You are on page 1of 250

Bid Document for Appointment of SCADA/DMS Implementation Agency by Uttarakhand UPCL

An initiative of Restructured Accelerated Power Development and Nodal Agency


Reforms Programme (R-APDRP) of Govt. of India

Request For Proposal (RFP)

Ministry of for Selection of SCADA/DMS Implementation Agency Power Finance


Power, (SIA) for implementation of SCADA/DMS System in Corporation
Government of
India
Dehradun town in
Ltd.
Uttarakhand Power Corporation Limited

Request for Proposal (RFP)


For
Appointment of SCADA/DMS Implementation Agency (SIA)
from
Empanelled list of SIAs by MoP/PFC

Under GoIs R-APDRP


BY

UTTARAKHAND POWER CORPORATION LIMITED


UTTARAKHAND
http://www.upcl.org

RFP Identification No:


03/RAPDRP-A/2013-14/DDN/UPCL dated 10-10-2013

Single Stage Two Envelope Selection Procedure

The last date for submission of RFP is


20th November 2013

(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

Uttarakhand Power Corporation Ltd. (UPCL)


Page 1
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Uttarakhand

UPCL SIA RFP

Volume I General Information

Uttarakhand Power Corporation Ltd. (UPCL) Voume - I

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

Uttarakhand Power Corporation Ltd. (UPCL) Voume - I

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.

Major scope envisaged under the implementation are:

Establishment of SCADA/DMS Control Centre in Dehradun


Establishment of Data Recovery (DR) Centre at Haldwani for SCADA/DMS
Integration with IT system being implemented under RAPDRP Part A
Integration with SLDC, Dehradun, developed by PTCUL, transmission utility of Uttarakhand
State.
Installation of RTUs at all primary substations and FRTUs at RMUs, Sectionalizers on HV
Distribution network.
Integration with standalone FPIs
SCADA/DMS system to supervise primary substations and HV Distribution network including
Information Storage & Retrieval (ISR) Functions
Distribution Management Systems(DMS) with following main functions

o Network Connectivity Analysis (NCA)


o State Estimation (SE)
o Load Flow Application (LFA)
o Voltage VAR control (VVC)
o Load Shed Application (LSA)
o Fault Management and System Restoration (FMSR)
o Loss Minimization via Feeder Reconfiguration (LMFR)
o Load Balancing via Feeder Reconfiguration (LBFR)
o Operation Monitor (OM)
o Distribution Load forecasting (DLF)

SCADA/DMS Dispatcher training simulator (DTS)

Uttarakhand Power Corporation Ltd. (UPCL) Voume - I

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.

Total area covered by UPCL : 53,566 km2


Population of the area covered by UPCL as per
8,479,562
census 2001 :
Total consumers of company : 1,622,471
Total Zone: 2
Total Circles : 8
Total Divisions : 32
Total Energy Sold (in MU): 8,252.72
Total Contracted Load (in KW): 4,126,416
The above data is as per Commercial Information of FY 2011-12

Dehradun is the only town in UPCL which is eligible for the R-APDRP, SCADA/DMS project

Total energy input (in


Name of Town
Population as MUs) for Dehradun as
Covered for
Name of DISCOM per Census of per Commercial
SCADA/DMS
2001 Information for FY
Implementation
2011-12
UPCL Dehradun 426674 767.9

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.

Uttarakhand Power Corporation Ltd. (UPCL) Voume - I

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.

4.1. Volume I GENERAL INFORMATION

4.2. Volume II COMMERCIAL


This document provides all commercial information to the bidder, which includes Instructions to the
bidders, general and specific conditions of the contract, eligibility criteria, Scope of work and it
provides all relevant data sheets and bidding forms.

4.3. Volume III - BILL OF QUANTITY


This document provides Bill of Quantity for Dehradun town under the project. BoQ is provided for
estimating the project prices preparing the Bid Forms in the Volume II. The quantities mentioned in
BOQ are indicative and for evaluation purpose, the bidder is required to quote compulsory for these

Uttarakhand Power Corporation Ltd. (UPCL) Voume - I

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.

4.4. Volume IV TECHNICAL SPECIFICATIONS


This volume contains the Model Technical Specification (MTS) released by the Nodal agency (PFC)
and modifications applied to selected clauses of MTS. It is mandatory to comply the given technical
specifications without any deviation.

4.5. Volume V- UPCL Information


UPCL specific information like ongoing IT system, customer care etc. are elaborated in this document,
whatever exists in the project area.

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.

i. Contracting and bid process

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.

Uttarakhand Power Corporation Ltd. (UPCL) Voume - I

Page 7
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Uttarakhand

ii. Materials and Bill of Quantity

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.

Uttarakhand Power Corporation Ltd. (UPCL) Voume - I

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.

xv. Bid identification No & ICB No is same, wherever mentioned in RFP.

6. Guidelines for e-Tendering


e-Tender is invited from eligible and experienced bidders who have necessary qualifications and
knowledge to carry out Design, Supply, Installation and Commissioning of SCADA/DMS implementation
work in Dehradun town & Data Recovery Center at Haldwani (Uttarakhand) along with Operations
&Maintenance for a period of five years from the date of Final Acceptance Test.

Bids from the empanelled list of PFC only will be considered.

Note:
If there is conflict between tenderized guidelines and other sections of the RFP, the contents in e-tendering
guidelines shall prevail.

Uttarakhand Power Corporation Ltd. (UPCL) Voume - I

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.

BRIEF HELP TO BIDDERS FOR e-TENDERING

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

After Successful entry into the application click on hyperlink UnApplied.


By clicking on hyperlink UnApplied you can see the latest tenders which are floated and other
details relevant to tender.
On this screen (UnApplied) you will find various gifs on the left hand side. Click on Edit
Attachment gif and see all the documents attached. Please download these documents and go
through them.
Once you have gone through the entire tender document and you wish to participate in the tender
click on Request Tender Form level-1 gif. And fill the form which contains mode of payment,
DD/BC Number, DD/BC Date and remarks. Then click on Submit.
Now once you have requested for tender documents click on In Progress stage. You can see the
status as REQUESTED.

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.

Uttarakhand Power Corporation Ltd. (UPCL) Voume - I

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

Attachment of general document to a particular tender

Go to tender Documents screen of that particular tender

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.

A) Techno commercial bid: Technical Unpriced BoQ


B) Cost bid: Price: Appendix C3 Price Proposal
C) EMD details

Uttarakhand Power Corporation Ltd. (UPCL) Voume - I

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.

Notice Inviting Tender Details


Sl.No. Description
1 Department Name Uttrakhand Power Corporation Limited (UPCL)
2 Office SE (R-APDRP, P art-A)
3 Tender Number 03/RAPDRP-A/2013-14/DDN/UPCL dated 10-10-2013
4 Selection of SCADA/DMS Implementing Agency (SIA) for
Tender Subject the UPCL under R-APDRP
5 Tender Type e-tender for empanelled list of PFC
6 Tender Category SCADA/DMS Implementing Agency
7 Registration Empanelled list of SIA of PFC
8 Bid Security (INR) 51,00,000/-

Uttarakhand Power Corporation Ltd. (UPCL) Voume - I

Page 12
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Uttarakhand

9 In the form of Bank Guarantee of a Scheduled Bank as notified


by Reserve Bank of India (RBI) in favour of : (Executive
Bid Security Payable to
Engineer, R-APDRP Part-A, Uttarakhand Power Corporation
Limited, Urja Bhawan, Dehradun)
12 Schedule sale opening date 11-10-2013, 12:00 hrs
13 Schedule sale closing date 20-11-2013, 14:00 hrs
14 Bid submission closing date (for 20-11-2013, 14:00 hrs for uploading both technical bid and
uploading and submission of hard price bid.
copies) 20-11-2013, 14:00 hrs hrs for submitting hard copies of
Technical bid. Price bid to be submitted online only.
15 Pre-bid meeting 30-10-2013, 11:00 hrs at Conference Room, North Block,
Urja Bhawan, Dehradun, Uttarakhand.
16 Technical Bid Opening Date 20-11-2013, 16:00 hrs
17 Price Bid Opening Date To be intimated later.
18 Place of Tender Opening Conference Room, RAPDRP Part-A Block, Urja Bhawan,
UPCL, Dehradun (Uttarakhand).
19 Officer Inviting Bids/ Contact Person SE (RAPDRP, Part-A), UPCL
20 Address/E-mail id RAPDRP Part-A, Urja Bhawan ,UPCL, Kanwali Road,
Dehradun, Uttarakhand-248001 /
E-Mail: jmsrauthan@rediffmail.com
21 Contact Details/Telephone, Fax Phone : +91-135-2761869
Fax : 91-135-2761869
EPBX No.: 2763672-75 Ext-265,266
22 Eligibility Criteria Empanelled list of SIAs of PFC only are eligible
23 Procedure for Bid Submission
1. Bids shall be submitted online www.tenderwizard.com/UPCL platform.
2. The participating bidders in the tender should register themselves on tenderwizard platform in the
website www.tenderwizard.com/UPCL
3. Bidders can log-in to tenderwizard platform in Secure mode only by signing with the Digital
certificates.
4. The bidders are requested to submit the documents as mentioned below:
Documents to be uploaded on line as part of Price proposal
S. No. Description
1 Appendix C3 Price Proposal (Excel sheet in tenderwizard platform)
2 Form F-2(Bidding forms): Price proposal submission sheet duly signed by an authorized
signatory (included in Appendix C3 Price Proposal in tenderwizard platform only)
No Hard copies to be submitted as part of Price proposal
Documents to be uploaded online as part of Technical proposal
S. No. Description
1 Proof of Bid security (Scanned copy of BG)
Scanned copy of Forms F-1 to F-7 (Bidding forms) excluding Form F2 duly signed by
2 an authorized signatory
C.2 (Technical Proposal) and subsections C2.1 to C2.12 along with supporting
3 documents wherever necessary as mentioned in the RfP (Volume II Appendix-C) and
Technical Un priced BoQ

Uttarakhand Power Corporation Ltd. (UPCL) Voume - I

Page 13
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Uttarakhand

4 C4: Checklists as mentioned in the RfP (under Volume II Appendix-C)


For each uploaded document online, the bidder should provide the index of the file names and its
contents invariably.
Hard copies to be submitted as part of technical proposal
S. No. Description
1 Proof of Bid security (Original BG)
2 Forms F-1 to F-7 (Bidding forms) excluding Form F2 duly signed by an authorized signatory
3 C.2 (Technical Proposal) and sub-sections C2.1 to C2.12 along with supporting documents
wherever necessary as mentioned in the RfP (under Volume II Appendix-C) and Technical
Unpriced BoQ
4 C4: Checklists as mentioned in the RfP (under Volume II Appendix-C)
Note: The hard copies of technical proposal are to be submitted before 20-11-2013, 14:00 hrs.
Otherwise the bid will be treated as non-responsive.
6. The Department shall not hold any risk on account of postal delay. Similarly, if any of the certificates,
documents, etc., furnished by the tenderer are found to be false / fabricated / bogus, the bidder will be
disqualified, blacklisted, action will be initiated as deemed fit and the Bid Security will be forfeited.
7. The department will not hold any risk and responsibility regarding non-visibility of the scanned and
uploaded documents.
24 Rights reserved with the Department UPCL reserves the right to accept or reject any or all of the
tenders received without assigning any reasons therefore. The
bid evaluation is as per the methodology prescribed in the RFP
and guidelines of PFC
25 General Terms and Conditions As per tender documents.
26 Other information The correspondence will be done by UPCL with all bidders till
finalization of bids. After finalization of the bidding process,
Letter of Acceptance (Work Order) and entering into
agreements will be done by the UPCL.

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.

8. Proposed SCADA/DMS solution


This section gives details of proposed SCADA/DMS system under R-APDRP, the communication
networks, system architecture and integration with other systems within UPCL. The proposed
SCADA/DMS system shall be designed to operate & monitor distribution substations and the network
from a designated centralized location of the project area/town, which is tentatively proposed at Urja
Bhawan, UPCL. The communication backbone for the envisaged SCADA/DMS system consists of
MPLS-VPN/MLLN and 3G/CDMA/GPRS across the project area. The below figure depicts typical
connectivity envisaged by the UPCL for its town.

Uttarakhand Power Corporation Ltd. (UPCL) Voume - I

Page 14
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Uttarakhand

Figure 1: SCADA/DMS System connectivity envisaged by UPCL

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

Uttarakhand Power Corporation Ltd. (UPCL) Voume - I

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:

Sl. Node(s) to be linked Bandwidth


No
1 SCADA Control Center, Urja Refer pt. (d)
Bhawan
below
2 RTU to Control Center 2 Mbps
3 Data Recovery Centre 2 Mbps
4 SLDC 2 Mbps
5 Head office, Division Office, 2Mbps
Circle Office
Table 2: Minimum band width requirement

x. Location of IT DC, IT CCC, SCADA CC, SCADA DR, RVDU etc:

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.

c. For RVDU locations, please refer Volume II, Appendix N, Note.

d. Bandwidth requirements for aggregation link at SCADA Control Center, Urja


Bhawan,Dehradun has to be decided by the bidder as per its proposed solution and the costing
of the same has to be included under the network connectivity charges i.e Form 6
Communication System in Appendix C3 Price Proposal.

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)

Uttarakhand Power Corporation Ltd. (UPCL) Voume - I

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.

Figure 2: Reference architecture

All data integrations shall be based on following general approach.

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.

Uttarakhand Power Corporation Ltd. (UPCL) Voume - I

Page 17
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Uttarakhand

Figure 3: Control Centre Architecture

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:

i. All SCADA functions

ii. Information Storage and Retrieval (ISR)

iii. All DMS functions

iv. Data exchange among the contractor supplied SCADA/DMS system, and IT system established
under R-APDRP.

v. Web server and Security functions

vi. Network Management system (NMS)

Uttarakhand Power Corporation Ltd. (UPCL) Voume - I

Page 18
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Uttarakhand

vii. Data recovery function (DR)

Non-Critical functions:

i. Dispatcher Training Simulator (DTS)

ii. Database modification and generation

iii. Display modification and generation

iv. Report modification and creation

v. Data exchange with VPS and remote VDUs, if any.

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.

Major DMS functions envisaged as a part of system are the following:

i. Network Connectivity Analysis (NCA)

ii. State Estimation (SE)

iii. Load Flow Application (LFA)

iv. Voltage VAR control (VVC)

v. Load Shed Application (LSA)

vi. Fault Management and System Restoration (FMSR)

vii. Loss Minimization via Feeder Reconfiguration (LMFR)

viii. Load Balancing via Feeder Reconfiguration (LBFR)

ix. Operation Monitor (OM)

x. Distribution Load forecasting (DLF)

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:

i. Normal steady state

ii. Disturbed network conditions for distribution network

Uttarakhand Power Corporation Ltd. (UPCL) Voume - I

Page 19
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Uttarakhand

iii. High & Poor Voltage conditions

iv. Poor VAR conditions

v. Indiscriminate tripping

vi. System blackout

vii. System restoration

viii. Conditions/functions included for SCADA/DMS real time system

Figure 4: DR Centre Architecture

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.

APPENDIX-1 -BIDDER QUERY RESPONSE FORMAT

SL SIA Reference
No Name Volume Section Question Description Comments

Uttarakhand Power Corporation Ltd. (UPCL) Voume - I

Page 20
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

UPCL SIA RFP

Volume II Commercial

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 21
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

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

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 22
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

C 1.1: Guidelines for Technical proposal .................................................................................. 108


C.1.2: Guidelines for Price proposal ......................................................................................... 108
C 1. 3: Submission of proposal.................................................................................................. 109
C2: Technical Proposal...............................................................................................................110
C 2.1 General Requirements.......................................................................................................110
C 2.2: Technical Specification requirement of Application packages ........................................110
C 2.3: Hardware Technical Specifications (Including network equipments, LAN/WAN, Kiosk
etc.).............................................................................................................................................111
C 2.4: Approach and Methodology ............................................................................................111
C 2.5: Project Experience ..........................................................................................................113
C 2.6: Team details (CVs) .........................................................................................................114
C 2.7: Firm Detail......................................................................................................................115
C 2.8: Facility Management Services Plan................................................................................115
C 2.9: Project Management Practices........................................................................................115
C 2.10: Quality Assurance.........................................................................................................116
C 2.11: Documentation..............................................................................................................116
C 2.12: Deviations Sheet ...........................................................................................................117
C3: Price proposal ......................................................................................................................119
C4: Checklists ........................................................................................................................... 120
C 4.1: Mandatory forms that needs to be submitted.................................................................. 120
C 4.2: Compliance checklist...................................................................................................... 121
Appendix D Evaluation Methodology............................................................................................ 122
Appendix E Geographical & Administrative Information ............................................................. 126
Appendix F: RTU Locations ............................................................................................................. 127
Appendix F1: List of Sub-Stations (RTU Locations)................................................................ 127
Appendix F2: List of Sectionalizers and RMU Locations (FRTU Locations) .......................... 127
Appendix F3: List of FPI Locations.......................................................................................... 128
Appendix G: Review of Current IT Systems..................................................................................... 129
Appendix H: List of Manuals/Business Processes pertaining to monitoring and control of distribution
network be converted (data-entry) into electronic form.................................................................... 135
Appendix I Review of current operation and maintenance processes pertaining to distribution
network.............................................................................................................................................. 136
Appendix J Estimated Manpower Requirement............................................................................. 137
Appendix K: EXPECTED IMPLEMENTATION SCHEDULE ....................................................... 138
Appendix L - Abbreviations .............................................................................................................. 141

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 23
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

Appendix M - SLA formatfor NBSP and it's requirement................................................................. 143


Appendix N: Communication Node Description For Network......................................................... 155

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

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 24
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

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.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 25
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

SECTION I. PREFACE

About this document


The purpose of this document is selection of SCADA/DMS Implementation Agency (SIA) for the
Restructured Accelerated Power Development and Reforms Programme (R-APDRP) - An Initiative
of Ministry of Power, Govt. of India.
Bidders are advised to study this document carefully. Submission of RFP shall be deemed to have
been done after careful study and examination of this document with full understanding of its
implications. This RFP document is not transferable. This document must be read in its entirety.
Please verify that you have a complete copy.
The Opportunity
Ministry of Power, Govt. of India, has launched the Restructured Accelerated Power Development
and Reforms Programme (R-APDRP) in the XI Five year Plan. Power Finance Corporation Limited
(PFCL) has been designated by GoI as the Nodal Agency for the programme. The programme spans
from data acquisition at distribution level till monitoring of results of steps taken to provide an IT
backbone and strengthening of the Electricity Distribution system across the Country under the
programme. The objective of the programme is reduction of AT&C losses to 15% in project areas.
The program is divided into 2 parts Part-A and Part-B. Part-A will include projects for establishment
of baseline data and IT applications like Meter Data Acquisition, Meter Reading, Billing,
Collections, GIS, MIS, Energy Audit, New Connection, Disconnection, Customer Care Services, Web
self service, etc. to get verified baseline AT&C losses. Part-B will include distribution strengthening
projects.
The SIA would supply, install and commission one integrated solution within the broad framework
provided in the MTS (Model Technical Specifications) document. PFC under the guidance of
Ministry of Power has finalized a detailed MTS document which covers all the components of the
SCADA project, which shall help the utilities improve their performance.
The Programme
The size of the programme is to the tune of Rs. 500 billion. The programme consists of Part-A (to the
tune of around Rs. 10,000 crore) covering Information Technology application in the electricity
distribution system and Part B (to the tune of around Rs. 40,000 crore) covering the System
strengthening, Improvement and augmentation of distribution system capacity. Both parts entail
planning of measures to be taken under the programme, implementation of such measures to be taken
and monitoring / evaluation of results / impact of the programme as a whole and of its various
components across the Country. The focus of the programme shall be on actual, demonstrable
performance in terms of loss reduction. Establishment of reliable and automated systems for
sustained collection of accurate base line data, and the adoption of Information Technology in the
areas of energy accounting will be essential for the success of the R-APDRP.
The Programme is proposed to be implemented on all India basis covering Towns and Cities with a
population of more than 30,000 (10,000 in case of Special Category States) as per population data of
2001 Census. In addition, in certain high-load density rural areas with significant loads, works of
separation of agricultural feeders from domestic and industrial ones, and of High Voltage Distribution
System (11kV) will also be taken up.
Towns / areas for which projects have been sanctioned in X Plan APDRP shall be considered for the
XI Plan only after either completion or short closure of the earlier sanctioned projects. Projects under
the scheme shall be taken up in Two Parts. Part-A shall include the projects for establishment of
baseline data and IT applications for energy accounting/auditing & IT based consumer service

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 26
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

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

Event Date Time


Availability of RFP document in UPCL website for
11.10.2013 12.00 Hrs
downloading (www.tenderwizard.com/upcl)

Due date for sending queries/requests for Clarification 20.10.2013 17:00 Hrs

Date of Pre Bid Conference 30.10.2013 11:00 Hrs

End download of RFP Document 20.11.2013 14:00 Hrs

Deadline for uploading of e-tender 20.11.2013 14:00 Hrs


Deadline for submission of hard copies at the Urja Bhawan,
20.11.2013 14:00 Hrs
UPCL, Dehradun
Due date of Opening of Technical Part 20.11.2013 16:00 Hrs

Due date of Opening of Financial Part To be intimated later

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 27
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

SECTION II. INSTRUCTIONS TO BIDDERS

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

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 28
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

determines that the bidder recommended for award has,


directly or through an agent, engaged in corrupt, fraudulent,
collusive, or coercive practices in competing for the Contract
(c) the Nodal Agency will declare a firm ineligible, either
indefinitely or for a stated period of time, for awarding a R-
APDRP funded contract if it at any time determines that the
firm has engaged in corrupt of fraudulent practices in
competing for, or in executing, a RAPDRP funded contract.
3.2 In continuance of ITB clause 3.1 above, the Nodal Agency will
cancel the portion of the fund allocated to a contract for goods,
works or services if it at any time determines that corrupt or
fraudulent practices were engaged in by representatives of the
purchaser or a beneficiary of the fund, during the procurement or
the execution of that contract, without the Purchaser having taken
timely and appropriate remedial action satisfactory to the Nodal
Agency.
3.3 Any communication between the bidder and the purchaser related to
matters of alleged fraud or corruption must be made in writing.
By signing the contract, the bidder shall represent that it is either
the owner of the Intellectual Property Rights (IPR) in the hardware,
software or materials offered, or that it has proper authorization
and/or license to offer them from the owner of such rights. For the
purpose of this clause, IPR shall be defined in the GCC Clause 16.
Willful misrepresentation of these facts shall be considered a
fraudulent practice subject to the provisions of Clauses 3.1 to 3.3
above, without prejudice to other remedies that the Purchaser may
take.
Furthermore, Bidders shall also note the provision stated in Sub-Clause 2
and Sub-Clause 33.1 (a) (ii) of the General Conditions of Contract.
4. Eligible Bidders 4.1 A Bidder shall be a party empanelled by the Nodal Agency, Power
Finance Corporation, as eligible to bid for appointment as
SCADA/DMS Implementation Agency under the Restructured
Accelerated Power Development and Reforms Programme (R-
APDRP) of Govt. of India.
No firm can submit more than one RfP
4.2 Bidders shall provide such evidence on of their continued eligibility
satisfactory to the Purchaser, as the Purchaser shall reasonably
request.
5. Eligible Goods 5.1 For the purpose of this Clause, the term Goods includes hardware,
and Related software, networking equipments and cables; and Related services
Services includes services such as insurance, transportation, associated
documentation, installation, customization, integration, field survey,
testing and commissioning, training, technical support, maintenance,
repair and other necessary services to be provided by the selected
bidder and necessary for successful implementation of the project as
specified in the contract.
5.2 In case Bidder that does not manufacture or produce the Goods it
offers to supply shall submit the Manufacturers Authorization using

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 29
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

the form included in Section V, Bidding Forms to demonstrate that it


has been duly authorized by the manufacturer or producer of the
Goods to supply these Goods.
B. Contents of Bidding Document
6. Sections of the 6.1 The Bidding Document consists of the sections as indicated below
Bidding and should be read in conjunction with any Addenda issued in
Document accordance with ITB Clause 8.
Section I. Preface
Section II. Instructions to Bidders (ITB)
Section III. Bid Data Sheet (BDS)
Section IV. Eligibility Criteria
Section V. Bidding Forms
Section VI. Scope of Work
Section VII. General Conditions of Contract (GCC)
Section VIII. Special Conditions of Contract (SCC)
Section IX. Contract Forms
6.2 The Invitation for Bids issued by the Purchaser is a part of the
Bidding Document.
6.3 The Purchaser is not responsible for the completeness of the Bidding
Document and its addenda, if they were not obtained directly from the
Purchaser.
6.4 The Bidder is expected to examine all instructions, forms, terms, and
specifications in the Bidding Document. Failure to furnish all
information or documentation required by the Bidding Document
may result in the rejection of the Bid.
7. Clarification of 7.1 A prospective Bidder requiring any clarification of the Bidding
Bidding Document shall contact the Purchaser in writing at the Purchasers
Document address indicated in the BDS. The Purchaser shall forward copies of
its response to all Bidders who have acquired the Bidding Document
directly from it, including a description of the inquiry but without
identifying its source. Should the Purchaser deem it necessary to
amend the Bidding Document as a result of a clarification, it shall do
so following the procedure under ITB Clause 8 and Sub-Clause 23.2.
7.2 The Purchaser will organize a pre-bid conference at the time and place
indicated in BDS. The purpose of the conference will be to clarify
issues and answer queries that the bidders might have. Bidders are
requested to submit the queries in writing to reach the purchaser not
later than 5 days before the conference. Queries and responses shall
be communicated in accordance with ITB Clause 7.1. Any
modifications to the Bidding document listed in ITB Clause 6.1 which
may become necessary as a result of pre-bid conference shall be made
by the Purchaser exclusively by issuing Addendum and not through
the clarifications of the pre-bid conference.
8. Amendment of 8.1 At any time prior to the deadline for submission of the Bids or the

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 30
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

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

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 31
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

Proposals shall be evaluated as per Evaluation Methodology


mentioned in Appendix-D.
11.4 Contract shall be awarded to the Bidder whose Proposal (Technical
and Financial) obtains the maximum score
11.5 The Technical Proposal shall contain the following:
(a) Technical Proposal Submission Sheet;
(b) Bid Security, in accordance with ITB Clause 20;
(c) written confirmation authorizing the signatory of the Bid to
commit the Bidder, in accordance with ITB Clause 21;
(d) documentary evidence in accordance with ITB Clause 16
establishing the Bidders eligibility to bid;
(e) documentary evidence in accordance with ITB Clauses 17
and 29, that the Goods and Related Services conform to the
Bidding Document;
(f) documentary evidence in accordance with ITB Clause 18
establishing the Bidders qualifications to perform the
contract if its Bid is accepted; and
(g) any other document required in the BDS.
11.6 The Price Proposal shall contain the following:
(a) Price Proposal Submission Sheet and the applicable Price
Schedules, in accordance with ITB Clauses 12, 14, and 15;
(b) any other document required in the BDS.
12. Bid Submission 12.1 The Bidder shall submit the Technical Proposal and the Price Proposal
Sheets and Price using the appropriate Submission Sheets provided in Section V,
Schedules Bidding Forms and Supplier response format, Appendix C. These
forms must be completed without any alterations to their format, and
no substitutes shall be accepted. All blank spaces shall be filled in
with the information requested.
12.2 The Bidder shall submit, as part of the Price Proposal, the Price
Schedules for Goods and Related Services, using the forms furnished
in Section V, Bidding Forms and Supplier response format, Appendix
C
12.3 The Bidders should take note of following points while submitting the
Price Proposal:-
(a) 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.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 32
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

(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

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 33
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

Conformity of Proposal the documentary evidence against Goods and related


the Goods and Services provided in Appendix C3.
Related Services
17.2 The documentary evidence may be in the form of literature, drawings
to the Bidding
or data, and shall consist of a detailed description of the essential
Document
technical and performance characteristics of the Goods and Related
Services, demonstrating substantial responsiveness of the Goods and
Related Services to those requirements, and if applicable, a statement
of deviations and exceptions to the provisions of Appendix C;
17.3 Standards for workmanship, process, material, and equipment, as well
as references to brand names or catalogue numbers specified by the
Purchaser in the Scope of Work, are intended to be descriptive only
and not restrictive. The Bidder may offer other standards of quality,
brand names, and/or catalogue numbers, provided that it
demonstrates, to the Purchasers satisfaction, that the substitutions
ensure substantial equivalence or are superior to those specified in the
Scope of Work
18. Documents 18.1 To establish its qualifications to perform the Contract, the Bidder shall
Establishing the submit as part of its Technical Proposal the evidence indicated for
Qualifications of each qualification criteria specified in Section IV, Eligibility Criteria.
the Bidder However, only those bidders which have been empanelled by Nodal
Agency shall be eligible to bid.
19. Period of 19.1 Bids shall remain valid for the period of 150 days after the bid
Validity of Bids submission deadline date prescribed by the Purchaser. A Bid valid for
a shorter period shall be rejected by the Purchaser as non responsive.
19.2 In exceptional circumstances, prior to the expiration of the bid
validity period, the Purchaser may request Bidders to extend the
period of validity of their Bids. The request and the responses shall be
made in writing. The Bid Security furnished in accordance with ITB
Clause 20, it shall also be extended for a corresponding period. A
Bidder may refuse the request without forfeiting its Bid Security. A
Bidder granting the request shall not be required or permitted to
modify its Bid.
20. Bid Security 20.1 The Bidder shall furnish as part of its Technical Proposal, a Bid
Security in original form and in the amount and currency specified in
the BDS
20.2 The Bid Security shall be in the form of a bank guarantee from a
Scheduled Bank as notified by Reserve Bank of India (RBI). An
Indicative bank guarantee format to be customized by the Utilities on
case to case basis has been provided in the Bidding Forms at Section
V. The form must include the complete name of the Bidder. The Bid
Security shall be valid for sixty (60) days beyond the end of the
validity period of the bid. This shall also apply if the period for bid
validity is extended.
20.3 Any Bid not accompanied by a substantially responsive Bid Security
in accordance with ITB Sub-Clause 20.2, shall be rejected by the
Purchaser as non responsive.
20.4 The Bid Security of unsuccessful Bidders shall be returned as
promptly as possible upon the signing of the Contract with the

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 34
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

successful Bidder pursuant to ITB Clause 41 and 42


20.5 The Bid Security of the successful Bidder shall be returned as
promptly as possible once the successful Bidder has furnished the
required Performance Security and signed the Contract.

20.6 The Bid Security may be forfeited:


(a) if a Bidder withdraws its Bid during the period of bid validity
as specified in ITB Clause 19.1, except as provided in ITB
Sub-Clause 19.2 or 25 ; or
(b) if the successful Bidder fails to:
sign the contract in accordance with ITB clause 41; or
furnish a performance security in accordance with ITB
clause 42; or
accept the correction of its bid price pursuant to ITB sub-
clause 30.5
if the bidder is found to have submitted false particulars /
fake documents; or
if the implementation agency (SIA and its sub-contractors)
refuses to execute the job at his agreed scope/quoted rates,
after the utilities issue the letter of intent (LOI)
incidents of manipulation of rates by cartelization
20.7 The Bid Security must be in the name of the SCADA/DMS
Implementation Agency
21. Format and 21.1 The bidder shall submit the soft copy of Technical proposal at
Signing of Bid www.tenderwizard.com & shall prepare one original of the Technical
Proposal described in ITB Clause 11 and clearly mark each
ORIGINAL - TECHNICAL PROPOSAL. In addition, the Bidder
shall submit 1(One) more soft copy of the Technical Proposal and
clearly mark them COPY NO - TECHNICAL PROPOSAL. In
the event of any discrepancy between the original and the copy, the
original shall prevail. Price Proposal shall be submitted only on-line
in tenderwizard platform at appropriate location in
www.tenderwizard.com site and no hard copy shall be submitted.
Form F-2(Bidding forms): Price proposal submission sheet duly
signed by authorized signatory shall also be uploaded on tenderwizard
platform along with price bid (which is included in Appendix C3
Price Proposal (Excel file) on tenderwizard platform). If the
procedure mentioned under clause 21.1 is deviated the bids shall be
treated as non-responsive.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 35
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

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

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 36
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

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

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 37
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

Proposals will remain unopened in accordance with ITB Sub-Clause


26.2. No envelope shall be substituted unless the corresponding
Substitution Notice contains a valid authorization to request the
substitution and is read out and recorded at bid opening.
26.5 Next, outer envelopes marked MODIFICATION shall be opened.
No Technical Proposal and/or Price Proposal shall be modified unless
the corresponding Modification Notice contains a valid authorization
to request the modification and is read out and recorded at the
opening of Technical Proposals. Only the Technical Proposals, both
Original as well as Modification, are to be opened, read out, and
recorded at the opening. Price Proposals, both Original as well as
Modification, will remain unopened in accordance with ITB Sub-
Clause 26.2.
26.6 All other envelopes holding the Technical Proposals shall be opened
one at a time, and the following read out and recorded :
(a) the name of the Bidder;
(b) whether there is a modification or substitution;
(c) the presence of a Bid Security, if required; and
(d) Any other details as the Purchaser may consider appropriate.
Only Technical Proposals read out and recorded at bid opening shall
be considered for evaluation. No Bid shall be rejected at the
opening of Technical Proposals except for late bids in accordance
with ITB Sub-Clause 24.1.
26.7 The Purchaser shall prepare a record of the opening of Technical
Proposals that shall include, as a minimum: the name of the Bidder
and whether there is a withdrawal, substitution, modification; and the
presence or absence of a Bid Security. The Bidders representatives
who are present shall be requested to sign the record. The omission
of a Bidders signature on the record shall not invalidate the contents
and effect of the record. A copy of the record shall be distributed to
all Bidders.
26.8 On the basis of the evaluation of the Technical Proposals, the
Purchaser will invite bidders who have submitted responsive
Technical Proposals to attend the opening of the Price Proposals. The
date, time, and location of the opening of Price Proposals will be
advised in writing by the Purchaser. Bidders shall be given reasonable
notice of the opening of Price Proposals.
26.9 The Purchaser will notify Bidders in writing that have been rejected
on the grounds of being non-responsive to the requirements of the
Bidding Document and return their Price Proposals unopened, before
the opening of the price proposal.
26.10 The Purchaser shall conduct the opening of Price Proposals of all
Bidders who submitted responsive Technical Proposals, in the
presence of Bidders` representatives who choose to attend at the
address, date and time specified by the Purchaser. The Bidders
representatives who are present shall be requested to sign a register
evidencing their attendance.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 38
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

26.11 All envelopes containing Price Proposals shall be opened one at a


time and the following read out and recorded:
(a) the name of the Bidder
(b) whether there is a modification or substitution;
(c) the Bid Prices,; and
(d) Any other details as the Purchaser may consider appropriate.
Only Price Proposals, read out and recorded during the opening of
Price Proposals shall be considered for evaluation. No Bid shall be
rejected at the opening of Price Proposals.
26.12 The Purchaser shall prepare a record of the opening of Price Proposals
that shall include, as a minimum: the name of the Bidder, the Bid
Price. The Bidders representatives who are present shall be requested
to sign the record. The omission of a Bidders signature on the record
shall not invalidate the contents and effect of the record. A copy of the
record shall be distributed to all Bidders.
E. Evaluation and Comparison of Bids

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

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 39
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

omission. A material deviation, reservation, or omission is one that:


(a) does not meet all the mandatory technical specifications (as
specified in Appendix-A)
(b) affects the scope, quality, or performance of the Goods and
Related Services specified in the Contract; or
(c) limits or is inconsistent with the Bidding Document, the
Purchasers rights or the Bidders obligations under the
Contract; or
(d) If rectified would unfairly affect the competitive position of
other Bidders presenting responsive Technical Proposals.
29.3 If a Technical Proposal is not responsive to the Bidding Document, it
shall be rejected by the Purchaser and shall not subsequently be made
responsive by the Bidder by correction of the material deviation,
reservation, or omission.
30. Non 30.1 Provided that a Technical Proposal is responsive, the Purchaser may
conformities, waive any non-conformity or omission in the Bid that does not
Errors, and constitute a material deviation.
Omissions
30.2 Provided that a Technical Proposal is responsive, the Purchaser may
request that the Bidder submit the necessary information or
documentation, within a reasonable period of time, to rectify
nonmaterial, nonconformities or omissions in the Technical Proposal
related to documentation requirements. Such omission shall not be
related to any aspect of the Price Proposal of the Bid. Failure of the
Bidder to comply with the request may result in the rejection of its
Bid.
30.3 Provided that a Technical Proposal is responsive, the Purchaser will
rectify nonmaterial nonconformities or omissions. To this effect, the
Bid Price shall be adjusted during evaluation of Price Proposals, for
comparison purposes only, to reflect the price of the missing or non-
conforming item or component. The adjustment shall be made using
the method indicated in Section 12.2 of Section VII GCC
30.4 Provided that the Technical Proposal is responsive, the Purchaser will
correct arithmetical errors during evaluation of Price Proposals on the
following basis:
(a) if there is a discrepancy between the unit price and the total
price that is obtained by multiplying the unit price and
quantity, the unit price shall prevail and the total price shall be
corrected, unless in the opinion of the Purchaser there is an
obvious misplacement of the decimal point in the unit price,
in which case the total price as quoted shall govern and the
unit price shall be corrected;
(b) if there is an error in a total corresponding to the addition or
subtraction of subtotals, the subtotals shall prevail and the
total shall be corrected; and
(c) if there is a discrepancy between words and figures, the
amount in words shall prevail. However, where the amount

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 40
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

expressed in words is related to an arithmetic error, the


amount in figures shall prevail subject to (a) and (b) above.
(d) if there is a discrepancy between percentage and figures
related to various taxes or levies, the percentage shall prevail
over figure mentioned. However, where the amount expressed
in percentage is related to an arithmetic error, the amount in
figures shall prevail subject to (a) and (b) above. It should
also be noted that at time of against, the prevailing tax/levy
rates will be used as on the date of approval of payment.
(e) Except as provided in sub-clauses (a) to (c) herein above, the
Purchaser shall reject the Price Proposal if the same contains
any other computational or arithmetic discrepancy or error.
30.5 If the Bidder that submitted the lowest evaluated Bid does not accept
the correction of errors, its Bid shall be disqualified and its Bid
Security shall be forfeited.
31. Preliminary 31.1 The Purchaser shall examine the Technical Proposal to confirm that
Examination all documents and technical documentation requested in ITB Sub-
of Bids Clause 11.5 have been provided, and to determine the completeness
of each document submitted.
31.2 The Purchaser shall confirm that the following documents and
information have been provided in the Technical Proposal. If any
of these documents or information is missing, the offer shall be
rejected.
(a) Technical Proposal Submission Sheet in accordance with ITB
Sub-Clause 12.1;
(b) written confirmation of authorization to commit the Bidder;
(c) Bid Security; and
(d) Manufacturers Authorization, where applicable.
31.3 Likewise, following the opening of Price Proposals, the Purchaser
shall examine the Price Proposals to confirm that all documents and
financial documentation requested in ITB Sub-Clause 11.6 have been
provided, and to determine the completeness of each document
submitted.
31.4 The Purchaser shall confirm that the following documents and
information have been provided in the Price Proposal. If any of these
documents or information is missing, the offer shall be rejected.

(a) Price Proposal Submission Sheet in accordance with ITB


Sub-Clause 12.1; and

(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

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 41
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

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.

33. Margin of 33.1 No margin of preference shall apply.


Preference
34. Evaluation of 34.1 The Purchaser shall evaluate Price Proposals of each Bid for which
Bids the Technical Proposal has been determined to be responsive.
34.2 To evaluate a Price Proposal, the Purchaser shall only use all the
criteria and methodologies defined in this Clause and in Section IV,
Eligibility Criteria and evaluation methodology in Appendix-D. No
other criteria or methodology shall be permitted.
34.3 To evaluate a Price Proposal, the Purchaser shall consider the
following:
(a) The Bid Price quoted in Price Proposal Submission Sheet i.e.
inclusive of all duties, levies and taxes.
(b) Price adjustment in accordance with Clause 14.3 of ITB for
missing or non-conforming item(s) or component(s).
(c) Price adjustment for correction of arithmetic errors in
accordance with ITB Sub-Clause 30.4;
34.4 For comparison of the combined Technical and Price Score of all
responsive bidders, following formula shall be used
(a) Total Score = (Technical Score) + (LP/FPx50). Where LP is the
lowest price offer and FP is the price offer of the firm being
evaluated
(b) Contracts shall be awarded only to the bidder with the highest
evaluated Total Score
35. Comparison of 35.1 The Purchaser shall compare all responsive bids to determine the bid
Bids with the maximum score, in accordance with ITB Clause 34.

36. 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.

36.2 The determination shall be based upon an examination of the


documentary evidence of the Bidders qualifications submitted by the
Bidder, pursuant to ITB Clause 18 and to clarifications in accordance
with ITB Clause 28. The eligible bidders shall only be as empanelled
by Nodal Agency meeting qualifying requirements as mentioned in
Eligibility Criteria (Section IV).

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 42
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

36.3 An affirmative determination in accordance with this clause shall be a


prerequisite for the opening and evaluation of a Bidders Price
Proposal. A negative determination shall result into the
disqualification of the Bid, in which event the Purchaser shall return
the unopened Price Proposal to the Bidder.

37. Purchasers 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.

39. Purchasers 39.1 Variation in town quantity


Right to Vary At the time the Contract is awarded, the quantity of Goods and Related
Quantities at Services for a town shall not be modified. However Purchaser reserves the
Time of Award right to increase or decrease the number of towns under this contract
subject to the limit of 30% of the existing number of towns, covered under
the contract, without any change in the unit prices or other terms and
conditions of the Bid and the Bidding Document.
Variation in BOQ of town
Quantity variation of individual items may be accepted to the extent of +/-
20% of the awarded bill of quantity subject to 10% of the value of the
awarded project cost without any change in the unit prices or other terms
and conditions of the bid and bidding document. This is also applicable
during post award stage. In such cases of variation,
UPCL is required to provide to PFC/MoP the proper justification of such
cost variation for any changes in scope, BOQ, price etc. along with due
approval of their DRC (within one year from the LOI). In case the cost
increase is found justified, the recommendation of
PFC shall be put up to steering committee for their consideration and
sanction of additional project cost...
40. Notification of 40.1 Prior to the expiration of the period of bid validity, the Purchaser shall
Award notify the successful Bidder, in writing, that its Bid has been
accepted.
40.2 Until a formal Contract is prepared and executed, the notification of
award shall constitute a binding Contract.
41. Signing of 41.1 Promptly after notification, the Purchaser shall send to the successful
Contract Bidder the Agreement, a copy of SLA and the General and Special
Conditions of Contract.
41.2 Within fourteen (14) days of receipt of the Agreement, the successful
Bidder shall sign, date, and return it to the Purchaser.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 43
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

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

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 44
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

SECTION -III BID DATA SHEET

A. Introduction

ITB 1.1 The number of the Invitation for Bids is : 03/RAPDRP-A/2013-14/DDN/UPCL


dated 10-10-2013
ITB 1.1 The Purchaser is:

Uttarakhand Power Corporation Limited, Dehradun, Uttarakhand-248001

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 10.1 The language of the Bid is: English

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 13.1 Alternative Bids shall not be permitted.

ITB 14.4 The Incoterms edition is: Year 2000

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.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 45
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

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/-

D. Submission and Opening of Bids

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.

ITB 22.2 (c) The identification of this bidding process is:


The identification of this bidding process is: Single stage Two envelope
The name of ICB: SCADA/DMS Implementation for R-APDRP works during XI
Plan in the UPCL for implementation of SCADA/DMS
System in the State Electricity Distribution UPCL

Bid Identification
No Particulars

The bid identification No. shall be mentioned by the Bidder prominently on the

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 46
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

top of envelope for the lots in the following manner :


(a) Bidding process for the bid is : Single stage Two envelope
(b) Bid identification No. : : 03/RAPDRP-A/2013-14/DDN/UPCL dated 10-
10-2013

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 23.1 The deadline for bid submission is:


Date: 20.11.2013
Time: 14:00 Hrs
Wherever reference to Time has been made, the same shall be taken as Indian
Standard Time. If time is mentioned in P.M, the same shall be converted into
Hours by adding 12 Hours e.g. 2 P.M equal to 2 + 12 i.e. 14.00 Hours IST

ITB 26.1 The bid opening shall take place at:


Conference Room, RAPDRP Part-A Block
Urja Bhawan, UPCL, Kanwali Road, Dehradun(UK)-248001
Date : 20.11.2013
Time: 16:00 Hrs

E. Evaluation, and Comparison of Bids

ITB 33.1 A margin of preference shall not apply.

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

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 47
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

notice.

SECTION IV. ELIGIBILITY CRITERIA

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.

The supporting proof document must be labeled as original/true copy/translation, as the


case may be, and the same shall necessarily be signed and authenticated by the Authorized

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 48
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

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.

(Proof: Signed resume of employees authenticated & signed by bidder need to be


submitted. Scanned signatures shall be accepted.)

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 49
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

SECTION V. BIDDING FORMS

Form F-1: Technical Proposal Submission Sheet

Date:

ICB No.:

Invitation for Bid No.:

Alternative No.:

To: _______________________________________________________________________

We, the undersigned, declare that:

(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.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 50
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

(i) We declare, that we have our office in India with the details as mentioned below:-
Address: ______________________________

Contact Person: __________________________

Telephone No.: __________________________

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 51
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

Form F- 2: Price Proposal Submission Sheet

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.:

Invitation for Bid No.:

Alternative No.:

To: _______________________________________________________________________

We, the undersigned, declare that:

(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:

The breakup of price is provided in table below:-

S.No. Component Amount (INR)

1 Software component

2 Hardware component

3 Spares

4 Test Equipments

5 Project Management

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 52
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

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 of Recipient Address Reason Amount

(If none has been paid or is to be paid, indicate none.)

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 53
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

Form F- 3: Bid 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

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:

(i) Execute the Contract; or

(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.

NOW THIS DEED WITNESSETH AS FOLLOWS:

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 54
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

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:

(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. 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.

Signed, sealed and delivered by the Bank

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 55
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

For _____________________

Authorized Signatories

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 56
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

Form F- 3A: Advance bank guarantee


Advance Payment Bank Guarantee
Note: Advance will be released against same amount of BG.

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 __________ [insert:
location] __________ 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. 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.

NOW THIS DEED WITNESSETH AS FOLLOWS


4. 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 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.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 57
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

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.

7. 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 [insert: location], 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.

Signed, sealed and delivered by the Bank For _____________________ Authorized


Signatories
Common Seal of the Bank

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 58
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

Form F- 4: Manufacturers Authorization

(To be obtained from all OEMs)

Date:
ICB No.:
Invitation for Bid No.:
Alternative No.:

To:

WHEREAS___________________________________________________ who are official


manufacturers of ____________________________________________________ having factories at
_______________________________________________________________ do hereby authorize
____________________________________________________ to submit a Bid in relation to the
Invitation for Bids indicated above, the purpose of which is to provide the following Goods,
manufactured by us ______________________________ and to subsequently negotiate and sign the
Contract.

We hereby extend our full guarantee and warranty in accordance with Clause 26 of the General
Conditions of Contract, with respect to the Goods offered by the above firm in reply to this Invitation
for Bids.

Name
In the capacity of:
Signed
Duly authorized to sign the Authorization for and on behalf of
Date

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 59
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

Form F- 5: Certificate as to Corporate Principal

CERTIFICATE AS TO CORPORATE PRINCIPAL

(To be signed by any of Board Directors or Co.Secry)

(To be accompanied along with requisite copy of the board resolution)

I _______________________ certify that I am _________________ of the Company under


the laws of _____________________ and that __________________ who signed the above tender is
authorized to bind the Company / Firm by authority of its governing body.

Signature: _________________

Full Name: _________________

Address: _______________________

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 60
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

Form F-6: Undertaking for Presence in India

I hereby declare that that <Name of Bidder> has Design,/Engineering/Testing facility in India as
on

The address of the facility is provided hereunder


----------------------
----------------------

Signature of Authorized Signatory:

Full Name:

Address:

Phone No:

E-mail Id:

Note: Necessary proof of incorporation/registration shall be provided

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 61
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

Form F-7: Undertaking for Authenticity of Translation

(Applicable in case documents submitted are in language other than English)

I hereby declare that English translation provided for all the documents which are submitted
in.. language are accurate.

If any stage it is found that translation is inaccurate or fudged, firm is liable to be prosecuted.

Signature of Authorized Signatory:

Full Name:

Address:

Phone No:

E-mail Id:

Note: To be provided on client letter head

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 62
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

SECTION VI. SCOPE OF WORK

Role of SCADA/DMS Implementation Agency


RFPs are invited for the SCADA/DMS Implementation assignment as part of the objectives and roles
as defined below under Part A of GoIs Restructured APDRP (for XI Plan).

Broad Role Definition for SIA

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

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 63
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

o MODBUS MFTs to RTUs/FRTUs


o ICCP (TASE.2) between main /DR centre/SLDC
o Support /compliance to IEC61850 for RTU/CC

Conducting Factory Acceptance Test (FAT), Site Acceptance Test (SAT), Type test (as required), etc.
successfully, Go live, operational acceptance & handing over to customer.

Outline of Tasks to be carried out and Deliverables


The SCADA/DMS Implementation Agencies may be representing the utilities post selection and
appointment by the utilities. Any work, as and when required for smooth and timely execution of the
project may be supported by the SCADA/DMS Implementation Agencies. Utilities shall make all
possible efforts to provide support and help to the extent possible; however the final responsibility of
the same shall rest with the implementation agency.
1) Hardware: Design & Engineering, Supply, Installation and Commissioning of all necessary
hardware and networking equipments and its connectivity, as specified in the detailed
specifications. The SIA shall take the responsibility to install the servers, RTU/FRTU, MFTs,
Video Projection System (VPS) switches, routers, backup and tape devices, Workstation PCs,
Aux Power supply, communication equipment etc and other necessary hardware/software at the
sites. The SIA shall provide the time frame for procuring and delivering all the necessary
hardware. Though the scope covers establishment of a SCADA/DMS control centre along with
associated hardware and software, the SIA shall design and provide the Software & hardware at
SCADA/DMS control centre including RTU/FRTU locations with 100% expandability for future
growth in electrical distribution network of the city. The SIA shall provide the necessary design
& engineering documents, drawings and plan, sizing, cabling and connectivity and the bill of
material, etc. & obtain approval from UPCL
2) Software: Supply, installation and commissioning of operating systems at servers/desktops,
database and SCADA/DMS application software, etc.
3) 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.
The FMS provider shall be responsible for service delivery management for the complete project
including project management and transition management. The FMS provider shall create and
maintain SCADA/DMS system including preventive and predictive support as well as repair
and/or replacement/upgradation activity, network monitoring and management, database
administration services, back-up/restore, server management, data center operations, anti-virus
management, mail/messaging system management, performance monitoring and reporting, etc.
4) System Design and Engineering: The SIA shall be responsible for detailed design and
engineering of overall system, sub-systems, elements, system facilities, equipments, services,
including systems application software and hardware etc. It shall include proper definition and
execution of all interfaces with systems, equipment, material and services of UPCL for proper
and correct design, performance and operation of the project.
SIA shall provide complete engineering data, drawings, reports, manuals and services offered etc.
i.e. complete set of documentation /drawings for UPCLs review, approval and records
5) Supply of Equipment and Material: The SIA shall also be responsible for manufacture,
inspection at manufacturers works, supply, transportation, insurance, delivery at site, unloading,
storage, complete supervision, installation and successful commissioning of all the equipment,

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 64
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

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

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 65
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

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

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 66
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

SECTION VII. GENERAL CONDITIONS OF CONTRACT

General Conditions of Supply

(1) Definitions The following words and expressions shall have the meanings hereby
assigned to them:

(a) Contract means the Agreement entered into between the


Purchaser and the Supplier, together with the Contract
Documents referred to therein, including all attachments,
appendices, and all documents incorporated by reference therein.

(b) Contract Documents shall mean the following documents


listed, including any amendments thereto be read and construed as
part of this Agreement, viz.:

i. the Detailed award of contract;


ii. the Service level agreement;
iii. the Special Conditions of Contract;
iv. the General Conditions of Contract;
v. the Scope of Work;
vi. the Model Technical Specification (MTS)
vii. the Instructions to bidders;

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 67
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

viii. the Purchasers Notification to the Supplier for Award of


Contract;
ix. Suppliers response (proposal) to the RFP, including the Bid
Submission Sheet and the Price Proposal submitted by the
Supplier;
x. Appendix A & D to L;
xi. Acceptance of purchasers notification
xii. RFQ document (Identification No: R-APDRP/SIA/2009/01
xiii. along with all corrigendum, clarifications and related
documents issued by the Nodal Agency

(b) Contract Price means the price payable to the Supplier


as specified in the Agreement, subject to such additions and
adjustments thereto or deductions there from, as may be made
pursuant to the Contract.

(c) Day means calendar day.

(d) Delivery means the transfer of the Goods and services


from the Supplier to the Purchaser in accordance with the
terms and conditions set forth in the Contract.

(e) Completion shall mean the completion of the Related


Services by the Supplier in accordance with the terms and
conditions set forth in the Contract.

(f) GCC means the General Conditions of Contract.

(g) Goods means all hardware, software, networking


equipment and/or other equipment accessories and materials
that the Supplier is required to supply to the Purchaser under
the Contract.

(h) Intellectual Property Rights means any patent,


copyright, trademark, trade name, service marks, brands,
propriety information, whether arising before or after the
execution of this Contract and the right to ownership and
registration of these rights.

(i) Purchasers Country shall mean India.

(j) Purchaser means the entities purchasing the Goods and


Related Services.

(k) Related Services means the services to be provided as


per the requirements / conditions specified in the Contract. In
addition to this, the definition would also include other
related/ancillary services that may be required to execute this
Contract.

(l) SCC means the Special Conditions of Contract.

(m) Service Level Agreement (SLA) shall mean the Service

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 68
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

Level Agreement entered into between the Purchaser and the


Supplier.

(n) Subcontractor means any natural person, private or


government entity, or a combination of the above, including
its legal successors or permitted assigns, to whom any part of
the Goods to be supplied or execution of any part of the
Related Services is subcontracted by the Supplier, as per the
provisions of Clauses 18 of the GCC.

(o) Supplier means the empanelled SCADA/DMS


Implementation Agency (SIA) whose bid to perform the
Contract has been accepted by the Purchaser and is named as
such in the Agreement, and includes the legal successors or
permitted assigns of the Supplier.

(p) The MoP is the Ministry of Power, Government of India.

(q) The Site, shall mean all identified locations within the
State of <>, where the Supplier carries out any installation of
Goods or is required to provide any Related Services.

(r) OEM means the Original Equipment Manufacturer of


any equipment / system / software / product that are providing
such goods to the Purchaser under the scope of this Tender /
Contract.

(s) Kick Off Meeting means a meeting convened by the


Purchaser to discuss and finalize the work execution plan and
procedures with the Supplier.

(t) the term in writing means communicated in written form


with proof of receipt

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) 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

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 69
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

two or more bidders, with or without the knowledge of the


UPCL, 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) The Purchaser will reject a proposal for award if it


determines that the bidder recommended for award has,
directly or through an agent, engaged in corrupt, fraudulent,
collusive, or coercive practices in competing for the Contract.

(c) After the award of the contract if it is comes to the


knowledge of the UPCL that the Supplier has engaged in
corrupt, fraudulent, collusive, or coercive practices at any
stage, the Purchaser shall forthwith terminate the contract as
per the provisions of GCC Clause 33.

2. Interpretation 2.1 In this Contract unless a contrary intention is evident:

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

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 70
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

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.

2.2 Entire Agreement

The Contract constitutes the entire agreement between the Purchaser


and the Supplier and supersedes all communications, negotiations
and agreements (whether written or oral) of parties with respect
thereto made prior to the date of Contract.

2.3 Amendment

No amendment or other variation of the Contract shall be valid


unless it is in writing, is dated, expressly refers to the Contract, and
is signed by a duly authorized representative of each party thereto.

2.4 Waiver

(a) Subject to GCC Sub-Clause 2.5.(b) below, no relaxation,


forbearance, delay, or indulgence by either party in enforcing any of
the terms and conditions of the Contract or the granting of time by
either party to the other shall prejudice, affect, or restrict the rights
of that party under the Contract. Neither shall any waiver by either
party of any breach of Contract operate as waiver of any subsequent
or continuing breach of Contract.

(b) The waiver by either party of a breach or default of any of the


provisions of this contract by the other party shall not be interpreted
as :

A) A waiver of any succeeding breach of the same or other


provision, nor shall any delay or omission on the part of the
other party to exercise; or

B) A way to avail itself of any right, power, or privilege that it has


or may have under this contract to operate as waiver of any
breach or default by the other party.

(c) Any waiver of a partys rights, powers, or remedies under the


Contract must be in writing, dated, and signed by an authorized
representative of the party granting such waiver, and must specify
the right and the extent to which it is being waived.

2.5 Severability

If any provision or condition of the Contract is prohibited or


rendered invalid or unenforceable, such prohibition, invalidity or
unenforceability shall not affect the validity or enforceability of any

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 71
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

other provisions and conditions of the Contract or the contract as a


whole and the remaining provisions of the contract shall remain in
full force and effect.

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.

(b) All payments shall be made by the Purchaser in favour of the


Lead Member.

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.

5.2 If mailed, all notices will be considered as delivered after 5 days, of


the notice having been mailed. If hand delivered, all notices will be
considered, when received by the party to whom the notice is meant
and sent for.

5.3 All notices under this contract shall be sent to or delivered at the
address as specified by the parties in the SCC.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 72
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

5.4 A Notice shall be effective when delivered or on the Notices effective


date, whichever is later.

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.

6.2 In all cases, this contract shall be governed by and interpreted in


accordance with the Law of the Union of India. In this context, the
expression Law takes within its fold Statutory law, Judicial
Decisional Law and Delegated Legislation as well

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.

7.2 If the parties fail to resolve such a dispute (The date of


commencement of the dispute shall be taken from the date when this
clause reference is quoted by either party in a formal communication
clearly mentioning existence of dispute or as mutually agreed) or
difference by mutual consultation within twenty-eight (28) days
from the commencement of such consultation, either party may
require that the dispute be referred for resolution to the formal
mechanisms specified in the SCC.

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

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 73
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

the Supplier, make its best effort to assist the Supplier in complying
with such requirements in a timely and expeditious manner.

11.2 The Purchaser shall bear all costs involved in the performance of its
responsibilities, in accordance with GCC Sub-Clause 14.1.

11.3 The Chief Managing Director/Managing Directors of the UPCL shall


act as the nodal point for implementation of the contract and for
issuing necessary instructions, approvals, commissioning,
acceptance certificates, payments etc. to the Supplier.

11.4 The CMDMD or any other person designated by the UPCL shall
approve all such documents within 15 working days.

11.5 Purchaser may provide on Suppliers request, particulars/ information


/ or documentation that may be required by the Supplier for proper
planning and execution of Scope of Work under this contract.

11.6 Purchaser shall provide to the Supplier sitting space and infrastructure
and utilities, in the Purchasers offices at such location as may be
mutually decided by the Parties.

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

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 74
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

this contract is Indian Rupees (INR).

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.

Sub heading 15.1-


15.4

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

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 75
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

guarantee repaid/adjusted the amount so advanced to the Purchaser in accordance with


the terms of the Contract and completion of successful site acceptance test.
Sub heading 15.5-15.6
15.6 The security shall be in the format provided in the Bidding Documents
or in another format acceptable to the Purchaser. The amount of the security
shall be reduced in proportion to the value of the System executed by and
paid/adjusted to the Supplier from time to time and shall automatically
become null and void when the full amount of the advance payment has
been recovered/adjusted by the Purchaser and site acceptance test has been
successfully completed. The way the value of the security is deemed to
become reduced and, eventually, voided is as specified in the SCC. The
security shall be returned to the Supplier immediately after its expiration

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.

16.2 The Supplier shall be obliged to ensure that all approvals,


registrations, licenses, permits and rights etc. which are inter-alia
necessary for use of the goods supplied / installed by the Supplier,
the same shall be acquired in the name of the Purchaser, and the
same may be assigned by the Purchaser to the Supplier solely for the
purpose of execution of any of its obligations under the terms of this
Contract. However, subsequent to the term of this Contract, such
approvals, registrations, licenses, permits and rights etc. shall endure
to the exclusive benefit of the Purchaser.
16.3 The Supplier shall ensure that while it uses any software, hardware,
processes, document or material in the course of performing the
Services, it does not infringe the Intellectual Property Rights of any
person and the Supplier shall keep the Purchaser indemnified against
all costs, expenses and liabilities howsoever, arising out any illegal
or unauthorized use (piracy) or in connection with any claim or
proceedings relating to any breach or violation of any
permission/license terms or infringement of any Intellectual Property
Rights by the Supplier or its personnel during the course of
performance of the Related Services. In case of any infringement by
the Supplier, the Supplier shall have sole control of the defense and

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 76
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

all related settlement negotiations


16.4 Subject to sub-clauses 16.1 to 16.3 the Supplier shall retain exclusive
ownership of all methods, concepts, algorithms, trade secrets,
software documentation, other intellectual property or other
information belonging to the Supplier that existed before the
effective date of the contract. .
17. Confidential 17.1 Both parties undertake to each other to keep confidential all
Information information (written as well as oral) concerning the business and
affairs of the other, which has been obtained or received as a result
of the discussions leading upto or the entering of the contract
17.2 After the entering of the contract the Purchaser and the Supplier shall
keep confidential and shall not, without the written consent of the
other party hereto, divulge to any third party any documents, data, or
other information furnished directly or indirectly by the other party
hereto in connection with the Contract, whether such information
has been furnished prior to, during or following completion or
termination of the Contract. Notwithstanding the above, the
Supplier may furnish to its Subcontractor such documents, data, and
other information it receives from the Purchaser to the extent
required for the Subcontractor to perform its work under the
Contract, in which event the Supplier shall obtain from such
Subcontractor an undertaking of confidentiality similar to that
imposed on the Supplier under this Clause.
17.3 The Purchaser shall not use such documents, data, and other
information received from the Supplier for any purposes unrelated to
the Contract. Similarly, the Supplier shall not use such documents,
data, and other information received from the Purchaser for any
purpose other than the design, procurement, or other work and
services required for the performance of the Contract.
17.4 The obligation of a party under GCC Sub-Clauses 17.1 and 17.2
above, however, shall not apply to information that:
(a) the Purchaser or Supplier need to share with the institutions
participating in the financing of the Contract;
(b) now or hereafter enters the public domain through no fault of that
party;
(c) can be proven to have been possessed by that party at the time of
disclosure and which was not previously obtained, directly or
indirectly, from the other party; or
(d) Otherwise lawfully becomes available to that party from a third party
that has no obligation of confidentiality.
17.5 The above provisions of GCC Clause 17 shall not in any way modify
any undertaking of confidentiality given by either of the parties
hereto prior to the date of the Contract in respect of the Supply or
any part thereof.
17.6 Each of the parties to this contract, undertakes to the other to take all
such steps as shall from time to time be necessary to ensure
compliance with the provisions of the above clauses by its
employees, agents and sub-contractors.
17.7 The provisions of GCC Clause 17 shall survive completion or
termination, for whatever reason, of the Contract.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 77
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

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

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 78
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

consideration, where appropriate, the remoteness of the final


destination of the Goods and the absence of heavy handling facilities
at all points in transit. The Purchaser shall not be responsible in any
manner for any loss or damage caused to the Goods during Transit.
21.2 The packing, marking, and documentation within and outside the
packages shall comply strictly with such special requirements as
shall be expressly provided for in the Contract and in any other
instructions ordered by the Purchaser.
22. Insurance 22.1 The Goods supplied under the Contract shall be fully insured by the
Supplier, in INR, against loss or damage incidental to manufacture
or acquisition, transportation, storage, and delivery, in accordance
with the applicable Incoterms or in the manner specified in the SCC.

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

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 79
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

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

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 80
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

may be necessary, at the Suppliers risk and expense and without


prejudice to any other rights which the Purchaser may have against
the Supplier under the Contract.

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:

(a) any negligence or wrongful act or omission by the Supplier or


its agents or employees or any third party associated with
Supplier in connection with or incidental to this Contract; or

(b) any infringement of patent, trademark/copyright or industrial


design rights arising from the use of the supplied Goods and
Related Services or any part thereof.

27.2 The Supplier shall also indemnify the Purchaser against any
privilege, claim or assertion made by third party with respect to
right or interest in, ownership, mortgage or disposal of any asset,
property, movable or immovable as mentioned in any Intellectual
Property Rights, licenses and permits

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

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 81
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

the specifications and standards, either replace the affected work, or


part, or process thereof with non-infringing work or part or process,
or modify the same so that it becomes non-infringing.

Survival on Termination

The provisions of this Clause 27 shall survive Termination.

27.4 Defense of Claims:

(a) If any proceedings are brought or any claim is made against


the Purchaser arising out of the matters referred to in GCC
Sub-Clause 27.1, 27.2, or 27.3 the Purchaser shall promptly
give the Supplier a notice thereof, and the Supplier may at its
own expense and in the Purchasers name conduct such
proceedings or claim and any negotiations for the settlement
of any such proceedings or claim.

(b) If the Supplier fails to notify the Purchaser within twenty-


eight (28) days after receipt of such notice that it intends to
conduct any such proceedings or claim, then the Purchaser
shall be free to conduct the same on its own behalf

(c) The Purchaser shall, at the Suppliers request, afford all


available assistance to the Supplier in conducting such
proceedings or claim, and shall be reimbursed by the Supplier
for all reasonable expenses incurred in so doing

28. Limitation of 28.1 Except in cases of gross negligence or willful misconduct :


Liability
(a) neither party shall be liable to the other party for any indirect
or consequential loss or damage, loss of use, loss of
production, or loss of profits or interest costs, provided that
this exclusion shall not apply to any obligation of the Supplier
to pay liquidated damages to the Purchaser; and

(b) the aggregate liability of the Supplier to the Purchaser,


whether under the Contract, in tort, or otherwise, shall not
exceed the amount specified in the Contract Price. Provided
that this limitation shall not apply to the cost of repairing or
replacing defective equipment, or to any obligation of the
Supplier to indemnify the Purchaser with respect to patent
infringement.

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

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 82
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

shall be correspondingly increased or decreased, to the extent that


the Supplier has thereby been affected in the performance of any of
its obligations under the Contract. .

30. 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.

30.2 For purposes of this Clause, Force Majeure means an event or


situation beyond the control of the Supplier that is not foreseeable, is
unavoidable, and its origin is not due to negligence or lack of care on
the part of the Supplier. Such events may include, but not be limited
to wars or revolutions, earthquake, fires, floods, epidemics,
quarantine restrictions, and freight embargoes.

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

30.4 The decision of the Purchaser with regard to the occurrence,


continuation, period or extent of Force Majeure shall be final and
binding on the Supplier.

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:

(a) drawings, designs, or specifications, where Goods to be furnished


under the Contract are to be specifically manufactured for the
Purchaser;

(b) Specifications for hardware, software and Related Services

(c) the method of shipment or packing;

(d) the place of delivery; and

(e) the Related Services to be provided by the Supplier.

31.2 If any such Change Order causes an increase or decrease in the cost
of, or the time required for, the Suppliers performance of any
provisions under the Contract, an equitable adjustment shall be made
in the Contract Price or in the Delivery and Completion Schedule, or

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 83
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

both, and the Contract shall accordingly be amended. Any claims by


the Supplier for adjustment under this Clause must be asserted
within twenty-eight (28) days from the date of the Suppliers receipt
of the Purchasers Change Order.

31.3 No variation or modification of the terms of the contract shall be


made except by written amendment signed by the parties.

32. Extensions 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.

33. Termination 33.1 Termination for Default

(a) The Purchaser may, without prejudice to any other remedy


for breach of Contract, by Notice of default sent to the
Supplier, terminate the Contract in whole or in part:

(i) if the Supplier fails to deliver any or all of the Goods


or Related Services within the period specified in the
Contract, or within any extension thereof granted by
the Purchaser pursuant to GCC Clause 32; or

(ii) if the Supplier, in the judgment of the Purchaser has


engaged in corrupt, fraudulent, collusive, or coercive
practices, as defined in GCC Clause 2, in competing
for or in executing the Contract; or

(iii) Any representation made by the bidder in the


proposal is found to be false or misleading

(iv) if the Supplier commits any breach of the Contract


and fails to remedy or rectify the same within the
period of two weeks (or such longer period as the
Purchaser in its absolute discretion decide) provided
in a notice in this behalf from the Purchaser.

(v) as specified in the SLA

(b) In the event the Purchaser terminates the Contract in whole

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 84
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

or in part, pursuant to GCC Clause 33.1. (a), the Purchaser


may procure, upon such terms and in such manner as it deems
appropriate, Goods or Related Services similar to those
undelivered or not performed, and the Supplier shall be liable
to the Purchaser for any additional costs for such similar
Goods or Related Services. However, the Supplier shall
continue performance of the Contract to the extent not
terminated.

33.2 Termination for Insolvency

The Purchaser may at any time terminate the Contract by giving


Notice to the Supplier if the Supplier becomes bankrupt or otherwise
insolvent. In such event, termination will be without compensation
to the Supplier, provided that such termination will not prejudice or
affect any right of action or remedy that has accrued or will accrue
thereafter to the Purchaser.

33.3 Termination for Convenience

(a) The Purchaser, by Notice sent to the Supplier, may terminate


the Contract, in whole or in part, at any time for its
convenience. The Notice of termination shall specify that
termination is for the Purchasers convenience, the extent to
which performance of the Supplier under the Contract is
terminated, and the date upon which such termination
becomes effective.

(b) The Goods that are complete and ready for shipment within
twenty-eight (28) days after the Suppliers receipt of the
Notice of termination shall be accepted by the Purchaser at
the Contract terms and prices. For the remaining Goods, the
Purchaser may elect:

(i) To have any portion completed and delivered at the Contract


terms and prices; and/or

(ii) to cancel the remainder and pay to the Supplier an agreed


amount for partially completed Goods and Related Services
and for materials and parts previously procured by the
Supplier.

33.4 Consequences of Termination

Upon Termination of the Contract, the Supplier shall:

(i) Prepare and present a detailed exit plan within five calendar
days of termination notice receipt to the CMD/MD of UPCL

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 85
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

(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.

(iii) The Exit Plan should cover at least the following :-

a. Execute all documents that may be necessary to effectively


transfer the ownership and title, including OEM warranties
in respect of all equipment;

b. Handover all developed codes, related documentation and


other Configurable Items, if any in his possession;

c. Handover the list of all IT Assets, passwords at all locations


to the Purchaser.

(iv) The supplier and 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.

35.2 Purchaser reserves the right to accept any proposal deemed to be in


the best interest of UPCL.

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

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 86
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

this Contract and Suppliers Team shall abide by these laws.

38.2 Access to the Datacenter Sites and Purchasers locations shall be


strictly restricted. No access to any person except the essential
personnel belonging to the Supplier who are genuinely required for
execution of work or for carrying out management/maintenance who
have been explicitly authorized by the Purchaser shall be allowed
entry to the Datacenter Sites and some Purchasers locations. Even if
allowed, access shall be restricted to the pertaining equipment of the
Purchaser only. The Supplier shall maintain a log of all activities
carried out by each of its personnel.

38.3 The Supplier shall take all measures necessary or proper to protect
the personnel, work and facilities and shall observe all reasonable
safety rules and instructions. Suppliers Team shall adhere to all
security requirement/regulations of the Purchaser during the
execution of the work. Purchasers employee also shall comply with
safety procedures/policy.

38.4 The Supplier shall report as soon as possible any evidence, which
may indicate or is likely to lead to an abnormal or dangerous
situation and shall take all necessary emergency control steps to
avoid such abnormal situations.

38.5 The Purchaser will be indemnified for all the situations mentioned in
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

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 87
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

SECTION VIII. SPECIAL CONDITIONS OF CONTRACT

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(i) The Purchasers country is: The Union Of India


GCC 1.1(j) The Purchaser is:

Uttarakhand Power Corporation Limited

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

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 88
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

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.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 89
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

(g) Manufacturers or suppliers Warranty Certificate


The Purchaser shall receive the above documents at least two weeks before arrival of the
Goods at the port or place of arrival and, if not received, the Supplier will be responsible
for any consequent expenses.
For goods from within the Purchasers country as per INCOTERMS EXW basis
including freight and insurance charges:
Upon delivery of the Goods to the transporter, the Supplier shall notify the Purchaser and
send the following documents to the Purchaser;
a) Copy of the Suppliers invoice showing the description of the Goods, quantity,
unit Ex-works price and total amount;
b) Copy of Motor Transport Receipt (MTR) of a transport contractor approved by
Indian Bankers Association or material receipt certificate from consignee.
c) Copy of test certificate approval and dispatch instructions issued by the purchaser
combined or separately.
d) Copy of packing list identifying contents of each lot.
e) Insurance certificate;
f) Certificate of Origin.
g) Manufacturers or suppliers Warranty Certificate
The Purchaser shall receive the above documents before the arrival of the Goods and, if
not received, the Supplier will be responsible for any consequent expenses.
GCC 12.2 The price adjustment shall be:
The bidders may please note that the prices are upward/downward Adjustable. Purchaser
reserves the right to review and negotiate the charges payable at any time to incorporate
downward revisions as applicable and necessary, including due to lowering of any
applicable taxes, duties and any other statutory levies.
Prices shall not be subject to any upward/downward revision on any account whatsoever
throughout the period of contract. Provided that any revision in taxes, statutory levies,
duties which is not occasioned due to any change in place, method and time of supply or
non-performance / non-fulfillment of any condition of any exemption considered by the
vendor at the time of proposal, shall be considered for price adjustments.
The UPCL reserves the right to increase or decrease the number of towns under the
contract subject to the limit of 30% of the number of towns covered under the contract. It
is clarified that this increase or decrease of 30% shall not entitle either party to claim
revision of the unit price of the goods supplied.
In case of services where lump-sum prices are quoted, the increase or decrease of 30% of
the number of towns shall be subject to mutual negotiations.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 90
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

GCC 13.1 General terms and conditions of Payment Schedule


1) All payments shall be made by the Purchaser in favour of the SCADA/DMS
Implementation Agency (Supplier)
2) The release of payments will be Progressive and Performance (output) based,
where the payments are made for measured deliverables and outputs on
acceptance by the UPCL.
3) SCADA/DMS Implementation Agency shall obtain sign-off for each milestone
completed from the Purchaser and raise invoice against the same.
4) Eligible Payments against invoice submitted (accompanied with all requisite
documents) shall be released within 45 days of submission of invoice.
5) Power to withhold: Notwithstanding anything contained in the payment schedule
mentioned below, if in the opinion of the Purchaser, any work done or supply
made or service rendered by SCADA/DMS Implementation Agency is deficient
in any manner in comparison to the prescribed standards, Purchaser shall be at
liberty to withhold a reasonable portion of the payments due to the Supplier, till
such work/ supply/ service is made confirming to the prescribed standards. These
powers to withhold payments shall be without prejudice to any other power/ right
of the purchaser under this contract.
6) If additional work is required beyond the scope of the Services specified the
estimated periods of engagement of Personnel set forth in the appropriate Bid
Response Format may be increased by agreement in writing between the
Purchaser and the SCADA/DMS Implementation Agency. Any such change shall
be done as per Clause 31 of GCC.
7) All payments under this Contract shall be made to the account of the
SCADA/DMS Implementation Agency with (Bank & A/c No.):
____________________________
_____________________________
8) Mobilization advance as per CVC guidelines dtd. 17.02.2011 i.e. Submission of
bank guarantee for 110% of initial Advance
Note : If the contract is terminated due to default of the contractor, the
mobilization advance shall be deemed as interest bearing advance at an
interest of 11.5%per annum (or as applicable for PFC loan which at
present 11.5%) to be compounded quarterly and equivalent amount may
be recovered.

Payments will be made by the Purchaser to the SCADA/DMS Implementation Agency as


per Contract Value quoted in the Formats for Financial Proposal and agreed in the
Contract, as follows:
Payment Schedule
10% of total value of contract as (excluding FMS and Bandwidth Charges)
Mobilization Advance after signing the contract. The following shall be ascertained
before release of payment :-
- Opening of site office in project area

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 91
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

- Submission of necessary Bank Guarantee for the 110% of initial Advance


- Submission of the necessary Contract Performance Bank Guarantee. The same
will be released on completion of contract/assignment.
- Submission of agreed project implementation schedule

Progressive /Milestone based payment for Each Project Area excluding DR Centre

S.No Description/Milestone % Value

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.

1.0 Prorata basis on the receipt of equipments


at site along with submission of :
40 % of hardware
component of contract

a. Detailed Packing list identifying


contents of each consignment (3 copies)
b. Manufacturers/contractors Guarantee
certificate of Quality
c. Insurance Policy/certificate (3 Copies)
d. Material Inspection Clearance or
25 % of hardware
equivalent Certificate for dispatch
component of contract
issued by the UPCL
e. Test Certificates

2.0 Prorata basis on successful completion of


end to end testing at site based on
certification by the UPCL

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 92
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

Installation, Testing and Commissioning Cost to


C 40% after successful
Integrate Entire SCADA & IT (relevant to
SCADA) Infrastructure (Please refer Form:1 completion of Field
Project management cost) Installation Test (as
defined in MTS)
25% after successful
completion of end to
end test (as defined in
MTS)
Training: Pro-rata payment on the basis of
D.
completion of training of required personnel as 65% of total value of
mentioned in MTS (Please refer Form F-8) Training Cost
Spares and Test Equipments
E. 65% of receipt of material
and physical verification of
material by UPCL at the
site
Final Payment after Operational Acceptance (on
F. 25% software, hardware,
successful completion of system availability
installation, testing and
tests) and proof of submission of the required
commissioning
number of reproducible, O&M Manuals,
approved drawings, data sheets, test reports and +
manuals etc. of spares, maintenance & testing
100% of payment for
equipments etc.
Integration with legacy
applications & Data
Migration
+
25% of balance payment
for training
+
25% of spares and test
equipments
Bandwidth Charges
G. Based on actual claim and
verification by the UPCL
FMS Charges
H. 100% of the annual FMS
charges at the end of each
year
** Payment for Data Recovery Centre
First part of payment for Data Recovery Centre shall be towards satisfactory completion
of Operational Acceptance Test (as defined in MTS) for any project area with Data
Recovery Centre, which will be equivalent to 50% of the total value under this head. The
rest of the payment shall be done on basis of satisfactory completion of Operational
Acceptance Test (as defined in MTS) for other project areas apportioned on basis of
number of project areas.
*** Hardware also includes power supply equipment and communication equipment.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 93
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

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.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 94
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

SECTION IX. CONTRACT FORMS

Agreement

THIS AGREEMENT is made on this ________ (eg. 3rd) day of ________________________(eg.


February), _____2013, between ______________________________________of
__________________________ (hereinafter called the Purchaser) which expression shall unless
repugnant to the context thereof include his successors, heirs, assigns, of the one part, and
__________________________________ of ______________________________ (hereinafter
called the Supplier) which expression shall unless repugnant to the context thereof include his
successors, heirs, assigns, of the other part.

WHEREAS the Purchaser had invited bids for certain Goods and Related Services, viz.,
____________________________________________________________________ (eg. Name of
bid) vide their bid document number __________________________________________, dated
_______________

AND WHEREAS various applications were received pursuant to the said bid

AND WHEREAS the Purchaser has accepted a Bid by the Supplier for the supply of those Goods
and Related Services in the sum of
________________________________________________________ (hereinafter the Contract
Price).

And in pursuance of having accepted the said bid the parties have agreed to enter into this agreement.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the Contract referred to.

2. The following documents (collectively referred to as Contract Documents) shall be deemed


to form and be read and construed as part of this Agreement, viz.:

xiv. the Detailed award of contract;


xv. the Service level agreement;

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 95
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

xvi. Instructions to Bidders


xvii. the Special Conditions of Contract;
xviii. the General Conditions of Contract;
xix. the MTS document
xx. the Scope of Work;
xxi. the Technical Specifications
xxii. the Purchasers Notification to the Supplier for Award of Contract;
xxiii. Vendors response (proposal) to the RFP, including the Bid Submission Sheet and the Price
Schedules submitted by the Supplier;
xxiv. Appendix A & D to N;
xxv. Acceptance of purchasers notification

In the event of any discrepancy or inconsistency within the Contract documents, then the documents
shall prevail in the order listed above.

3. In consideration of the payments to be made by the Purchaser to the Supplier as indicated in


this Agreement, the Supplier hereby covenants with the Purchaser to provide the Goods and Related
Services and to remedy the defects therein and bring them in conformity in all respects with the
provisions of the Contract.

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the
Goods and Related Services and the remedying of defects therein, the Contract Price or such other
sum as may become payable under the provisions of the Contract at the times and in the manner
prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the
laws of ________________________ on the day, month and year indicated above.

Signed by __________________________________________ (Authorized UPCL official)

Signed by __________________________________________________ (for the Supplier)

Witness-1

Witness-2

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 96
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

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.

NOW THIS DEED WITNESSETH AS FOLLOWS:

5. In pursuance of the said Contract and in consideration of the premises, the Bank hereby
unconditionally and irrevocably, and without any qualification whatsoever, agrees,
covenants, undertakes and guarantees, as primary obligator and not as surety merely, to make
payment to Purchaser on its first demand without whatsoever any claims, objection, protest
or demur and without any recourse to the Supplier, notwithstanding any intimation or
direction to the contrary or any objection, such sum or sums of money to the extent of and
upto the Guaranteed Amount up to and including 14*days after the due performance of the
suppliers obligation including any warranty and FMS obligations and termination of the said
Contract

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.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 97
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

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.

Signed, sealed and delivered by the Bank

For _____________________

Authorized Signatories

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 98
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

APPENDICES (A TO N)

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 99
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

APPENDIX A MANDATORY TECHNICAL SPECIFICATIONS

Refer UPCL SIA RFP Volume IV MTS


1. Model Technical Specification (MTS)
2. Model Technical Specification (MTS) Amendment no. 1 dtd. 25.03.11
3. Model Technical Specification (MTS) Modification No.2 dtd. 12.09.2011

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 100
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

APPENDIX B SERVICE LEVEL AGREEMENT

B1 : Purpose of this Agreement

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.

B2: Description of Services Provided


Supplier shall provide service as defined in Section VI - Scope of Work, in accordance to the
definitions and conditions as defined in the Section VII - GCC and Section VIII - SCC.

B.2.1 Duration of SLA


This Service level agreement would be valid for entire period of contract. This SLA may be reviewed
and revised according to the procedures detailed in Section B.2.8 of SLA (SLA Change Control).

B.2.2 Service Level Agreements & Targets


This section is agreed to by Purchaser and Supplier as the key supplier performance indicator for this
engagement. The following section reflects the measurements to be used to track and report systems
performance on a regular basis. The targets shown in the following tables are for the period of contact
or its revision whichever is later.

Service Level Chart


For overall system availability
Availability per Deduction as % of the apportioned price of total FMS for
quarter SCADA-DMS portion of the contract applicable for that site
> 99% NIL
Less than 99% Deduction of 2% of the apportioned price of the apportioned
quarterly AMC for every 1% or part there of decrease in
availability under 99%.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 101
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

For individual hardware & non critical functions


Availability per Deduction as % of the apportioned price of total FMS for
quarter SCADA-DMS portion of the contract applicable for that site
> 98% NIL
Less than 98% Deduction of 2% of the apportioned price of the apportioned
quarterly AMC for every 1% or part there of decrease in
availability under 98%.

While calculating Availability following shall be considered:

The Overall SCADA/DMS System shall be considered as available if

a) All SCADA applications are available


b) All DMS applications are available
c) All SCADA/DMS functions described in the specification are executed at periodicities
specified in the specification. without degradation in the response times
d) Requests from available Operator Consoles & VPS are processed
e) Information Storage and Retrieval applications are available
f) Data exchange with other system is available
g) One of the redundant hardware is available so that all the SCADA/DMS applications are
functional to ensure the design & performance requirement as envisaged in the MTS

Further, Non-Availability of RTU/Data Concentrators/FRTUs/FPI/R-APDRP-IT System shall not


be considered for calculating Overall SCADA/DMS System Availability.

However each device, including RTU, FRTU & Servers etc. shall individually exhibit a minimum
availability of 98%. Further, the non-availability of following Non-Critical functions shall not be
considered for calculations of SCADA/DMS System availability; however these functions should
be available for 98% of the time.

(a) Database modification and generation


(b) Display modification and generation
(c) Report modification and creation
(d) DTS

The computation of Availability / Non-availability would be rounded up to 2 decimal places at each


Contract Co-ordination Site on quarterly basis and any deduction in the maintenance charges thereof
would be calculated as stated above on pro-rata basis.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 102
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

Availability would be on per quarter basis

The formula to be used for availability computation would be as under:

Availability per quarter (per site) = THQ- (S1 x 1+S2 x0.4+S3 x 0.1) x 100%

THQ

Where THQ is total hours in the quarter

S1 is the total non-available hours in Severity Level-1

S2 is the total non-available hours in Severity Level-2

S3 is the total non-available hours in Severity Level -3

Severity definition chart is tabulated below for reference.

Problem Severity Levels

The problems will be categorized as follows:

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

Severity 2 Serious Degradation of services or critical functions such as to negatively


impact system operation. Failure of any redundant system component
such that the normal redundancy is lost Non-availability of Man-
power at control centre during working hours

Severity 3 Minor Any other system defect, failure, or unexpected operation

Severity 4 Request for information, technical configuration assistance, how to


General/Technical Help guidance, and enhancement requests.

The details of the system under different severity level are as below:-

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 103
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

a) Severity-1 (Urgent support)

This support is required when there is a complete system failure, severe system instability, the loss/
failure of any major sub-system / system or its components, which may significantly impact the
system availability, performance, or operational capability at Control centre. For example, loss of
data to the operator due to any problem in SCADA-DMS system, loss of ICCP system
(software/Hardware related),Loss/failure of DR Centre, outages of both the CFEs attributable to any
software/hardware related problem, outage of any important software functionality (on both the
servers) which is required to disperse Distribution management functions, , Failure of both GPS
clock and time synchronization and outage of both routers, failure of both LAN system, outage of
both main and backup servers of any system, firewall would be included under this category.
Initially 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.

c) Severity-3 (Standard support)


The support services included under this category are when the outage or loss of functionality is
neither an emergency nor a priority functionality as indicated in severity level 1 or 2 above.
Problems like database reworking, failure of any one workstation, etc. would be covered under this
Severity.

d) Severity-4 (General Technical Help)


Request for information, technical configuration assistance, how to guidance, and enhancement
requests are included under this category.

B.2.3 Breach of SLA


In case the Supplier does not meet the service levels mentioned in Section B.4 of this Appendix &
Section-6, Chapter-2 of MTS document, for three (3) continuous time-periods as specified in the

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 104
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

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.2.5 Monitoring and Auditing


IT Team of Purchaser will review the performance of Supplier against the SLA parameters each
month, or at any periodicity defined in the contract document. The review / audit report will form
basis of any action relating to imposing penalty or breach of contract. Any such review / audit can be
scheduled or unscheduled. The results will be shared with the Supplier as soon as possible. Purchaser
reserves the right to appoint a third-party auditor to validate the SLA.

B.2.6 Reporting Procedures


The Suppliers representative will prepare and distribute SLA performance reports in an agreed upon
format by the 10th working day of subsequent month of the reporting period. The reports will include
actual versus target SLA performance, a variance analysis and discussion of appropriate issues or
significant events. Performance reports will be distributed to the Purchasers IT Team.

B.2.7 Issue Management Procedures

B.2.7.1 General
This process provides an appropriate management structure for the orderly consideration and
resolution of business and operational issues in the event that quick consensus is not reached between
Purchaser and Supplier. It is expected that this pre-defined process will only be used on an exception
basis if issues are not resolved at lower management levels.

B.2.7.2 Issue Management Process


Either Purchaser or Supplier may raise an issue by documenting the business or technical
problem, which presents a reasonably objective summary of both points of view and identifies
specific points of disagreement with possible solutions.
Purchaser and the Suppliers representative will determine which committee or executive level
should logically be involved in resolution.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 105
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

A meeting or conference call will be conducted to resolve the issue in a timely manner. The
documented issues will be distributed to the participants at least 24 hours prior to the discussion if
the issue is not an emergency requiring immediate attention.
Management of Purchaser and Supplier will develop a temporary, if needed, and the permanent
solution for the problem at hand. The Supplier will then communicate the resolution to all
interested parties.
In the event a significant business issue is still unresolved, the arbitration procedures described in
the Contract will be used.

B.2.8 SLA Change Control

B.2.8.1 General
It is acknowledged that this SLA may change as Purchasers business needs evolve over the course of
the contract period. As such, this document also defines the following management procedures:
1 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.

B.2.8.2 SLA Change Process


Both the parties may amend this SLA by mutual agreement in accordance. Changes can be proposed
by either party. Normally the forum for negotiating SLA changes will be Purchasers monthly review
meetings.

B.2.8.3 Version Control


All negotiated SLA changes will require changing the version control number. As appropriate, minor
changes may be accumulated for periodic release (e.g. every quarter) or for release when a critical
threshold of change has occurred.

B.2.9 Management Escalation Procedures


The purpose of this escalation process is to provide a quick and orderly method of notifying both
parties that an issue is not being successfully resolved at the lowest possible management level.
Implementing this procedure ensures that purchaser and Supplier management are communicating at
the appropriate levels. Escalation should take place on an exception basis and only if successful issue
resolution cannot be achieved in a reasonable time frame.
1. All issues would be raised to the project management team, which is completely responsible
for the day to day aspects of the implementation. The project management team shall classify
the issues based on their severity level and resolve them within appropriate timelines.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 106
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

2. If project management team is unable to resolve an issue, the issue would be escalated to the
top management with options/ risks detailed for decision. Top management will make
decisions based on the options/ risks presented by the IT team.
3. In case one or both the parties are unsatisfied with the decision of the top management of the
Purchaser, the dispute will be resolved as specified in clause 7 of Section VII GCC.

B.2.10 Signature Page

IN WITNESS WHEREOF, the parties hereto have caused this Service Level Agreement to be
executed by their respective authorized representatives as of the date first written above.

Supplier Purchaser

(On Behalf of all consortium members also)

Signature ------------------------ Signature ------------------------

Name ------------------------ Name ------------------------

Address ------------------------ Designation ------------------------

Company ------------------------

Date ------------------------ Date ------------------------

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 107
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

APPENDIX C - SUPPLIER RESPONSE FORMAT

C1: General Guidelines to the bidders

The Purchaser will select a Supplier (also referred as the bidder) in accordance with the eligibility
criteria indicated in Section IV.

The bidders are invited to submit a Technical Proposal and a Price Proposal for goods and related
services required for the project as defined in Section VI, Scope of Work 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.

Please note that:

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.

C 1.1: Guidelines for Technical proposal

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.

C.1.2: Guidelines for Price proposal

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,

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 108
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

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:

1. Name of the bidder


2. Due date and time of submission
3. Submission address and contact detail

A clear marking stating: "DO NOT OPEN, EXCEPT IN PRESENCE OF THE EVALUATION
COMMITTEE."

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.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 109
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

C2: Technical Proposal

C 2.1 General Requirements

C. 2.1.1 Bidder - Company Statistics


Please provide the general and financial details of each of the entities (bidder, consortium member (if
any) and subcontractors) in the following formats:
Table: Bidder Company Statistics

Details Supplier Response


Bidders Name
Address
Contact (s), Title (s), Telephone (s), E-mail id (s)
Name of the Chairman/ MD/ CEO/ Partners
Nature of Ownership
Date of Incorporation of Company/Entity
Headquarter Location
Other Office Locations, Functions and Personnel
Strength
1) Number of Employees by Function
2) Implementation
3) Sales
4) Support
5) Quality Assurance
6) Administrative
7) Management
Size of Team for the Proposed Solution
Location of Support Centers for Proposed Solution

Other Businesses

C 2.2: Technical Specification requirement of Application packages

The bidder shall provide compliance to the MTS requirements.


Please provide a summary of versions of various modules, if the proposed solution is a product. Use
following format:-
Table: Details of Product Offered
Name of product Module details Version and year of release

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 110
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

Name of product Module details Version and year of release

C 2.3: Hardware Technical Specifications (Including network equipments, LAN/WAN,


Kiosk etc.)
The bidder shall provide compliance to the MTS requirements.
Please mention the detailed specification of hardware equipment and system software (operating
system, database etc.) including manufacturer, technical details etc. The bidders should provide
details of required system software like operating system , database for solution and utilities in
following format :-
Table: Details of Hardware Offered
Product details No. of installations Version and year of release

C 2.4: Approach and Methodology


The following table elaborates various requirements within A&M:
i. Understanding of Purchaser and its requirement with clear mention of the
deliverables
ii. Details of proposed methodology
iii. Project Team Structure
iv. Resource planning and estimation
v. Risk planning
vi. Detailed work plan with timelines

C 2.4.1: Understanding of UPCL and its requirement


Bidder should depict complete understanding of the as-is system of the UPCL based on the
information provided in the Bid Document. It should also require to list down all the deliverables that
has been planned as a part of the overall project with timelines. Also provide details of prior
interaction with UPCL, if any.

C 2.4.2: Details of proposed methodology


Please provide details of methodology followed by your organization in successfully implementing
similar projects. Also highlight the special steps that your organization/ consortium intends to take in
order to ensure that the change from current system to proposed one will be smooth and effective.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 111
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

C 2.4.3: Project Team Structure


In this section please provide detail of the team that would be deployed by your organization to
execute the project. Please provide details of the team structure in the following format:
Table: Proposed Project Team Structure
Name of Position Internati Firm Employmen Education Area of Task
Staff Assigned onal or t status (Degree, Expertise and Assigned
Domestic with the Year, number of years
firm (Full Institution) of relevant
time/ experience
Associate)
A.
Professional
Staff

B. Support
Staff

C 2.4.4: Resource planning and estimation


Bidder shall provide detailed staffing schedule of the professional and support staff in the following
format:
For Professional Staff the input should be indicated individually; for Support Staff it should be
indicated by category (e.g.: IT administrator, field survey staff etc.).
Months are counted from the start of the assignment. For each staff indicate separately staff input for
off-site and on-site work.

Proposed Resource Planning and Estimation


S. Activity Name of Proposed Work Staff Input Schedule
No Description Staff Position Assig-
. ned
In W1 W2 W3 W4 W5 Total
Wee
ks
A.
Professional
Staff

B. Support
Staff

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 112
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

C 2.4.5: Risk planning


Bidder shall assess underlying risks in implementation of the Project and detail out the methodology
to mitigate them. It may include development of a risk assessment matrix indicating severity of the
risk, chance of its occurrence and its mitigation approach.

C 2.4.6: Detailed work plan with timelines


Please refer Appendix K for the format.

C 2.5: Project Experience


Bidder shall provide details of projects with application modules and other requirements (as
mentioned in Eligibility Criteria, (Section IV) which have been successfully completed during the
last 7 years from the date of bid submission.
Please do not supply the names of clients who are no longer using your product/system.
Bidders need to submit the details as per the format in the table provided.

Table: The details of the same should be included in the following format and necessary supporting
documents should be attached with RFP:

Details of Project Experience


Indicate
Indicate
whether Indicate the
Indicate the
Whethe FRTUs protocol
the integratio
r the Role were implemented
SCADA n with IT
Project Date and (Consult included viz
Name Value /DMS system,
Client was Year of ant/ in the IEC60870-5-
S.No. of the of the modules if any viz
Name success Commiss project? 101/104,
Project Project implem GIS,
fully ioning Impleme If Yes, IEC61850,
ented in Billing,
commis nter) please Modbus,
the Custome
sioned provide ICCP,
project r Care
the IEC60256
etc.
number

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 113
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

Note: Kindly provide Client Performance Certificates for the completed projects provided for
establishing/confirming the requisite details for project experience as mentioned above

Or Copy of LoA/ Work Order along with proof of release of final payment

C 2.6: Team details (CVs)

Use the following format for key personnel who would be involved in the project. Please include
details of team members proposed to implement the project, install or manage hardware, install and
manage LAN/WAN and related equipments, provide GIS solution etc., please ensure that the CV has
a maximum length of 3 pages.
In case of replacement of Supplier personal from the project team, Supplier is required to submit to
the nominated 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

10. Employment Record:

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 114
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

From To Employer Positions Held

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.

Signature of authorised representative of the


staff Date:
Full name of authorised representative:
Note: Bidder shall also submit detailed CVs with relevant experience in SCADA hardware &
SCADA software alongwith the format as provided above in RFP. Bidder shall ensure that the CVs
as attached in the Bid document shall be exclusively for SCADA/DMS project under RAPDRP Part-
A, UPCL. And Bidder is also required to provide a project organization chart associated with the
CVs.

C 2.7: Firm Detail


Bidder shall provide details of net-worth and turnover for the past three audited financial years in the
following format:
Firm Detail
Details FY09-10 FY10-11 FY11-12
Net-worth
Turn-Over

Audited financial reports and copy of the certificates supporting the above need to be submitted as
proof.

C 2.8: Facility Management Services Plan


The detail plan for FMS shall be given in accordance with the Section 6, Chapter-2 of MTS
Document.

C 2.9: Project Management Practices


Please provide high-level details of the project management practices that will be followed to manage
the project. The project management practices would include (but not be limited to) details of:-

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 115
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

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.

C 2.10: Quality Assurance


Quality of service - Suppliers must provide details of their proposed approach to quality
assurance to ensure the quality of services in accordance with clause 19 of Section G1 of MTS
Document. This should include:
Responsibility of quality of service;
How the supplier will ensure quality service is provided;
How quality will be measured
Does your company (and consortium partner) have any quality certification / Assessment? If so,
please provide your responses for the following:
Details of Certification
Description Bidders Response
Certification / Assessment Name
Who issued the certification/assessment?
When was the certification/assessment obtained?
Does this certification/assessment process involve periodic reviews
and observations/ remarks after such review? If so, please provide
details and specify when your company is due for its next quality
review?

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;

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 116
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

Analysis & Design Manuals with the relevant data flow diagrams, entity relationship diagrams,
schemas etc.;
Additions/ changes to the documents after upgrades; and
Operations Manuals

C 2.12: Deviations Sheet

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.

Format for Deviations


Tender Clarifications Terms and Conditions

Sl. No. Tender Reference (Section / Details of Clauses / Deviation proposed


Clause number ) Section needing
deviation

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.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 117
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

Note: -Continuation sheet of like size & format may be used as per bidders requirement wherever
necessary.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 118
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

C3: Price proposal

Bidders are requested to provide cost for each of the Project Area in the subsequent formats. The
Bidders should take a note of following points while filling the Price proposal.

1) Bidder will be responsible for payment of Taxes (including local entry taxes), duties, cess,
charges etc, including taxes, duties, cess, charges etc, to be paid by the Supplier pre- or post-
delivery. Such taxes, duties, cess, charges etc, if not explicitly mentioned in the following
tables, but applicable under law, should be included in the Quote under Any other levies
column.
2) The Bidder will provide Tax rates assumed for the calculation at the time of proposal for each
item in notes to respective table.
3) Please refer to GCC Clause 12.2 and the SCC for Price adjustments due to change in Tax
rates (including local entry taxes), duties, cess, charges etc.
4) Purchaser reserves the right to deduct and pay to the government authorities the taxes at
applicable rates from the price payable to the supplier.
5) The unit prices mentioned for various components should be the same for all Project Areas.
In case of any discrepancy among unit prices of various Project Areas, the lowest unit price
of equipment mentioned for any Project Area shall prevail.
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.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 119
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

C4: Checklists

Please submit a copy of this section with cover letter while submitting the proposal.

C 4.1: Mandatory forms that needs to be submitted

Check List for Mandatory Forms


S.No. Item Furnished
1 Documents against eligibility criteria Yes/ No
2 Bid Security Yes/ No
3 One original copy duly signed- Technical Proposal Yes/ No

a) Proof of Bid security (Original BG)


b) Forms F1 to F7 (Bidding forms) excluding Form F2 duly signed by an
authorized signatory
c) C.2 (Technical Proposal) and subsections C2.1 to C2.12 along with
supporting documents wherever necessary as mentioned in the RfP (under
Volume II Appendix-C) and Technical Un priced BoQ
d) C4: Checklists as mentioned in the RfP (under Volume II Appendix-C)
4 One copy of Technical Proposal - Hard copies Yes/ No

a) Proof of Bid security (Original BG)


b) Forms F 1 to F 7(Bidding forms) excluding Form F2 duly signed by an
authorized signatory
c) C.2 (Technical Proposal) and subsections C2.1 to C2.12 along with
supporting documents wherever necessary as mentioned in the RfP (under
Volume II Appendix-C) and Technical Un priced BoQ
d) C4: Checklists as mentioned in the RfP (under Volume II Appendix-C)
5 One copy of Technical Proposal - Soft copies Yes/ No

a) Proof of Bid security (Scanned copy of BG)


b) Scanned copy of Forms F 1 to F 7(Bidding forms) excluding Form F2
duly signed by an authorized signatory
c) C.2 (Technical Proposal) and subsections C2.1 to C2.12 along with
supporting documents wherever necessary as mentioned in the RfP
(Volume II Appendix-C) and Technical Un priced BoQ
d) C4: Checklists as mentioned in the RfP (under Volume II Appendix-C)
6 C3: Price proposal (Appendix C3 Price Proposal Excel sheet in Yes/ No
tenderwizard platform only)
7 Form F-2(Bidding forms): Price proposal submission sheet duly signed by Yes/ No
authorised signatory (included in Appendix C3 Price Proposal in
tenderwizard platform only)
8 Proof of turnover and net worth for the last three audited financial years of Yes/ No
Bidder, consortium member (if any) and sub-contractors
9 CV of key personnel in suggested format Yes/ No
10 Proposed SLA template Yes/ No
11 Filled-in copy of Bidding forms (Section V) (except F-2 which is submitted on- Yes/ No
line only)
12 Receipt of purchase of tender Yes/ No

Uttarakhand Power Corporation Ltd (UPCL) Volume - II

Page 120
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

C 4.2: Compliance checklist

Check List for proper Documentation & Compliance


S.No. Item Furnished
1 Please confirm you agree to all clauses specified in the Section II, ITB Yes/ No
2 Please confirm you have submitted all the mandatory forms specified in Yes/ No
Appendix C (Technical & Financial Proposal)
3 Please confirm you have noted the bid submission deadline specified in Section Yes/ No
III, BDS (ITB 23.1)
4 Please confirm you have noted that the performance security will be furnished Yes/ No
within time period as specified in Section II, ITB clause 42.1
5 Please confirm you have provided all document proof to substantiate you Yes/ No
qualifying the eligibility criteria as mentioned in Section IV
6 Please confirm you have complied with the proposed solution architecture Yes/ No
specified in MTS Document
7 Please confirm you have complied with all services specified in the scope of Yes/ No
services mentioned in Section VI
8 Please confirm that you comply with all clauses specified in the General Yes/ No
Conditions of Contract specified in Section VII
9 Please confirm that you comply with all clauses specified in the Special Yes/ No
Conditions of Contract specified in Section VIII
10 Please confirm that all goods (software and hardware) and services have been Yes/ No
included in the price proposal and is complete in all respects without any
deviation/ missing items
11 Please confirm that you have not submitted any alternate proposal Yes/ No
12 Please confirm that you have noted the SLA guidelines and penalty clauses Yes/ No
applicable as specified in Appendix B.
13 Please confirm you have provided sufficient Bid security in proper form as Yes/ No
specified in clause 20, Section II ITB
14 Please confirm you have responded to all mandatory technical specification Yes/ No
given in Appendix A
15 Please confirm that you have checked the final quote provided in Appendix C Yes/ No
(Price Proposal)

Uttarakhand Power Corporation Ltd (UPCL) Volume - II

Page 121
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

APPENDIX D EVALUATION METHODOLOGY

Alternate bids are not allowed


Only bids from empanelled (by the nodal agency) bidders shall be evaluated
The evaluation team will thoroughly review the proposals submitted by various bidders /
consortiums. The broad evaluation will be based as following:-
Technical Proposal: 50% Weight
Price Proposal: 50% Weight
Pre-demo meetings will be conducted with all the bidders
Each of the bidder will be requested to demonstrate the product and services
The technical evaluation will commence post the demonstrations
UPCL, in observance of best practices, shall:
Maintain the bid evaluation process strictly confidential
Reject any attempts or pressures to distort the outcome of the evaluation, including fraud and
corruption
Strictly apply only and all of the evaluation and qualification criteria specified in the Bid
document

E-1: Single-Stage: Two-Envelope Bidding Procedure

In the Single-Stage: Two-Envelope bidding procedure, Bidders should submit two sealed envelopes
simultaneously, one containing the Technical Proposal and the other the Price Proposal, enclosed
together in an outer single envelope. Initially, only the Technical Proposals are opened at the date and
time advised in the Bidding Document. The Price Proposals remain sealed and are held in custody by
the Purchaser. The Technical Proposals are evaluated by the Purchaser. No amendments or changes to
the Technical Proposals are permitted. The objective of the exercise is to allow the Purchaser to
evaluate the Technical Proposals without reference to price.
Bids of Bidders which do not conform to the mandatory requirements may be termed as 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.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II

Page 122
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

E-2: Evaluation and Comparison of bids

Initially the Suppliers responses are reviewed for compliance with the Commercial terms and
conditions. The Suppliers who fail to comply with any of the commercial terms and conditions
mentioned may be termed as non-responsive and will not be evaluated further. For those Suppliers
who have qualified the commercial terms and conditions Technical evaluation will be conducted
followed by the Price-Bid evaluation. The price bids will remain unopened until the technical
evaluation is complete.

Technical Evaluation

The technical bid has a weightage of 50%. Technical evaluation will happen in two stages.

Stage-1: Preliminary Evaluation

In stage-1, the following shall be confirmed: Deviations, Submission of Bank Guarantee, Acceptance
of terms and conditions, Acceptance to scope of work and compliance to model technical
specification (as mentioned in Appendix A). In case the bid doesnt meet all the mandatory
requirements, the bid shall be termed as non-responsive and will not be evaluated further

Stage-2

The distribution of weights shall be as follows:

Table: Distribution of weights for bid evaluation


No Description Weight
A Technical Proposal 50
1 Project Experience 32
2 Presence in India 3
3 Team Details (CV)* 15
B Price Proposal 50
Total Marks 100

Details for each of the above parameters is as mentioned subsequently.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II

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.

Technical solution Evaluation

Score for Technical Evaluation


S.No Description Maximum Score
Technical Solution Score 50
1 Project Experience 32
a) Number of SCADA/DMS project successfully completed in
last 7 years from the date of bid submission. as per Clause 15
(iii) of Qualifying requirement mentioned in Section IV
9 marks shall be awarded for 1 mandatory project meeting the
QR.

For every additional project submitted 3 marks shall be awarded


subject to ceiling of 15 marks that can be obtained in this
category. (1x 9+ 2x3 = 15)
b) Project experience in implementation of
6
modules/applications of SCADA/DMS Systems
1 mark shall be awarded for experience in implementation of
modules/applications as mentioned below:-

(i) Voltage VAR Control


(ii) Load Shedding
(iii) Load Balancing via Feeder reconfiguration
(iv) Operation Monitor
(v) Distribution Load Forecasting
(vi) Dispatcher Training Simulator

The bidder shall be awarded 1 mark for implementation of above


modules in one project or multiple projects put together.

For implementation of single module, only 1 mark shall be


awarded, irrespective of its implementation in number of
projects.

c) Project Experience in integration of IT applications. 7


The distribution of marks for experience integration of IT
applications is provided as follows:-

(i) GIS 3 Marks


(ii) Billing 2 Marks
(iii) Customer Care 2 Marks
d) Project Experience in FRTU Implementation 1.5

Uttarakhand Power Corporation Ltd (UPCL) Volume - II

Page 124
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

S.No Description Maximum Score


e) Experience in implementation of protocols used in
2.5
SCADA/DMS Systems
The distribution of marks for experience in implementation of
protocols is as follows:-

(i) IEC 870-5-104/101 0.5 marks


(ii) Modbus 0.5 marks
(iii) IEC 62056 0.5 marks
(iv) ICCP 0.5 marks
(v) IEC 61850 - 0.5 marks
2 Presence in India 3

a) The bidder with existing Design,/Engineering/Testing facility 3


as on (date of release of NIT/RfP) shall be awarded 3 marks
3 CVs 15

a) Experience in area of SCADA Hardware 7.5

For submission of 1 CV, 2.5 marks shall be awarded. For every


additional CV, 1 additional mark shall be awarded subject to
ceiling of 7.5 marks that can be obtained in this category.

b) Experience in area of SCADA Software 7.5

For submission of 1 CV, 2.5 marks shall be awarded. For every


additional CV, 1 additional mark shall be awarded subject to
ceiling of 7.5 marks that can be obtained in this category.

B. Price-Bid Evaluation

The Price-Bid evaluation is done only for those bids which are found to be responsive.

The net cost quoted will be calculated as simple addition of all the cost mentioned in the price
proposal (Clause D.3, Appendix D). The price proposal score shall be calculated with following
formula:

Price proposal score = (LP/FP)*50, where

LP: Lowest Price offer; FP: Firms Price

C. Total Score

Total score shall be calculated as below:

Total Score = Technical Proposal Score + Price Proposal Score


The bid with the highest overall score will be awarded the project.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II

Page 125
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

APPENDIX E GEOGRAPHICAL & ADMINISTRATIVE INFORMATION

Uttarakhand Power Corporation Ltd (UPCL)


Name of Project Area

Sl.No General Description Dehradun

Uttarakhand Power Corporation Ltd


1 Distribution Company name (UPCL)

2 Area of Coverage (Sq. Km) 128

3 Population (As per Census 2001) 426674

4 Nearest Railway Station Dehradun

5 Nearest Functional Airport Jolly Grant Airport

6 SCADA/DMS Control Centre Dehradun

7 Data Recovery (DR) Centre Haldwani

8 Dispatch Training Simulator (DTS) Dehradun

9 Head Office 1

10 Zonal office 1

11 Circle office 2

12 Divisional office 4

13 Sub Divisional office 12

14 Other offices 1 (IT Cell)

16 Nos. (Existing)

15 No. of 33/11kV substations 3 Nos. (New Proposed)

Uttarakhand Power Corporation Ltd (UPCL) Volume - II

Page 126
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

APPENDIX F: RTU LOCATIONS

Appendix F1: List of Sub-Stations (RTU Locations)


1. Town: Dehradun, UPCL
Total Number of substations: 19
Total Number of RTU locations: 19 (16 Nos. existing & 3 Nos. Proposed)
Remarks
SN Voltage Level Name of Substation

1 33/11KV Vasant Vihar Existing


2 33/11KV Kaulagarh Existing
3 Existing
33/11KV S/S No 6
4 33/11KV Niranjanpur Existing
5 33/11KV Turner Road Existing
6 33/11KV Kargi Existing
7 33/11KV Araghar Existing
8 33/11KV Pared Ground Existing
9 33/11KV Patel Road Existing
10 33/11KV Bindal Existing
11 33/11KV Govindgarh Existing
12 33/11KV Sahastradhara Road Existing
13 33/11KV Hathi Barkala Existing
14 33/11KV Anarvala Existing
15 33/11KV Dakpati Existing
16 33/11KV Ajabpur Existing
17 33/11KV Shachiwaley Proposed
18 33/11KV Haridwar Bypass Proposed
19 33/11KV Engineers Enclave Proposed

Appendix F2: List of Sectionalizers and RMU Locations (FRTU Locations)

Project
DISCOM S.No Area/Town Asset Name Existing Proposed Total

UPCL 1 Dehradun RMU 0 71 71

Sectionalizers 0 312 312

Uttarakhand Power Corporation Ltd (UPCL) Volume - II

Page 127
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

Total Nos. of FRTU Locations Including the


existing & proposed 383

Appendix F3: List of FPI Locations

Project
DISCOM SL.No Area/Town Asset Name Existing Proposed Total

UPCL 1 Dehradun FPI 0 302 302

Uttarakhand Power Corporation Ltd (UPCL) Volume - II

Page 128
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

APPENDIX G: REVIEW OF CURRENT IT SYSTEMS

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

Stand-alone Other Future Plans Supplier


Name of Make/
/Integrated applications (Phase out name, Platform OS Database Protocol
Application Version
Application integrated with? or continue) release

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

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 129
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

Stand-alone Other Future Plans Supplier


Name of Make/
/Integrated applications (Phase out name, Platform OS Database Protocol
Application Version
Application integrated with? or continue) release

ODBC &
New Within mpower Continue- Phoenix IT DB2
Java Linux SOAP/XML
Connection Integrated suite and other FMS Solutions
App vendor

Disconnection ODBC &


Within mpower Continue- Phoenix IT DB2
& Java Linux SOAP/XML
Integrated suite and other FMS Solutions
Dismantling 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

Centralized ODBC &


Within mpower Continue- Phoenix IT DB2
Customer Java SOAP/XML
Integrated suite and other FMS Solutions
Care Services App vendor

Uttarakhand Power Corporation Ltd (UPCL) Volume - II

Page 130
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

Stand-alone Other Future Plans Supplier


Name of Make/
/Integrated applications (Phase out name, Platform OS Database Protocol
Application Version
Application integrated with? or continue) release

Management ODBC &


Within mpower Phoenix IT DB2
Information Java SOAP/XML
Integrated suite and other Solutions
System (MIS) App vendor

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

Development ODBC &


Phoenix IT DB2
of Java Linux SOAP/XML
Commercial Solutions
Database of

Uttarakhand Power Corporation Ltd (UPCL) Volume - II

Page 131
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

Stand-alone Other Future Plans Supplier


Name of Make/
/Integrated applications (Phase out name, Platform OS Database Protocol
Application Version
Application integrated with? or continue) release

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

Uttarakhand Power Corporation Ltd (UPCL) Volume - II

Page 132
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

Stand-alone Other Future Plans Supplier


Name of Make/
/Integrated applications (Phase out name, Platform OS Database Protocol
Application Version
Application integrated with? or continue) release

Management

Table 2 (b): Details of SLDC system to be Integrated with new System


Name of Stand-alone Future Plans Supplier
Application Other applications Make/
/Integrated (Phase out or name, Platform OS Database
integrated with? Version
Application continue) release

A B C D F F H I J

Not integrated ALSTOM e-Terra


Integrated Shall continue e-Terra
ICCP Application with other (formerely Platform Linux Oracle
Application to use it Habitat 5.6
applications AREVA) 2.3

ICCP Router

Uttarakhand Power Corporation Ltd (UPCL) Volume - II

Page 133
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

Table 3 (c): Details of existing communication infrastructure in the project area


Name of Application
Bandwidth Availability Name of Service Provider

A B C

MPLS

MLLN, Leased line

DSL

GPRS

CDMA

Others

Uttarakhand Power Corporation Ltd (UPCL) Volume - II

Page 134
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

APPENDIX H: LIST OF MANUALS/BUSINESS PROCESSES


PERTAINING TO MONITORING AND CONTROL OF DISTRIBUTION
NETWORK BE CONVERTED (DATA-ENTRY) INTO ELECTRONIC FORM

This information will be provided to the selected bidder.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 135
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

APPENDIX I REVIEW OF CURRENT OPERATION AND


MAINTENANCE PROCESSES PERTAINING TO DISTRIBUTION
NETWORK

Operations function is responsible for daily running of the distribution network with the
primary objective of maintaining continuity of power supply. Routine operations are managed at the
substation level on a 24 x 7 basis according to various demand conditions and reported in various log
books and reports. Sub divisional and divisional offices monitor and manage the network operations
from next levels of the hierarchy and ensure all applicable regulations are followed. Operations at
normal conditions include preparing switching plans for planned maintenance, monitoring the
system, initiate remedies to bring down overloads and voltage variations.

Restoration of the network as quickly as possible after a failure occurs is the primary
objective of the maintenance function. This involves preparing and executing switching plans to
isolate the fault and restore the supply by operating switching devices, dispatching and controlling
repair crews, managing trouble call information and inform customers to preserve perceived
customer satisfaction.

Any failure in power supply is first reported to customer care center. Actions are directed to
corresponding (Assistant Engineer) AEN and to lower level staff. After verifying the failure the
action required at substation is taken. If the fault is at the distribution network, the repair crew will
get direction from AEN to act. Majority of information are diversified and need to be coordinated
significantly to completely analyze the fault or event. A typical time chart for a fault restoration cycle
in the UPCL is shown below.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II

Page 136
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

APPENDIX J ESTIMATED MANPOWER REQUIREMENT

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

Facility Management 360


6
Services

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 137
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

APPENDIX K: EXPECTED IMPLEMENTATION SCHEDULE

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.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 138
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

Expected Implementation Schedule- Dehradun

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

2 Field Survey for SCADA/DMS Data

3 Design & Development

System Design

Design Documentation

Design approval by UPCL


Development

4 Factory Acceptance Test (FAT)

SCADA/DMS Control Center


RTU
FRTU
FPI Modem
Auxiliary Power Supply
Communication Equipment
DTS System

Other Bought out Items if any

Successful completion of FAT

Delivery of Hardware and software

5 Establishing Network connectivity


6 Installation/Erection
SCADA/DMS Control Center
RTU

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 139
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

FRTU
FPI Modem

Installation approval by UPCL

7 Integration

Existing SCADA
IT System
SLDC
DR Center
DTS with All the 6 CC

8 Site Acceptance Test

RTU/FRTU/FPI Communications

Successful completion of end to end tests

SCADA Functions

Successful completion of SCADA SAT

Successful completion of Field performance tests

DMS Functions

Integration Functions

Integration test approval by UPCL

Remote Operator workstations

DTS

Operational acceptance by UPCL

9 Training

Operator trainings

Maintenance trainings

Development trainings

Training manuals

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 140
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

APPENDIX L - ABBREVIATIONS

The abbreviation mentioned in the document has been expanded hereunder:

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

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 141
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

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

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 142
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

APPENDIX M - SLA FORMATFOR NBSP AND IT'S REQUIREMENT

MODEL
TRIPARTITE AGREEMENT
(among . . ( UPCL) ,. . (NBSP) &
. . ( SIA))

For providing MPLS VPN, Internet, GPRS connectivity, etc (Wide


Area Network services) at various locations of Projects Area under
Part-A scheme of R-APDRP

This model document is for reference/use of Utilities and needs to


be suitably customized / modified by them as per their
requirement

This revised document is based on inputs received from Utilities and various Network Bandwidth
Service Providers in the country

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 143
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

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.

b. This is a general agreement format; separate agreements need to be signed in


case NBSP is different for different Services (MPLS/Internet/GPRS etc.)

c. It is to be ensured by UPCL that:


Prior to this agreement Contract agreement between UPCL and SIA has
been signed.
The Purchase Order on the same price and work, as quoted by SIA against the
networking (MPLS VPN, Internet, GPRS connectivity, etc (Wide Area
Network services)) and Related Services component of SIA LOA/PO has
been/is to be signed between UPCL and NBSP.

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.

f. The Responsibility Matrix may be modified depending upon specific works.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 144
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

MODEL
AGREEMENT

This Agreement is entered on day of 2013 among (name of UPCL) a


company incorporated under the Companies Act 1956 and having its registered office
at

(hereinafter called the), of the one part

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

.(name of NBSP) a company incorporated under the Companies Act


1956 and having its corporate office at., being a preferred
TELECOM SERVICE PROVIDER/NETWORK BANDWIDTH SERVICE PROVIDER for
the referred R-APDRP PROJECT engaged for Providing MPLS VPN, Internet, GPRS
connectivity, etc (Wide Area Network services) incidental thereto as specified in the Scope of Work
in the agreement between (SIA) and..(UPCL) (hereinafter referred to as
..(NBSP) which expression shall unless excluded by or repugnant to the meaning or
context thereof be deemed to include its successors and assigns) of the third Part.

(UPCL), (SIA) and ..(NBSP) are individually referred as


Party and collectively as Parties.

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.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 145
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

..WHEREAS as per the requirements of


the project,(UPCL) requires these services for successful implementation of the project.

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.

The Purchase Order no. (to SIA) placed by .(UPCL) on ......(SIA)


and the Purchase Order placed vide ./to be placed by . (UPCL) to .(NBSP) shall
form an integral part of this agreement. ..(NBSP) and .(SIA), shall be
responsible jointly and severally for roles and responsibility with respect to the Requisite
Services and ......(SIA), severally, shall be responsible for the obligation as envisaged under
RfP/SRS for SIA, both in the fulfillment of the said Purchase Orders.

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:

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 146
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

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).

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 147
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

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).

5. RESPONSIBILITIES OF THE PARTIES

The Responsibility Matrix for each party is given in the table below:

Responsibility of Responsibility of ........(SIA) Responsibility of


.........(UPCL) ...........(NBSP)

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 148
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

To monitor the project To provide MPLS VPN, To provide MPLS VPN,


progress against time Internet, Internet, GPRS connectivity,
frame & quality and GPRS connectivity, etc (Wide etc (Wide Area Network
performance with , Area Network services) incidental services) incidental thereto
quality, security and thereto as specified in the Scope of as specified in the Scope of
reliability levels of Work in the agreement between Work as per PO placed by
required services as per (SIA) UPCL to (SIA)
agreement with and..(UPCL). and..(NBSP).
(SIA) and
(NBSP).
To provide the Services (as
To disburse the payment Timely execution of the part of the per SLA) required by
to the (NBSP) upon order related to required .............(UPCL), and by
achievement of the SLA Bandwidth for the project. (SIA) on behalf of
on the basis of ..............(UPCL), within the
performance reports/ To provide ..............(NBSP) with a timeframe, quality, security
SLA reports. complete network diagram of the and reliability level agreed
set-up along with the details of with between ...........(UPCL),
To provide safe access connectivity at the Locations and

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 149
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

and conditions to services provisioned to .....(NBSP) and ......(SIA).


..(SIA) and the.......(UPCL)
(NBSP)s employees or
appointed personnel Proper network monitoring and Not to use the establishments
whilst in the premises. network management as per SLA and services installed under
like uptime, proper bandwidth etc. this agreement for
and submit SLA report to the organizations other than
UPCL on monthly/as and when .(UPCL).
required basis.
To raise direct invoices
To monitor and report any against the works/services
problems on behalf of performed, as per the terms
..........(NBSP). of the Purchase Order with
UPCL.
To ensure that the
.(NBSP) comply with all To ensure compliance of
relevant and applicable Indian Telecom regulation &
provisions of the Contract. statutory requirements while
performing the
To ensure compliance of Indian works/services under this
Telecom regulation & statutory agreement.
requirements while performing
the works/services under this To obtain and arrange for the
agreement. maintenance in full force and
effect of all government
To obtain and arrange for the approvals, consents, licenses,
maintenance in full force and authorizations, declarations,
effect of all government filings, and registrations as
approvals, consents, licenses, may be necessary and
authorizations, declarations, advisable for the
filings, and registrations as may be performance of all of the
necessary and advisable for the terms and conditions of this
performance of all of the terms and Agreement.
conditions of this Agreement.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 150
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

6. INVOICE AND PAYMENT

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).

7. DISPUTES WITH REGARDS TO INCORRECT INVOICING

Disputes with regard to incorrect Invoicing shall be governed by .(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.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 151
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

10. ENTIRE UNDERSTANDING

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.

12. APPLICABLE LAW

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.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 152
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

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.

14. LIMITATION OF LIABILITY

Limitation & liability shall be governed by .(UPCLs) PO No. .with .. (SIA)


and/or PO placed vide/to be placed by UPCL to . (NBSP).
IN WITNESS WHEREOF the parties hereto have executed these presents the day and year
first above written.

SIGNED AND DELIVERED BY (on behalf of in the presence of


UPCL)

Signature Signature ..
Name & Designation Name & Designation
Address Address

SIGNED AND DELIVERED BY (on behalf of in the presence of


SIA )

Signature .. Signature ..
Name & Designation Name & Designation
Address Address

SIGNED AND DELIVERED BY (on behalf of in the presence of


NBSP.)

Signature Signature ..
Name & Designation Name & Designation
Address Address

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 153
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

SLA for providing the services


(To be Part of Purchase Order of UPCL with NBSP, not in agreement
document)
Duration of SLA
This Service level agreement would be valid for entire period of contract. This SLA may
be reviewed and revised according to the procedures detailed below under section SLA
Change Control.

The following table represents the SLAs required:

Service Parameter Service Validation Penalty


Level

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

..(NBSP) for less than 98 % (or


Minimum of 99% (or uptime as per PO placed on SIA)
Control centre 98% (or Report 2% of monthly charges of
with, FRTU, FPI uptime ..(NBSP) for less than 98% (or
, Remote VDUs as per uptime as per PO placed on SIA)
etc Minimum of PO 3% of monthly charges of
98% (or uptime as placed ..(NBSP) for less than 97% (or
per PO placed on on uptime as per PO placed on SIA)
SIA) uptime SIA) 5 % of monthly charges of
measured on a ..(NBSP) for less than 95 % (or
monthly basis uptime as per PO placed on SIA)

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 .

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 154
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

COMMUNICATION NODE DESCRIPTION:

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:

APPENDIX N: COMMUNICATION NODE DESCRIPTION FOR NETWORK

Sr No Description of Nodes Bandwidth No of Nodes


Considered

1 SCADA Control Center


2 SCADA DR Center
3 RTU Nodes
4 EC Road Division Office
5 Dharampur Division Office
6 SLDC
Any other item/link to meet
7 specification requirements
Note:

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.

3. 1 No. RVDU is located at IT DC located at Urja Bhawan.

4. 3 No. RVDUs are colocated at EC Road Division Office.

5. 1 No. RVDU is located at Dharampur Division Office.

6. Internet link if required to be provided for meeting the requirements of the RFP shall have to
be provided by the bidder.

Uttarakhand Power Corporation Ltd (UPCL) Volume - II


Page 155
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL Dehradun

UPCL SIA RFP


Volume III BOQ

Uttarakhand Power Corporation Ltd. (UPCL) Volume - III

Page 156
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL Dehradun

A) SCADA/DMS control centre (BoQ)

Dehradun
Qty for

Total
SL Make
Equipment Model Unit
No.
No.

A1 Server/ workstation Hardware


1 SCADA/DMS server No. 2 2
2 FEP server with interface switches No. 2 2
3 ISR server No. 2 2
4 NMS server No. 2 2
5 DTS server No. 1 1
6 Developmental server No. 1 1
7 Communication Server No. 2 2
8 Web/Directory server No. 2 2
9 Workstation with dual TFT Monitors No. 2 2
10 Remote VDUs with one TFT Monitors ` No. 6 6
11 Developmental console with one TFT No. 2 2
12 DTS/Workstation Console with dual TFTs No. 2 2
DLP based Video Projection system with
2X3 Module configuration with each
13 No. 1 1
module at least 67" diagonal with common
projector
Storage & Backup Devices

External RAID Mass storage device ( for 2


14 No. 1 1
months online backup)

15 External DAT drive No. 1 1


Switches/Routers
Layer II switch (SCADA/DMS LAN)-48
16 No. 2 2
Ports
Layer II switch ( Development system LAN
17 No. 1 1
&DTS)-24 Ports
Router for interfacing IT system &
18 No. 1 1
SCADA/DMS DR centre
19 Router at remote VDU No. 6 6
20 Modems No.
Other Active devices
21 GPS Time synchronization system Set 2 2
22 Time, day & date digital displays Set 1 1
Printers

Uttarakhand Power Corporation Ltd. (UPCL) Volume - III

Page 157
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL Dehradun

23 Color inkjet printer No 1 1


24 B/W Laser printer No 1 1
25 Color Laser printer No 1 1
Security system (DMZ)
26 No. 2 2
Web server with load balancing
27 No.
Mail server
28 Router No. 2 2
29 No. 2 2
Firewall & network IDS/IPS
30 Layer II switch No. 2 2
Cabling System
31 Lot 1 1
Cable, Jacks etc.
32 Any other hardware to meet functional
/performance requirement of MTS
i)
ii)
iii)
iv)
v)
A2 Mandatory Spares for Control Centre
33 5% of A1 %
A3 Software for Control Centre
34 SCADA software Lot 1 1
35 ISR Software Lot 1 1
36 DMS software Lot 1 1
37 DTS software Lot 1 1
38 Developmental software Lot 1 1
39 Network Management Software Lot 1 1
40 RDBMS Package (Included in ISR) Lot
WEB /Network security software(Incl. in Lot
41
web server)
GIS Adaptor/Engine for importing data from
42 Lot 1 1
GIS system under IT system
Any other software to meet functional
43 /performance requirement of MTS (OMS
etc)
i)
ii)
iii)
iv)

Uttarakhand Power Corporation Ltd. (UPCL) Volume - III

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)

Uttarakhand Power Corporation Ltd. (UPCL) Volume - III

Page 159
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL Dehradun

B6 Mandatory spares for DR Centre %


15 5% of B1+B2+B3+B4+B5
B7 Software for DR Centre
16 RDBMS Package (Incl. in DR system)
B8 Network Connectivity Charges
p.a.
Network Connectivity Charges for Link for 5
17 control
year post commissioning
centre

Uttarakhand Power Corporation Ltd. (UPCL) Volume - III

Page 160
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL Dehradun

C) Remote terminal unit

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.

Uttarakhand Power Corporation Ltd. (UPCL) Volume - III

Page 161
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL Dehradun

Any other software to meet functional /performance


requirement of MTS
i)
21 ii)
iii)
iv)
v)
C3 TEST EQUIPMENTS for RTU

22 RTU Database Configuration & Maintenance Software tool Nos. 1 1

Master Station cum RTU Simulator & Protocol analyser


23 Nos. 1 1
software tool
Laptop PC for above software tools along with interfacing
24 Nos. 1 1
hardware including Hub
C4 MANDATORY SPARES FOR RTU
25 5% of c1 %
C5 Bandwidth Charges Nos.
Network Connectivity Charges for Primary Link (SCADA/DMS
26 Nos.
main control centre)

RTU I/O COUNT Dehradun Town

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

Uttarakhand Power Corporation Ltd. (UPCL) Volume - III

Page 162
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL Dehradun

BINDAL 210 17 34 4 144 32 16 5 16 3 1


10
GOVIND GARH 219 18 36 4 150 33 16 6 16 3 1
11
SAHASTRADHARA
319 26 52 6 219 48 23 7 24 4 1
12 ROAD

HATHI BARKALA 201 16 32 4 137 30 16 5 15 2 1


13
ANARWALA 301 24 48 6 206 45 23 7 22 3 1
14
DAKPATI 210 17 34 4 144 32 16 5 16 3 1
15
210 17 34 4 144 32 16 5 16 3 1
16 AJABPUR
SACHIVALAY
17 199 15 30 4 135 28 15 5 15 2 1
(PROPOSED)

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)

4484 356 712 88 3066 662 334 110 334 51 19


Total
Total with 20% 5381 428 855 106 3680 795 401 132 401 62 23
spare

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.

Uttarakhand Power Corporation Ltd. (UPCL) Volume - III

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

D) Feeder Remote terminal Unit(FRTU)

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

Uttarakhand Power Corporation Ltd. (UPCL) Volume - III

Page 164
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL Dehradun

D3 MANDATORY SPARES FOR FRTU


14 5% of D1 %
D4 Bandwidth Charges
Network Connectivity Charges for Primary Link
15 (SCADA/DMS main control centre)

*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

RMU 71 2534 1125 699 71


UPCL Dehradun
Sectionalizer 312 3120 936 1248 312

Includes 20% spare capacity in the given I/O list

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

Uttarakhand Power Corporation Ltd. (UPCL) Volume - III

Page 165
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL Dehradun

E) Communication Equipments

E1) Communication system - VPN (MLLN/ MPLS) Broadband

Dehradun
Qty for

Total
Model
Sl.No Item NBSP Unit
No.

Network Connectivity Charges for 2Mbps MPLS-


1 broadband Link (RTUs, SLDC, IT DC, CCC, DR and Nos. 23 23
Remote VDU)
Network connectivity charges for FRTUs &FPIs on
2 Nos. 685 685
3G
Note: Bidder has to quote Network connectivity charges for five (5) years and evaluation will also be done
on the same.

E2) Wireless communication modems

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.

Uttarakhand Power Corporation Ltd. (UPCL) Volume - III

Page 166
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL Dehradun

F) Auxiliary Power supply

Dehradun
Qty for

Total
SL Model
Item Make Unit
No. No.

F1 Main Equipments - Control centre


UPS with suitable rating running in parallel
1 Set of two 1 1
redundant mode*(20 KVA)
VRLA type Battery banks for above UPS for set (Included in
2
minimum 1 hour backup duration above)
DC Power Supply (DCPS) system based on SMPS
3 Set 1 1
(for 20 A load plus charging current@10% capacity)
Battery bank for above DCPS (VRLA Type) for Set (Included in
4
minimum 4 hrs backup above)
F2 Main Equipments - DR Centre
Main Equipments
UPS with suitable rating running in parallel
5 Set of two 1 1
redundant mode*(10 KVA)
VRLA type Battery banks for above UPS for Set (included in
6
minimum 1 hour backup duration above)
DC Power Supply (DCPS) system based on SMPS
7 Set 1 1
(for 20 A load plus charging current@10% capacity)
Battery bank for above DCPS (VRLA Type) for Set (included in
8
minimum 4 hrs backup above)
F3 Mandatory Spares for UPS %
F4 Mandatory Spares for DCPS %
For RTU / Data Concentrator / Communication
F5
Eqpts.
9 DC Power Supply (DCPS) system based on SMPS Set 19 19
Battery bank for above DCPS (VRLA Type) for Set(included
10
minimum 4 hrs backup above)
F6 For FRTU
48V DC Power Supply (DCPS) system based on
11 Set 383 383
SMPS
Battery bank for above DCPS (VRLA Type) for Set(included
12
minimum 4 hrs backup above)
F7 Remote VDU Locations
13 UPS (2 kVA ) No 6 6

Uttarakhand Power Corporation Ltd. (UPCL) Volume - III

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

FMS charges for SCADA/DMS system (maintaining


1 Five Year
overall system availability as per MTS)

FMS charges for SCADA/DMS system (maintaining


2 availability individual hardware & non critical functions Five Year
as per MTS)

3 Total FMS charges Five Year

I) Implementation Schedule

S. No. Items Completion Schedule


from the Award of
Contract
1 SCADA/DMS System 18 months

Uttarakhand Power Corporation Ltd. (UPCL) Volume - III

Page 168
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL Dehradun

UPCL SIA RFP


Volume IV Model Technical Specifications

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.

Uttarakhand Power Corporation Ltd. (UPCL) Volume - IV

Page 169
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

UPCL SIA RFP

Volume V UPCL Information

Uttarakhand Power Corporation Ltd. (UPCL) Volume - V

Page 170
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

Table of Contents

1. About UPCL ................................................................................................................................ 172


2. Existing IT systems of UPCL ...................................................................................................... 172
2.1. Existing Systems in Dehradun under UPCL ........................................................................... 172
2.2. R-APDRP IT System under implementation........................................................................... 172
3. SCADA/DMS system integrations with IT system and other systems........................................ 174
GIS data exchange between IT and SCADA/DMS ................................................................. 175
Breaker status data exchange................................................................................................... 175
Daily Energy data .................................................................................................................... 176
Load Priority table ................................................................................................................... 176
3.1. Integration with SLDC System................................................................................................ 176

List of figures
Figure 1: Reference application architecture of IT system.................................................................. 174

Uttarakhand Power Corporation Ltd. (UPCL) Volume - V

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.

2. Existing IT systems of UPCL


To monitor and operate power system network and to mange different business process and daily
activities, different IT & OT (Operations Technology) systems have been implemented under
various initiatives of UPCL. The following sections give details on the existing infrastructure
owned by the UPCL or under implementation which shall be integrated and operated with the
proposed system. Following are the systems to be integrated.

i. R-APDRP-IT System being implemented in UPCL.

2.1. Existing Systems in Dehradun under UPCL


At present, there are 16 existing 33/11kV substations & 3 new proposed 33/11kV substations in
Dehradun city under the project area. There is no legacy SCADA/DMS system in UPCL.

2.2. R-APDRP IT System under implementation


The Ministry of Power, Govt. of India has sanctioned RAPDRP PART-A IT implementation projects
schemes against DPRs of eligible towns under the distribution company UPCL in Uttarakhand. The
implementation project contract is already awarded to ITIA including R-APDRP approved. The system
implementation is in progress. The sanctioned scheme mainly comprises of the following functional
items.

 Meter Data Acquisition

 Energy Audit

 New Connection

Uttarakhand Power Corporation Ltd. (UPCL) Volume - V

Page 172
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

 Disconnection & Dismantling

 GIS based customer Indexing and asset mapping

 GIS based integrated network analysis module

 Centralized Customer Care Services

 Management Information System (MIS)

 Web Self Service

 Identity and Access Management system

 System Security Requirement

 Development of Commercial Database of Consumers

 Billing

 Collections

 Metering

 Asset Management

 Maintenance Management

Proposed solution is an integrated single platform based system, which caters to various business
stacks through single window. 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.

Uttarakhand Power Corporation Ltd. (UPCL) Volume - V

Page 173
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

Presentation Tier Application Tier


Middle Tier Database Tier
External systems
Desktop Web Mobile Laptop
users users users users

Content Delivery Platform (Desktops, Mobile, Web browser etc)


GIS
Provisioning

Web Self Service Portal Internet Portal Desktop Application

Enterprise management services(Email, IVR, etc)


Content Management / Portal Services IVR
Application and Infra Monitoring Services

External Business Services (Web services)

Service Governance Processes


Service Lifecycle Management

Business Integration Services


Business Process Orchestration
SS
O

Automated
Reporting Services

Application Services
Auditing Services

Meter
Authorization

Meter Business Services Meter Data Commercial


CCS Billing
Reading / Implementation Logic Acquisition Database Creation Kiosk
Disconnection & New Energy
MM MDM Collection MIS GIS
Dismantling Connection Audit
Token
Event Queue Transaction Application Metadata dispenser
Authentication

Management Management Management server services Management machine


Job
Content / Application Business
Scheduling, Session
Document MIS Logging Exception
Alerts, Tracking SCADA
Management Services Management
Reminders
Data Integration Services

GIS Data Store Online Data Store Operational Data Store Analytical Data Store

Figure 1: Reference application architecture of IT system

In addition to above software functional modules, IT Implementation Agency (ITIA) is


providing the following facilities to UPCL as a part of implementation.

i. Establishment of Data Center at Urja Bhawan, Dehradun.


ii. Establishment of Disaster Recovery at Haldwani city
iii. GPS based GIS survey in the identified towns under R-APDRP
iv. Establishment of LAN, MPLS-VPN and other Networking in the identified towns

3. SCADA/DMS system integrations with IT system and other systems.


As explained, there are different IT systems existing in UPCL. The proposed solution has to share data
with these applications. Opportunities of utilizing the existing or planned infrastructures of the UPCL
shall be explored and utilized during implementation of SCADA/DMS system.
Tentative location of SCADA/DMS Control Center is proposed at Urja Bhawan, Dehradun.

Integration with R-APRDP IT System

Uttarakhand Power Corporation Ltd. (UPCL) Volume - V

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

Min data exchanges are:

GIS data exchange between IT and SCADA/DMS


The GIS survey of the entire city distribution is conducted and saved as a part of IT
implementation. The updated GIS data is available in the IT GIS server. The name of current
GIS system in UPCL is ESRI ArcGIS Server Version 9.3.1. The same GIS data is using for
the SCADA/DMS application. The data exchange shall be in a common modem (CIM-XML)
data exchange format. The coding using for each distribution asset should be same in all the
application (IT, ERP, SCADA/DMS) in order to avoid the use of adaptors for exchanging the
data otherwise GIS adaptors shall be used.

Breaker status data exchange


All the substation /RMU Breaker status, Tripping details, Tripping time and date will be
available in the Breaker status table associated with the SCADA/DMS application database.
This data has to exchange with the Customer care system of the IT part. This will be on
demand or by exception exchange. This information exchange also is in a common model
format like CIM.

Uttarakhand Power Corporation Ltd. (UPCL) Volume - V

Page 175
Bid Document for Appointment of SCADA/DMS Implementation Agency by UPCL, Dehradun

Daily Energy data


The daily energy data of each feeder shall be stored in the SCADA/DMS database. This data
will be shared with the billing system of IT part. This Exchange will be on demand or by
daily.

Load Priority table


The SCADA/DMS have load feeder data containing Breaker name, number of consumers
connected to each breaker and load priority. This database will be shared by IT and
SCADA/DMS. The load priority information will be updated by the SCADA/DMS and
consumer data will be updated by the IT

3.1. Integration with SLDC System


Integration with State Load Dispatch centre (SLDC) for the state for exchanging relevant real
time data & scheduling data over ICCP shall be done by SIA. The data which has to be shared
with SLDC will be giving by the UPCL at the time of implementation .Data requirement and
bilateral agreement with SLDC shall be done by the UPCL. SIA shall demonstrate the data
integration to both owners of SLDC and UPCL for approval of the function. Any hardware or
software requirement shall be met by the SIA.

Uttarakhand Power Corporation Ltd. (UPCL) Volume - V

Page 176
Technical Un_Price BoQ of RFP Identification No: 03/RAPDRP-A/2013-14/DDN/UPCL da
Name of the Bidder's Firm

SCADA/DMS Control Centre (BoQ)


S.No. Equipment Unit Quantity Make

A1 Server/ workstation Hardware


1. SCADA/DMS server No.
2. FEP server with interface switches No.
3. ISR server No.
4. NMS server No.
5. DTS server No.
6. Developmental server No.
7. Communication Server No.
8. Web/Directory server No.
9. Workstation with dual TFT Monitors No.
10. Remote VDUs with one TFT Monitors No.
11. Developmental console with one TFT No.
12. DTS/Workstation Console with dual TFTs No.
DLP based Video Projection system with 2x3 Module
13. configuration with each module at least 67" diagonal with No.
common projector (2X3)
Storage & Backup Devices
External RAID Mass storage device ( for 2 months online
14. No.
backup)
15. External DAT drive (160/320GB) No.
Switches
16. Layer II switch (SCADA/DMS LAN)-48 ports No.
17. Layer II switch ( Development system LAN )-24 ports No.
Router one each for interfacing IT system &
18. No.
SCADA/DMS DR Center
19. Router at remote VDU No.
20. Modems No.
Other Active Devices
21. GPS Time synchronization system Set
22. Time, day & date digital displays Set
Printers
23. Color inkjet printer No
24. B/W Laser printer No
25. Color laser printer No
Security system (DMZ)
26. Web server with load balancing No.
27. Mail server No.
28. Router No.
29. Firewall & network IDS/IPS No.
30. Layer II switch No.
Cabling System
31. Cable, Jacks etc. Lot
Any other item to meet specification requirements
i)
ii)
32.
iii)
iv)
v)
A2 Mandatory Spares
33. 5% of a1 No.
A3 Software
34. SCADA software Lot
35. ISR Software Lot
36. DMS software Lot
37. DTS software Lot
38. Developmental software Lot
39. Network Management Software Lot
40. RDBMS package (incl in ISR)
41. WEB /Network security software (Incl in web server)
GIS Adaptor/Engine for importing data from GIS system
42. Lot
under IT system
Any other item to meet specification requirements of MTS
(OMS Etc.)
i)
43. ii)
iii)
iv)
v)
A4 Network Charges
Network Connectivity Charges for Link for 5 year post p.a per
44.
commissioning RTU/FRTU/FPI

SCADA/DMS DR Centre BoQ


S.No. Equipment Unit Quantity Make
B1 Server/ workstation Hardware
1. DR server No.
2. Communication Server No.
3. Workstation with one TFT Monitors No.
B2 Storage & Backup Devices
4. External storage device No.
5. External DAT drive No.
B3 Switches
6. Layer II switch (DR LAN) No.
Routers
7. Router for interfacing at SCADA DMS centre No.
8. Modems
B4 Printers
9. Color inkjet printer Set
10. B/w Laser printer Set
11. Color laser printer Set
B5 Cabling System
12. Cable, Jacks etc. Lot
13. Fiber Optical Cable, Connectors, Patch Cord etc. Lot
Any other hardware to meet functional /performance
requirement of MTS
i)
14. ii)
iii)
iv)
v)
B6 Mandatory Spares for DR centre
15. 5% of B1+B2+b3+B4+B5 No.
B7 Software for Control Centre
16. RDBMS package Incl in DR system
B8 Network Connectivity Charges
NetworkConnectivityChargesforLinkfor5yearpost
17. p.acontrolcentre
commissioning

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)

3. Digital input module (assuming 16 inputs per module) No.


4. Digital output module (assuming16 outputs per module) No.
5. Analog input module (assuming 16 outputs per module) No.
6. Multifunction transducers No.
7. Contact Multiplying Relays (CMRs) No.
8. Heavy duty relays for CB trip/Close No.
9. Dummy Breaker Latching Relays No.
10. Weather transducer - wind speed No.
11. Weather transducer rainfall No.
12. Weather transducer Humidity No.
13. Weather transducer Temperature No.
14. Weather transducer -Wind Direction No.
15. Modem No.
16. Router No.
Single TFT PC for LDMS with O/S, UPS(minimum rating
17. No
600VA & minimum 30 min backup)
18. 1 B/W laser printer No
Any other hardware to meet functional /performance
requirement of MTS
i)
19. ii)
iii)
iv)
v)
C2 LDMS
20. LDMS No.
Any other software to meet functional /performance
requirement of MTS
i)
21. ii)
iii)
iv)
v)
C3 TEST EQUIPMENTS for RTU

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)

3. Digital input module (assuming 16 inputs per module) No.


4. Digital output module (assuming 16 outputs per module) No.
5. Analog input module (assuming 16 outputs per module) No.
6. Multifunction transducers No.
7. Contact Multiplying Relays (CMRs) No.
8. Heavy duty relays for CB trip/Close No.
9. Modem No.
Any other ITEM to meet functional /performance
requirement of MTS
i)
10. ii)
iii)
iv)
v)
D2 TEST EQUIPMENTS for FRTU
FRTU Database Configuration & Maintenance Software
11. No.
tool
Master Station cum RTU Simulator & Protocol analyser
12. No.
software tool
Laptop PC for above software tools along with interfacing
13. No.
hardware including Hub
D3 MANDATORY SPARES FOR FRTU
14. 5% of D1 No.
D4 Bandwidth Charges
Network Connectivity Charges for Primary Link
15. No.
(SCADA/DMS main control centre)

Communication system
E1- Communication system - VPN (MLLN/ MPLS) Broadband
S.No. Equipment Unit Quantity NBSP
Bandwidth
E2A
Charges

1 Network Connectivity Charges for 2Mbps MPLS/broadband p.a.persite


Link (RTUs, SLDC, IT DC, CCC ,DR and Remote VDU)
Network connectivity charges for FRTUs &FPIs on
2 p.a. per site
CDMA/EDGE/3G
Note: Bidder has to quote Network connectivity charges for five (5) years.
E2) Wireless communication modems
S.No. Equipment Unit Quantity Make
E4
E4A Modems
1 GPRS No.
2 CDMA No.
3 EDGE No.
4 3G No.
E4B Mandatory spares(5% of E4A)

Auxiliary Power supply


S.No. Equipment Unit Quantity Make
F1 Main Equipments - Control centre
UPS with suitable rating running in parallel redundant
1.
mode*(20KVA)
Set of two
VRLA type Battery banks for above UPS for minimum 1
2.
hour min backup duration(Maintenance free)
DC Power Supply (DCPS) system based on SMPS (for 20
3.
A load plus charging current@10% capacity)
Set
Battery bank for above DCPS (VRLA Type) for minimum 4
4.
hrs backup
F2 Main Equipments - DR Centre
Main Equipments
UPS with suitable rating running in parallel redundant
5.
mode*(10KVA)
Setoftwo
VRLA type Battery banks for above UPS for minimum 1
6.
hour min backup duration(Maintenance free)
DC Power Supply (DCPS) system based on SMPS (for 20
7.
A load plus charging current@10% capacity)
Set
Battery bank for above DCPS (VRLA Type) for minimum 4
8.
hrs backup
F3 Mandatory Spares for UPS (5% spare)
F4 Mandatory Spares for DCPS (5% spare)
F5 For RTU / Data Concentrator / Communication Eqpts.
9. DC Power Supply (DCPS) system based on SMPS
Battery bank for above DCPS (VRLA Type) for minimum 4 No
10.
hrs backup
F6 III For FRTU
11. 48V DC Power Supply (DCPS) system based on SMPS
Battery bank for above DCPS (VRLA Type) for minimum 4 No
12.
hrs backup
F7 V Remote VDU location
13. UPS (2 kVA ) No

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

Model No. Remarks


Model No. Remarks
Model No. Remarks
Model No. Remarks
Model No. Remarks

Model No. Remarks


Model No. Remarks
Form F- 2: Price Proposal Submission Sheet

Date:
ICB No.:
Invitation for Bid No.:
Alternative No.:

To,
Superintending Engineer (R-APDRP Part-A)
Uttarakhand Power Corporation Limited
Urja Bhawan,
Dehradun-248001

We, the undersigned, declare that:

(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)The total price of our Bid is:

The breakup of price is provided in table below:-

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

(If none has been paid or is to be paid,


indicate none.)

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date
ubmission Sheet

Amount (INR)

with respect to the bidding process or


Reason Amount
Appendix C3 Price Proposal of RFP Identification No: 03/RAPDR

Name of the Bidder's Firm

Form: 1 Project Management Cost


Project Management Cost Including all Taxes &
S.No. Unit
Duties
Installation, Testing and Commissioning Cost to
Integrate Entire SCADA & IT (relevant to SCADA) Rs.
1 Infrastructure
Integration with legacy applications & Data
Rs.
2 Migration
3 Training for the Employees (Refer Form-8) Rs.

Grand Total of Form: 1 Rs.


*Project management cost includes CST, VAT, Sales Tax, Service Tax, Entry Tax, Excise Duty etc.

Form: 2 SCADA/DMS Control Centre Cost (BoQ)

S.No. Equipment Unit

A1 Server/ workstation Hardware


1. SCADA/DMS server No.
2. FEP server with interface switches No.
3. ISR server No.
4. NMS server No.
5. DTS server No.
6. Developmental server No.
7. Communication Server No.
8. Web/Directory server No.
9. Workstation with dual TFT Monitors No.
10. Remote VDUs with one TFT Monitors No.
11. Developmental console with one TFT No.
12. DTS/Workstation Console with dual TFTs No.
DLP based Video Projection system with 2x3 Module
configuration with each module at least 67" diagonal No.
13. with common projector (2X3)
Storage & Backup Devices
External RAID Mass storage device ( for 2 months
14. online backup) No.
15. External DAT drive (160/320GB) No.
Switches
16. Layer II switch (SCADA/DMS LAN)-48 ports No.
Layer II switch ( Development system LAN )-24
17. ports No.
Router one each for interfacing IT system &
18. SCADA/DMS DR Center No.
19. Router at remote VDU No.
20. Modems No.
Other Active Devices
21. GPS Time synchronization system Set
22. Time, day & date digital displays Set
Printers
23. Color inkjet printer No
24. B/W Laser printer No
25. Color laser printer No
Security system (DMZ)
26. Web server with load balancing No.
27. Mail server No.
28. Router No.
29. Firewall & network IDS/IPS No.
30. Layer II switch No.
Cabling System
31. Cable, Jacks etc. Lot
32. Any other hardware to meet functional
/performance requirement of MTS
i)
ii)
iii)
iv)
v)
A2 Mandatory Spares
33. 5% of a1 %
A3 Software
34. SCADA software Lot
35. ISR Software Lot
36. DMS software Lot
37. DTS software Lot
38. Developmental software Lot
39. Network Management Software Lot
40. RDBMS package (incl in ISR)
41. WEB /Network security software (Incl in web server)
GIS Adaptor/Engine for importing data from GIS
42. system under IT system Lot
43.
Any other software to meet functional
/performance requirement of MTS(OMS etc.)

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

Grand Total of Form: 2

Form F-3: SCADA/DMS DR Centre Cost

S.No. Equipment Unit

B1 Server/ workstation Hardware


1. DR server No.
2. Communication Server No.
3. Workstation with one TFT Monitors No.
B2 Storage & Backup Devices
4. External storage device No.
5. External DAT drive No.
B3 Switches
6. Layer II switch (DR LAN) No.
Routers
7. Router for interfacing at SCADA DMS centre No.
8. Modems No.
B4 Printers
9. Color inkjet printer Set
10. B/w Laser printer Set
11. Color laser printer Set
B5 Cabling System
12. Cable, Jacks etc. Lot
13. Fiber Optical Cable, Connectors, Patch Cord etc. Lot
14. Any other hardware to meet functional
/performance requirement of MTS
i)
ii)
iii)
iv)
v)
B6 Mandatory Spares for DR centre
15. 5% of B1+B2+b3+B4+B5 %
B7 Software for Control Centre
16. RDBMS package(Incl in DR system) Lot
B8 Network Connectivity Charges
NetworkConnectivityChargesforLinkfor5year
17. post commissioning p.acontrolcentre
Grand Total of Form: 3

Form F: 4- RTU

S.No. Equipment Unit

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

2. Communication modules for interfacing energy


meters/multi-function transducers using RS 485,
No.
MODBUS protocol & 2 Ethernet port. (assuming 2
nos. RS485 ports per module)
3. Digital input module (assuming 16 inputs per No.
module)
4. Digital output module (assuming16 outputs per No.
module)
5. Analog input module (assuming 16 outputs per No.
module)
6. Multifunction transducers No.
7. Contact Multiplying Relays (CMRs) No.
8. Heavy duty relays for CB trip/Close No.
9. Dummy Breaker Latching Relays No.
10. Weather transducer - wind speed No.
11. Weather transducer rainfall No.
12. Weather transducer Humidity No.
13. Weather transducer Temperature No.
14. Weather transducer -Wind Direction No.
15. Modem No.
16. Router No.
17. Single TFT PC for LDMS with O/S, UPS (minimum No
rating 600VA & minimum 30 min backup)

18. 1 B/W laser printer No


19. Any other hardware to meet functional
/performance requirement of MTS

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

S.No. Equipment Unit


D1 FRTUs
1. Mini pole mounted FRTU base equipment along with
enclosure suitable to work in open environment
(Adequate protection from water & dust) , racks, sub-
racks, Power Supply modules with power backup , I/o
modules, CPU, interfacing equipment, required Set
converters & all other required items/accessories
including complete wiring for all modules for
locations mentioned below

2. Communication modules for interfacing energy


meters/multi-function transducers using RS 485,
No.
MODBUS protocol. (assuming 2 nos. RS485 ports
per module)
3. Digital input module (assuming 16 inputs per
No.
module)
4. Digital output module (assuming 16 outputs per
No.
module)
5. Analog input module (assuming 16 outputs per
No.
module)
6. Multifunction transducers No.
7. Contact Multiplying Relays (CMRs) No.
8. Heavy duty relays for CB trip/Close No.
9. Modem No.
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 No.
Software tool
12. Master Station cum RTU Simulator & Protocol No.
analyser software tool
13. Laptop PC for above software tools along with No.
interfacing hardware including Hub
D3 MANDATORY SPARES FOR FRTU
14. 5% of D1 %
D4 Bandwidth Charges
15. Network Connectivity Charges for Primary Link No.
(SCADA/DMS main control centre)
Grand Total of Form: 5
Note : The Price shown against FRTU and RTU in Price proposal Appendix C-3 should be supported by an
Annexure, indicating substation/location wise, and Town wise prices, with their totals & subtotals.

Form: 6 - Communication system


E1- Communication system - VPN (MLLN/ MPLS) Broadband

S.No. Equipment Unit

E1A Bandwidth Charges


Network Connectivity Charges for 2Mbps
1 MPLS/broadband Link (RTUs, SLDC, IT DC, CCC p.a.persite
,DR and Remote VDU)
Network connectivity charges for FRTUs &FPIs on
2 CDMA/EDGE/3G p.a. per site

Grand Total of Form: 6, E1


Note: Bidder has to quote Network connectivity charges for five (5) years.

E2) Wireless communication modems

S.No. Equipment Unit

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: 7 Auxiliary Power supply

S.No. Item Unit


F1 Main Equipments - Control centre
UPS with suitable rating running in parallel
1. redundant mode*(20KVA)
VRLA type Battery banks for above UPS for Set of two
minimum 1 hour min backup duration(Maintenance
2. free)
DC Power Supply (DCPS) system based on SMPS
(for 20 A load plus charging current@10% capacity)
3. Set
Battery bank for above DCPS (VRLA Type) for
4. minimum 4 hrs backup
F2 Main Equipments - DR Centre
Main Equipments
UPS with suitable rating running in parallel
5. redundant mode*(10KVA)
VRLA type Battery banks for above UPS for Setoftwo
minimum 1 hour min backup duration(Maintenance
6. free)
DC Power Supply (DCPS) system based on SMPS
(for 20 A load plus charging current@10% capacity)
7. Set
Battery bank for above DCPS (VRLA Type) for
8. minimum 4 hrs backup
F3 Mandatory Spares for UPS %

F4 Mandatory Spares for DCPS %


For RTU / Data Concentrator / Communication
F5 Eqpts.
DC Power Supply (DCPS) system based on SMPS
9.
No
Battery bank for above DCPS (VRLA Type) for
10. minimum 4 hrs backup
F6 For FRTU
48V DC Power Supply (DCPS) system based on
11. SMPS
No
Battery bank for above DCPS (VRLA Type) for
12. minimum 4 hrs backup
F7 For Remote VDU location
13. UPS (2 kVA ) No
Grand Total of Form: 7
Note :
1. List of mandatory spares shall be provided by the contractor upto 5 % of the total cost to meet the availability requir
same would be liable for suitable penalty. Inventory for the same shall be maintained during FMS period of 5 years.

Form 8: Training
S.No. Description 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

2 FMS charges for SCADA/DMS system (maintaining


availability individual hardware & non critical Five Year
functions as per MTS)
3 Total FMS charges 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.

Form 10: Implementation Schedule


S. No. Items Completion Schedule from
the Award of Contract

1 SCADA/DMS System 18 months

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

, Entry Tax, Excise Duty etc.

Unit Price (Inclusive of all


taxes, duties, Freight
Quantity &Insurance) Total Cost
Rs. Rs.
Unit Price (Inclusive of all
taxes, duties, Freight
&Insurance) Total Cost
Quantity Rs. Rs.
Unit Price (Inclusive of all
taxes, duties, Freight
&Insurance Total Cost
Quantity Rs. Rs.
Unit Price (Inclusive of all
taxes, duties, Freight
&Insurance) Total Cost
Quantity Rs. Rs.
hould be supported by an
otals & subtotals.

Unit Price (Inclusive of all


taxes, duties, Freight
&Insurance) Total Cost
Quantity Rs. Rs.

Unit Price (Inclusive of all


taxes, duties, Freight
&Insurance) Total Cost
Quantity Rs. Rs.

Unit Price (Inclusive of all


taxes, duties, Freight
&Insurance Total Cost
Quantity Rs. Rs.
the total cost to meet the availability requirements. Failure to maintain the
intained during FMS period of 5 years.
Nos of Trainees Total Cost (Rs.)

ll be provided by the contractor. However, the

percent) of the Bid value (excluding five year


niform for all year.

Tax, Entry Tax, Excise Duty etc.


ed 10-10-2013

FMS Cost
Rs.
FMS Cost
Rs.
FMS Cost
Rs.
FMS Cost
Rs.
FMS Cost
Rs.

FMS Cost
Rs.

FMS Cost
Rs.

You might also like