V UPCL Information
Information
Table 1: RFP Structure
This document provides the bidder a brief introduction about the Project objectives and the UPCL. The
document explains the overall structure of the bid document and General terms and conditions
applicable to each bidder.
Page 6
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Uttarakhand
quantities. However the payment will be made as per actual execution. Bidder may do the site survey to
estimate the project requirements.
RTU and FRTU modules indicated in IO list as minimum requirement and additional modules required
shall be supplied if required after site survey.
Bidder has to compulsarily quote BOQ for only single make & model no. alongwith respective
datasheets & MAFs, else bid shall be liable to be rejected as per Vol-II, ITB clause 13.
Also the quantity of LOT shall be taken as 01(One) wherever applicable in the BOQ.
5. General terms
The RFP document specifies the terms and conditions in detail in the sections of GCC, SCC and ITB in
the bid document (Volume II). However the general terms additionally listed under this section are also
to be complied by the bidder. Where ever any conflict is found by the bidder, the terms specified in this
section shall prevail.
Bidder shall quote for the Dehradun town as it is the only town eligible for implementing
SCADA/DMS system in the Uttarakhand State.
a. There will be single vendor for entire project covered under this bid including FMS.
b. Any queries on this bid document likely to be discussed during Pre-bid Conference should be
emailed to jmsrauthan@rediffmail.com in the specified format given in Appendix-1
c. The tender fee is Rs. 28,375/- only (Rupees Twenty Eight Thousand Three Hundred and Seventy
Five Only) and need to be submitted along with the bid in the form of Demand Draft payable to
Executive Engineer (R-APDRP Part-A), Uttarakhand Power Corporation Limited, Urja
Bhawan, Dehradun. It will be preferred that the bidder may obtain the bid document in soft
copies or may download from www.tenderwizard.com/UPCL or www.upcl.org. If the bidder
downloads the bid document from the website, the tender fee in the form of Demand Draft will be
deposited along with the bid submission in a separate envelope highlighting as Tender Fee. Any
tender without the tender fee will not be opened.
Page 7
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Uttarakhand
a. The BoQ for Dehradun town of the UPCL shall be in line with Section 9 of model technical
specification as per the break up given in Volume III BoQ.
b. The quantities mentioned in Volume III BoQ is minimum requirement as per the UPCLs
apprehension, and for bid evaluation purpose.
c. Price proposal BoQ shall entered by the bidder for whole town as per the format given on
tenderwizard platform in Appendix C3 Price Proposal xls file.
d. The bidder along with technical proposal shall fill and submit an Technical un-priced BoQ xls
file on tenderwizard platform for the items along with the detail of items like make, model no
and specification that should commensurate with the financial proposals
e. Bidder shall provide the item wise break-up of the additional materials of necessary hardware
and software required for integration with IT systems, SLDC in the template as specified in
Appendix C3 Price Proposal xls file as applicable on tenderwizard platform .
f. Contractor shall deliver the materials only after receiving dispatch clearance from the UPCL for
the quantity and items to be delivered. Dispatch clearance shall be issued by the UPCL based on
the site readiness for installation. Storage facility shall be in the scope of Bidder only.
g. Any additional item required for expansions during the execution period of the project shall be
supplied by the contractor keeping the price and specifications same as per the submitted pricing
sheet and BoQ.
h. Bidder has to quote for 5 years communication link charges. However the charges will be
applicable only after the SAT (Site Acceptance Test). UPCL shall bear the link charges limited to
2 months only for the Site Acceptance Test.
iii. The bidder shall be evaluated as per the prices of items given in the Appendix C3 price proposal
BoQ. However if bidder envisages lesser items than given tender BoQ, the bid will be evaluated as
per the tender Volume III BoQ. If the architecture proposed by the bidder requires additional items
from the quantity mentioned in the BoQ, then the bid evaluation of such bidder will be made as per
the quantity quoted.
iv. SIA shall note that specific locations for installing FRTU and FPI Modems shall be finalized during
the implementation stage after the site survey by them.
v. Facility Maintenance Services (FMS) for SCADA/DMS for Dehradun town will be started on
successful final acceptance testing of the project in the town.
vi. It is mandatory that costing of FMS per year should not be less than 5% (five percent) of the Bid
value (excluding five year FMS charges & five year communication charges). However, the same
shall be uniform for all year.
vii. Price quoted for the FMS should be commensurate with the manpower and infrastructure to be
deployed.
viii. Separate training plans shall be provided by SIA for Dehradun & Haldwani.
Page 8
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Uttarakhand
ix. As part of bid process each bidder may be asked to deliver presentation/demo of their products and
solutions.
x. SIA shall quote prices inclusive of all taxes, duties, octroi etc. as applicable. However, UPCL shall
deduct WCT(Works Contract Tax), service tax & Income Tax etc at source required as per prevaling
rules/regulations. For applicable taxes it is advised that bidders shall consult respective Govt.
authorities at their end. Bidder may also refer clause 14.Taxes & Duties of Vol II, Sec VII GCC.
xi. The RTU shall communicate with the IEDs over IEC 61850 protocols and acquires the data from the
IEDs. Suitable drivers for IEC 61850 Client shall have to be supplied with RTU itself to integrate with
third party IEDs communicating over IEC 61850. The supplied RTU shall act as Data Concentrator and
collects wide range of data from various third party IEDs in the substation. RTU shall act as Protocol
gateway (IEC 61850 Clients) for smooth integration of IEC61850 compatible IEDs (IEC 61850 Server)
over IEC 61850-8-1 bus and send data using IEC60870-5-104 to SCADA/DMS remote Control Centre.
UPCL will provide the relevant *.icd / *.cid files for each IED. Based on that, SIA has to generate *.scd
file as part of system engineering. Necessary software shall be part of the supply. RTU shall provide
time synchronization to all IEDs using SNTP protocol as defined in IEC 61850 standards. Each RTU
shall be capable of integration of up to minimum 24 bay IEDs expandable as per site requirements up to
36 bay IEDs.
xii. IEC 61850 compliant IEDs shall be installed by UPCL in Dehradun under RAPDRP-Part-B &
integration of IEC 61850 IEDs shall be in SIA's scope. For integration of Numerical Relays, supply of
LAN components like fiber optic cable, Ethernet CAT6 cable, IEC 61850 compliant Ethernet switches
(minimum 2 number per sub-station), splicing, crimping at FO/ CAT6 cable ends, setting up LAN etc
shall be in the scope of SIA. Bidder can add/mention all such items in the Appendix C3 Price proposal
& Technical Un_Price BoQ of RFP, under RTU BoQ section in Sr. No.19.
xiii. The connection between IEDs and (IEC 61850 based) Ethernet switch shall be using 10/100 Mbps
Ethernet/FO. The connection between the (IEC61850 based) Ethernet switch and RTU may be over
Fiber Optic or Copper, depending upon the system designed by the SIA. The LAN to be established
should be dual redundant Star or Ring with hot-standby or any other suitable configuration.
xiv. Interface with the field equipments shall be done by SIA either from the switchyard or from the C&R
panel in the Control room as per site conditions.
Note:
If there is conflict between tenderized guidelines and other sections of the RFP, the contents in e-tendering
guidelines shall prevail.
Page 9
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Uttarakhand
The financial evaluation of the bid will be done based on the total amount quoted in the prescribed price
bid format of the tenderwizard platform of UPCL. In case of discrepancy between the Total Project Cost
for UPCL town quoted in the Abstarct sheet of excel file as part of price proposal submission in
tenderwizard platform and the total amount quoted in the prescribed price bid format of e-tendering
platform, the lowest shall prevail for awarding of work. However, the quote in the prescribed price bid
format of the tenderwizard platform shall be used for the purpose of evaluation of the bids.
Step 1
Registration Process
Website address: www.tenderwizard.com/UPCL
Click on TenderFreeView to see (view and download) all the tender notifications
and corrigendums.
Click on Vendor Registration Hyperlink and get your User Id and Password.
(Certain special chars like ~ ` ' # $ % & * ! ( ) ; \ / ? " : < > + - { } [ ] are not allowed
in the company id or any key attributes).
Once you fill all the details asked by Vendor Registration form and obtain your
password, contact the Office of UPCL to enable your User ID.
After this, vendor can key in their User Id and Password and get successful entry into the
application.
STEP 2
Participation
Vendor should login with his USER ID and PASSWORD
Note: - The Tender Fee & EMD has to be submitted along with bid at the time of submission. However,
scan image of EMD shall also be uploaded with the documents at website.
You will get two excel files Technical Bid Technical Unpriced BoQ and Cost/Price Bid
Appendix C3 Price Proposal along with other documents. Firstly, you need to download this
document by clicking on hyperlink Click here to download Empty Document. Then Save the file
with the same file name
Note:-
1) You should not change the file name of any Excel file.
2) You should only key in the values in green cells only.
Page 10
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Uttarakhand
STEP 3
Submission
Vendor should prepare the scanned copy of DD/BG/FDR (EMD)
EMD Submission: Click on Click here to enter EMD Details and Attach Scanned Copy of EMD.
Fill all the fields provided in that sheet and press on Scan button to attach the scanned copy of
the EMD.
Vendor should fill values in light_green/blue cells only, provided in these sheets. These can be
uploaded by clicking on Click here to Upload filled File.
Reminder:
Technical Bid Technical Unpriced BoQ and Cost bid Appendix C3 Price Proposal should be
uploaded by using Click here to upload filled File . All other supporting documents could be
uploaded using Click here to Attach General Documents link provided below.
Please dont change the name of the file as system will not accept any other file
name.
Steps for uploading the additional documents (supporting documents) to your account.
1. In the left hand menu click on General Document, general document page will appear
2. Click on upload new file Button for uploading new document, upload sheet will appear
3. Select the file to be uploaded, enter the description and attachment name.
4. Click on Upload file
5. Repeat step 2 and 3 for uploading new files
To change the description and attachment name for the uploaded file use Update existing file button
Note: This is for altering the description and attachment name only
1. Go to Click here to Attach General Documents Additional documents can be optionally Uploaded
General Document Summary sheet will appear.
2. In General Document Summary screen select the file you want to attach and make necessary changes
for Tender Stage and click Attach file button.
3. If you need to attach any new files for the tender follow Steps for uploading the additional documents.
Other details could be scanned and uploaded but ensure that it is smaller in size (i.e. < 5 MB for Fast
Uploading of Document). (only.doc, .jpg, .gif, .xls, .bmp, .pdf.)
The server time will be displayed at the right hand side of the page please follow this time, and all the
actions i.e.;(Requesting, Submitting, Opening etc.,) takes place according to this time only.
NOTE :
You will see all the red colored links changing to black color, when you have uploaded.
Page 11
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Uttarakhand
Once you fill the above documents with at least one general document then only you will be able to
submit the tender by clicking on the Submit the Tender Form button before the tender closing date
and time.
Once you fill the above documents with at least one general document then only you will be able
to submit the tender by clicking on the Submit the Tender Form button before the tender closing
date and time.
STEP 4
Acknowledgement
Once you submit the tender you will get the submitted token number, submitted date and submitted time.
Take the print of that sheet then click on OK. Then the status will change to submitted.
STEP 5
OPENING
After the tender is opened at the stipulated date and time, the award details can be accessed in the
OPENED/AWARDED stage.
To view the opened tenders click on the Opened/Awarded link then click on edit form to view
your competitors bid sheets who participated with you and who are not disqualified.
Note:
If you do not get the submitted status and token number, contact tendering authority well in
advance. UPCL is not responsible for tenders not received or submitted properly. Vendors are
requested to undergo training and get their doubts clarified well in advance.
If any queries please contact UPCL Office and if required, personal training would be given.
Please feel free to call on given/flashing nos. on home page, if you have any clarifications
regarding E-Tendering.
One original signed copy of the Technical Proposal clearly marking ORIGINAL - TECHNICAL
PROPOSAL has to be submitted along with original copy of Tender Fee & EMD on or before
tender submission date under ON-LINE & OFF-LINE BOTH MODE. Price proposal has to be
submitted only On-Line, NO copy of price proposal is required to be submitted with technical
proposal.
Page 12
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Uttarakhand
Page 13
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Uttarakhand
7. Execution time
Implementations of Part-A SCADA/DMS of R-APDRAP scheme within the stipulated time is the
essence of the contract, the selected SIA has to plan the project execution activities strictly as per the
timelines given in the RFP. No delay in the execution of the project shall be permitted.
The major milestones and the tentative schedules for the completion of the entire project is given in
UPCL SIA RFP Volume II Commercial Appendix K.
Page 14
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Uttarakhand
Divisional offices, Circle office are identified as the functional area of UPCL for SCADA/DMS
implementation. The monitoring should be possible from the proposed system for any remote VDU
locations. SIA has to do site study of the project area and define the interface requirements for
SCADA/DMS system and for necessary connections with switchgears including protection
relays/controlling equipments (mechanical/numerical/microprocessor). The site study team shall
include all necessary experts to understand and identify the above requirements. Proposed system
envisages the following key functions at minimum and SIA has to strictly comply with all international
and national standards and codes while implementing.
i. The proposed system consists of RTU, FRTU and FPI Modems at field and SCADA/DMS at
Control Centre.
ii. DMS functions at control centre should enable automatic and manual operations of the network
devices and monitor all the power meters of interest.
iii. All the data pertaining to substation shall be collected by RTU and the same shall be sent to control
centre via MPLS-VPN network. If MPLS-VPN is not feasible at a specific location alternate
options like leased line, broad band shall be considered by the SIA.
iv. Status and indications data from 11 KV distribution assets like Ring Main Units (RMUs), Fault
Passage Indicators and Sectionalizers are acquired by FRTU communicating to control centre over
wireless mobile network (3G/CDMA/GPRS). Stand alone FPIs are to be communicated to control
centre using 3G/CDMA/GPRS modems. The communication media shall be 3G and if 3G is not
available in any particular city area bidder may select GPRS or CDMA. But in that case, the used
equipments/modems shall be easily upgradable to 3G in future without any additional
cost/hardware change.
v. The modems attached with the FRTU shall be capable of adapting latest wireless transfer
technology including 3G, CDMA & GPRS. SIA should ensure all types of data quality, reliability
and security over desired communication links as per the model technical specification (MTS). The
Modem shall support 3G with backward compatible for CDMA/GPRS. Mounting & fixing
Page 15
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Uttarakhand
arrangement of modem shall be in the scope of Bidder. Bidder may offer modem with minimum
one Ethernet port alongwith RS 232/ RS 485 port. The offered modem should be supplied with
power cable/antenna with coaxial cable of suitable length, RS232/485 connecting cable, mounting
adapter etc.
vi. Remote resetting facility shall be provided with standalone FPIs.
vii. Remote Visual Data Units (VDU) all functional offices should allow monitoring of the distribution
assets depending upon user privileges defined. Connectivity to the offices shall have necessary
bandwidth for the data exchanges.
viii. GIS and network model information are to be fetched from upcoming IT system using middleware
or interface adapters.
ix. Minimum band width requirement estimated for the MPLS-VPN connection at the town is given in
below table, however all bandwidth requirements shall be estimated by SIA and shall be
substantiated with necessary calculation and submitted along with the bid, considering the hardware
proposed and communication link proposed by them. Suggested minimum bandwidth for all the
MPLS-VPN at a typical SCADA/DMS control Center shall be as shown below:
a. IT DC & IT CCC are located at Urja Bhawan, Dehradun. SCADA CC is also proposed at Urja
Bhawan, Dehradun.
b. IT DR is located at Old Diesel Power House, Opposite St. Paul School, Haldwani & SCADA
DR is also proposed at same location.
e. Internet link if required shall be provided by the bidder for meeting the requirements of the RFP
and cost shall be included in the offer.
Data flow between devices/systems and proposed SCADA/DMS system, communication protocols and
integration standards has to be followed with respect to Model Technical Specifications (MTS)
Page 16
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Uttarakhand
document. SIA shall ensure closely coupled integration for every possible point and it shall be in line
with MTS.
i. Tag database changes at any node shall be updated at other applicable nodes and manual
configuration shall be minimal.
ii. Data point mapping and configurations shall be done using graphical tools and taking lesser
engineering effort.
iii. Every new addition/deletion of the data points shall be automatically updated throughout system
rather than defining at every point of integration.
Page 17
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Uttarakhand
A detailed Control Centre architecture in line with Model Technical Specification (MTS) is depicted in
the figure 3 above. The proposed system consists communication equipments, application servers (ISR,
DMS, NMS, DTS and COMM.), mass storage device, work stations and intrusion prevention systems
all connected together over a dedicated dual redundant Gigabits local area network(LAN).The different
SCADA/DMS functions at control centre are identified as critical and non critical functions as below:
Critical Functions:
iv. Data exchange among the contractor supplied SCADA/DMS system, and IT system established
under R-APDRP.
Page 18
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Uttarakhand
Non-Critical functions:
The entire critical functions should have redundancy in hardware and connectivity; non critical
functions should be supported with backups and storage options. Failure of non critical functions should
not interrupt any normal operation of critical functionalities including DMS functions.
All operator actions shall be recorded in the SCADA/DMS system with time stamp. Authentication and
privileges shall be in such way that secured operations of the equipments are possible from the control
centre. It is also envisaged that the system complying with statutory codes and security guidelines of
IEC/NERC/CE/EMI/EMC.
Dehradun will have an independent SCADA/DMS control centre, which is tentatively proposed at Urja
Bhawan, UPCL, with above functionalities including dispatch training & simulator (DTS). Data
Recovery (DR) facility will be located at Haldwani.
DTS function shall have ability to establish the following training functions as a minimum:
Page 19
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Uttarakhand
v. Indiscriminate tripping
Data recovery centre (DR) for SCADA/DMS for Dehradun town shall be located at Haldwani. The DR
should have routine backups of SCADA/DMS, ISR as described in MTS. It shall be possible to recover
entire SCADA/DMS application of the town from the DR backups.
SL SIA Reference
No Name Volume Section Question Description Comments
Page 20
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun
Volume II Commercial
Table of Contents
Section I. Preface................................................................................................................................ 26
Section II. Instructions to Bidders ....................................................................................................... 28
Section -III Bid Data Sheet.................................................................................................................. 45
Section IV. Eligibility Criteria ............................................................................................................ 48
Section V. Bidding Forms................................................................................................................... 50
Form F-1: Technical Proposal Submission Sheet........................................................................ 50
Form F- 2: Price Proposal Submission Sheet.............................................................................. 52
Form F- 3: Bid Security .............................................................................................................. 54
Form F- 4: Manufacturers Authorization ................................................................................... 59
Form F- 5: Certificate as to Corporate Principal ......................................................................... 60
Form F-6: Undertaking for Presence in India ............................................................................. 61
Form F-7: Undertaking for Authenticity of Translation .............................................................. 62
Section VI. Scope of Work ................................................................................................................. 63
Section VII. General Conditions of Contract ..................................................................................... 67
Section VIII. Special Conditions of Contract..................................................................................... 88
Section IX. Contract Forms................................................................................................................ 95
Performance Security .................................................................................................................. 97
APPENDICES (A to N) ...................................................................................................................... 99
Appendix A Mandatory Technical Specifications .......................................................................... 100
Appendix B Service Level Agreement ........................................................................................... 101
B.2.1 Duration of SLA .............................................................................................................. 101
B.2.2 Service Level Agreements & Targets ............................................................................ 101
B.2.3 Breach of SLA ................................................................................................................. 104
B.2.4 Exclusions........................................................................................................................ 105
B.2.5 Monitoring and Auditing ................................................................................................. 105
B.2.6 Reporting Procedures....................................................................................................... 105
B.2.7 Issue Management Procedures......................................................................................... 105
B.2.8 SLA Change Control........................................................................................................ 106
B.2.9 Management Escalation Procedures ................................................................................ 106
B.2.10 Signature Page ............................................................................................................... 107
Appendix C - Supplier Response Format .......................................................................................... 108
C1: General Guidelines to the bidders ...................................................................................... 108
List of Tables
Table 1 (a): Details of IT system under R-APDRP to be Integrated with new System ..................... 129
Table 2 (b): Details of SLDC system to be Integrated with new System .......................................... 133
Table 3 (c): Details of existing communication infrastructure in the project area ............................ 134
Disclaimer:
This request for Proposal (RfP) has been prepared by the Ministry of Power Government of India
THROUGH ITS DESIGNATED NODAL AGENCY Power Finance Corporation Ltd (PFC) for
selection of SCADA/DMS Implementation Agency (SIA) to assist the Uttarakhand Power
Corporation Limited for implementation of SCADA/DMS systems under Restructured APDRP.
The PFCL does not warrant the completeness of the information presented herein, or make any
representation that the information presented herein constitutes all the information necessary to bid
upon or develop the referenced project. Each bidder accepts full responsibility for conducting an
independent analysis of the feasibility of the project and for gathering and presenting all necessary
information. The bidder assumes all risks associated with the project and no adjustments will be
made based on the bidders interpretation of the information provided.
The PFCL expressly disown any obligation or duty (wherein contract, tort or otherwise) to any
bidder.
In submitting a proposal in response to the RfP, each bidder certifies that it understands, accepts and
agrees to the disclaimers on this page. Nothing contained in any other provision of the RfP, nor any
statements made orally or writing by any person or party shall have the effect of negating or
superseding any of the disclaimers set forth on this page.
SECTION I. PREFACE
centers. Part-B shall include regular distribution strengthening projects. The activities to be covered
under each part are as follows:
Part A: Preparation of Base-line Data System for the project area covering Consumer Indexing,
GIS Mapping, Automatic Metering (AMR) on Distribution Transformers and Feeders, and Automatic
Data Logging for all Distribution Transformers & Feeders and SCADA / DMS system for big cities
only. It would include Asset Mapping of the entire distribution network at and below the 11kV
transformers and include the Distribution Transformers and Feeders, Low Tension lines, poles and
other distribution network equipment. It will also include adoption of IT applications for meter
reading, billing & collection; energy accounting & auditing; MIS; redressal of consumer grievances
and establishment of IT enabled consumer service centers etc.
Part B: Renovation, modernization and strengthening of 11 kV level Substations,
Transformers/Transformer Centers, Re-conductoring of lines at 11kV level and below, Load
Bifurcation, Feeder segregation, Load Balancing, Aerial Bunched Conductoring in thickly populated
areas, HVDS, installation of capacitor banks and mobile service centers etc. In exceptional cases,
where sub-transmission system is weak, strengthening at 33 kV or 66 kV levels may also be
considered.
Calendar of Events
Due date for sending queries/requests for Clarification 20.10.2013 17:00 Hrs
A. General
1. Scope of Bid 1.1 In support of the Invitation for Bids indicated in the Bid Data Sheet
(BDS), the Purchaser, as indicated in the BDS, issues this Bidding
Document for the supply of Goods and Related Services incidental
thereto as specified in the Scope of Work at Section VI. The name
and identification number of the International competitive Bidding
(ICB) are provided in the BDS.
2. Source of Funds 2.1 The Purchaser has received sanction from Nodal Agency (Power
Finance Corporation Limited (PFC) under the aegis of Ministry of
Power (MoP), Government of India (GoI)) under Part-A of R-
APDRP towards the implementation cost of the project named in
the BDS (hereinafter called funds). The GoI has agreed to convert
the sanctioned loan into grant after successful completion of project
and meeting the guidelines of R-APDRP. The Purchaser intends to
apply a portion of funds to eligible payments under the contract for
which this bidding document is issued.
2.2 Payments made under the Contract shall be in accordance with the
terms and conditions of the financing agreement between the
Purchaser and the Nodal Agency (hereinafter called the Loan
Agreement), and will be subject in all respects to the terms and
conditions of that Agreement. No party other than the Purchaser
shall derive any rights from the Loan Agreement or have any claim
to the funds.
3. Corrupt 3.1 Purchaser requires bidders to observe the highest standard of ethics
Practices during the procurement and execution of such contracts.
(a) The following definitions apply:
Corrupt practice means the offering, giving receiving,
or soliciting, directly or indirectly, of anything of value to
influence the action of any party in the procurement
process or the execution of a contract;
Fraudulent practice means a misrepresentation or
omission of facts in order to influence a procurement
process or the execution of a contract;
collusive practices means a scheme or arrangement
between two or more bidders, with or without the
knowledge of the Purchaser, designed to influence the
action of any party in a procurement process or the
execution of a contract;
coercive practices means harming or threatening to
harm, directly or indirectly, persons, or their property to
influence their participation in a procurement process, or
affect the execution of a contract;
(b) Purchaser will reject a proposal for the award of Contract if it
Bidding award of the contract, the Purchaser may amend the Bidding
Document Document by issuing addenda.
8.2 The Purchaser, at its discretion for any reason whether at its own
initiative or in response to a clarification requested by a bidder may
add, modify or remove any element of the Goods (including
hardware, software, networking, etc) or any component of Related
Service entirely or any part thereof from the bid document till the
time of award of contract. All bidders will be notified of any such
change.
8.3 In order to provide prospective Bidders reasonable time in which to
take the amendment into account in preparing their bids, the
Purchaser may, at its discretion, extend the last date for the receipt of
Bids.
8.4 Any addendum issued shall be part of the Bidding Document and
shall be communicated in writing to all who have obtained the
Bidding Document directly from the Purchaser.
8.5 To give prospective Bidders reasonable time in which to take an
addendum into account in preparing their Bids, the Purchaser may, at
its discretion, extend the deadline for the submission of the Bids,
pursuant to ITB Sub-Clause 23.2.
C. Preparation of Bids
9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation and
submission of its Bid, and the Purchaser shall not be responsible or
liable for those costs, regardless of the conduct or outcome of the
bidding process.
10. Language of Bid 10.1 The Bid, as well as all correspondence and documents relating to the
Bid exchanged by the Bidder and the Purchaser, shall be written in
the English. Supporting documents and printed literature that are part
of the Bid may be in another language provided they are accompanied
by an accurate translation of the relevant passages in English, in
which case, for purposes of interpretation of the Bid, such translation
shall govern.
11. Documents 11.1 The Bid shall comprise two envelopes submitted simultaneously, one
Comprising the containing the Technical Proposal (submitted on line & in hard
Bid copies) and the Price Proposal which is submitted only on-line in
tenderwizard platform.
11.2 Initially, only the Technical Proposals opened at the address, date and
time specified in ITB Sub-Clause 26.1. The Price Proposals which are
submitted only on-line in tenderwizard platform remain unopened in
tenderwizard platform until the date which is decided by the
purchaser. The Technical Proposals shall be evaluated by the
Purchaser as per Evaluation Methodology mentioned in Appendix-D.
No amendments or changes to the Technical Proposals are permitted.
Bids with Technical Proposals which do not conform to the
mandatory requirements (as specified in Appendix-A) will be termed
as non-responsive and will not be evaluated further.
11.3 Price Proposals of technically responsive Bids shall be opened in
public at the date and time to be advised by the Purchaser. The Price
(b) The Purchaser will provide Central sales tax Form C, whenever
applicable.
(c) The Bidder will provide Tax rates assumed for the calculation at
the time of proposal for each item in notes to respective table in
Appendix C3.
(d) Please refer to GCC Clause [12.2] and the SCC for Price
adjustments due to change in Tax rates (including local taxes),
duties, levies, cess, charges etc.
13. Alternative Bids 13.1 Alternative (alternate technology/architecture/design/functionality or
proposals with multiple options) bids shall be rejected.
14. Bid Prices and 14.1 The prices quoted by the Bidder in the Price Proposal Submission
Discounts Sheet and in the Price Proposal shall conform to the requirements
specified below.
14.2 All items in the Appendix C3 must be listed and priced separately in
the Price Schedules. If an item listed in Price Schedule is not priced,
their prices shall be assumed to be included by the bidder in the prices
of other items.
14.3 If an item is not listed in the Price Schedule, it shall be assumed not to
be included in the Bid. In such event, if the bid is otherwise
substantially responsive, Bid Price shall be adjusted during evaluation
of Price Proposals, for comparison purposes only, to reflect the price
of the missing or non-conforming item or component. The price of the
missing or non-conforming item or component for this purpose shall
be the highest of the prices quoted by the other bidders for such
missing item or component.
14.4 The terms EXW, CIF, CIP, and other similar terms shall be governed
by the rules prescribed in the current edition of Incoterms, published
by The International Chamber of Commerce, at the date of the
Invitation for Bids or as specified in the BDS.
14.5 Prices quoted by the Bidder must be firm and final and shall remain
constant throughout the period of the contract and shall not be subject
to any upward modifications, except as specified in the GCC Clause
14.2
14.6 The bidders are advised not to indicate any separate discount.
Discount, if any, should be merged with the quoted prices. Discount
of any type, indicated separately, will not be taken into account for
evaluation purpose. However, in the event of such an offer, without
considering the separate discount, is found to be the lowest, the
Purchaser shall avail such discount at the time of award of contract.
15. Currencies of 15.1 Bidders may express their bid price in Indian Rupees only.
Bid
16. Documents 16.1 To establish their eligibility in accordance with ITB Clause 4, Bidders
Establishing the shall:
Eligibility of the
(a) complete the eligibility declarations in the Bid Submission Sheet,
Bidder
included in Section V, Bidding Forms
17. Documents 17.1 To establish the conformity of the Goods and Related Services to the
Establishing the Bidding Document, the Bidder shall furnish as part of its Technical
21.2 The original and copy of the Bid shall be typed or written in indelible
ink and shall be signed by a person duly authorized to sign on behalf
of the Bidder. This authorization shall consist of a written
confirmation as specified in the BDS and shall be attached to the Bid.
The name and position held by each person signing the authorization
must be typed or printed below the signature. All pages of the Bid,
except for un-amended printed literature, shall be signed or initialled
by the person signing the Bid. Response Formats duly filled along
with supporting documents shall be page numbered and stitched,
book bound as one volume. Each page of the bid (along with the
supporting documents including CVs) should be signed by the
authorised signatory. Spiral/Spico bound documents with end sealed
may also be accepted. The documents submitted in any other way is
liable to be rejected.
21.3 Any interlineations, erasures, or overwriting shall be valid only if they
are signed or initialled by the person signing the Bid.
D. Submission and Opening of Bids
22. Sealing and 22.1 The Bidder shall enclose the original of the Technical Proposal, the
Marking of Bids original of the Price Proposal, and copy of the Technical Proposal and
copy of the Price Proposal, , in separate sealed envelopes, duly
marking the envelopes as ORIGINAL - TECHNICAL PROPOSAL,
ORIGINAL - PRICE PROPOSAL and COPY NO -
TECHNICAL PROPOSAL and COPY NO. - PRICE
PROPOSAL, as appropriate. These envelopes containing the
original and the copy shall then be enclosed in one single envelope.
Price Proposal is submitted only on-line in tenderwizard platform and
no hard copy shall be submitted. If the procedure mentioned under
clause 22.1 is deviated the bids shall be treated as non-responsive.
22.2 The inner and outer envelopes shall:
(a) bear the name and address of the Bidder;
(b) be addressed to the Purchaser in accordance with ITB Sub-
Clause 23.1; and
(c) bear the specific identification of this bidding process
indicated in the BDS.
22.3 The outer envelopes and the inner envelopes containing the Technical
Proposals shall bear a warning not to open before the time and date
for the opening of Technical Proposals, in accordance with ITB Sub-
Clause 26.1.
22.4 The Price Proposals shall remain unopened in tenderwizard platform
only until the date advised by the Purchaser in accordance with ITB
Sub-Clause 26.2.
22.5 If all envelopes are not sealed and marked as required, the Purchaser
will assume no responsibility for the misplacement or premature
opening and resultant disqualification of the bid.
23. Deadline for 23.1 Bids must be received by the Purchaser no later than the date and
Submission of time, and at the address indicated in the BDS.
Bids
23.2 The Purchaser may, at its discretion, extend the deadline for the
submission of Bids by amending the Bidding Document in
accordance with ITB Clause 8, in which case all rights and
obligations of the Purchaser and Bidders previously subject to the
deadline shall thereafter be subject to the deadline as extended.
24. Late Bids 24.1 The Purchaser shall not consider any Bid that arrives after the
deadline for submission of Bids, in accordance with ITB Clause 23.
Any Bid received by the Purchaser after the deadline for submission
of Bids shall be declared late, rejected, and returned unopened to the
Bidder.
25. Withdrawal, 25.1 A Bidder may withdraw, substitute, or modify its Bid after it has been
Substitution, submitted by sending a written Notice, duly signed by an authorized
and representative, and shall include a copy of the authorization in
Modification of accordance with ITB Sub-Clause 21.2. The corresponding
Bids substitution or modification of the bid must accompany the respective
written notice. All Notices must be:
(a) submitted in accordance with ITB Clauses 21 and 22 (except
that Withdrawal Notices do not require copies), and in
addition, the respective inner and outer envelopes shall be
clearly marked Withdrawal, Substitution, Modification;
and
(b) Received by the Purchaser prior to the deadline prescribed for
submission of bids, in accordance with ITB Clause 23.
25.2 Bids requested to be withdrawn in accordance with ITB Sub-Clause
25.1 shall be returned unopened to the Bidders.
25.3 No Bid shall be withdrawn, substituted, or modified in the interval
between the deadline for submission of bids and the expiration of the
period of bid validity specified in ITB Clause 19.1 or any extension
thereof.
26. Bid Opening 26.1 The Purchaser shall conduct the opening of Technical Proposals in the
presence of Bidders representatives who choose to attend, at the
address, date and time specified in the BDS.
26.2 The Price Proposals which are submitted only on-line in tenderwizard
platform remain unopened in tenderwizard platform until the date
which is decided by the purchaser The Purchaser shall advise the
responsive bidders in writing about the date, time, and location of the
opening of Price Proposals.
26.3 First, envelopes marked WITHDRAWAL shall be opened, read out,
and recorded, and the envelope containing the corresponding Bid
shall not be opened, but returned to the Bidder. No Bid shall be
withdrawn unless the corresponding Withdrawal Notice contains a
valid authorization to request the withdrawal and is read out and
recorded at bid opening.
26.4 Next, outer envelopes marked SUBSTITUTION shall be opened.
The inner envelopes containing the Substitution Technical Proposal
and/or Substitution Price Proposal shall be exchanged for the
corresponding envelopes being substituted, which are to be returned
to the Bidder unopened. Only the Substitution Technical Proposal, if
any, shall be opened, read out, and recorded. Substitution Price
27. Confidentiality 27.1 Information relating to the examination, evaluation, comparison and
recommendation of contract award, shall not be disclosed to Bidders
or any other persons not officially concerned with such process.
27.2 Any attempt by a Bidder to influence the Purchaser in the
examination, evaluation, comparison, and post qualification of the
Bids or Contract award decisions may result in the rejection of its
Bid.
27.3 Notwithstanding ITB Sub-Clause 27.2, from the time of opening the
Technical Proposals to the time of Contract award, if any Bidder
wishes to contact the Purchaser on any matter related to the bidding
process, it should do so in writing. If the bidder or any of his sub-
contractors/consortium members meet the Purchasers personnel, it
will be considered as coercive practices, and may result in rejection
of the bid.
28. Clarification of 28.1 To assist in the examination, evaluation, comparison and post-
Bids qualification of the Bids, the Purchaser may, at its discretion, ask any
Bidder for a clarification of its Bid. Any clarification submitted by a
Bidder that is not in response to a request by the Purchaser shall not
be considered. The Purchasers request for clarification and the
response shall be in writing. No change in the prices or substance of
the Bid shall be sought, offered, or permitted, except to confirm the
correction of arithmetic errors discovered by the Purchaser in the
evaluation of the Price Proposals, in accordance with ITB Clause 30.
29. Responsiveness 29.1 The Purchasers determination of the responsiveness of a Technical
of Technical Proposal is to be based on the contents of the Technical Proposal
Proposal itself.
29.2 A responsive Technical Proposal is one that conforms to all the
mandatory requirements, terms, conditions, and specifications of the
Bidding Document without material deviation, reservation, or
(b) Price Schedules, in accordance with ITB Clauses 12, 14, and
15.
32. Examination of 32.1 The Purchaser shall examine the Bids to confirm that all terms and
Terms and conditions specified in the GCC and the SCC have been accepted by
Conditions; the Bidder without any material deviation or reservation.
Technical
Evaluation
32.2 The Purchaser shall evaluate the technical aspects of the Bid
submitted in accordance with ITB Clause 18, to confirm that all
requirements specified in the Scope of Work at Section VI, of the
Bidding Document have been met without any material deviation or
reservation.
32.3 If, after the examination of the terms and conditions and the technical
evaluation, the Purchaser determines that the Technical Proposal is
not responsive in accordance with ITB Clause 29, it shall reject the
Bid.
36. Post- 36.1 The Purchaser shall determine to its satisfaction during the evaluation
qualification of of Technical Proposals whether Bidders are qualified to perform the
the Bidder Contract satisfactorily.
37. Purchasers 37.1 The Purchaser reserves the right to accept or reject any Bid, and to
Right to Accept annul the bidding process and reject all Bids at any time prior to
Any Bid, and to Contract award, without thereby incurring any liability to the Bidders.
Reject Any or
All Bids
F. Award of Contract
38. Award Criteria 38.1 The Purchaser shall award the Contract to the Bidder whose offer has
been awarded the maximum score and is responsive to the Bidding
Document, provided that such Bidder continues to remain empanelled
as per the list (along with any updation/modifications from time to
time) released by the Nodal Agency.
41.3 The successful Bidder shall provide an undertaking that the key staff
identified for the project (as submitted in its bid proposal) shall be
available for the respective proposed work requirement, anytime
during the duration of the project, till its successful completion. The
same is intended to be published by the Nodal Agency on their
website for the information of other utilities who intend to appoint
SIA, for avoiding any duplicacy in resource deployment
42. Performance 42.1 Within fourteen (14) days of the receipt of notification of award from
Security the Purchaser, the successful Bidder shall furnish the Performance
Security in accordance with the GCC, using for that purpose the
Performance Security Form included in Section IX, Contract Forms.
42.2 Failure of the successful Bidder to submit the above-mentioned
Performance Security or sign the Contract shall constitute sufficient
grounds for the annulment of the award and forfeiture of the Bid
Security. In that event the Purchaser may award the Contract to the
next successful Bidder whose offer is responsive and is determined by
the Purchaser to be qualified to perform the Contract satisfactorily.
43. Local It will be imperative on each bidder to fully inform himself of all local
Conditions conditions and factors which may have any effect on the execution of
the works covered under these documents and specifications. The
purchaser shall not entertain any request for clarifications from the
bidders, regarding such local conditions. It must be understood and
agreed that such factors have properly been investigated and
considered while submitting the proposals. No claim for financial
adjustment to the contract awarded under these specifications and
documents will be entertained by the purchaser. Neither any change in
the time schedule of the contract nor any financial adjustments arising
thereof shall be permitted by the purchaser, which are based on the
lack of such clear information or its effect on cost of the works to the
bidder.
G. Interpretation
44. Interpretation of 44.1 This Bid Document, inclusive of the MTS document, Schedules,
the MTS and the annexure(s), the statements, exhibits and sections, if any, comprises
RFP document the whole and complete Document
44.2 This RFP document should be read in consonance with the MTS
document. In the RFP document references to the MTS have been
provided. In case there is no reference relating to a particular
clause(s) of the MTS, it should be deemed as the said reference has
been provided. The bidder is required to read both the documents and
would be deemed to be in knowledge of the provisions of both the
MTS and the RFP document. No claim of any nature whatsoever shall
be entertained in this regard.
44.3 In case of any conflict with any provision relating to the MTS
document and the RFP document, the provisions of the RFP
document shall prevail for all intents and purposes
A. Introduction
ITB 1.1 The name of the ICB is: SCADA/DMS Implementation for R-APDRP works during
XI Plan in UPCL for implementation of SCADA/DMS System in the State Electricity
Distribution UPCL
The identification number of the ICB is: : 03/RAPDRP-A/2013-14/DDN/UPCL
dated 10-10-2013
B. Bidding Document
ITB 7.1 For clarification purposes only, the Purchasers address is:
SE, R-APDRP(Part-A)
Uttarakhand Power Corporation Ltd,
Urja Bhawan, Kanwali Road, Dehradun(UK)-248001
Email: jmsrauthan@rediffmail.com
ITB 7.2 Details of Pre-Bid conference: Conference Room, North Block, Urja Bhawan,
Dehradun, Uttarakhand
Date: 30.10.2013
Time: 11:00 Hrs
C. Preparation of Bids
ITB 11.5 (g) The Bidder shall submit with its Technical Proposal the following additional
documents:
Refer to Appendix C2
ITB 11.6 (b) The Bidder shall submit with its Price Proposal the following additional
documents:
Refer to Appendix C3
ITB 14.5 The prices quoted by the Bidder shall be: Firm (subject to Section VII GCC
14.2)
ITB 15.1 Bidders may express their bid price in INR. Wherever reference to Rupees or
Rs as currency has been made, the same should be taken as Indian Rupees.
ITB 19.1 The bid validity period shall be 150 days after the bid submission deadline date
prescribed by the Purchaser.
ITB 20.1 The Bid Security shall be required and the amount required to be furnished in
Indian Rupee is indicated hereunder
Bid Identification No: : 03/RAPDRP-A/2013-14/DDN/UPCL dated 10-10-
2013
Particular: 100% bank guarantee
Bid Security (INR): 51, 00, 000/-
ITB 21.1 In addition to the original of the Bid, the number of Hard copies is: ONE only
In addition to the original online bid, One copy shall be submitted in Soft in CD
as per the format mentioned in Clause C1.3 Submission of Proposal.
ITB 21.2 The written confirmation of Authorization to sign on behalf of the Bidder shall
consist of:
Notarized Power of Attorney: - If the bidder is from a country where this practice
is not used then a similar legal instrument of authorization as applicable under the
home country laws of bidder must be provided.
Bid Identification
No Particulars
The bid identification No. shall be mentioned by the Bidder prominently on the
ITB 23.1 For bid submission purposes only, the Purchasers address is :
SE, R-APDRP(Part-A)
Uttarakhand Power Corporation Limited,
Urja Bhawan, Kanwali road, Dehradun(UK)-248001
Email: jmsrauthan@rediffmail.com
ITB 34 The currency that shall be used for bid evaluation and comparison purposes to
convert all bid prices expressed in various currencies into a single currency is:
Indian Rupees.
F. Award of Contract
ITB 39.1 The percentage by which number of towns may be increased is: 30 percent of
the total number of towns
The percentage by which number of towns may be decreased is: 30 percent of the
total number of towns
ITB 42.1 If the successful bidder fails to furnish the required Performance Security within
14 days of the receipt of notification of award, the Purchaser reserves the right to
terminate the award by forfeiting Bid Security without any notice.
ITB 42.2 If the successful bidder fails to sign the Contract Agreement within 14 days from
the date the successful bidders receipt of the Contract Agreement, the Purchaser
reserves the right to terminate the award by forfeiting Bid Security without any
notice.
Only those bidders which have been empanelled by the Nodal Agency shall be eligible for bidding.
The qualifying requirements for the SIA have been provided as reference.
The Bidder can be a Sole Bidder or a Consortium (of not more than two members) who shall meet
the following:
Financial
i. The bidder should have cumulative turnover of at least Rs.90 crore (or USD 20 Million)
for the last three audited financial years.
(Proof: Annual Audited Financial Statements for FY 09-10, FY10-11, & FY11-12 shall be
submitted.)
ii. The bidder should have a net worth not less than paid-up equity, in each of the last three
audited financial years.
(Proof: Annual Audited Financial Statements for FY 09-10, FY10-11, & FY11-12 shall be
submitted.)
Technical
iii. The following qualifying requirement must be met by the sole bidder OR a member
of the consortium (in case the bidder is a consortium):
The bidder shall provide evidence of previous experience in the design, engineering,
supply, installation, testing and commissioning of at least one SCADA & DMS
(Supervisory Control and Data Acquisition System & Distribution Management System)
Project for Power Distribution Systems (11KV or above) in the last seven (7) years from
the date of bid submission meeting the following:
a. The above project(s) should consist of at least 20 RTUs/Data Concentrator (DC)/ Bay
controller Unit (BCU). The SCADA & DMS System should have atleast the following
functions either in a single or combination of above projects:
1. SCADA Software supporting alarm, tagging, trending, SOE, real time data
acquisition & calculations
2. DMS software supporting at least two functions out of load flow, loss
minimization via feeder reconfiguration, FMSR (Fault Management and System
Restoration)
3. Software functional redundancy for SCADA and DMS functions
b. At least one of the above projects should be in successful operation for atleast one
year as on the date of opening of the bid
(Proof: Experience certificates and/or Acceptance reports and Work Order and/or LoA
from the owners/client for completion of work done, in support of the qualifying
requirements, clearly establishing the start and end date of the project, scope of work
and worth of project, on client letterhead.
Signatory of bidder. The owner/client contact details shall be provided against each
project experience proof being submitted.
The proof documents available in any language other than English shall be translated to
English and authenticated by Authorized Signatory of bidder for submission. In such
cases, the original language copies shall also be submitted alongwith the translated proof
documents)
iv. The following qualifying requirement must be met by a member of the consortium,
only in case the bidder is a consortium:
a. The bidder has installed, tested & commissioned atleast 20 RTUs & SCADA System
consisting of:
1. Real time data acquisition
2. Sequence of event recording & trending
3. Data storage & retrieval
4. IEC-870-5 protocol/DNP3.0/MODBUS as a prime contractor or as sub contractor
for a Power Generation /Transmission/Distribution System of 11 kV or above
which must be in successful operation as on date of opening of the bid
OR
The bidder has installed, tested & commissioned the Data Acquisition and Control
System Consisting of:
1. Real time data acquisition of atleast 3,000 analogue and digital input points
2. Sequence of event recording
3. Data storage & retrieval
4. IEC-870-5/DNP3.0/MODBUS protocol in Power Sector
(Generation/Transmission/Distribution) which must be in successful operation as
on date of opening of the bid
b. The bidder submits a legally enforceable Memorandum of Understanding executed
between the consortium partners, who meet the qualifying requirements mentioned in
iii and iv a. above, as per the format enclosed with the bidding documents
v. The Bidder should have atleast 15 personnel on its rolls with a minimum experience of 5
years. Out of which, none of the consortium partner shall have less than 5 personnel each
on its rolls. However, consortium shall have minimum 15 relevant CVs. The experience of
personnel shall be as per QR experience mentioned in Section IV.
Date:
ICB No.:
Alternative No.:
To: _______________________________________________________________________
(a) We have examined and have no reservations to the Bidding Document, including Addenda No.
(if Any):
(b) We offer to supply in conformity with the Bidding Document and in accordance with the
delivery schedule, the following Goods and Related Services:
(c) Our Bid shall be valid for a minimum period of 150 days from the date fixed for the bid
submission deadline in accordance with the Bidding Document, and it shall remain binding
upon us and may be accepted at any time before the expiration of that period;
(d) If our Bid is accepted, we commit to obtain a Performance Security in the amount of 10 percent
of the Contract Price for the due performance of the Contract;
(e) We are not participating, as Bidders, in more than one Bid in this bidding process in accordance
with the Bidding Document;
(f) Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers for any part of
the Contract, has not been declared ineligible by the UPCL;
(g) We understand that this Bid, together with your written acceptance thereof included in your
notification of award, shall constitute a binding contract between us, until a formal Contract is
prepared and executed.
(h) We understand that you are not bound to accept the best evaluated bid or any other bid that you
may receive.
(i) We declare, that we have our office in India with the details as mentioned below:-
Address: ______________________________
Name
In the capacity of
Signed
Date
Important Note: The above Form F:2 Price Proposal Submission Sheet is included in
Appendix C3 Price Proposal( Excel file on tenderwizard platform) and should be duly filled
& uploaded online only.
Caution: Hard copy and Soft copy (including online upload ) of Form F:2 Deleted:
not to be submitted along with technical proposal.
Date:
ICB No.:
Alternative No.:
To: _______________________________________________________________________
(a) W
e have examined and have no reservations to the Bidding Document, including Addenda No.
(if any):
(b) W
e offer to supply in conformity with the Bidding Document and in accordance with the
delivery schedule, the following Goods and Related Services:
(c) T
he total price of our Bid is:
1 Software component
2 Hardware component
3 Spares
4 Test Equipments
5 Project Management
6 Bandwidth Charges
7 FMS Charges
Total
(d) The following commissions, gratuities, or fees have been paid or are to be paid with respect
to the bidding process or execution of the Contract:
Name
In the capacity of
Signed
Date
Indicative Draft to be customized by the Utilities on case to case basis. Place marked * may be
specifically be filled/verified before finalizing the drafts by the utilities.
To be obtained on the requisite value of Stamp paper depending upon the place of execution
BANK GUARANTEE
This Guarantee made on this __________ day of __________ 2013 between __________ Bank
Limited, a Company incorporated in __________ having its registered office at __________ and one
of its branch office at __________ Mumbai __________ hereinafter called the "Bank" which
expression shall unless repugnant to the context or contrary to the meaning thereof shall include its
successors and assigns) of the One Part and ___________________________, a Company
incorporated in India under the Companies Act, 1956 and having its registered office at
________________________(hereinafter called " Purchaser" which expression shall include its
successors) of the Other Part.
WHEREAS
1. _________________(here after called The bidder The Bidder has submitted its Bid dated
___________ ICB No.___________ for supply of _________________ herein after called
the Bid.
2. As per the Bidding Documents the bidder has to provide Bid security by way of a Bank
Guarantee from a Scheduled Bank as notified by Reserve Bank of India (RBI) for an amount
of Rs 51,00,000/-_(the Guaranteed Amount) for the following obligations in favour of
the Purchaser :-
a) *If the Bidder withdraws its Bid during the period of bid validity specified by the Bidder
in the Bid Submission Sheet, except as provided in ITB Sub-Clause 19.2; or
b) *If the Bidder, having been notified of the acceptance of its Bid by the Purchaser, during
the period of bid validity, fails or refuses to:
(ii) Furnish the Performance Security, in accordance with the ITB Clause 42: or
(iii) Accept the correction of its Bid by the Purchaser, pursuant to ITB Clause 30.
3. The Bank has, at the request of Bidder, agreed to give in favour of _______a Guarantee for
payment of the Guaranteed Amount in a manner hereinafter appearing which the Purchase
has agreed to accept.
1. In pursuance of the said Bid and in consideration of the premises, the Bank hereby
unconditionally and irrevocably, and without any qualification whatsoever, agrees,
covenants, undertakes and guarantees, as primary obligator and not as surety merely, to make
payment to Purchaser on its first demand without whatsoever any claims, objection, protest
or demur and without any recourse to the Bidder, notwithstanding any intimation or direction
to the contrary or any objection, such sum or sums of money to the extent of and upto the
Guaranteed Amount up to and including 60 days after the bid validity period. Any such
demand placed on the Bank shall be conclusive as regards the Guaranteed Amount due and
payable by the Bank under this Guarantee.
2. This Guarantee is executed for a period of 120 days after the period of bid validity during
which period it is not revocable except with the previous written consent of Purchaser.
3. Purchaser may, without affecting Banks liabilities and obligations hereunder, grant time or
other indulgence to or compound with Bidder or enter into any agreement or agree to forbear
to enforce any of the terms and conditions of this Guarantee.
4. This Guarantee shall not be affected by any change in the constitution of Purchaser or Bidder
by merger, amalgamation or absorption with any other body or corporation or otherwise and
this Guarantee will be available to or enforceable by or against such body or corporation.
In order to give effect to this Guarantee, Purchase shall be entitled to act as if the Bank were the
principal debtor and the Bank hereby waives all and any of its rights of suretyship.
Any notice by way of request and demand or otherwise hereunder sent by telex, fax or personally
served, or by registered post addressed as aforesaid to the Bank in Mumbai, India shall be
presumed to have been duly received by the Bank as follows:
(ii) If by fax or telex on the second business day after the transmission.
(iii) If mailed, upon receipt, or on seventh day after deposit in the mail with postage
prepaid.
The Guarantee herein contained is not revocable by notice during its currency and shall remain in
full force until payment has been made to Purchase by Bank of the Guaranteed Amount payable
hereunder.
The liability of the Bank is irrevocable during the currency of this Bank Guarantee and is
restricted to the Guaranteed Amount viz. Rs. 51, 00, 000/- (Rupees Fifty One Lacs Only).
Unless demand or claim under this Guarantee is received by the Bank in writing within the
validity period of this Guarantee, all the rights of Purchase against the Bank shall be forfeited and
the Bank shall be relieved and discharged of all liabilities hereunder.
These Presents shall be governed by and construed in accordance with the Indian Law, and the
courts in ________alone shall have exclusive jurisdiction in relation hereto.
The Bank hereby declares that it has power to issue this Guarantee and the undersigned have the
full power to approve execution, delivery and the performance of the Guarantee.
For _____________________
Authorized Signatories
Whereas
1. The Supplier has entered in to an agreement with the purchaser (Contract No.
_______ Dated___________ for supply of _________________ herein after called
the Contract.
2. Whereas, in accordance with the terms of the said Contract, the Purchaser has
agreed to pay or cause to be paid to the Supplier an Advance Payment in the
amount of [ insert: amount in numbers and words, for each currency of the
Advance Payment ] due to the Supplier as per the terms of the Contract the
Supplier has to provide a Bank Guarantee from a *Nationalized Bank for an amount
of Rs____________*(the Guaranteed Amount) for the due performance of the
Suppliers Obligations in accordance with the Contract in favour of the Purchaser. A
copy of the Contract is enclosed with this Bank Guarantee.
3. The Bank has, at the request of Supplier, agreed to give in favour of the
Purchaser a Guarantee for payment of the Guaranteed Amount in a manner
hereinafter appearing which the Purchase has agreed to accept.
5. Any such demand placed on the Bank shall be conclusive as regards the
Guaranteed Amount due and payable by the Bank under this Guarantee.
6. This Guarantee is executed up to and including up to and including the date upon
which the Supplier has fully repaid the amount so advanced to the Purchaser in
accordance with the terms of the Contract and completion of successful site
acceptance test during which period it is not revocable except with the previous
written consent of Purchaser.
The liability of the Bank is irrevocable during the currency of this Bank Guarantee
and is restricted to the Guaranteed Amount viz. Rs ____________ (Rupees
________________Only). Unless demand or claim under this Guarantee is received
by the Bank in writing within the validity period of this Guarantee, all the rights of
Purchase against the Bank shall be forfeited and the Bank shall be relieved and
discharged of all liabilities hereunder. These Presents shall be governed by and
construed in accordance with the Indian Law, and the courts in ________alone shall
have exclusive jurisdiction in relation hereto. The Bank hereby declares that it has
power to issue this Guarantee and the undersigned have the full power to approve
execution, delivery and the performance of the Guarantee.
Date:
ICB No.:
Invitation for Bid No.:
Alternative No.:
To:
We hereby extend our full guarantee and warranty in accordance with Clause 26 of the General
Conditions of Contract, with respect to the Goods offered by the above firm in reply to this Invitation
for Bids.
Name
In the capacity of:
Signed
Duly authorized to sign the Authorization for and on behalf of
Date
Signature: _________________
Address: _______________________
I hereby declare that that <Name of Bidder> has Design,/Engineering/Testing facility in India as
on
Full Name:
Address:
Phone No:
E-mail Id:
I hereby declare that English translation provided for all the documents which are submitted
in.. language are accurate.
If any stage it is found that translation is inaccurate or fudged, firm is liable to be prosecuted.
Full Name:
Address:
Phone No:
E-mail Id:
The SIA in coordination with UPCL as per the requirement to be given in the detailed RFP shall
carry out field survey, design ,engineering, supply, installation, testing & commissioning of
SCADA/DMS software applications, Dispatcher Training Simulator (DTS) , hardware (including
PCs, Servers, Routers, Switches, VPS, RTU, FRTUs, Multi function Transducers (MFTs),
Communication equipment , Auxiliary power supply etc), software (including operating system,
databases, network management system etc.), network (LAN, WAN ), etc.
Integration with billing, Energy Audit, customer care system , GIS system, Energy Audit module
under R-APDRP & any other relevant legacy system in the identified project areas of the UPCL.
Facilities management services for maintaining infrastructure, post successful completion of
acceptance tests for a period of five years from the date of completion of acceptance test.
Major components that a SCADA /DMS implementation would include are given as under. However,
the final scope of work will be finalized by the utilities as per their requirements in the relevant RFP
document.
Main Control Centre for SCADA/DMS
DR Centre for SCADA/DMS
SCADA/Information Storage & Retrieval (ISR) Functions
DMS Functions
o Power Flow
o Network Connectivity Analysis
o Voltage VAR Control
o Fault Management and System Restoration (FMSR)
o Feeder Reconfiguration, Loss Minimisation, Load Balancing, etc
o Operation Monitor
o Outage Management
o Load Shed & Restoration
o State Estimator
SCADA/DMS system to supervise Distribution Network
SCADA/DMS/ Dispatcher training simulator (DTS)
RTUs at all Primary Sub-Stations & FRTUs at RMUs Sectionalizsers, etc.
Integration with FPIs
MFTs at Feeder, RMUs
Communication
o WAN network connecting all S/S RTUs to Main & DR Centre
o 3G/CDMA/GPRS based communication, etc. for communicating with FRTUs/FPIs with SS-
RTUs to control center.
Protocols for communication
o IEC 60870-5-104 RTU, FRTUs, FPI to control centre
Conducting Factory Acceptance Test (FAT), Site Acceptance Test (SAT), Type test (as required), etc.
successfully, Go live, operational acceptance & handing over to customer.
systems and application software. The proposed deliverables should be state of the art in
architecture and engineering practices. In case of third party products/software packages, SIA
should furnish at least 5 years supporting plan from respective manufacturers.
Any item though not specifically mentioned, but is required to complete the project works in all
respects for its safe, reliable, efficient and trouble free operation shall also be taken to be
included, and the same shall be supplied and installed by the SIA without any extra cost unless it
is explicitly excluded.
6) Testing and Commissioning: The SIA shall be responsible for the testing processes such as
planning (includes preparing test plans and defining roles and their responsibilities), preparation
(consists of preparing test specification, test environment and test data) for all tests viz. Type
tests, FAT, SAT and successful commissioning
7) Geographical Scope: Refer Appendix-E
8) Integration Scope: SIA should ensure that legacy systems and the new solutions lined up by
them are tightly integrated and do not remain stand-alone and perform on real time basis as
envisaged in specifications. All required external systems shall be integrated using an integration
middleware layer. The scope of integration of external systems includes IT systems already
existing and functional in the UPCL, but outside the present scope of work. The integration is
expected to be on-line, real time or offline where appropriate and shall operate in an automated
fashion without manual intervention.
SIA shall make necessary provisions/software linkages in the proposed solution so that the
Billing and customer system or any other related system/module may be integrated seamlessly.
9) Training for Employees: The SIA shall organize training to the core Group of implementation
team of the UPCL as well as end user training. Representatives from the successful bidder,
Purchasers implementation project and change management teams will be involved throughout
in the development of training strategy, training material design and development, standards and
training delivery to ensure that change management issues are incorporated, and that training
strategies and materials are aligned to the requirements of the project and as business-specific as
possible.
10) Assist UPCL and SCADA/DMS Consultant for responding to queries to Nodal Agency: SIA
may be responsible for preparing responses to the queries raised by the Nodal Agency. Adequate
support will be provided by the utilities to the SIA
11) Progress Update: The SIA may also provide periodic status update reports highlighting critical
issues to the UPCL. Further, any information (progress report, etc.) as and when sought by the
Nodal Agency/Ministry of Power shall be furnished by the SIA
12) Other Services and Items: The scope also includes, but not limited to the following
services/items described herein and elsewhere in specification:
a. Project Management and Site Supervision: The bidder shall be responsible for the overall
management and supervision of works, including the implementation of risk management as
well as change management initiatives. He shall provide experienced, skilled,
knowledgeable and competent personnel for all phases of the project, so as to provide the
UPCL with a high quality system
b. Interface Coordination: The bidder shall identify all interface issues with UPCL and other
agencies if any, and shall be responsible for such interfacing, coordination and exchange of
all necessary information
c. Scope Change Management: UPCL to finalize the scope change management procedure
during development/Implementation stage
All Civil/Electrical repair work, arising due to any installation of hardware etc by SIA during
execution, shall be done by SIA without delay & at no cost to UPCL.
13) Specific Exclusions
Refer Section-I of the MTS
(1) Definitions The following words and expressions shall have the meanings hereby
assigned to them:
(q) The Site, shall mean all identified locations within the
State of <>, where the Supplier carries out any installation of
Goods or is required to provide any Related Services.
1. Contract 1.1 Subject to the order of precedence set forth in the Agreement, all
Documents documents forming the Contract (and all parts thereof) are intended to be
correlative, complementary, and mutually explanatory.
2. Corrupt 1.2 The Purchaser requires bidders, suppliers, and contractors to observe the
Practices highest standard of ethics during the execution of such contracts.
A. In case of any conflict with any provision relating to the MTS document
and the RFP document, the provisions of the RFP document shall
prevail for all intents and purposes
B. the clause headings are for convenient reference only and do not form
part of this Contract;
C. unless otherwise specified a reference to a clause number is a reference
to all of its sub-clauses;
D. unless otherwise specified a reference to a clause, sub-clause or section
is a reference to a clause, sub-clause or section of this Contract
including any amendments or modifications to the same from time to
time;
E. a word in the singular includes the plural and a word in the plural
includes the singular;
F. a word importing a gender includes any other gender;
G. a reference to a person includes a partnership and a body corporate;
H. a reference to legislation includes legislation repealing, replacing or
amending that legislation;
I. where a word or phrase is given a particular meaning it includes the
appropriate grammatical forms of that word or phrase which have
corresponding meanings
J. In the event of an inconsistency between the terms of this Contract and
the Bid document and the proposal, the terms of this contract hereof
shall prevail.
K. Whenever a material or article is specified or described by the name of
a particular brand, manufacturer or trade mark, the specific item shall be
understood as establishing type, function and quality desired. Products
of other manufacturers may also be considered, provided sufficient
information is furnished so as to enable the Purchaser to determine that
the products are equivalent to those named Incoterms. The meaning of
any trade term and the rights and obligations of parties thereunder shall
be as prescribed by Incoterms.
EXW, CIF, CIP, and other similar terms, shall be governed by the rules
prescribed in the current edition of Incoterms, published by the
International Chamber of Commerce at the date of the Invitation for
Bids or as specified in the SCC.
2.3 Amendment
2.4 Waiver
2.5 Severability
3. Language 3.1 The official language of the Contract is English. Contract as well as
all correspondence and documents relating to the Contract
exchanged by the Supplier and the Purchaser, shall be written in
English. Supporting documents and printed literature that are part of
the Contract may be in another language provided they are
accompanied by an accurate translation of the relevant passages in
English, in which case, for purposes of interpretation of the Contract,
the English translation shall govern.
3.2 The Supplier shall bear all costs of translation to English and all risks
of the accuracy of such translation. The Supplier shall be bound to
the English translation and what has been stated therein.
4. Consortium 4.1 If the Supplier is a consortium, the members of such consortium shall
be jointly and severally liable to the Purchaser for the fulfillment of
the provisions of the Contract. Only the Lead Member (as mentioned
at the Empanelment stage) shall have the authority to conduct all
businesses for and on behalf of the Consortium during the bidding
process and, in the event the Consortium is awarded the Contract,
during contract execution. The composition of the consortium cannot
be altered.
(a) Without prejudice to Clause 4.1 of this GCC, for the purposes
of fulfillment of its obligations as laid down under the
Contract where the Purchaser deems fit and unless the context
requires otherwise, Supplier shall refer to the Lead Member
who shall be the sole point of interface between the Purchaser
and the Consortium and would be absolutely accountable for
the performance of its own, the other members of Consortium
and/or its Teams functions as also the subcontractors.
5. Notices 5.1 All notices and other communications under this contract must be in
writing, and must either be mailed by registered mail with
acknowledgement due. Or hand delivered with proof of it having
been received.
5.3 All notices under this contract shall be sent to or delivered at the
address as specified by the parties in the SCC.
6. Governing Law 6.1 The Contract shall be governed by and interpreted in accordance with
the laws of the India. The High Court of Judicature at Nainital and
Courts subordinate to such High Courts shall have exclusive
jurisdiction in respect of any disputes relating to the tendering
process, award of Contract and execution of the Contract.
7. Settlement of 7.1 The Purchaser and the Supplier shall make every effort to resolve
Disputes amicably by direct informal negotiation any disagreement or dispute
arising between them under or in connection with the Contract.
8. Scope of Work 8.1 The Goods and Related Services to be supplied are specified in
Appendix-C3. At the time of awarding the contract, the Purchaser
shall specify any change in the Scope of Work. Such changes may
be due for instance, if the quantities of goods and related services are
increased or decreased at the time of award.
8.2 Unless otherwise stipulated in the Contract, the Scope of Work shall
include all such items not specifically mentioned in the Contract but
that can be reasonably inferred from the Contract as being required
for attaining Delivery and Completion of the Goods and Related
Services as if such items were expressly mentioned in the Contract.
9. Delivery 9.1 Subject to GCC Sub-Clause 32.1, the Delivery of the Goods and
Completion of the Related Services shall be in accordance with the
Implementation Schedule specified in the Appendix-K. The details
of shipping and other documents to be furnished by the Supplier are
specified in the SCC.
10. Suppliers 10.1 The Supplier shall supply all the Goods and Related Services included
Responsibilities in the Scope of Work and Appendix-C3 in accordance with GCC
Clause 8, and the Implementation Schedule, as per GCC Clause 9.
11. Purchasers 11.1 Whenever the supply of Goods and Related Services requires that the
Responsibilities Supplier obtain permits, approvals, and import and other licenses
from local public authorities, the Purchaser shall, if so required by
the Supplier, make its best effort to assist the Supplier in complying
with such requirements in a timely and expeditious manner.
11.2 The Purchaser shall bear all costs involved in the performance of its
responsibilities, in accordance with GCC Sub-Clause 14.1.
11.4 The CMDMD or any other person designated by the UPCL shall
approve all such documents within 15 working days.
11.6 Purchaser shall provide to the Supplier sitting space and infrastructure
and utilities, in the Purchasers offices at such location as may be
mutually decided by the Parties.
12. Contract Price 12.1 The Contract Price shall be as specified in the Agreement subject to
any additions and adjustments thereto, or deductions there from, as
may be made pursuant to the Contract as also subject to provisions
of Clause 14.2.
12.2 Prices charged by the Supplier for the Goods delivered and the
Related Services performed under the Contract shall not vary from
the prices quoted by the Supplier in its bid, with the exception of any
price adjustments authorized in the SCC.
13. Terms of 13.1 The Contract Price shall be paid in the manner specified in the SCC.
Payment No invoice for extra work/change order on account of change order
will be submitted by the Supplier unless the said extra work /change
order has been authorized/approved by the Purchaser in writing.
13.2 The Suppliers request for payment shall be made to the Purchaser in
writing, accompanied by invoices describing, as appropriate, the
Goods delivered and Related Services performed, accompanied by
the documents submitted pursuant to GCC Clause 9.
13.3 Payments shall be made promptly by the Purchaser, no later than forty
five (45) days after submission of an invoice or request for payment
by the Supplier, and the Purchaser has accepted it.
13.4 If any excess payment has been made by the Purchaser due to
difference in quoted price in proposal and Suppliers invoice, the
purchaser may without prejudice to its rights recover such amounts
by other means after notifying the Supplier or deduct such excess
payment from any payment subsequently falling due to the Supplier.
13.5 The currency in which payment shall be made to the supplier under
14. Taxes and Duties 14.1 The prices quoted by the supplier shall be inclusive of all
duties/taxes/levies. Responsibility for including all applicable
taxes/duties/levies in the proposal lie with the bidder and the UPCL
shall not be responsible for any error/omission on the part of the
bidder. Payment of taxes/duties/levies shall not be made separately.
14.2 For goods supplied from outside the Purchasers country, the Supplier
shall be entirely responsible for all taxes, duties, stamp duties,
license fees, and other such levies imposed outside the Purchasers
country.
14.3 For goods supplied from within the Purchasers country, the Supplier
shall be entirely responsible for all taxes, duties, entry tax, license
fees, other levies etc, incurred until delivery of the Goods and
Related service to the Purchaser. The Purchaser will provide Central
sales tax Form C, whenever applicable.
14.4 The cost of Entry Tax as applicable will be the liability of the
Supplier i.e. the price quoted will be inclusive of Entry Tax. The
amount of Entry Tax will be deducted from the Suppliers invoice
and remittance to tax dept. will be made by the Purchaser under the
TIN number of Purchaser. If any liability is raised by the commercial
tax department, Govt. of Uttarakhand on account of Entry Tax at a
later date, the same shall be to the Supplier's account and
accordingly recovery shall be made from the supplier's pending
bills/security deposit as available with the Purchaser.
15. Security 15.1 The Supplier shall, within fourteen (14) days of the notification of
Contract award, provide a Performance Security for the due
A Performance performance of the Contract in the amounts and currencies specified
security in the SCC.
15.2 The Purchaser shall at its sole discretion invoke the Performance Security
and appropriate the amount secured there under, in the event that the
Supplier commits any delay or default in Delivery of the Goods or
Related Services during the contract period (including FMS period) or
commits any other breach of the terms and conditions of the Contract.
15.3 The Performance Security shall be denominated in the currencies of
the Contract, and shall be in one of the forms for a period stipulated
by the Purchaser in the SCC.
15.4 The Performance Security shall be discharged by the Purchaser and
returned to the Supplier not later than fourteen (14) days following
the date of completion of the Suppliers performance obligations
under the Contract, including any warranty and FMS obligations,
unless specified otherwise in the SCC.
B Advance bank 15.5 Supplier shall provide a Bank Guarantee equal in amount and currency
to the advance payment, and valid until the Supplier has fully
16. Intellectual 16.1 Purchaser shall own and have a right in perpetuity to use all newly
Property created Intellectual Property Rights which have been developed
solely during execution of this Contract, including but not limited to
all Source code, Object code, records, reports, designs, application
configurations, data and written material, products, specifications,
reports, drawings and other documents which have been newly
created and developed by the Supplier solely during the performance
of Related Services and for the purposes of inter-alia use or sub-
license of such Services under this Contract. The Supplier
undertakes to disclose all such Intellectual Property Rights arising in
performance of the Related Services to the Purchaser and execute all
such agreements/documents and file all relevant applications, effect
transfers and obtain all permits and approvals that may be necessary
in this regard to effectively transfer and conserve the Intellectual
Property Rights of the Purchaser. To the extent that Intellectual
Property Rights are unable by law to so vest, the Supplier assigns
those Intellectual Property Rights to Purchaser on creation.
18. Subcontracting 18.1 The SCADA/DMS Implementation Agency shall not be permitted to
sub-contract its obligations under the Contract with the utilities.
However, scope of work related to auxiliary power supply and
communication (i.e. only in case of new infrastructure like FO/Radio
etc. is being set up by UPCL) may be subcontracted after seeking
prior approval of the UPCL.
19. Conflict of 19.1 The SCADA/DMS Implementation Agencies shall not engage, and
Interest shall cause their Personnel not to engage, either directly or indirectly,
in any business or professional activities which would conflict with
the activities assigned to them under this Contract.
19.2 The UPCL considers a conflict of interest to be a situation in which a
party has interests that could improperly influence that partys
performance of official duties or responsibilities, contractual
obligations, or compliance with applicable laws and regulations, and
that such conflict of interest may contribute to or constitute a
prohibited corrupt practice
19.3 SCADA/DMS Implementation Agency for a UPCL cannot
participate in the bidding process of SCADA/DMS Consultant or
TPIEA of the same UPCL.
19.4 If the SCADA/DMS Implementation Agency is found to be involved
in a conflict of interest situation with regard to the present
assignment, the UPCL may choose to terminate this contract as per
Clause 33 of GCC
20. Specifications 20.1 Technical Specifications and Drawings
and Standards (a) The Supplier shall ensure that the Goods and Related Services
comply with the technical specifications and other provisions of the
Contract.
(b) The Supplier shall be entitled to disclaim responsibility for any
design, data, drawing, specification or other document, or any
modification thereof provided or designed by or on behalf of the
Purchaser, by giving a notice of such disclaimer to the Purchaser.
(c) The Goods and Related Services supplied under this Contract shall
conform to the standards mentioned in Section VI, Scope of Work
and, when no applicable standard is mentioned, the standard shall be
equivalent or superior to the official standards whose application is
appropriate to the country of origin of the Goods.
20.2 Wherever references are made in the Contract to codes and standards
in accordance with which it shall be executed, the edition or the
revised version of such codes and standards shall be those specified
in the Section VI, Scope of Work. During Contract execution, any
changes in any such codes and standards shall be applied only after
approval by the Purchaser and shall be treated in accordance with
GCC Clause 31.
21. Packing and 21.1 The Supplier shall provide such packing of the Goods as is required
Documents to prevent their damage or deterioration during transit to their final
destination, as indicated in the Contract. During transit, the packing
shall be sufficient to withstand, without limitation, rough handling
and exposure to extreme temperatures, salt and precipitation, and
open storage. Packing case size and weights shall take into
23. Transportation 23.1 Obligations for transportation of the Goods shall be borne by the
Supplier and shall be in accordance with the Incoterms specified in
Sections VII
24. Inspections and 24.1 The Supplier shall at its own expense and at no cost to the Purchaser
Tests carry out all such tests and/or inspections of to ensure that the Goods
and Related Services are complying with the functional parameters,
codes and standards specified in the Scope of Work at Section VI, to
the satisfaction of the Purchaser.
24.2 The inspections and tests may be conducted on the premises of the
Supplier, at point of delivery, and/or at the final destination of the
Goods, or in another place in the Purchasers country as per the
requirement of Section VI. Subject to GCC Sub-Clause 24.3, if
conducted on the premises of the Supplier or its Subcontractor, all
reasonable facilities and assistance, including access to drawings and
production data, shall be furnished to the inspectors at no charge to
the Purchaser.
24.3 The Purchaser or its designated representative shall be entitled to
attend the tests and/or inspections referred to in GCC Sub-Clause
24.2, provided that the Purchaser bear all of its own costs and
expenses incurred in connection with such attendance including, but
not limited to, all traveling and board and lodging expenses.
24.4 Whenever the Supplier is ready to carry out any such test and
inspection, it shall give a reasonable advance notice, including the
place and time, to the Purchaser.
24.5 The Purchaser may require the Supplier to carry out any test and/or
inspection to verify that the characteristics and performance of the
Goods or Related Services comply with the technical specifications,
codes and standards under the Contract.
24.6 The Supplier shall provide the Purchaser with a report of the results
of any such test and/or inspection.
24.7 The Purchaser may reject any Goods / Related Services or any part
thereof that fail to pass any test and/or inspection or do not conform
to the specifications. The Supplier shall either rectify or replace
such rejected Goods/ Related Services or parts thereof or make
alterations necessary to meet the specifications at no cost to the
Purchaser, and shall repeat the test and/or inspection, at no cost to
the Purchaser, upon giving a notice pursuant to GCC Sub-Clause
24.4.
24.8 The Supplier agrees that neither the execution of a test and/or
inspection of the Goods / Related Services or any part thereof, nor
the attendance by the Purchaser or its representative, nor the issue of
any report pursuant to GCC Sub-Clause 24.6, shall release the
Supplier from any warranties or other obligations under the
Contract.
25. Liquidated 25.1 Except as provided under GCC Clause 30, if the Supplier fails to
Damages and deliver any or all of the Goods or perform the Related Services
Penalty within the period specified in the Contract, the Purchaser may
without prejudice to all its other remedies under the Contract, deduct
from the Contract Price, as liquidated damages, a sum equivalent to
0.5% of the value of the Goods or Related Services, supplied beyond
stipulated delivery schedule for each week or part thereof of delay
until actual delivery or performance, subject to a maximum of 10%
of value of such goods and services.
25.2 In addition, the Supplier is liable to the Purchaser for payment
penalty as specified in the SLA.
25.3 If the Goods and Related Services supplied do not meet the
minimum specifications as per the Contract, and the same is not
replaced/modified by the Supplier to meet the requirements within
14 days of being informed by the UPCL, the UPCL shall be free to
impose any penalty as deemed fit. In addition, the UPCL shall
reserve the right to terminate the contract and recover liquidated
damages by forfeiting the performance guarantee submitted by the
Purchaser.
26. Warranty 26.1 The Supplier warrants that all the Goods are new, unused, and of the
most recent or current models, and that they incorporate all recent
improvements in design and materials, unless provided otherwise in
the Contract.
26.2 Subject to GCC Sub-Clause 20.1, the Supplier further warrants that
the Goods shall be free from defects arising from any act or omission
of the Supplier or arising from design, materials, and workmanship,
under normal use in the conditions prevailing in the country of final
destination.
26.3 The warranty shall remain valid for the period Specified in the SCC.
26.4 The Purchaser shall give Notice to the Supplier stating the nature of
any such defects together with all available evidence thereof,
promptly following the discovery thereof. The Purchaser shall afford
all reasonable opportunity for the Supplier to inspect such defects.
26.5 Upon receipt of such Notice, the Supplier shall, within the period
specified in the SCC, expeditiously repair or replace the defective
Goods or parts thereof, at no cost to the Purchaser.
26.6 If having been notified, the Supplier fails to remedy the defect within
the period of warranty specified in the SCC; the Purchaser may
proceed to take within a reasonable period such remedial action as
27. Liability/ 27.1 The Supplier hereby agrees to indemnify the Purchaser, for all
Indemnity conditions and situations mentioned in this clause, in a form and
manner acceptable to the Purchaser. The supplier agrees to
indemnify the Purchaser and its officers, servants, agents
(Purchaser Indemnified Persons) from and against any costs,
loss, damages, expense, claims including those from third parties or
liabilities of any kind howsoever suffered, arising or incurred inter
alia during and after the Contract period out of:
27.2 The Supplier shall also indemnify the Purchaser against any
privilege, claim or assertion made by third party with respect to
right or interest in, ownership, mortgage or disposal of any asset,
property, movable or immovable as mentioned in any Intellectual
Property Rights, licenses and permits
27.3 Without limiting the generality of the provisions of this clause 27.1
and 27.2, the Supplier shall fully indemnify, hold harmless and
defend the Purchaser Indemnified Persons from and against any and
all suits, proceedings, actions, claims, demands, liabilities and
damages which the Purchaser Indemnified Persons may hereafter
suffer, or pay by reason of any demands, claims, suits or proceedings
arising out of claims of infringement of any domestic or foreign
patent rights, copyrights or other intellectual property, proprietary or
confidentiality rights with respect to any Goods, Related Services,
information, design or process supplied or used by the Supplier in
performing the Suppliers obligations or in any way incorporated in
or related to the Project. If in any such suit, action, claim or
proceedings, a temporary restraint order or preliminary injunction is
granted, the Supplier shall make every reasonable effort, by giving a
satisfactory bond or otherwise, to secure the suspension of the
injunction or restraint order. If, in any such suit, action, claim or
proceedings, the Goods or Related Services, or any part thereof or
comprised therein, is held to constitute an infringement and its use is
permanently enjoined, the Supplier shall promptly make every
reasonable effort to secure for the Purchaser a license, at no cost to
the Purchaser, authorizing continued use of the infringing work. If
the Supplier is unable to secure such license within a reasonable
time, the Supplier shall, at its own expense, and without impairing
Survival on Termination
29. Change in Laws 29.1 Unless otherwise specified in the Contract, if after the date of the
and Regulations Invitation for Bids, any law, regulation, ordinance, order or bylaw
having the force of law is enacted, promulgated, abrogated, or
changed in the place of the Purchasers country where the Site is
located (which shall be deemed to include any change in
interpretation or application by the competent authorities) that
subsequently affects the Delivery Date, then such Delivery Date
30. Force Majeure 30.1 The Supplier shall not be liable for forfeiture of its Performance
Security, liquidated damages, or termination for default if and to the
extent that its delay in performance or other failure to perform its
obligations under the Contract is the result of an event of Force
Majeure.
30.3 If a Force Majeure situation arises, the Supplier shall promptly and
no later than seven days from the first occurrence thereof, notify the
Purchaser in writing of such condition and the cause thereof. Unless
otherwise directed by the Purchaser in writing, the Supplier shall
continue to perform its obligations under the Contract as far as is
reasonably practical, and shall seek all reasonable alternative means
for performance not prevented by the Force Majeure event
31. Change Orders 31.1 The Purchaser may at any time order the Supplier through Notice in
and Contract accordance GCC Clause 5, (Change Order) to make changes
Amendments within the general scope of the Contract in any one or more of the
following:
31.2 If any such Change Order causes an increase or decrease in the cost
of, or the time required for, the Suppliers performance of any
provisions under the Contract, an equitable adjustment shall be made
in the Contract Price or in the Delivery and Completion Schedule, or
32. Extensions of 32.1 If at any time during performance of the Contract, the Supplier or its
Time Subcontractors should encounter conditions impeding timely
delivery of the Goods or completion of Related Services pursuant to
GCC Clause 10, the Supplier shall promptly notify the Purchaser in
writing of the delay, its likely duration, and its cause. As soon as
practicable after receipt of the Suppliers notice, the Purchaser shall
evaluate the situation and may at its discretion extend the Suppliers
time for performance, in which case the extension shall be ratified
by the parties by amendment of the Contract.
32.2 Except in case of Force Majeure, as provided under GCC Clause 30
or where the delay in delivery of the Goods or completion of Related
Services is caused due to any delay or default of the Purchaser, any
extension granted under clause 32.1 shall not absolve the Supplier
from its liability to the pay of liquidated damages pursuant to GCC
Clause 25.
(b) The Goods that are complete and ready for shipment within
twenty-eight (28) days after the Suppliers receipt of the
Notice of termination shall be accepted by the Purchaser at
the Contract terms and prices. For the remaining Goods, the
Purchaser may elect:
(i) Prepare and present a detailed exit plan within five calendar
days of termination notice receipt to the CMD/MD of UPCL
(Exit Plan).
(ii) The CMD/MD and along with designated team will review the
Exit plan. If approved, Supplier shall start working on the same
immediately. If the plan is rejected, Supplier shall prepare
alternate plan within two calendar days. If the second plan is
also rejected, CIO or the authorized person will provide a plan
for Supplier and it should be adhered by in totality.
(iv) The supplier and CMD/MD (or the authorized person) will sign
a completion certificate at the end of successful completion (all
points tracked to closure) of the Exit Plan.
34. Assignment 34.1 The Supplier shall not assign, in whole or in part, their obligations
under this Contract.
35. Disclaimer 35.1 Purchaser reserves the right to share, with any consultant of its
choosing, any resultant Proposals in order to secure expert opinion.
36. Public Disclosure 36.1 All materials provided to the Purchaser by bidder are subject to
Country and Uttarakhand- public disclosure laws such as RTI etc.
36.2 The Suppliers Team shall not make or permit to be made a public
announcement or media release about any aspect of this Contract
unless the Purchaser first gives the Supplier its written consent.
37. SLA Audit 37.1 A designated team / person from UPCL will review the performance
of Supplier against the SLA each month. The review / audit report
will form basis of any action relating to imposing penalty on or
breach of contract of the Supplier.
38. Adherence to 38.1 Supplier shall comply with the provision of all laws including labour
safety procedures, laws, rules, regulations and notifications issued there under from
rules regulations time to time. All safety and labour laws enforced by statutory
and restriction agencies and by Purchaser shall be applicable in the performance of
38.3 The Supplier shall take all measures necessary or proper to protect
the personnel, work and facilities and shall observe all reasonable
safety rules and instructions. Suppliers Team shall adhere to all
security requirement/regulations of the Purchaser during the
execution of the work. Purchasers employee also shall comply with
safety procedures/policy.
38.4 The Supplier shall report as soon as possible any evidence, which
may indicate or is likely to lead to an abnormal or dangerous
situation and shall take all necessary emergency control steps to
avoid such abnormal situations.
38.5 The Purchaser will be indemnified for all the situations mentioned in
this clause in the similar way as defined in GCC clause 27.
39. Non-Solicitation 39.1 For the purpose of this contract, both parties to this contract agree,
of Staff not to solicit either directly or indirectly with a view to provide or
offer employment to, offer to contract with or entice a staff member
of the other party to leave without the consent of the other during the
term of this agreement and for an additional period of 180 days after
termination
40. Survival 40.1 The clauses of this contract, which by nature are intended to survive
termination of this contract, shall remain in effect after such
termination
The following Special Conditions of Contract (SCC) shall supplement the General Conditions of Contract
(GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.
GCC 1.1 (q) The web-site is: www.tenderwizard.com/upcl or www.upcl.org. The details regarding the
RFP process shall be available on the same. The eligible bidders should visit the website
from time to time and get the status updates. All details uploaded on the website from time
to time shall be deemed to have been provided to all the bidders.
GCC 2.2 The version of Incoterms shall be: Incoterms 2000
GCC 3.2 The language shall be: English
GCC 5.1 For notices, the Purchasers contact details shall be:
SE (R-APDRP, Part-A)
Uttarakhand Power Corporation Ltd, Urja Bhawan, Kanwali Road, Dehradun(UK)-
248001
Phone No.: +91-135-2761869
Fax No.: 91-1352761869
Email : jmsrauthan@rediffmail.com
GCC 6.1 The governing law shall be: Laws applicable in exclusive jurisdiction of The High Court
of Judicature at Nainital, Uttarakhand and all courts, subordinates to its exclusive
Jurisdiction.
GCC 7.2 The formal mechanism for the resolution of disputes shall be:
If the parties fail to resolve such a dispute or difference by mutual consultation within
twenty-eight (28) days from the commencement of such dispute and difference, either
party may require that the dispute be referred for resolution to the formal mechanisms,
described below (The date of commencement of the dispute shall be taken from the date
when this clause reference is quoted by either party in a formal communication clearly
mentioning existence of dispute or as mutually agreed) :
a. The mechanism for resolution of disputes for bidders shall be in accordance with
the Indian Arbitration and Conciliation Act of 1996. The Arbitral Tribunal shall
consist of 3 (Three) Arbitrators. Each Party shall nominate an Arbitrator and the
two nominated Arbitrators shall mutually agree and nominate a third Presiding
Arbitrator.
b. The Arbitrators shall necessarily be retired High Court Judges and the umpire
shall be a retired Chief Justice.
c. The place for arbitration shall be in the state of Uttarakhand
GCC 10.1 Details of shipping and documents to be furnished by the Supplier shall be:
FOR GOODS SUPPLIED FROM ABROAD AS PER INCOTERMS CIF :
Upon shipment, the Supplier shall notify the Purchaser and the Insurance Company
by telex or fax the full details of the shipment (Consignment through air is also
possible), including Contract number, description of Goods, quantity, the vessel, the
bill of lading number and date, port of loading, date of shipment, port of discharge,
etc. The Supplier shall send the following documents to the Purchaser, with a copy to
the Insurance Company.
(a) Copy of the Suppliers invoice showing the description of the Goods, quantity, unit
CIF price and total amount;
(b) Copy of on-board bill of lading marked freight prepaid.
(c) Copy of the packing list identifying contents of each lot.
(d) Insurance certificate;
(e) Copy of test certificate approval and dispatch instructions issued by the purchaser
(combined or separately).
(f) Certificate of Origin.
Progressive /Milestone based payment for Each Project Area excluding DR Centre
A. Software
1.0 Prorata basis after Successful Completion of 20 % of software
Factory Acceptance Tests (FAT as defined in component of contract
MTS) and Delivery of necessary software
tapes to UPCL as per Bill of Quantities for
Software Installation based on certification 20 % of software
by the UPCL component of contract
2.0 Prorata basis after successful completion of
End to End Tests (as defined in MTS) at Site
based on certification by the UPCL
25 % of software
component of contract
3.0 After successful completion of Field
Performance Tests ( as defined in MTS)
Hardware***
B.
GCC 13.5 The currencies for payments shall be in Indian Rupees (INR).
GCC 15.1 The Supplier shall provide Performance Security of ten (10) percent of the total Contract
Price. The currency and amount of Performance Security shall be specified at the time of
awarding the contract to successful bidder.
GCC 15.3 The Performance Security shall be in the form of Bank Guarantee issued by a Scheduled
Bank as notified by Reserve Bank of India (RBI). An Indicative bank guarantee format to
be customized by the Utilities on case to case basis has been provided in Section-IX
GCC 21.2 The packing, marking and documentation within and outside the packages if applicable
shall be: As specified (if any) in Technical Specification
GCC 22.1 The insurance coverage: Goods supplied under the contract shall be also fully insured on
all risk basis during inland transit up to destination store in the purchasers country. The
supplier must insure the Goods in an amount equal to 110% of CIF/EXW price of Goods.
GCC 26.3 The period of validity of the warranty shall be 36 (Thirty Six) months from the date of
commissioning or 42 (forty two) months from date of delivery at Purchasers stores
whichever is earlier.
GCC 26.5 In case any damage or defect is found during verification after receipt of material at
Purchasers stores or material develops defects within warranty period, the supplier shall
attend/replace such defects free of all charges within 30 days of being notified by the
Purchaser, of the occurrence of such defects. In case the defect is not attended or
replacement of material is not received within specified period, then apart from encashing
the performance security deposit, the Purchaser may also take suitable penal action
including debarring from all future business.
Agreement
WHEREAS the Purchaser had invited bids for certain Goods and Related Services, viz.,
____________________________________________________________________ (eg. Name of
bid) vide their bid document number __________________________________________, dated
_______________
AND WHEREAS various applications were received pursuant to the said bid
AND WHEREAS the Purchaser has accepted a Bid by the Supplier for the supply of those Goods
and Related Services in the sum of
________________________________________________________ (hereinafter the Contract
Price).
And in pursuance of having accepted the said bid the parties have agreed to enter into this agreement.
1. In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the Contract referred to.
In the event of any discrepancy or inconsistency within the Contract documents, then the documents
shall prevail in the order listed above.
4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the
Goods and Related Services and the remedying of defects therein, the Contract Price or such other
sum as may become payable under the provisions of the Contract at the times and in the manner
prescribed by the Contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the
laws of ________________________ on the day, month and year indicated above.
Witness-1
Witness-2
Performance Security
Indicative Draft to be customized by the Utilities on case to case basis. Place marked * may be specifically be
filled/verified before finalizing the drafts by the utilities.
To be obtained on the requisite value of Stamp paper depending upon the place of execution
BANK GUARANTEE
This Guarantee made on this __________ day of __________ 2013 between __________ Bank
Limited, a Company incorporated in __________ having its registered office at __________ and one
of its branch office at __________ Mumbai __________ hereinafter called the "Bank" which
expression shall unless repugnant to the context or contrary to the meaning thereof shall include its
successors and assigns) of the One Part and ___________________________, a Company
incorporated in India under the Companies Act, 1956 and having its registered office at
________________________(hereinafter called " Purchaser" which expression shall include its
successors) of the Other Part.
WHEREAS
4. The Supplier has entered in to an agreement with the purchaser (Contract No. _______
dated___________ for supply of _________________ herein after called the Contract.
5. As per the terms of the Contract the Supplier has to provide a Bank Guarantee from a
*Nationalized Bank for an amount of Rs____________*(the Guaranteed Amount) for
the due performance of the Suppliers Obligations in accordance with the Contract in favour
of the Purchaser. A copy of the Contract is enclosed with this Bank Guarantee.
6. The Bank has, at the request of Supplier, agreed to give in favour of the Purchaser a
Guarantee for payment of the Guaranteed Amount in a manner hereinafter appearing which
the Purchase has agreed to accept.
5. In pursuance of the said Contract and in consideration of the premises, the Bank hereby
unconditionally and irrevocably, and without any qualification whatsoever, agrees,
covenants, undertakes and guarantees, as primary obligator and not as surety merely, to make
payment to Purchaser on its first demand without whatsoever any claims, objection, protest
or demur and without any recourse to the Supplier, notwithstanding any intimation or
direction to the contrary or any objection, such sum or sums of money to the extent of and
upto the Guaranteed Amount up to and including 14*days after the due performance of the
suppliers obligation including any warranty and FMS obligations and termination of the said
Contract
6. Any such demand placed on the Bank shall be conclusive as regards the Guaranteed Amount
due and payable by the Bank under this Guarantee.
7. This Guarantee is executed up to and including a period of _14__*days after the due
performance of the suppliers obligation and termination of the said Contract during which
period it is not revocable except with the previous written consent of Purchaser.
8. Purchaser may, without affecting Banks liabilities and obligations hereunder, grant time or
other indulgence to or compound with Supplies or enter into any agreement or agree to
forbear to enforce any of the terms and conditions of this Guarantee.
9. This Guarantee shall not be affected by any change in the constitution of Purchaser or
Supplier by merger, amalgamation or absorption with any other body or corporation or
otherwise and this Guarantee will be available to or enforceable by or against such body or
corporation.
In order to give effect to this Guarantee, Purchase shall be entitled to act as if the Bank were the
principal debtor and the Bank hereby waives all and any of its rights of suretyship.
Any notice by way of request and demand or otherwise hereunder sent by telex, fax or personally
served, or by registered post addressed as aforesaid to the Bank in Mumbai, India shall be
presumed to have been duly received by the Bank as follows:
(i) If personally served, when served.
(ii) If by fax or telex on the second business day after the transmission.
(iii) If mailed, upon receipt, or on seventh day after deposit in the mail with postage
prepaid. The Guarantee herein contained is not revocable by notice during its currency and
shall remain in full force until payment has been made to Purchase by Bank of the
Guaranteed Amount payable hereunder.
The liability of the Bank is irrevocable during the currency of this Bank Guarantee and is
restricted to the Guaranteed Amount viz. Rs ____________(Rupees ________________Only).
Unless demand or claim under this Guarantee is received by the Bank in writing within the
validity period of this Guarantee, all the rights of Purchase against the Bank shall be forfeited and
the Bank shall be relieved and discharged of all liabilities hereunder.
These Presents shall be governed by and construed in accordance with the Indian Law, and the
courts in ________alone shall have exclusive jurisdiction in relation hereto.
The Bank hereby declares that it has power to issue this Guarantee and the undersigned have the
full power to approve execution, delivery and the performance of the Guarantee.
For _____________________
Authorized Signatories
APPENDICES (A TO N)
The purpose of this SLA is to clearly define the levels of service to be provided by Supplier to
Purchaser for the duration of this contract or until this SLA has been amended. The benefits of this
SLA are to:
1 Trigger a process that applies Purchaser and Supplier management attention to some aspect of
performance only when that aspect drops below an agreed upon threshold, or target.
2 Makes explicit the performance related expectations on performance required by the Purchaser
3 Assist the Purchaser to control levels and performance of services provided by Supplier
4 This SLA is between Supplier and Purchaser.
5 The SLA should be read in conjunction with provisions provided in Section 6, Chapter-2 of MTS
document.
However each device, including RTU, FRTU & Servers etc. shall individually exhibit a minimum
availability of 98%. Further, the non-availability of following Non-Critical functions shall not be
considered for calculations of SCADA/DMS System availability; however these functions should
be available for 98% of the time.
Availability per quarter (per site) = THQ- (S1 x 1+S2 x0.4+S3 x 0.1) x 100%
THQ
Category Definition
Severity 1 Urgent Complete system failure, severe system instability, loss or failure of
any major subsystem or system component such as to cause a
significant adverse impact to system availability, performance, or
operational capability
The details of the system under different severity level are as below:-
This support is required when there is a complete system failure, severe system instability, the loss/
failure of any major sub-system / system or its components, which may significantly impact the
system availability, performance, or operational capability at Control centre. For example, loss of
data to the operator due to any problem in SCADA-DMS system, loss of ICCP system
(software/Hardware related),Loss/failure of DR Centre, outages of both the CFEs attributable to any
software/hardware related problem, outage of any important software functionality (on both the
servers) which is required to disperse Distribution management functions, , Failure of both GPS
clock and time synchronization and outage of both routers, failure of both LAN system, outage of
both main and backup servers of any system, firewall would be included under this category.
Initially UPCLs Engineers shall attempt to restore the system. In case the system does not come up
and/or the problem is not resolved then UPCLs Engineer shall intimate the problem to the
Contractor. Upon receiving intimation, the representative of the Contractor would immediately
attend to the problem and if required, any other authorized representative the Contractor may log on
to the system. The problem shall be attended by the Contractor at the earliest, within the
response/Resolution time as specified in the Agreement. The Contractor shall take all steps to
restore the SCADA functionality at the earliest to avoid data loss.
b) Severity-2
The support services not defined under Severity-1 are included under this category. Failure of one
SCADA/DMS/FEP Server/ICCP server, failure of VPS, Stoppage of data collections for archiving,
real time calculations, failure in Acquisition of SOE at the respective Control-Centre, outage of Real
Time Network and distribution applications, and other applications are included in this category.
Coverage under this severity would be outages that do not immediately cause on feeder data loss but
subsequently could result into Severity-1 category outage, loss of an important subsystem that may
affect the day-to-day works and loss of archived data. Failure of any redundant system component
affecting the critical redundancy like loss of any one Application Processor, Router, CFE would also
be included in this category. Non-availability of Man-power at control centre during working hours
will also be covered under this category.
relevant clause, the Purchaser will treat it as a case of breach of Service Level Agreement. The
following steps will be taken in such a case:-
1. Purchaser issues a show cause notice to the Supplier.
2. Supplier should reply to the notice within three working days.
3. If the Purchaser authorities are not satisfied with the reply, the Purchaser will initiate
termination process as described in clause 33 of Section VII, GCC.
B.2.4 Exclusions
The Supplier will be exempted from any delays or slippages on SLA parameters arising
out of delay in execution due to delay (in approval, review etc) from Purchasers side. Any
such delays will be notified in written to the SCADA/DMS Team.
Once SIA is awarded the contract, UPCL and SIA shall enter into tripartite agreement with Network
bandwidth service provider (NBSP) as per the tripartite agreement format and requirement attached
in RFP Appendix M
B.2.7.1 General
This process provides an appropriate management structure for the orderly consideration and
resolution of business and operational issues in the event that quick consensus is not reached between
Purchaser and Supplier. It is expected that this pre-defined process will only be used on an exception
basis if issues are not resolved at lower management levels.
A meeting or conference call will be conducted to resolve the issue in a timely manner. The
documented issues will be distributed to the participants at least 24 hours prior to the discussion if
the issue is not an emergency requiring immediate attention.
Management of Purchaser and Supplier will develop a temporary, if needed, and the permanent
solution for the problem at hand. The Supplier will then communicate the resolution to all
interested parties.
In the event a significant business issue is still unresolved, the arbitration procedures described in
the Contract will be used.
B.2.8.1 General
It is acknowledged that this SLA may change as Purchasers business needs evolve over the course of
the contract period. As such, this document also defines the following management procedures:
1 A process for negotiating changes to the SLA.
2 An issue management process for documenting and resolving particularly difficult issues.
3 Purchaser and Supplier management escalation process to be used in the event that an issue is not
being resolved in a timely manner.
Any changes to the levels of service provided during the term of this agreement will be requested,
documented and negotiated in good faith by both parties. Either party can request a change. Changes
will be documented as an addendum to this document and consequently the contract.
2. If project management team is unable to resolve an issue, the issue would be escalated to the
top management with options/ risks detailed for decision. Top management will make
decisions based on the options/ risks presented by the IT team.
3. In case one or both the parties are unsatisfied with the decision of the top management of the
Purchaser, the dispute will be resolved as specified in clause 7 of Section VII GCC.
IN WITNESS WHEREOF, the parties hereto have caused this Service Level Agreement to be
executed by their respective authorized representatives as of the date first written above.
Supplier Purchaser
Company ------------------------
The Purchaser will select a Supplier (also referred as the bidder) in accordance with the eligibility
criteria indicated in Section IV.
The bidders are invited to submit a Technical Proposal and a Price Proposal for goods and related
services required for the project as defined in Section VI, Scope of Work and Appendix L. This
proposal will be the basis for contract negotiations and finalization of the contract with the successful
bidder.
The bidders must familiarize themselves with local conditions and take these into account while
preparing their proposals. To facilitate the bidders in making the Proposal, the Purchaser shall have a
Pre-Bid conference at the address and date as given in ITB, Section II.
Costs involved in preparation of the proposal and of negotiating the contract, including a visit to
the Purchaser, are not reimbursable.
The final evaluation will be based on both technical and commercial factors as per the evaluation
methodology mentioned in the Appendix D.
Please check all attachments with the checklist provided at the end, prior to submission of bid.
In preparing the Technical Proposal, bidders are expected to examine this Bid document in detail.
The proposal should cover all the aspects of this bid document. Any bid not found responsive to this
bid document shall be rejected. Material deficiencies in providing the information requested may
also result in rejection of the proposal.
While preparing the technical proposal, bidders must give particular attention that the technical
proposal does not include any financial information.
In preparing the price proposal, bidders are expected to take into account the requirements and
conditions of the bid document. The price proposal should follow standard formats/forms as given in
Appendix C3.
Bidder should quote for complete Project Area and also provide the consolidated cost of the
project.
Price Proposal should clearly indicate the price to be charged without any qualifications whatsoever
and should include all taxes (sales, service, etc.), duties (excise & customs, etc), octroi, fees, levies,
works contract tax, Entry tax and other charges as may be applicable, to be paid pre- or post-delivery
or to be deducted by the purchaser at source, in relation to the Goods and Related Services. Such
taxes, duties, cess, charges etc, if not explicitly mentioned in the Price bid tables in Appendix C3, but
applicable under law, should be included in the Quote under Any other levies column. The price
proposal should be conformance to clause 12.3 of ITB, Section II.
C 1. 3: Submission of proposal
The original technical proposal shall be prepared in indelible ink. It shall contain no inter-
lineation or overwriting, except as necessary to correct errors made by the bidder itself. The
authorised representative must initial any such corrections as mentioned in clause 21.2 ITB,
Section II.
The proposal shall include response to all the questions mentioned in the questionnaire as per
Section-10 of the MTS
An authorised representative of the bidder should initial all pages of the proposal.
The bidders should submit two hard copies and one soft copy in separate compact disc as per
clause 21.1 ITB, Section II. The soft copies should be necessarily in MS Word / MS Excel
format (editable) besides other format(s).
Bidders are requested to submit a proposal written in the English language. Bidders would need
to submit both the technical and the price proposals.
The proposal should be typed in Times New Roman font, size 11 with single line spacing.
The document should be precise to requirements and concise in nature.
Each technical proposal and price proposal should be marked "Original" or "Copy" as per clause
21.1 ITB. Section II. If there are any discrepancies between the original and the copies of the
Proposal, the original governs. Proposals containing erasures or alterations are liable to be
excluded from the evaluation process.
The original and copies (hard & soft copy) of the technical proposal shall be placed in a sealed
envelope clearly marked "Technical Proposal". The Price proposal shall be submitted on-line only
on tenderwizard platform. All envelopes shall be properly sealed. The outer envelope shall be
super scribed with the following information:
A clear marking stating: "DO NOT OPEN, EXCEPT IN PRESENCE OF THE EVALUATION
COMMITTEE."
Any omissions / deviations on the above, will cause rejection of the bid
The completed technical and price proposal shall be uploaded in tenderwizard platform within the
prescribed time and hard copies of technical proposal delivered at the submission address on or
before the time and date stated in the Bid Data Sheet, Section III. The Purchaser will not be
responsible for any postal or transit delays. Any proposal received after the closing time for
submission of proposals shall be returned unopened.
Other Businesses
B. Support
Staff
B. Support
Staff
Table: The details of the same should be included in the following format and necessary supporting
documents should be attached with RFP:
Note: Kindly provide Client Performance Certificates for the completed projects provided for
establishing/confirming the requisite details for project experience as mentioned above
Or Copy of LoA/ Work Order along with proof of release of final payment
Use the following format for key personnel who would be involved in the project. Please include
details of team members proposed to implement the project, install or manage hardware, install and
manage LAN/WAN and related equipments, provide GIS solution etc., please ensure that the CV has
a maximum length of 3 pages.
In case of replacement of Supplier personal from the project team, Supplier is required to submit to
the nominated UPCL personal the CV of the new person with equivalent or better education
qualification and relevant professional experience who will be joining the team and get in duly
approved. The new person can start working in the project only after his/her CV has been approved
by the UPCL.
Format of Curriculum Vitae
1. Proposed Position:
2. Name of Firm and SIA Role
3. Name of Staff:
4. Date of Birth: Nationality:
5. Education:
Year Degree/Examination Institute/Board
Membership of
6.
Professional Associations:
7. Other Training:
Countries of Work
8.
Experience:
9. Languages:
Language Speaking Reading Writing
11. Detailed Tasks Assigned: 12. Work Undertaken that best illustrates capability to handle the
tasks assigned:
13. Certification:
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes myself,
my qualifications, and my experience. I understand that any wilful misstatement described herein may
lead to my disqualification or dismissal, if engaged.
Audited financial reports and copy of the certificates supporting the above need to be submitted as
proof.
Bidder must provide details of how they envisage the contract being managed including
principles such as (but not limited to) joint planning and control mechanisms; regular and active
review meetings; Project management of individual work streams and overall program
management of the entire service; Performance reporting
Bidder should outline their proposed governance structure and designate a Service Manager to
co-ordinate their activities and provide a focal point of contact, to whom UPCL can refer on any
matter concerning the service.
Reporting lines and decision-making powers within the bidders organization must be explained
Reporting formats and templates that would be followed by the bidders
Outline the proposed escalation procedures in the event that issues arise.
Please specify your companys process for product development and enhancements
C 2.11: Documentation
Please provide a list of all user documents that will be provided along with the software package.
This must include the following minimum documents:
System and administration manuals
Technical support handbook
User Manuals;
Error Messages and their Meanings;
Training Manuals;
Analysis & Design Manuals with the relevant data flow diagrams, entity relationship diagrams,
schemas etc.;
Additions/ changes to the documents after upgrades; and
Operations Manuals
Only non-material deviations (which means only those deviations that do not qualify as material
deviations as defined in ITB clause 29.2 of bid document) will be considered by the purchaser. Please
describe all the non-material deviations w.r.t. Terms and conditions described in the General
conditions of contract, Section VII & Special conditions of contract, Section VIII.
If bidder desires to take any non-material deviation from the terms & conditions of the tender,
it should be mentioned specifically in this deviation sheet. Unless such deviations are mentioned
in this deviation sheet, the same will not be taken into consideration.
Except aforesaid deviations, the entire order, if placed, shall be executed in accordance with
specifications and any other conditions, variations/deviations etc. if found, elsewhere in this proposal
should not be given any consideration while finalizing the tender.
It is not mandatory to consider and accept the deviation mentioned on deviation sheet proposed by
the bidder.
Note: -Continuation sheet of like size & format may be used as per bidders requirement wherever
necessary.
Bidders are requested to provide cost for each of the Project Area in the subsequent formats. The
Bidders should take a note of following points while filling the Price proposal.
1) Bidder will be responsible for payment of Taxes (including local entry taxes), duties, cess,
charges etc, including taxes, duties, cess, charges etc, to be paid by the Supplier pre- or post-
delivery. Such taxes, duties, cess, charges etc, if not explicitly mentioned in the following
tables, but applicable under law, should be included in the Quote under Any other levies
column.
2) The Bidder will provide Tax rates assumed for the calculation at the time of proposal for each
item in notes to respective table.
3) Please refer to GCC Clause 12.2 and the SCC for Price adjustments due to change in Tax
rates (including local entry taxes), duties, cess, charges etc.
4) Purchaser reserves the right to deduct and pay to the government authorities the taxes at
applicable rates from the price payable to the supplier.
5) The unit prices mentioned for various components should be the same for all Project Areas.
In case of any discrepancy among unit prices of various Project Areas, the lowest unit price
of equipment mentioned for any Project Area shall prevail.
6) UPCL proposes establishment of one centralized Data Recovery Centre which shall be
located in the Project Area(s) defined in the Appendix F
Note: The prices shown in Price proposal Appendix C-3 against mandatory spares should be
supported by an Annexure indicating their unit prices and quantity.
Forms (Form 1 to Form 8) mentioned in the Appendix C3 Price Proposal.xls should be filled by the
bidder, to provide cost of SCADA/DMS implementation for the Project Area.
Note:
If there is conflict between e-tendering guidelines and other sections of RFP, the contents in e-
tendering guidelines shall prevail.
The financial evaluation of the bid will be done based on the total amount quoted in the prescribed
price bid format of the tenderwizard platform of UPCL. In case of discrepancy between the Total
Project Cost for UPCL town quoted in the Abstract sheet of excel file as part of price proposal
submission in tenderwizard platform and the total amount quoted in the prescribed price bid format
of tenderwizard platform, the lowest shall prevail for awarding of work. However, the quote in the
prescribed price bid format of the tenderwizard platform shall be used for the purpose of evaluation
of the bids.
C4: Checklists
Please submit a copy of this section with cover letter while submitting the proposal.
Page 120
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun
Page 121
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun
In the Single-Stage: Two-Envelope bidding procedure, Bidders should submit two sealed envelopes
simultaneously, one containing the Technical Proposal and the other the Price Proposal, enclosed
together in an outer single envelope. Initially, only the Technical Proposals are opened at the date and
time advised in the Bidding Document. The Price Proposals remain sealed and are held in custody by
the Purchaser. The Technical Proposals are evaluated by the Purchaser. No amendments or changes to
the Technical Proposals are permitted. The objective of the exercise is to allow the Purchaser to
evaluate the Technical Proposals without reference to price.
Bids of Bidders which do not conform to the mandatory requirements may be termed as non-
responsive and will not be evaluated further. Following the approval of the technical evaluation, and
at an address, date and time advised by the Purchaser, the Price Proposals are opened in public. The
Price Proposals are evaluated and, following approval of the price evaluation, the Contract is awarded
to the Bidder whose Bid has been determined to be have scored maximum in the composite formula
as defined below:
Total Score = Technical Proposal Score + Price Proposal Score
Note: Since this tender is through tenderwizard, bidders are requested to follow the guidelines for
tenderwizard for submission of bid and the evaluation is done as per the procedure detailed below.
Page 122
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun
Initially the Suppliers responses are reviewed for compliance with the Commercial terms and
conditions. The Suppliers who fail to comply with any of the commercial terms and conditions
mentioned may be termed as non-responsive and will not be evaluated further. For those Suppliers
who have qualified the commercial terms and conditions Technical evaluation will be conducted
followed by the Price-Bid evaluation. The price bids will remain unopened until the technical
evaluation is complete.
Technical Evaluation
The technical bid has a weightage of 50%. Technical evaluation will happen in two stages.
In stage-1, the following shall be confirmed: Deviations, Submission of Bank Guarantee, Acceptance
of terms and conditions, Acceptance to scope of work and compliance to model technical
specification (as mentioned in Appendix A). In case the bid doesnt meet all the mandatory
requirements, the bid shall be termed as non-responsive and will not be evaluated further
Stage-2
Page 123
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun
Technical Proposal: Following is the methodology which shall be used to evaluate the various
parameters under the technical proposal.
Page 124
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun
B. Price-Bid Evaluation
The Price-Bid evaluation is done only for those bids which are found to be responsive.
The net cost quoted will be calculated as simple addition of all the cost mentioned in the price
proposal (Clause D.3, Appendix D). The price proposal score shall be calculated with following
formula:
C. Total Score
Page 125
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun
9 Head Office 1
10 Zonal office 1
11 Circle office 2
12 Divisional office 4
16 Nos. (Existing)
Page 126
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun
Project
DISCOM S.No Area/Town Asset Name Existing Proposed Total
Page 127
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun
Project
DISCOM SL.No Area/Town Asset Name Existing Proposed Total
Page 128
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun
UPCL has reviewed its current IT infrastructure under R-APDRP in order to provide complete picture of existing system in Uttarakhand- to the bidders.
Following sections provide detail of applications, hardware & network available in the UPCL. More details is available in the Volume-V
UPCL shall provide configuration diagram of the existing system as mentioned below:
Uttarakhand- Distribution utilities have implemented Information Technology (IT) systems for computerization of various business processes. These are:
Table 1 (a): Details of IT system under R-APDRP to be Integrated with new System
A B C D F F H I J J
Network
EASUN
Meter Data Integrated Analysis, Continue- MSSQL2008
REYROLLE MDM 4.0 Windows Windows SOAP/XML
Acquisition Application Commercial FMS R2
LIMITED
App & GIS
ODBC &
Within mpower Continue- Phoenix IT DB2
Energy Audit Java Linux SOAP/XML
Integrated suite and other FMS Solutions
App vendor
ODBC &
New Within mpower Continue- Phoenix IT DB2
Java Linux SOAP/XML
Connection Integrated suite and other FMS Solutions
App vendor
GIS based
customer Network
Indexing and Analysis,
asset Integrated Commercial Continue- Navayuga ESRI
mapping Application App,MDA FMS Infotech ArcGIS 9.3 Windows Windows DB2 SOAP/XML
GIS based
integrated
network Integrated Navayuga
analysis Application Continue- Infotech & PRDC
module with GIS GIS (ESRI) FMS PRDC MIPDAP Windows Windows DB2 SOAP/XML
Page 130
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun
ODBC &
Web Self Within mpower Phoenix IT DB2
Java Linux SOAP/XML
Service Integrated suite and other Solutions
App vendor
Integrated with
CA, Tivoli
Identity and
MDM,SAP,GIS Identity
Access
for User Manage &
Management
management Tivoli
system
Integrated and Single Continue- Access
App Sign-on FMS manager Linux DB2
System
Security
Requirement
Page 131
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun
Consumers
ODBC &
Within mpower Continue- Phoenix IT DB2
Metering Java Linux SOAP/XML
Integrated suite and other FMS Solutions
App vendor
ODBC &
Within mpower Continue- Phoenix IT DB2
Billing Java Linux SOAP/XML
Integrated suite and other FMS Solutions
App vendor
ODBC &
Within mpower Continue- Phoenix IT DB2
Collections Java Linux SOAP/XML
Integrated suite and other FMS Solutions
App vendor
With mPower,
Asset GIS & SAP DB2
SAP Linux
Management Integrated Plant ECC 6.0
App Maintenance Ehp5
Maintenance DB2
Integrated With mPower, ECC 6.0
SAP Linux
Management App GIS & SAP Ehp5
Asset
Page 132
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun
Management
A B C D F F H I J
ICCP Router
Page 133
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun
A B C
MPLS
DSL
GPRS
CDMA
Others
Page 134
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun
Operations function is responsible for daily running of the distribution network with the
primary objective of maintaining continuity of power supply. Routine operations are managed at the
substation level on a 24 x 7 basis according to various demand conditions and reported in various log
books and reports. Sub divisional and divisional offices monitor and manage the network operations
from next levels of the hierarchy and ensure all applicable regulations are followed. Operations at
normal conditions include preparing switching plans for planned maintenance, monitoring the
system, initiate remedies to bring down overloads and voltage variations.
Restoration of the network as quickly as possible after a failure occurs is the primary
objective of the maintenance function. This involves preparing and executing switching plans to
isolate the fault and restore the supply by operating switching devices, dispatching and controlling
repair crews, managing trouble call information and inform customers to preserve perceived
customer satisfaction.
Any failure in power supply is first reported to customer care center. Actions are directed to
corresponding (Assistant Engineer) AEN and to lower level staff. After verifying the failure the
action required at substation is taken. If the fault is at the distribution network, the repair crew will
get direction from AEN to act. Majority of information are diversified and need to be coordinated
significantly to completely analyze the fault or event. A typical time chart for a fault restoration cycle
in the UPCL is shown below.
Page 136
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun
Following is the list of minimum number of resources required to be deployed by the bidder under
various given in the table for each category, bidder is required to provide a site organization chart
with the below resources for RAPDRP, SCADA/DMS, Uttarakhand.
Dedicated Resources Shared Resources
Number Man months Number Man months
SCADA/DMS Software 2 29 1 3
SCADA/DMS 16 1 3
2
Hardware
RTU/FRTUs 2 20 2 20
Power Supply 1 10
Communication 2 29 1 8
Project Management 1 18
The bidder is expected to complete the implementation within 18 months from the date of award of contract by the UPCL.
Facilities Management Services post successful completion of acceptance tests shall be provided for a period of five years from the date of completion of
acceptance test.
Bidder shall submit a detail Gantt chart as per along with the following implementation schedule. Bidders shall drill down these activities into sub/sub-
sub activity in the chart. The detailed bar charts for all the work activity shall however, be discussed and agreed to by the successful Bidder with the
owner before start of the execution of work.
Activity/Sub activity M1 M2 M3 M4 M5 M6 M7 M8 M9 M10 M11 M12 M13 M14 M15 M16 M17 M18
1 Mobilization
Project kickoff
Establishment of site office
Resource deployment at site
System Design
Design Documentation
FRTU
FPI Modem
7 Integration
Existing SCADA
IT System
SLDC
DR Center
DTS with All the 6 CC
RTU/FRTU/FPI Communications
SCADA Functions
DMS Functions
Integration Functions
DTS
9 Training
Operator trainings
Maintenance trainings
Development trainings
Training manuals
APPENDIX L - ABBREVIATIONS
Abbreviation Meaning
AMR Automated Meter Reading
B/W Black & White
BDS Bid Data Sheet
BG Bank Guarantee
CEO Chief Executive Officer
CIO Chief Information Officer
CST Central Sales Tax
CTI Computer Telephony Integration
CV Curriculum Vitae
DNS Domain Name Server
EMS Enterprise Management System
ExW Ex-Works
FMS Facility Management Services
FoB Freight on Board
GCC General Conditions of Contract
GIS Geographical Information System
GIS Geographical Information System
GoI Government of India
GPS Geographic Positioning System
GSP GIS Solution Provider
HQ Head Quarter
HT High Tension
ICB International Competitive Bidding
INR Indian Rupee
IP Internet Protocol
IPR Intellectual Property Rights
IST Indian Standard Time
IT Information Technology
ITB Instructions to Bidders
ITC IT Consultant
Abbreviation Meaning
ITIA IT Implementation Agency
SIA SCADA Implementation agency
SDC SCADA DMS Consultant
LAN Local Area Network
LDAP Lightweight Directory Access Protocol
LoI Letter of Intend
LP Lowest Prize
LT Low Tension
MBC Metering Billing Collection
MD Managing Director
MDASP Meter Data Acquisition Solution Provider
MoP Ministry of Power
MTR Motor Transport Receipt
NIT Notice Inviting Tender
NSP Network Solution Provider
OEM Original Equipment Manufacturer
OS Operating System
PC Personal Computer
PFC Power Finance Corporation
RAPDRP Restructured Accelerated Power Development Reforms Programme
RFP Request for Proposal
RFQ Request for Qualification
SAN Storage Area Network
SCC Special Conditions of Contract
SI System Integrator
SLA Service Level Agreement
MTS Model Technical Specifications
T/O Turnover
TS Technical Section
UPS Uninterrupted Power Supply
VAT Value Added Tax
VPN Virtual Private Network
WAN Wide Area Network
MODEL
TRIPARTITE AGREEMENT
(among . . ( UPCL) ,. . (NBSP) &
. . ( SIA))
This revised document is based on inputs received from Utilities and various Network Bandwidth
Service Providers in the country
NOTE
a. This agreement is for providing MPLS VPN, Internet, GPRS connectivity, etc
(Wide Area Network services) at various locations in Part-A scheme as per R-
APDRP guidelines.
d. SLA format for including in the UPCLs Purchase Order to NBSP is given at the
end of this document.
e. This agreement does not endorse any agreement between NBSP and SIA.
MODEL
AGREEMENT
AND
.. (name of SIA), a company incorporated under the Companies Act 1956 and
having its corporate office at .
SELECTED SCADA IMPLEMENTATION AGENCY (SIA) FOR R-APDRP PROJECT
i.e., Party engaged by .. vide LOI No:
.and detailed order no.
(herein referred to as the Purchase Order) for Supply,
installation, integration, testing, commissioning and facility management service of SCADA/DMS
Project covering software, hardware, field survey and networking (MPLS VPN, Internet, GPRS
connectivity, etc (Wide Area Network services)) and Related Services incidental thereto as
specified in the Scope of Work at Section II of the said Purchase Order (hereinafter referred to as
SIA or ..(name of SIA) which expression shall unless excluded by or repugnant to the
meaning or context thereof be deemed to include its successors and assigns) of the second Part.
AND
WHEREAS . (UPCL), the party of the first part has contracted ..(SIA), the second
party, for supply, installation, integration, testing, commissioning and facility management service
of SCADA/DMS Project covering software, hardware, field survey, networking related
services (hereinafter referred to as The Project) vide its RFP No.
WHEREAS .(SIA), in order to service its obligation under the above mentioned RfP
to the full satisfaction of the UPCL, had proposed ..(NBSP) as a service provider
vide their letter/ offer no dated and now agrees to associate with
..(NBSP) for execution of the part of the order, to provide support services as detailed
in the purchase Order (SIA) and/or indicated in Article 5 of this agreement to be the responsibility of
.(NBSP), namely, related to required Bandwidth services for the project.
WHEREAS SIA has done the due diligence with respect to the capabilities, technical or otherwise,
of .(NBSP) for providing the required type of connectivity and services within time frame,
quality, security and reliability level as envisaged in the RFP / SRS before recommending their
name.
WHEREAS the bid price quoted by .. (SIA) for networking (MPLS VPN, Internet, GPRS
connectivity, etc (Wide Area Network services)) and Related Services (Service) at locations
as specified in ...(UPCL) Order Form (hereinafter referred to as the
Locations) for the purpose of utilization by the ..(UPCL) and their respective
subsidiaries and affiliates as specified in the PO Noto .(SIA) placed by
..(UPCL), is passed through to . (NBSP) by .......(UPCL) in the form of
Purchase Order in accordance with the bid proposal dated...submitted to
.......(UPCL) by .(SIA), and the Terms & Conditions and SLA of
....(UPCL) with ..........(NBSP), for carrying out the networking (MPLS VPN, Internet,
GPRS connectivity, etc (Wide Area Network services)) and Related Services.
WHEREAS .. (NBSP) has Category A ISP/NLD/ILD license having its network
spread across India.
WHEREAS by virtue of this agreement, the parties ..............(SIA) and ..............(NBSP) bind
themselves to the terms & conditions that are embedded in the contract between the first two parties.
Now these presents witness and it is hereby agreed by and between the parties hereto as
follows:
1. APPLICATION
This Agreement details the general terms and conditions for the provision of the Services to be
rendered by (NBSP) [as per PO placed vide./to be placed by UPCL] and by .(SIA) [as
per PO No. .with ..(UPCL)]. Upon signing the scope, duration and other services to be so
rendered under this Agreement the parties agree to accept and be bound by these terms and
conditions.
2. PROVISION OF SERVICE
i. The provision of the Services is subject to these terms and conditions stated in this
Agreement. Where ..............(NBSP) shall accept the Order form from ..............(UPCL),
..............(NBSP) shall provide the Services required by ..............(UPCL), and by
..(SIA) on behalf of ..............(UPCL), within a timeframe, quality, security and
reliability level agreed with between ..............(UPCL), .......(NBSP) and ......(SIA). The
SIA shall provide..............(NBSP) with a complete network diagram of the set-up along
with the details of connectivity at the Locations and services will be provisioned to the
..............(UPCL) accordingly. It is the responsibility of SIA, severally and jointly with
.....(NBSP) of proper network monitoring and network management as per SLA like
uptime, proper bandwidth etc. and to submit the SLA performance report of the
......(NBSP) to the...... (UPCL) on monthly/as and when required basis.
Ii The network links will be provided by.............(NBSP) and the SIA will monitor and report
any problems on behalf of ..............(NBSP) to ......(UPCL).
iii. Where the ..(UPCL) deems necessary, it shall have the right to add and/or replace
(NBSP) with another NBSP. In case of replacement of NBSP, the SIA shall
terminate forthwith all agreements/contracts other arrangements with such NBSP and find
suitable replacement for such NBSP to the satisfaction of the . (UPCL) at no
additional charge. The default / delay on the part of .. (NBSP) shall not constitute
the reasons for waiver of delay or meeting the performance as per SLA for the entire
scope of SIA work. The SIA has to execute the contract as per agreed schedule and
SLA and as per contractual provision entered between UPCL and SIA.
iv. ................ (SIA) shall ensure that Requisite Services from............ (NBSP) for project
area (town) are available on time when its own system/works that are to be installed/
executed/implemented under PO no. .............with........... (UPCL), are ready for
t e s t i n g & commissioning.
v. The ..(NBSP) shall not use the establishments and services installed under this
agreement for organizations other than ......(UPCL).
3. SERVICE TERM
The term of the Services is initially for .. years (as per SIA PO) from the date of
commencement of service, and if required, thereafter, shall be extended from time to time by
written consent of the parties. The Service Commencement Date shall be set forth in accordance
with the Purchase Order placed vide/to be placed by ..............(UPCL) on ........(NBSP).
4. TERMINATION OF SERVICE
The Termination of this Agreement and Services shall be as per provisions of Termination clause as
appearing in PO No. with .. (SIA) and/or PO placed vide/to be placed with .
(NBSP).
The Responsibility Matrix for each party is given in the table below:
i. ..............(NBSP) shall raise direct invoices against the Requisite Services so rendered, as per
the terms of the Purchase Order placed vide/to be placed by. (UPCL)
and ..............(UPCL) shall directly make the payment to ..............(NBSP) based on the
SLA (as per NBSP PO) report and confirmation made by ..............(SIA).
ii. The other terms and conditions shall remain applicable as per .(UPCLs) PO
No..with .. (SIA) and/or PO placed vide/to be placed by UPCL to .
(NBSP).
8. ACCESS TO PREMISES
..............(UPCL) shall allow or obtain the required permission to enable ..............(NBSP) employees
or authorized personnel, appointed distributors, agents or subcontractors to enter at all times during
the normal working hours of ..............(UPCL) into the premises where the Services are provided for
periodical inspection with seven (7) days prior notice, installing, maintaining, replacing and
removing equipment hardware and/or software prior to, during and after the provision of the
Services, as well as to inspect the network and/or to the CPE or any other equipment used
in or in connection with the Services. The ..............(UPCL) shall render all assistance in this
regard and shall provide safe access and conditions for ..............(NBSP)s employees or appointed
personnel whilst in the premises. ..............(NBSP)s employees or appointed personnel shall comply
with security and confidentiality policies and procedures while on the ..............(UPCL)s premises.
9. NOTICES
Any party may deliver notices to the other by personal delivery or by postal delivery at -
..................(UPCL)
...................
..................(SIA)
..................
...................(NBSP)
...................
Notices shall be deemed delivered on the date of actual receipt.
This Agreement constitutes the entire understanding of the parties related to the subject matter
hereof. The agreement may be amended only in writing when it is signed by ..............(NBSP),
..(SIA) and ..............(UPCL).
11. MISCELLANEOUS
a. The terms of this Agreement shall not be construed to constitute a partnership, joint venture or
employer/employee relationship between the parties. This Agreement along with any other
relevant document constitutes the whole of the agreement and understanding between the
parties about the subject matter.
b. In the event of any provision of this Agreement being held or becoming invalid,
unenforceable or illegal for any reason, this Agreement shall remain otherwise in full force
apart from the said provision which will be deemed deleted. The parties shall however attempt
to replace the deleted provision with a legally valid provision that reflects the same purpose of
the deleted provision to the greatest extent possible.
c. Headings used in this Agreement are for the convenience and ease of reference only, and
shall not be relevant to or affect the meaning or interpretation of this Agreement.
d. No forbearance, relaxation or inaction by any party at any time to require the performance of
any provision of this Agreement shall in any way affect, diminish, or prejudice the right of
such party to require the performance of that or any other provision of this Agreement or be
considered to be a waiver of any right, unless specifically agreed in writing.
e. Each Party shall obtain and arrange for the maintenance in full force and effect of all
government approvals, consents, licenses, authorizations, declarations, filings, and
registrations as may be necessary and advisable for the performance of all of the terms and
conditions of this Agreement.
f. The ..(NBSP) and . (SIA) shall ensure compliance of Indian Telecom regulation & all
other statutory requirements while performing the works/services under this agreement.
The Agreement shall be governed by and construed in accordance with Indian Law. Subject to
arbitration provision stated hereinafter the Courts at Nainital shall have the jurisdiction.
13. ARBITRATION
Any disputes which may arise out of this Agreement, and which cannot be settled in discussions or
negotiations between the Parties, shall be referred to the appropriate management or higher
authorities of the respective parties to resolve such dispute in good faith. In case no settlement is
reached the parties shall refer it to a sole arbitrator appointed and selected by parties. Arbitration
shall be conducted in accordance with the provisions of the Arbitration and Conciliation Act, 1996
or any other subsequent modifications or enactments thereof. The venue for Arbitration proceedings
shall be . The Arbitration shall be conducted in English Language and the award
shall be binding upon all Parties.
Signature Signature ..
Name & Designation Name & Designation
Address Address
Signature .. Signature ..
Name & Designation Name & Designation
Address Address
Signature Signature ..
Name & Designation Name & Designation
Address Address
Resolution of ticket 99% (or Reports generate d Penalty of 2% per month will be
MPLS logged related to uptime from Ticket logging deducted from the monthly
VPN, networks as per system charges of ..(NBSP).
Internet, PO
GPRS placed
connectivi on SIA)
ty, etc Control centre 99% (or Report 2% of monthly charges of
(Wide
Area connectivity with uptime as ..(NBSP) for less than 99% (or
Network
per PO
services) RTU , Other placed on uptime as per PO placed on SIA)
Operation
& SIA)
control centers (IT uptime.
Managem
DC DR, SLDC etc)
ent
3% of monthly charges of
The uptime calculation, The Severity Definition Chart, and SLA Change Control would be
done as per Appendix C Service Level Agreement of document Appendices given in PO
No. placed on .(SIA) by (UPCL) and network down time as considered
for NBSP shall also be accounted in SLA of SIA .
Before Placement of the order, Bidder shall have to furnish node wise price breakup of
Communication Cost (Annexure C3 Price Proposal, Form F-6, Communication System- MPLS- VPN
of RFP) for Control Center location along with bandwidth considered for each node duly
authenticated by the NBSP to place separate order on NBSP in the following format "Communication
Node description for Network as given below:
1. The "Total" cost should be equal to the cost quoted by the bidder as per RFP Appendix-C3-
Price Proposal- Form F-6- F2- MPLS VPN Link Charges.
2. 1 No. RVDU is located at Head Quarter (Urja Bhawan) where SCADA CC is proposed.
6. Internet link if required to be provided for meeting the requirements of the RFP shall have to
be provided by the bidder.
Page 156
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL Dehradun
Dehradun
Qty for
Total
SL Make
Equipment Model Unit
No.
No.
Page 157
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL Dehradun
Page 158
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL Dehradun
v)
A4 Network Charges
Network Connectivity Charges for Link for p.a. per
44 5 year post commissioning RTU/FRTU/FPI
B) SCADA/DMS DR Centre
Haldwani
Qty for
Total
Model
SL.No. Equipment Specification Make Unit
No.
B1 DR server
1 DR server Nos. 2 2
2 Communication Server Nos. 2 2
3 Workstation with one TFT Monitors Nos. 2 2
B2 Storage & Backup Devices
4 External storage device Nos. 1 1
5 External DAT drive Nos. 1 1
B3 Switches
6 Layer II switch (DR LAN) Nos. 2 2
Routers
7 Router for interfacing at SCADA/DMS Centre Nos. 1 1
8 Modems
B4 Printers
9 Color inkjet printer Nos. 1 1
10 B/w Laser printer Nos. 1 1
11 Color laser printer Nos. 1 1
B5 Cabling System
12 Cable, Jacks etc. Lot 1 1
Fiber Optical Cable, Connectors, Patch Cord
13 Lot
etc.
Any other hardware to meet functional
/performance requirement of MTS
i)
14 ii)
iii)
iv)
v)
Page 159
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL Dehradun
Page 160
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL Dehradun
Dehradun
Qty for
SL
Total
Model
.No Equipment Make Unit
No.
.
C1 RTUs
RTU base equipment comprising panels, racks, sub-racks, Power
Supply modules, CPU, interfacing equipment, required converters
1 Set 19 19
& all other required items/accessories including complete wiring
for all modules for locations mentioned below
Communication modules for interfacing energy meters/multi-
Nos.
2 function transducers using RS 485, MODBUS protocol & 2
Ethernet port. (assuming 2 nos. RS485 ports per module)
Nos.
3 Digital input module (assuming 16 inputs per module)
Nos.
4 Digital output module (assuming16 outputs per module)
Nos.
5 Analog input module (assuming 16 outputs per module)
6 Multifunction transducers Nos. 401 401
368
7 Contact Multiplying Relays (CMRs) Nos. 3680
0
8 Heavy duty relays for CB trip/Close Nos. 795 795
9 Dummy Breaker Latching Relays
10 Weather transducer - Wind speed Nos. 1 1
11 Weather transducer rainfall Nos. 1 1
12 Weather transducer Humidity Nos. 1 1
13 Weather transducer Temperature Nos. 1 1
14 Weather transducer -Wind Direction Nos. 1 1
15 Modem Nos.
16 Router Nos. 19 19
Single TFT PC for LDMS with O/S, UPS(minimum rating 600VA
17 Nos. 19 19
& minimum 30 min backup)
18 1 B/W laser printer Nos. 19 19
Any other hardware to meet functional /performance
requirement of MTS
i)
19 ii)
iii)
iv)
v)
C2 Local Data Monitoring System (LDMS)
20 LDMS Nos.
Page 161
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL Dehradun
COM-
DI- DO- AI-
MOD
MO MO MO
Sl.No STATION SS DS DC AI CMR HDR MFT ULE
DU DU DU
(Serial
LE LE LE
)
VASANT VIHAR 202 16 32 4 140 27 14 6 15 2 1
1
KAULAGARH 342 27 54 6 234 50 26 8 25 4 1
2
S/S no. 6 192 15 30 4 131 28 14 5 14 2 1
3
NIRANJANPUR 292 23 46 6 199 43 22 7 22 3 1
4
TURNER ROAD 201 16 32 4 137 30 15 5 15 2 1
5
KARGI 192 15 30 4 131 28 14 5 14 2 1
6
ARAGHAR 392 31 62 8 268 58 29 9 29 4 1
7
PARED GROUND 203 17 34 4 140 32 15 5 15 3 1
8
PATEL ROAD 201 16 32 4 137 30 14 5 15 2 1
9
Page 162
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL Dehradun
HARIDWAR
18 BYPASS 199 15 30 4 135 28 15 5 15 2 1
(PROPOSED)
ENGINEERS
19 ENCLAVE 199 15 30 4 135 28 15 5 15 2 1
(PROPOSED)
Note 1. MFT provide data that is to be acquired by RTU on Modbus/or IEC protocol for Voltage
(phase to phase and phase to neutral),Current (phase and neutral), Active Power, Reactive Power,
Apparent Power, Power Factor, Frequency, active energy (import & export), reactive energy
(import & export) etc.
2. CMRs shall be mounted in the existing C&R panels. Wherever the space is not available in the
existing panels the same shall be mounted in the RTU panels. Heavy Duty Relays shall be provided for
Digital outputs for CBs and shall be mounted in the RTU panels itself.
3. The RTU shall be equipped for the above specified I/O (analog input MFT), digital input & digital
output) point, which includes 20 % spare for future use. These 20 % spare points shall be terminated on
terminal blocks in RTU panel.
4. All protection relay/Alarm points & CBs shall be considered for SOE.
5. Point counts include three alarms per station for auxiliary system and fire, which shall be interfaced to
RTU.
Page 163
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL Dehradun
6. The above Input /Output for RTU is indicative only & same shall be finalized during detailed survey
by the SIA as per the system requirement.
Note: - SS : Single status input, DS : Double status input for CBs, DC : Digital Control
Output Trip / Close/Raise /lower, CMR : Contact Multiplying Relay, HDR : Heavy Duty
Relay, MFT : Multi function Transducers, CM: Communication Module , DI : Digital input ,
DO : Digital Output AI: Analog module
Dehradun
Qty for
Total
SL Model
Item Make Unit
No. No.
D1 FRTUs
Mini pole mounted FRTU base equipment along with enclosure
suitable to work in open environment (Adequate protection from
water & dust) , racks, sub-racks, Power Supply modules with power
1 Set 383 383
backup , I/o modules, CPU, interfacing equipment, required
converters & all other required items/accessories including complete
wiring for all modules for locations mentioned below
Communication modules for interfacing energy meters/multi- Nos.
2 function transducers using RS 485, MODBUS protocol. (assuming 2
nos. RS485 ports per module)
3 Digital input module (assuming 16 inputs per module) Nos.
4 Digital output module (assuming 16 outputs per module) Nos.
5 Analog input module (assuming 16 outputs per module) Nos.
6 Multifunction transducers Nos. 646 646
7 Contact Multiplying Relays (CMRs) Nos. 3398 3398
8 Heavy duty relays for CB trip/Close Nos. 1619 1619
9 Modem Nos.
10 Any other ITEM to meet functional /performance requirement
of MTS
i)
ii)
iii)
iv)
v)
D2 TEST EQUIPMENTS for FRTU
11 FRTU Database Configuration & Maintenance Software tool Nos. 2 2
Master Station cum FRTU Simulator & Protocol analyzer software Nos.
2 2
12 tool
Laptop PC for above software tools along with Nos.
2 2
13 interfacing hardware including Hub
Page 164
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL Dehradun
*CMRs and HDR are indicative and it may be considered as per requirement
FRTU IO List
equipment
Locations
Type of
Discom
Town Name SS DS DC AI
The above I/O count and calculations are indicative. The final I/O count will be obtained after
detailed site survey by the SIA. Bidder shall have to supply the FRTU as per the above minimum
configuration.
The FRTU shall be equipped for the above specified I/O (analog input MFT), digital input &
digital output) point points, which includes 20 % spare for future use. These 20 % spare points
shall be terminated on terminal blocks in FRTU panel.
SS: Single status input, DS: Double status input for CBs, DC: Digital Control Output Trip /
Close/Raise /lower. AI: Analog module
Page 165
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL Dehradun
E) Communication Equipments
Dehradun
Qty for
Total
Model
Sl.No Item NBSP Unit
No.
Dehradun
Qty for
Total
Model
E2A Item: Modems Make Unit
No.
1 GPRS No.
2 CDMA No.
3 EDGE No.
4 3G No 685 685
E2B Mandatory Spares(5% of E2A) Nos
Note: Bidder has to quote Network connectivity charges for five (5) years and evaluation will also be done
on the same.
Page 166
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL Dehradun
Dehradun
Qty for
Total
SL Model
Item Make Unit
No. No.
Page 167
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL Dehradun
Note: List of mandatory spares shall be provided by the contractor upto 5 % of the total cost to meet
the availability
G) Training
Sr. No Description Duration in days No. Of Trainees
A. Operators Training
1 Per workstation
1 Operator for SCADA/DMS Control Centre 5 console/ shift at
control centre
2 Instructor for DTS 10 3
B. Maintenance Training
1 Computer Hardware & System Software 10 2
2 Application Software (SCADA/DMS) 10 2
3 RTU & FRTU 5 5
4 Database & display development 5 2
6 Auxiliary Power Supply 3 2
7 Communication System including NMS 5 2
H) FMS
S.No. Description Duration
I) Implementation Schedule
Page 168
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL Dehradun
Note: For UPCL SIA RFP Volume IV Model Technical Specification, Please refer to UPCL SIA RFP
Volume IV MTS (Winrar Archive file) in tenderwizard platform.
Page 169
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun
Page 170
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun
Table of Contents
List of figures
Figure 1: Reference application architecture of IT system.................................................................. 174
Page 171
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun
1. About UPCL
Uttarakhand Power Corporation Ltd (UPCL), formerly Uttaranchal Power Corporation Ltd was
incorporated under the Companies Act, 1956 on February 12, 2001 consequent upon the formation
of the State of Uttaranchal. UPCL has been entrusted to cater to the Transmission & Distribution
Sectors inherited after the de merger from UPPCL (erstwhile UPSEB) since 1st April 2001. The
Electricity Act 2003 mandated the separation of Transmission functions under Power Sector
Reforms. On 1st June 2004, the Power Transmission Corporation Limited (PTCUL) was formed to
maintain & operate 132 KV & above Transmission Lines & substations in the State. Today UPCL,
the State Power Distribution Utility of the Government of Uttarakhand (GoU) caters to the Sub
Transmission & Distribution Secondary Substations & Distribution Lines 66 KV & below in the
State.
Energy Audit
New Connection
Page 172
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun
Billing
Collections
Metering
Asset Management
Maintenance Management
Proposed solution is an integrated single platform based system, which caters to various business
stacks through single window. IT user will need to authenticate him to access the applications. Based
on his profile he will be shown the applications for which he is authorized. Portal will provide the
common front-end for all applications. Providing the solution for all the modules including the
optional modules as per below table. Other than GIS application all integrated over middleware and
GIS have network model and geographical information.
Page 173
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun
Automated
Reporting Services
Application Services
Auditing Services
Meter
Authorization
GIS Data Store Online Data Store Operational Data Store Analytical Data Store
Page 174
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun
SCADA/DMS system shall exchange data with IT system using CIM/XML and IEC 61968 series of
standards. The system shall utilize an IEC 61968 and IEC 61970 compliant interface. The system shall
enable export of all data via a CIM-XML interface and shall utilize modeling from IEC 61968 as
appropriate. This data exchange shall be done using SOA/ESB Enterprise Services Bus already
provided by ITIA, over Open XML Models defined by CIM/XML.
Data exchange between IT system and SCADA/DMS shall be over model neutral messaging services
and CIM/XML model based data exchange for real-time or historical data will be used. The following
standards as applicable will be used to achieve the above requirements: Messaging interfaces shall be
based on model neutral interfaces based on the IEC 61970-40X series for access to real-time and
historical data and use the IEC 61968-3 and IEC 61968-9 standards for messaging interfaces that are
model dependent for network operations and metering respectively. More over implementation shall be
based on the EPRI specification document, Enterprise Service Bus Implementation profile
(1018795), which defines the implementation profile for IEC 61968 using technologies commonly
found on an Enterprise Service Bus.
Any non IEC-61968-1compliant interface part of the adapter may be interacting with SCADA/DMS
over:
ICCP
OPC
ODBC
Page 175
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun
Page 176
Technical Un_Price BoQ of RFP Identification No: 03/RAPDRP-A/2013-14/DDN/UPCL da
Name of the Bidder's Firm
RTU
S.No. Equipment Unit Quantity Make
C1 RTUs
RTU base equipment comprising panels, racks, sub-racks,
Power Supply modules, CPU, interfacing equipment,
1. required converters & all other required items/accessories Set
including complete wiring for all modules for locations
mentioned below
Communication modules for interfacing energy meters/multi-
function transducers using RS 485, MODBUS protocol & 2
2. No.
Ethernet port. (assuming 2 nos. RS485 ports per module)
22. No.
RTU Database Configuration & Maintenance Software tool
Master Station cum RTU Simulator & Protocol analyser
23. No.
software tool
Laptop PC for above software tools along with interfacing
24. No.
hardware including Hub
C4 MANDATORY SPARES FOR RTU
25. 5% of C1 No
C5 Bandwidth Charges
Network Connectivity Charges for Primary Link
26. No.
(SCADA/DMS main control centre)
FRTU
S.No. Equipment Unit Quantity Make
D1 FRTUs
Mini pole mounted FRTU base equipment along with
enclosure suitable to work in open environment (Adequate
protection from water & dust) , racks, sub-racks, Power
1. Supply modules with power backup , I/o modules, CPU, Set
interfacing equipment, required converters & all other
required items/accessories including complete wiring for all
modules for locations mentioned below
Communication modules for interfacing energy meters/multi-
function transducers using RS 485, MODBUS protocol.
2. No.
(assuming 2 nos. RS485 ports per module)
Communication system
E1- Communication system - VPN (MLLN/ MPLS) Broadband
S.No. Equipment Unit Quantity NBSP
Bandwidth
E2A
Charges
Training
S.No. Description Duration in days Nos of Trainees
A. Operators Training
1 Operator for SCADA/DMS Control Centre 5
2 Instructor for DTS 10
B. Maintenance Training
1 Computer Hardware & System Software 10
2 Application Software (SCADA/DMS) 10
3 RTU & FRTU 5
4 Database & display development 5
6 Auxiliary Power Supply 3
7 Communication System including NMS 5
FMS
S.No. Description Duration
1 FMS charges for SCADA/DMS system (maintaining
Five Year
overall system availability as per MTS)
2 FMS charges for SCADA/DMS system (maintaining
availability individual hardware & non critical functions Five Year
as per MTS)
3 Total FMS charges Five Year
Implementation Schedule
Completion
Schedule from the
S. No. Items
Award of Contract
1 SCADA/DMS System 18 months
14/DDN/UPCL dated 10-10-2013
Date:
ICB No.:
Invitation for Bid No.:
Alternative No.:
To,
Superintending Engineer (R-APDRP Part-A)
Uttarakhand Power Corporation Limited
Urja Bhawan,
Dehradun-248001
S.No. Component
1 Software component
2 Hardware component
3 Spares
4 Test Equipments
5 Project Management
6 Bandwidth Charges
7 FMS Charges
Total (in INR)
(d)The following commissions, gratuities, or fees have been paid or are to be paid with respect to the bidding process or
Name of Recipient Address
Name
In the capacity of
Signed
Date
ubmission Sheet
Amount (INR)
i)
ii)
iii)
iv)
v)
A4 Network Charges
44. Network Connectivity Charges for Link for 5 year
post commissioning p.a per RTU/FRTU/FPI
Form F: 4- RTU
C1 RTUs
1. RTU base equipment comprising panels, racks, sub-
racks, Power Supply modules, CPU, interfacing
equipment, required converters & all other required
items/accessories including complete wiring for all Set
modules for locations mentioned below
i)
ii)
iii)
iv)
v)
C2 LDMS
20. LDMS No.
21. Any other software to meet functional
/performance requirement of MTS
i)
ii)
iii)
iv)
v)
C3 TEST EQUIPMENTS for RTU
RTU Database Configuration & Maintenance
22. Software tool No.
Master Station cum RTU Simulator & Protocol
23. analyser software tool No.
Laptop PC for above software tools along with
24. interfacing hardware including Hub No.
C4 MANDATORY SPARES FOR RTU
25. 5% of C1 %
C5 Bandwidth Charges
Network Connectivity Charges for Primary Link
26. (SCADA/DMS main control centre) No.
Grand Total of Form: 4
Form F: 5 FRTU
E2
E2A Modems
1 GPRS No.
2 CDMA No.
3 EDGE No.
4 3G No.
E2B Mandatory spares (5% of E2A) %
Grand Total of Form: 6, E2
Form 8: Training
S.No. Description Duration in days
A. Operators Training
1 Operator for SCADA/DMS Control Centre 5
2 Instructor for DTS 10
B. Maintenance Training
1 Computer Hardware & System Software 10
2 Application Software (SCADA/DMS) 10
3 RTU & FRTU 5
4 Database & display development 5
6 Auxiliary Power Supply 3
7 Communication System including NMS 5
Grand Total of Form: 8 Training
Form 9: FMS
S.No. Description Duration
1 FMS charges for SCADA/DMS system (maintaining
overall system availability as per MTS) Five Year
The necessary spares required for maintenance of the system during FMS shall be provided by the contractor. However, the
consumables shall be provided by the owner.
FMS shall include all the supplied hardware & software under the project.
It is mandatory that costing of FMS per year should not be less than 5% (five percent) of the Bid value (excluding five year
FMS charges & five year communication charges). However, the same shall be uniform for all year.
Note: All above cost includes CST, VAT, Sales Tax, Service Tax, Entry Tax, Excise Duty etc.
entification No: 03/RAPDRP-A/2013-14/DDN/UPCL dated 10-10-2013
Total
FMS Cost
Rs.
FMS Cost
Rs.
FMS Cost
Rs.
FMS Cost
Rs.
FMS Cost
Rs.
FMS Cost
Rs.
FMS Cost
Rs.