Post on 22-Jul-2020
transcript
An initiative of
Ministry of
Power,
Government of
India
Restructured Accelerated Power Development and
Reforms Programme (R-APDRP) of Govt. of India
Request For Proposal (RfP)
for Selection of „SCADA/DMS Implementation Agency
(SIA)‟ for the implementation of SCADA/DMS System in
the State Electricity Distribution Utility
For further details, please visit the website
www.apdrp.gov.in OR www.pfcindia.com
Nodal Agency
Power Finance
Corporation
Ltd.
Page 1 of 202
Jaipur Vidyut Vitran Nigam Ltd, Jaipur
Request for Proposal
Under GoI‟s R-APDRP
Purchaser: Jaipur Vidyut Vitran Nigam Ltd, Jaipur.
On behalf of:
Jaipur Vidyut Vitran Nigam Ltd (JVVNL), Jaipur
Ajmer Vidyut Vitran Nigam Ltd (AVVNL), Ajmer
Jodhpur Vidyut Vitran Nigam Ltd (JdVVNL), Jodhpur
RFP Identification No: DYCE/RAPDRP/TN-37
Single Stage – Single Envelope Two stage Selection Procedure
Last date for submission of Proposal is 2nd
February 2011
(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.)
(This section is part of the bid)
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 2 of 202
Table of Contents
1. Background ................................................................................................................................... 3
2. About utility .................................................................................................................................. 3
3. Utility Vision ................................................................................................................................. 4
4. RFP Structure ................................................................................................................................ 5
4.1. Request for Proposal - Part 1:................................................................................................... 6
4.2. Request for Proposal - Part 2:................................................................................................... 6
4.3. Model Technical Specifications: ................................................................................................ 6
5. General terms ................................................................................................................................ 7
6. Elaboration of bid Evaluation ........................................................................................................ 8
7. Elaboration on system requirements ............................................................................................. 8
7.1. SCADA/DMS System design ...................................................................................................... 8
7.2. Software licenses requirements by DISCOMs ........................................................................... 8
8. Elaboration of existing IT systems of utilities ............................................................................. 10
8.1. Existing Systems under JVVNL ............................................................................................... 10
8.1.1. Existing SCADA/DMS Control Centre Architecture at JVVNL ............................................ 11
8.1.2. Integration scope of existing SCADA at JVVNL................................................................... 11
8.2. R-APDRP IT System under implementation ............................................................................ 12
8.2.1. Integration with R-APRDP IT, GIS & Billing system .......................................................... 14
9. 0 Bill of quantity for the DISCOMs………………………………………………………...…16
List of figures
Figure 1: Existing system overview .................................................................................................... 10
Figure 2 : Reference application architecture of IT system ................................................................. 13
List of Tables
Table 1: Utility Statistics ....................................................................................................................... 4
Table 2: Major Offices in the project area ............................................................................................. 4
Table 3: RFP Structure .......................................................................................................................... 6
Table 4: Hardware equipments at existing control centre .................................................................... 11
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 3 of 202
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 R-APDRP program,
SCADA/DMS system will cover urban areas /towns/ cities having population of more than 4,00,000
& 350MUs annual input energy. as per the R-APDRP Guidelines of GoI. In Rajasthan 5 towns under
three DISCOMs have met above qualification criteria and SCADA/DMS scheme will be
implemented in these towns. The eligible towns are Jaipur and Kota under JVVNL, Ajmer under
AVVNL and Jodhpur and Bikaner under JdVVNL.
Major Functions/scope envisaged under the implementation are as follows.
Establishment of SCADA/DMS Control Centre in each town
Integration/Amalgamation/Upgrade of existing SCADA at Jaipur City
Integration with IT system being implemented under R-APDRP Part-A
Data recovery Centre located at Jodhpur for SCADA/DMS of all the 5 towns.
RTUs at all primary S/S & FRTUs at RMUs, /Auto Reclosures/Sectionalizes
on HV Distribution network etc.
SCADA/DMS system to supervise primary S/S & HV Distribution network and SCADA
Information Storage & Retrieval (ISR) Functions
Distribution Management Systems 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)
2. About utility
In Rajasthan state there is 3 Distribution companies namely Jaipur Vidyut Vitran Nigam
Ltd.(JVVNL), Ajmer Vidyut Vitran Nigam Ltd.(AVVNL) and Jodhpur Vidyut Vitran Nigam
Ltd.(JdVVNL).
Jaipur Vidyut Vitran Nigam Ltd.(JVVNL is engaged in the business of distribution and supply of
electricity in 12 districts of Rajasthan, namely Jaipur, Dausa, Alwar, Bharatpur, Dholpur, Kota,
Bundi, Baran, Jhalawar, Sawaimadhopur, Tonk and Karoli. AVVNL comprises 11 districts of
Rajasthan, namely Ajmer, Bhilwara, Nagaur, Sikar, Jhunjhunu, Udaipur, Banswara, Chittorgarh,
Rajsamand, Doongarpur and Pratapgarh.And JdVVNL comprises Jodhpur,Bikaner,Barmer, churu,
Hanumangarh,Jalore,Pali and Shriganganagar
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 4 of 202
. The geographical area, energy consumption and assets of the DISCOMs covered in the project area
are as given under Table-1.
DISCOM Project
Area
Name
Population
(In millions)
Total Energy
(In MUs)
Project Coverage
Area (In Sqkm)
JVVNL Jaipur 2.35 2798 975
Kota 0.7 1020 282
JdVNNL Jodhpur 0.8 946 281
Bikaner 0.55 519 170
AVVNL Ajmer 0.49 422 210
Table 1: Utility Statistics
The electricity distribution system in each city/town is managed and operated by superintending
Engineer (O&M) of respective DISCOMS under Chief Engineer(O&M). Each circle is further
divided into Divisions and Sub divisions. Sub divisions are the lowest level operations units.
Following table provides information on the structure and size of each DISCOM.
DISCOM Project Area Name Head
office
Circle
office
Divisional
offices
Sub
divisional
offices
JVVNL Jaipur 1 1 7 36
Kota 1 2 11
JdVVNL Jodhpur 1 1 3 13
Bikaner 1 1 8
AVVNL Ajmer 1 1 2 7
Table 2: Major Offices in the project area
The power distribution system has large & complex distribution network infrastructure which carries
the energy from the Grid Substation (220/132/11 KV & 33/11 KV) through the HT and LT lines up
to the consumers‟ premises.. All the three DISCOMS in Rajasthan have already taken various
initiatives in order to improve its operational efficiency and for delivering enhanced services to the
consumers under their jurisdiction. The distribution companies are in the process of implementing
various IT systems under RAPDRP part-A for which contracts are already been awarded.
3. Utility Vision
Effective utilization of utility resources, quality and reliable power supply to consumer, increased
economic viability of DISCOMs and involvement in real-time energy exchange market through
OPEN ACCESS are the main driving forces for restructuring of distribution system in a de-regulated
power environment.
In order to meet the objectives and go upward in the value chain, DISCOMs of Rajasthan have 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 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
board. During contingencies with help of real time monitoring and analysis functions remedial
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 5 of 202
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 is very important.
4. RFP Structure
This request for Proposal (RFP) has been prepared for selection of SCADA/DMS Implementation
Agency (SIA) to assist the Rajasthan distribution companies (DISCOM) for implementation of
SCADA/DMS systems under Restructured APDRP.
The Request for Proposal (RFP) document is structured in the following manner:
Part Section
RFP PART-1 1. Background
2. About Utility
3. Utility Vision
4. RFP Structure
5. General Terms
6. Elaborations of Execution Time
7. Elaboration on system requirements
8. Existing IT Systems
-SCADA/DMS at Jaipur
-Proposed R-APDRP IT System
9. Bill of quantity
RFP PART-2
I. Preface
II. Instructions to bidders
III. Bid data sheets
IV. Eligibility Criteria
V. Bidding forms
VI. Scope of Work
VII. General Conditions of Contract
VIII. Special Conditions of Contract
IX. Contract forms
Appendices:
A. Mandatory Specifications
B. Service Level Agreement
C. Supplier Response Format
D. Evaluation Methodology
E. Geographical & Administrative Information
F. Asset list
G. Review of current IT systems
H. List of Manuals/Business process
I. Review of current O&M process
J. Estimated Manpower requirement
K. Estimated Implementation Schedule
L. Abbreviations.
MTS
Technical Specifications
1. Index
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 6 of 202
2. Glossary
3. General
4. SCADA
5. DMS
6. User Interface
7. Software Requirements
8. Hardware Requirements
9. Configuration and Availability
10. Test and Documentations
11. RTU/FRTU
12. Auxiliary Power supply
13. Communication equipments
14. Aerial FO Cables
15. UG FO cables
16. Ethernet Radio
17. Support Services-Training
18. Support Services-FMS
19. Project Management , QA and Documentation
20. Design and Performance
21. BoQ and Schedule
22. Questionnaire
Table 3: RFP Structure
4.1. Request for Proposal - Part 1:
Part 1 of RFP describes the specific requirements of Rajasthan Distribution Companies for
implementation of SCADA DMS in five towns under R-APDRP.
Information about the Utility and project objectives are given in this part of RFP. The proposed IT
system and existing SCADA/DMS system are described in two sections. This document describes the
proposed solution and elaborates the model technical specifications as per the specific requirements
of the utility.
4.2. Request for Proposal - Part 2:
Part 2 of RFP describes general requirements of Rajasthan Distribution Companies for
implementation of SCADA DMS under R-APDRP.
Part-2 of RFP is prepared for selection of SCADA/DMS implementation Agency (SIA) by utility for
R-APDRP. This document lists the instructions to the bidders, defines the eligibility criteria and
provides all relevant data sheets and bidding forms. Scope of work is explained in separate section.
General and specific conditions of the contract are also explained in the document.
4.3. Model Technical Specifications:
Detailed technical specifications for the implementation of SCADA/DMS under R-APDRP issued by
Ministry of Power-Government of India through its designated nodal agency, Power Finance
Corporation Ltd.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 7 of 202
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 Part-2.In order to clarify the bidding process, the following procedure which is in
line of model RFP/ MTS is further mentioned
a. Bidder shall compulsorily quote for all the 5 eligible towns under 3 DISCOMS in the
state. Towns are Kota and Jaipur under JVVNL, Ajmer under AVVNL and Jodhpur
and Bikaner under JdVVNL. The bid quoted for lesser no. of towns(i.e. 5 towns)
shall be rejected.
b. There will be single vendor for entire project covered under this bid including FMS.
c. All three DISCOMS will execute separate contracts with the successful bidder.
d. To arrive the contract price the, Price evaluation of the bid will be done after
aggregating the total price quoted for all 5 towns under 3 DISCOMS. This aggregate
price of different bidding will be considered as final quote from the bidder and
individual prices for each towns quoted by different bidder shall not be compared
for evaluation.
e. Any queries on this bid document likely to be discussed during Pre-bid Conference
should be emailed to seitjvvnl@yahoo.com.
f. The bid cost is Rs. 10,000/- only (Rupees Ten Thousand Only) and will be furnished
along with the bid in the form of Demand Draft payable to Sr.AO (TW), JVVNL,
Jaipur, Rajasthan. The bidder may obtain the bid document in soft copies or may
download from the www.jaipurdiscom.in. If the bidder downloads the bid document
from the website, the bid cost in the form of Demand Draft will be deposited along
with the bid submission in a separate envelope highlighting as “Bid Cost”. Any
tender without bid cost will not be opened.
ii. Materials and Bill of Quantity
a. The BoQ for each town of DISCOM, as per the DPRs sanctioned / section 9 of
Model Technical Specification is given at section 10 of this document.
b. The quantities mentioned in BoQ is as per the approved DPRS by MOP, and for bid
evaluation purpose.
c. BoQ shall be provided for each town separately as per the Appendix C.
d. The bidder along with technical proposal shall submit a un-priced BoQ 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 as well as existing
SCADA in the template of price bids. Contractor shall deliver the materials only after
receiving dispatch clearance from the utility for the quantity and items to be
delivered. Dispatch clearance shall be issued by the individual utility based on the
site readiness for installation. .
iii. The specific locations of FRTU and FPI Modems installations shall be finalized during the
implementation stage after the site survey.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 8 of 202
iv. Facility Maintenance Services (FMS) & warranty period of items for SCADA DMS for each
town will be started independently on successful user acceptance testing of the project in that
town.
v. Price quoted for the FMS shall be commensurate with the manpower and infrastructure to be
deployed.
vi. Separate training plans shall be provided by SIA for each town.
6. Elaboration of bid Evaluation
The bidder has to submit the documents as per the checklists in C4.1 and C4.2 of RFP Part 2
Bidders not conforming to these checklists may be termed as non-responsive and will not be
evaluated further.
During the course of evaluation of technical bid, the purchaser reserves the right to verify the
availability of various products and solutions with the functionalities mentioned in the MTS. As a
part of bid evaluation process each bidder may be asked to deliver a power point presentation/demo.
7. Elaboration on system requirements
7.1. SCADA/DMS System design
i. The system design (sizing of servers, applications, database, OS, data points) must comply
with the SLA mentioned in the bid document. The SLAs must be complied with from the
date of commencement of work upto the end of 5 years from date of “Go-Live” without any
further requirement of service.
ii. Applications, database, OS and any other such requirement that may arise to comply and
maintain the SLAs shall be compensated by the bidder at no additional cost to DISCOM
from the date of commencement of work upto the end of 5 years from date of “Go-Live”.
iii. Before commencement of networking the successful bidder shall submit the network plan to
DISCOMs for approval. This network plan shall include the type of primary and internet
bandwidth available including name and technology and capacity available at each location.
iv. All data integrations shall be based on following general approach.
i. 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 possible point of integration.
7.2. Software licenses requirements by DISCOMs
i. All the licenses shall be owned by DISCOMs even after the end of period of 5years from the
date of “Go Live i.e All licenses shall be owned perpetually by 3 DISCOMs
ii. Enterprise wide license that will allow full functionality covering edit / add / deletion facility
to all users of all three DISCOMs without the constraint of user specific licenses. There will
be two types of clients – VPN and Web Client.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 9 of 202
iii. All the Remote VDU station & control centre workstations shall have license for view,
access and control the system .Remote web clients shall have necessary licenses and
privileges to monitor and print the reports from their respective locations concurrently.
iv. The bidder shall provide Enterprise wide license. This License may be a single license for a
server irrespective of number of CPU/Core or on the basis of Number of CPU/Core. In case
the bidder provides licenses based of CPU/core, the bidder shall quote single cost of
application including license fee for all CPU/Core as per the system designed by bidder.
v. The definition of Enterprise: The Enterprise shall mean all 3 DISCOMs for Rajasthan state
namely, Jaipur Vidyut Vitran Nigam Limited, Jodhpur Vidyut Vitran Nigam Limited, Ajmer
Vidyut Vitran Nigam Limited. For any electrical system enhancement in the project area for
power distribution all the licenses shall be procured in the name of Respective DISCOMs
vi. Duplicate software license shall be made available to the utility in case of damage or loss of
original license throughout the period of project until the end of FMS period.
vii. The license of SCADA/DMS software shall be designed with 100% future expansion.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 10 of 202
8. Elaboration of existing IT systems of utilities
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 DISCOMs. Following sections give details on the existing infrastructure owned by the
utility or under implementation which shall be integrated and operated with the proposed system .
Following are the systems to be integrated.
i. SCADA system existing at Jaipur under JVVNL implemented for monitoring &
operation of distribution substations.
ii. R-APDRP-IT System being implemented in all the DISCOMs
8.1. Existing Systems under JVVNL
Figure 1: Existing system overview
At present, 33 substations at Jaipur city are monitored and operated from a centralized SCADA/DMS
system. The SCADA/DMS system is built on OSI monarch Version 1.6.1 connected to the RTU‟s
(make: Don Fang 1331) at substations over radio communication network.
A spread spectrum radio communication system connects substation level RTU to the SCADA/DMS
system at Control centre for all type of data exchanges. Four numbers of radio base stations operates
at 400-450 MHz band and each base station presently accommodates 8 to 9 channels of frequencies.
RTU sends data to main control centre over DNP 3.0 serial protocol. Any significant change in values
stored in RTU are reported to SCADA system spontaneously or periodically as initiated SCADA as
per defined DNP 3.0 classes. Each RTU has got master radio station for collecting data from
downstream distribution transformers (DTs). At each DT location a radio modem have been installed
for sending energy data to station level RTU. Station level RTU acts as a data concentrator collecting
data from energy meter at substation and at DTs and sending to control centre. The entire SCADA
system including station RTUs/Radio communication system were commissioned by NELCO Ltd. in
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 11 of 202
2006 March and since then maintained by them. Major hardware components of the existing SCADA
system are the following.
Sl.No Hardware Manufacturer Quantity Interface
1 Work
stations(Dual
monitor)
IBM 4 Nos.
2 Servers(Redu
ndant)
IBM 3 Sets
3 Firewall CISCO 1 No.
4 RTU Dong fang,
Model No-DF1331
33 Nos. DNP 3.0
Serial
5 MRTU Micro RTU,ICSA 4066 Nos. DNP 3.0
6 Meters L&T,Secure At all 33
substations
MODBU
S
7 Radio base
stations
TRIO(Hot standby) 4 DNP 3.0
Table 4: Hardware equipments at existing control centre
8.1.1. Existing SCADA/DMS Control Centre Architecture at JVVNL
SCADA/DMS at the control centre consists of application servers, operator workstations, LAN and
radio communication base stations. There are 3 sets of redundant servers- Application servers,
historical data server and Frond end processor. The Front end processor (FEP) collects the data from
station DF 1331 RTU, process and maintains a real time database in the SCADA server. The operator
workstations provide graphical displays for monitoring the remote substations. Dual redundant
10/100 Mbps LAN connects the servers and workstations. 3 sets of panels are installed in the control
center- one for primary server system, second for standby system and third for radio and associated
equipments. LCD monitors are provided for accessing servers.
8.1.2. Integration scope of existing SCADA at JVVNL
Existing SCADA System described above sections shall be integrated seamlessly with proposed R-
APDRP system SCADA/DMS at Jaipur. The integration architecture should be defined in a way such
that it shall allow easy manageability, configurability and scalability of the system without
compromising key performances listed in MTS.
Major Scopes of integration are as under
1. The bidder will adopt most techno-commercial way to integrate the old system with new
system to have an integrated single system, for that any software hardware or any other item
required shall be supplied and installed by the bidder.
2. To shift the existing SCADA system from 132KV Chambal premises to old power house,
Jaipur which shall include following activities.
i. Shifting and setting up of servers, workstations, printers, network and consoles at
new locations.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 12 of 202
ii. Shifting of radio base station to Old Power house and direction setting of individual
radio at the substations and re establish communication with all 33 locations.
3. Bidder shall ensure that the following assets are integrated and operated with proposed
SCADA/DMS
I II III IV V
Sl.No Description Total
assets
Existing assets
connected to Old
SCADA system
Additional assets to
be connected and
integrated 1 Substation 33 33 33
2 Nos. of Transformer 62 54 8
3 Bus bar counts at HV&LV 108 105 3
4 11 KV load Feeder/ Outgoing Count 186 122 64
5 Capacitor banks Breaker 21 18 3
6 Incomer Breaker (33KV) 39 19 10
7 Out going Breaker (33KV) 15 7 8
8 Transformer Breaker(HV&LV) 116 87 29
9 Buscoupler breaker(11KV) 10 4 6
10 Incomer with Isolator at 33KV 39 31 8
11 Outgoing with Isolator at 33KV 13 4 9
12 Buscoupler with Isolator (HV & LV) 30 19 11
13 Isolator count 432 220 122
Table 6 : Asset details
Following activity shall be carried out by the bidder
i. Provide all necessary hardware(DI,DO,AI modules or any other upgrades), software or
any other items required for the integrating additional assets given in column (v) of the
table 6 with the proposed SCADA /DMS system.
ii. Necessary wiring, termination and I/O requirement or any other item required at existing
system given in column (iv) of the table 6 shall be supplied by the bidder.
iii. Mode of communication (Licensed Radio) between 33 locations and existing master
system and communication equipment will remain same. However direction of existing
antenna will be matched to the new master locations
8.2. 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 87 towns under the distribution companies JVVNL, AVVNL and JdVVNL
in Rajasthan. The implementation project contract is already awarded to ITIA including RAPDRP
approved towns and additional towns which not covered under RAPDRP. The system implementation
is in progress. The sanctioned scheme mainly comprises of the following functional items.
Meter Data Acquisition
Energy Audit
New Connection
Disconnection & Dismantling
GIS based customer Indexing and asset mapping
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 13 of 202
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. An 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.
Figure 2 : Reference application architecture of IT system
In addition to above software functional modules, IT Implementation Agency ( ITIA) is providing
following facilities to utility as a part of implementation.
i. Establishment of Data Center at Jaipur city
ii. Establishment of Disaster Recovery Center at Jodhpur
iii. GPS based GIS survey in the identified towns under RAPDRP
iv. Establishment of LAN, MPLS-VPN and other Networking in the identified
towns.
Middle Tier Database Tier
Presentation Tier
Desktop
users
Mobile
users
Web
users
Laptop
users
External systems
IVR
Aud
iting
Ser
vice
s
Rep
ortin
g S
ervi
ces
Service Lifecycle M
anagement
Service G
overnance Processes
Business Integration S
ervices
Data Integration Services
GIS Data Store
Application
Logging
Services
Business
Exception
Management
Job
Scheduling,
Alerts,
Reminders
Session
Tracking
App
licat
ion
and
Infr
a M
onito
ring
Ser
vice
s
Queue
Management
Transaction
Management
Metadata
Management
Web Self Service Portal
External Business Services (Web services)
Application Services
Internet Portal
Content Management / Portal Services
Content /
Document
Management
Business Process Orchestration
Business Services
/ Implementation Logic
Event
Management
Desktop Application
Content Delivery Platform (Desktops, Mobile, Web browser etc)
Automated
Meter
GIS
Kiosk
Online Data Store Operational Data Store Analytical Data Store
Meter
ReadingBilling
CollectionMMNew
Connection
Disconnection &
Dismantling
CCS
Energy
Audit
Meter Data
AcquisitionCommercial
Database Creation
GIS
Token
dispenser
machine
Enterprise m
anagement services(E
mail, IV
R, etc)
MIS
MDM
Application
server services
Aut
hent
icat
ion
Aut
horiz
atio
nS
S O
Pro
visi
onin
g
SCADA
MIS
Application Tier
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 14 of 202
8.2.1. Integration with R-APRDP IT, GIS & Billing system
1. SIA has to generate additional inputs/data for DMS functions from the received GIS
information OR from the site surveys.
2. Integration between SCADA/DMS and GIS shall be closely coupled in such a way that and
the entire distribution network status i.e. ON/OFF shall be appeared to the operator in real
time.
3. Integration between SCADA/DMS and billing system shall be closely coupled.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 15 of 202
09) Bill of Quantity (BoQ)
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 16 of 202
A) SCADA/DMS control centre (BoQ)
Sl.No. Specification Towns under RAPDRP project area
Equipment Unit Jaip
ur
Kota
Jod
hp
ur
Bik
an
er
Ajm
er
Tota
l
A1 Server/ workstation Hardware
1 SCADA/DMS server No. 2 2 2 2 2 10
2 FEP server with interface switches No. 2 2 2 2 2 10
3 ISR server No. 2 2 2 2 2 10
4 NMS server No. 2 2 2 2 2 10
5 DTS server No. 1
1
6 Developmental server No. 1 1 1 1 1 5
7 Communication Server No. 2 2 2 2 2 10
8 Web/Directory server No. 2 2 2 2 2 10
9 Workstation with dual TFT Monitors No. 3 3 3 3 3 15
10 Remote VDUs with one TFT Monitors No. 9 3 5 2 4 23
11 Developmental console with one TFT No. 2 2 2 2 2 10
12 DTS/Workstation Console with dual TFTs No. 2 0 0 0 0 2
13 DLP based Video Projection system with 2X3 Module
configuration with each module at least 67" diagonal with
common projector
Set
1 1 1 1 1 5
Storage & Backup Devices
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 17 of 202
14 External RAID Mass storage device ( for 2 months online
backup)
No.
1 1 1 1 1 5
15 External DAT drive (160/320GB) No.
1 1 1 1 1 5
Switches/Routers
16 Layer II switch (SCADA/DMS LAN) No.
2 2 2 2 2 10
17 Layer II switch ( Development system LAN &DTS) No.
2 1 1 1 1 6
18 Router one each for interfacing IT system , SCADA/DMS
DR centre
No.
1 1 1 1 1 5
19 Router at remote VDU No.
9 3 5 2 4 23
20 Firewall & network IPS Nos.
Other Active devices
21 GPS Time synchronisation system Set 2 2 2 2 2 10
22 Time, day & date digital displays Set 1 1 1 1 1 5
Printers
23 A3 Color inkjet printer No 1 1 1 1 1 5
24 B/W Laser printer No 1 1 1 1 1 5
25 Color Laser printer No
Security system (DMZ)
26 Web server with load balancing No.
2 2 2 2 2 10
27 Mail server No.
28 Router No. 2 2 2 2 2 10
29 Firewall & network IDS/IPS No.
2 2 2 2 2 10
30 Layer II switch No. 2 2 2 2 2 10
Cabling System
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 18 of 202
31 Cable, Jacks etc. Lot 1 1 1 1 1 5
32 Any other hardware to meet functional /performance
requirement of MTS
Lot
A2 Mandatory Spares for Control Centre
33 5% of A1 %
A3 Software for Control Centre
34 SCADA software Lot 1 1 1 1 1 5
35 ISR Software Lot 1 1 1 1 1 5
36 DMS software Lot 1 1 1 1 1 5
37 DTS software Lot 1
38 Developmental software Lot 1 1 1 1 1 5
39 Network Management Software Lot 1 1 1 1 1 5
40 WEB /Network security software(Incl in web server) Lot
41 RDBMS package (incl in ISR) Lot
42 GIS Adaptor/Engine for importing data from GIS system
under IT system
Lot
1 1 1 1 1 5
43 Any other software to meet functional /performance
requirement of MTS (OMS etc)
Lot
A4 Network Charges
44 Network Connectivity Charges for Link for 1 year post
commissioning(MPLS-VPN)
p.a per
RTU/FRTU/FPI
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 19 of 202
B) SCADA/DMS DR Centre
SL.No. Specification Towns under RAPDRP project
Equipment Unit Jaip
ur
Kota
Jod
hp
ur
Bik
an
er
Ajm
er
Tota
l
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 2 2
5 External DAT drive Nos 2 2
B3 Switches
6 Layer II switch (DR LAN) Nos 2 2
Routers
7 Router for interfacing at SCADA DMS Centre Nos 1
1
B4 Printers
8 Color inkjet printer Nos 2 2
9 B/w Laser printer Nos 2 2
10 Color laser printer Nos 2 2
B5 Cabling System
11 Cable, Jacks etc. Nos 1 1
12 Any other hardware to meet functional /performance
requirement of MTS
Nos
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 20 of 202
B6 Mandatory spares for DR Centre %
13 5% of B1 to B5
B7 Software for DR Centre
14 RDBMS (Included in server)
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 21 of 202
C) Remote terminal unit
Items Towns under RAPDRP project
SL.No. Equipment Unit Jaip
ur
Kota
Jod
hp
ur
Bik
an
er
Ajm
er
Tota
l
1
RTU comprising panels, racks, sub-racks, Power Supply modules,
CPU analog / digital input & control output ,module as per
specification interfacing equipment, required converters & all
other required ,items/accessories including complete wiring for all
modules for locations mentioned below Nos 72 29 53 37 21 212
2 MFTs Nos 1097 505 890 625 415 3532
3 CMRs Nos 11813 4402 6918 4757 3206 31096
4 HDR Nos 2040 973 1906 928 612 6459
5 Weather transducer - Wind speed Nos 1 1 1 1 1 5
6 Weather transducer – rainfall Nos 1 1 1 1 1 5
7 Weather transducer - Humidity Nos 1 1 1 1 1 5
8 Weather transducer -Temperature Nos 1 1 1 1 1 5
9 Weather transducer -Wind Direction Nos 1 1 1 1 1 5
10 modem Nos
11 Router Nos 72 29 53 37 21 212
12 Single TFT PC for LDMS with all accessories Nos 72 29 53 37 21 212
13 1 B/W laser printer Nos 72 29 53 37 21 212
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 22 of 202
14
Any other hardware to meet functional /performance requirement
of
MTS Nos
C2 Local Data Monitoring System (LDMS)
15 LDMS Nos 72 29 53 37 21 212
16
Any other software to meet functional /performance
requirement of MTS Nos
C3 TEST EQUIPMENTS for RTU
17
RTU Database Configuration & Maintenance Software
tool Nos 1 1 1 1 1 5
18
Master Station cum RTU Simulator & Protocol analyser
software tool Nos 1 1 1 1 1 5
19
Laptop PC for above software tools along with
interfacing hardware including Hub Nos 4 2 3 2 2 13
C4 MANDATORY SPARES FOR RTU
5% of c1 Nos
Sub - Total (mandatory spare) -D4 Nos
C5 Bandwidth Charges Nos
Network Connectivity Charges for Primary Link (SCADA/DMS
main control centre) Nos
Sub - Total (bandwidth charges) -D5
*CMRs and HDR are indicative and it may be considered as per requirement
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 23 of 202
RTU I/O COUNT Jaipur Town
Sl.
No
STATION SS DS DC AI CMR HDR MFT COM
MOD
ULE
(Seria
l)
DI
MODU
LE
DO
MODU
LE
AI
MODU
LE
1 JAWAHAR NAGAR 161 13 23 4 138 23 11 4 12 2 1
2 CHAMBAL 295 28 49 8 258 49 25 6 22 3 1
3 BHANKROTA 217 20 35 4 189 35 17 5 17 3 1
4 MANSORAWAR 146 11 19 4 124 19 8 3 11 2 1
5 NPH 276 26 45 4 241 45 20 5 21 2 1
6 VKIA 287 29 50 4 254 50 21 6 22 2 1
7 SMS STDM 150 13 23 4 130 23 10 3 11 2 1
8 KUNDA KI DHANI 162 13 23 4 138 23 10 3 12 2 1
9 PURANA GHAT 186 17 30 4 162 30 13 4 14 3 1
10 SIRSI 216 20 35 4 189 35 17 5 16 3 1
11 SANGANER 229 23 40 4 202 40 16 5 18 3 1
12 SITAPURA 153 13 23 4 132 23 10 3 12 2 1
13 VAISHALI NAGAR 175 16 28 4 152 28 12 4 13 2 1
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 24 of 202
14 OLD JHOTWARA(AMBA BARI) 213 20 35 4 186 35 17 5 16 2 1
15 DURGAPURA 195 16 28 6 167 28 18 5 15 2 1
16 BRAHMPURI S/S 241 21 37 6 208 37 20 5 18 3 1
17 MREC S/S 217 20 35 4 189 35 18 5 17 2 1
18 CHANDPOLE S/S 175 16 28 4 152 28 15 4 13 2 1
19 NAHRI KA NAKA 193 16 28 6 166 28 15 4 15 3 1
20 V.NAGAR S/S (Vidhyadhar Nagar) 219 18 31 6 188 31 22 6 16 3 1
21 RAMNIWAS BAGH (AjmeriGate) 212 17 30 6 181 30 20 5 16 3 1
22 NEW JHOTWARA 235 20 35 6 202 35 20 5 18 3 1
23 LALKOTHI 197 17 30 4 170 30 16 5 15 3 1
24 SMS STADIUM 167 14 24 4 144 24 13 4 13 3 1
25 SMS HOSPITAL 214 18 31 4 184 31 15 4 16 2 1
26 AGRA ROAD 218 19 33 6 189 33 20 5 16 3 1
27 RAMGANJ 154 13 23 4 133 23 15 4 12 3 1
28 KHASA KOTHI 197 17 30 4 170 30 15 4 15 2 1
29 JHALANA DUNGRI S/S 159 14 24 4 138 24 12 4 12 2 1
30 RAM MANDIR S/S 200 18 31 4 174 31 15 4 15 2 1
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 25 of 202
31 MALVIYA IND. AREA (MIA) 166 15 26 4 144 26 13 4 13 2 1
32 LAXMAN DOONGRI 168 15 26 4 146 26 15 4 13 2 1
33 VKIA ROAD NO. 14 S/S 277 23 40 8 238 40 25 6 21 3 1
34 SRIJI KI MORI 166 15 26 4 144 26 14 4 13 3 1
35 SITAPURA 207 17 30 6 177 30 18 5 16 3 1
36 VAISHALI 192 17 30 6 166 30 15 4 15 2 1
37 E.S.I. S/S 128 11 19 2 110 19 11 4 10 2 1
38 SHASHTRI NAGAR 165 14 24 4 142 24 13 4 13 2 1
39 MURTIKAR NAGAR 92 7 12 2 78 12 8 3 7 2 1
40 RAMBAGH CIRCLE 158 14 24 4 137 24 14 4 12 3 1
41 22 GODWN 111 9 16 2 95 16 8 3 9 2 1
42 TRIVENI NAGAR S/S 122 11 19 2 106 19 9 3 9 2 1
43 RPA 162 13 23 2 138 23 15 4 12 3 1
44 COLLECTRATE 110 9 16 2 94 16 8 3 8 3 1
45 JAMDOLI S/S(KESHAV
VIDHYAPEETH)
92 7 12 2 78 12 8 3 7 3 1
46 LUNIYAWAS S/S 111 9 16 2 95 16 9 3 9 3 1
47 Pradhan Marg ( Malviya Nagar) 81 7 12 2 70 12 6 3 6 3 1
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 26 of 202
48 SADWA 76 6 10 2 65 10 7 3 6 3 1
49 OLD VIDHAN SHABHA 79 6 10 2 67 10 8 3 6 2 1
50 MEERA MARG S/S 148 11 19 4 125 19 12 4 11 3 1
51 SEZ-I RICCO SITAPURA S/S 140 11 19 4 119 19 13 4 11 3 1
52 JAGATPURA NRI 104 7 12 2 87 12 8 3 8 2 1
53 MUHANA MANDIR 94 8 14 2 81 14 8 3 7 2 1
54 KAVERI PATH 90 7 12 2 77 12 7 3 7 2 1
55 SANGANER-II 95 7 12 2 80 12 8 3 7 2 1
56 SEZ-II SITAPURA S/S 90 7 12 2 77 12 7 3 7 2 1
57 MARUTI NAGAR S/S 168 14 24 4 144 24 14 4 13 3 1
58 ROAD NO. 9F VKIA 143 11 19 4 121 19 12 4 11 3 1
59 ROAD NO. 9A VKIA 144 11 19 4 122 19 12 4 11 3 1
60 KRISHI UPAJ MANDI ( SIKAR
ROAD )
91 7 12 2 77 12 7 3 7 2 1
61 KARDHANI 86 7 12 2 74 12 7 3 7 2 1
62 RIICO MANSAROVER 134 10 17 4 113 17 11 4 10 2 1
63 KUMBHA MARG 120 9 16 4 102 16 10 3 9 2 1
64 PATRAKAR COLONY 149 12 21 4 127 21 12 4 11 3 1
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 27 of 202
65 LOHA MANDI 78 5 9 2 65 9 5 2 6 2 1
66 SWEWAGE FARM(RAM NAGAR
EXT)
95 7 12 2 83 12 7 3 7 2 1
67 NEW STATIONS-01 121 11 19 2 105 19 9 3 9 3 1
68 NEW STATIONS-02 121 11 19 2 105 19 9 3 9 3 1
69 NEW STATIONS-03 121 11 19 2 105 19 9 3 9 3 1
70 NEW STATIONS-04 121 11 19 2 105 19 9 3 9 3 1
71 NEW STATIONS-05 111 11 19 2 105 19 9 3 9 3 1
72 NEW STATIONS-06 111 11 17 2 105 17 9 3 9 3 1
TOTAL 11397 978 1700 262 9844 1700 914 279 868 180 72
TOTAL WITH 20% SPARE
13676 1174 2040 314 11813 2040 1097 335 1042 216 86
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 28 of 202
RTU I/O COUNT :Kota Town
SNO STATION SS DS DC AI CMR HDR MFT
COM
Module
DI
MODULE
DO
MODULE
AI
MODULE
1 RIMDC 259 19
53 6
252 53 28 7 19 4 1
2 DADABARI 270 22
61 6
266 61 31 8 20 5 1
3 TALWANDI 219 15
42 4
211 42 21 6 16 3 1
4 JP MARKET 123 8
22 4
118 22 13 4 9 2 1
5
BASANT
VIHAR
148 12
33
4
146 33 17 5 11 3 1
6 RK PURAM 157 11
31 4
152 31 17 5 12 3 1
7 IPIA 151 10
28 4
145 28 16 5 11 2 1
8 INDIRA VIHAR 167 11
31 4
160 31 17 5 12 3 1
9 MBS 204 15
42 4
198 42 21 6 15 3 1
10
VALLABH
NAGAR
132 9
25
4
127 25 18 5 10 2 1
11 BORKHEDA 182 13
36 4
176 36 20 5 13 3 1
12
INDUSTRIAL
ESTATE
82 7
19
2
81 19 10 3 6 2 1
13 NAYAPURA 282 20
56 8
273 56 32 8 21 4 1
14 KUNHADI 125 9
25 4
121 25 15 4 9 2 1
15 JUNCTION 89 6
17 2
86 17 12 4 7 2 1
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 29 of 202
16 SAKATPURA 241 20
56 4
238 56 28 7 18 4 1
17 FUTURE S/S-1 128 11
31 2
127 31 15 4 10 3 1
18 FUTURE S/S-2 128 11
31 2
127 31 15 4 10 3 1
19 FUTURE S/S-3 128 11
31 2
127 31 15 4 10 3 1
20 FUTURE S/S-4 128 11
31 2
127 31 15 4 10 3 1
21 FUTURE S/S-5 128 11
31 2
127 31 15 4 10 3 1
22 FUTURE S/S-6 128 11
31 2
127 31 15 4 10 3 1
23 FUTURE S/S-7 128 11
31 2
127 31 15 4 10 3 1
24 FUTURE S/S-8 128 11
31 2
127 31 15 4 10 3 1
25 FUTURE S/S-9 128 11
31 2
127 31 15 4 10 3 1
26 FUTURE S/S-10 128 11
30 2
127 30 15 4 10 3 1
27 FUTURE S/S-11 128 11
29 2
127 29 13 4 10 3 1
28 FUTURE S/S-12 128 11
29 2
127 29 13 4 10 3 1
29 FUTURE S/S-13 128 11
29 2
128 29 13 4 10 3 1
TOTAL 4495 350 973 94 4402 973 505 139 339 86 29
TOTAL WITH
20% SPARE
5394 420 1168 113 5282 1168 606 167 407 104 35
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 30 of 202
RTU I/O COUNT Ajmer Town
SNO STATION SS DS DC AI CMR HDR MFT COM
MODUL
E
DI
MODUL
E
DO
MODUL
E
AI
MODUL
E
1
CHANDRAVARDAI
NAGAR 106 8 17 2 91 17 9 3
8 2 1
2 HAJARIBAG SUSTATION 186 13 27 6 158 27 22 6 14 3 1
3 HMT SUSTATION 133 9 19 4 113 19 19 5 10 2 1
4 JLN_SLD 139 10 21 4 119 21 16 5 10 2 1
5 LONGIYA 125 9 19 4 107 19 16 5 9 2 1
6 MAKHUPURA 75 6 13 2 65 13 11 4 6 2 1
7 MAYO COLLEGE 106 7 15 4 90 15 16 5 8 2 1
8 PANCHSHEEL 90 7 15 2 78 15 11 4 7 2 1
9 PARVAT PURA 179 14 30 6 155 30 20 5 13 3 1
10
POWER HOUSE HATI
BHATA 159 13 27 4 138 27 19 5
12 3 1
11 REGIONAL COLLEGE 175 12 25 4 149 25 19 5 13 3 1
12 SHASHTRI NAGAR 120 9 19 4 103 19 17 5 9 2 1
13 VAISHALI NAGAR 150 13 27 4 131 27 19 5 11 3 1
14 SUBHASH NAGAR 170 14 30 4 148 30 17 5 13 3 1
15 MADAR 170 14 30 4 148 30 17 5 13 3 1
16 BADLIYA 170 14 30 4 148 30 17 5 13 3 1
17 JAIPUR ROAD 170 14 30 4 148 30 17 5 13 3 1
18 CRPF GC-2 170 14 29 4 148 29 17 5 13 3 1
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 31 of 202
19 PADAO 170 14 29 4 148 29 17 5 13 3 1
20 DHOLA BHATA 163 14 29 2 141 29 14 4 12 3 1
21 KUNDAN NAGAR 170 14 29 4 146 29 16 5 13 3 1
TOTAL 3096 242 510 80 2672 510 346 101 233 55 21
TOTAL WITH 20% SPARE 3715 290 612 96 3206 612 415 121 280 66 25
RTU I/O COUNT Jodhpur Town
SNO STATION SS DS DC AI CMR HDR MFT
COM
MODU
LE
DI
MODUL
E
DO
MODUL
E
AI
MODU
LE
1 MOTOR MERCHANT 89 7 23 2 86 23 12 4 7 2
1
2 SARDARPURA 128 9 30 4 122 30 17 5 10 2
1
3 UMAID HOSPITAL 123 11 36 2 122 36 18 5 10 3
1
4 M.G.HOSPITAL (MGH) 233 18 60 6 225 60 30 7 17 4
1
5 OLD POWER HOUSE(OPH) 124 10 33 2 121 33 17 5 9 3
1
6 ENGG. COLLEGE 296 25 83 6 290 83 38 9 22 6
1
7 CIRCUIT HOUSES 197 16 53 4 192 53 25 6 15 4
1
8 UMAID HARITAGE 111 9 30 2 108 30 14 4 9 2
1
9 RIKTIYA BHERUJI (RKB) 156 13 43 4 153 43 20 5 12 3
1
10 SOORSAGAR 84 6 20 4 80 20 11 4 6 2
1
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 32 of 202
11 PRATAP NAGAR 121 10 33 4 118 33 14 4 9 3
1
12 KAYLANA FILTER HOUSE 98 7 23 4 94 23 11 4 7 2
1
13 KAMLA NEHRU NAGAR 185 15 50 4 180 50 22 6 14 4
1
14
CHOPASNI HOUSING BOARD-I
(CHB- 1) 154 12 40 6 149 40 20 5 12 3
1
15
CHOPASNI HOUSING BOARD-II
(CHB- 2) 164 13 43 4 159 43 20 5 12 3
1
16 MEDICAL COLLEGE 177 14 46 4 172 46 21 6 13 3
1
17 BARKATULLAH STADIUM (BKT) 139 10 33 4 133 33 19 5 10 3
1
18 BORANADA –I 144 12 40 4 141 40 20 5 11 3
1
19 BORANADA –II 201 16 53 4 195 53 26 7 15 4
1
20 BASNI-I CANAL 153 12 40 4 148 40 19 5 12 3
1
21 BASNI-II PHASE 147 12 40 4 143 40 17 5 11 3
1
22 PAL 183 15 50 4 178 50 22 6 14 4
1
23 SANGARIA 111 8 27 4 106 27 15 4 8 2
1
24 KUDI BHAGTASNI (KBHB) 119 10 33 2 116 33 14 4 9 3
1
25 KATCHERY 221 17 56 4 214 56 26 7 16 4
1
26 FORT 190 14 46 6 183 46 24 6 14 3
1
27 BAGAR 73 5 17 2 70 17 9 3 6 2
1
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 33 of 202
28 GANESH GARH 75 5 17 2 71 17 9 3 6 2
1
29 NAGAURI GATE 136 12 40 2 134 40 17 5 10 3
1
30 LALSAGAR 123 9 30 4 118 30 15 4 9 2
1
31 MAGRA 92 7 23 2 89 23 11 4 7 2
1
32
NATIONAL LAW UNIVERSITY
(N.L.U) 109 9 30 2 106 30 13 4 8 2
1
33 RIICO 101 8 27 2 98 27 13 4 8 2
1
34 BHADWASIYA 147 11 36 4 142 36 18 5 11 3
1
35 BJS COLONY 183 15 50 4 178 50 22 6 14 4
1
36 GIRDIKOT 122 9 30 4 117 30 18 5 9 2
1
37 MAGJI KI GHATI 90 7 23 2 87 23 12 4 7 2
1
38 MATA KA THAN 97 7 23 2 93 23 11 4 7 2
1
39 NEW S/S-01 114 10 33 2 112 33 14 4 9 3
1
40 NEW S/S-02 114 10 33 2 112 33 14 4 9 3
1
41 NEW S/S-03 114 10 33 2 112 33 14 4 9 3
1
42 NEW S/S-04 114 10 33 2 112 33 14 4 9 3
1
43 NEW S/S-05 114 10 33 2 112 33 14 4 9 3
1
44 NEW S/S-06 114 10 33 2 112 33 14 4 9 3
1
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 34 of 202
45 NEW S/S-07 114 10 33 2 112 33 14 4 9 3
1
46 NEW S/S-08 114 10 33 2 112 33 14 4 9 3
1
47 NEW S/S-09 114 10 33 2 113 33 14 4 9 3
1
48 NEW S/S-10 114 10 33 2 113 33 14 4 9 3
1
49 NEW S/S-11 114 10 33 2 113 33 14 4 9 3
1
50 NEW S/S-12 114 10 33 2 113 33 14 4 9 3
1
51 NEW S/S-13 114 10 33 2 113 33 14 4 9 3
1
52 NEW S/S-14 114 10 33 2 113 33 14 4 9 3
1
53 NEW S/S-15 114 10 33 2 113 33 14 4 9 3
1
TOTAL 7106 575 1905 164 6918 1905 890 249 541 154
53
TOTAL WITH 20% SPARE 8527 690 2286 197 8302 2286 1068 299 649 185
64
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 35 of 202
RTU I/O COUNT : Bikaner Town
SNO STATION SS DS DC AI CMR HDR MFT COM DI DO AI
MODULE MODULE MODULE MODULE
1 MOHTA SARYA 77 5 15 2 86 15 12 4 6 2
1
2 CHETANAND 96 7 21 2 110 21 15 4 7 2
1
3 PAWAN PURI 109 8 24 2 126 24 19 5 8 2
1
4 PBM HOSPITAL 119 8 24 4 132 24 18 5 9 2
1
5 66KV GSS 186 15 45 4 216 45 26 7 14 3
1
6 TILAK NAGAR 133 10 30 2 155 30 22 6 10 2
1
7 SHIV BARI 96 7 21 2 110 21 14 4 7 2
1
8 UDDASAR 80 6 18 2 92 18 12 4 6 2
1
9 RANI BAZAR(I) OLD 128 9 27 4 144 27 18 5 10 2
1
10 RANI BAZAR(II) NEW 81 6 18 2 93 18 11 4 6 2
1
11 JAILWELL 109 8 24 4 122 24 16 5 8 2
1
12 SATTELITE 107 7 21 4 118 21 14 4 8 2
1
13 MAIN S/S 163 13 39 4 188 39 24 6 12 3
1
14 STADIUM 96 7 21 2 110 21 15 4 7 2
1
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 36 of 202
15 URMUL DAIRY 182 14 42 4 210 42 27 7 14 3
1
16 PUBLIC PARK 65 4 12 2 72 12 10 3 5 2
1
17 131.NO.KOTHI 86 6 18 2 98 18 12 4 7 2
1
18 BEECHWALL 112 9 27 2 131 27 19 5 9 2
1
19 FILTER PLANT 61 4 12 2 68 12 10 3 5 2
1
20 KHARA 122 9 27 4 137 27 18 5 9 2
1
21 GAUSHALA 212 15 45 6 239 45 30 7 16 3
1
22 M.P.NAGAR 97 7 21 2 111 21 15 4 7 2
1
23 PUGAL ROAD 132KV GSS 83 6 18 2 95 18 12 4 6 2
1
24 BHINASAR 141 10 30 4 159 30 22 6 11 2
1
25 VYAPAR NAGAR 95 7 21 2 109 21 14 4 7 2
1
26
KARNI INDUSTRIAL
AREA 98 7 21 2 112 21 15 4 7 2
1
27 SAGAR S/S 80 6 18 2 92 18 11 4 6 2
1
28 JOHR-BEED 113 9 27 2 132 27 18 5 9 2
1
29
MURALIDHER VYAS
COLONY 113 9 27 2 132 27 18 5 9 2
1
30 BIKANER UNIVERSITY 113 9 27 2 132 27 18 5 9 2
1
31 SONAGIREI 113 9 27 2 132 27 18 5 9 2
1
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 37 of 202
32 PATEL NAGAR 113 9 27 2 132 27 17 5 9 2
1
33 FCI GODWON 113 9 27 2 132 27 17 5 9 2
1
34 RAMPURA BASTI 113 9 27 2 132 27 17 5 9 2
1
35 GOGA GATE 113 9 27 2 132 27 17 5 9 2
1
36 RAMPURIA 113 9 26 2 133 26 17 5 9 2
1
37 FILLTER PLANT-2 113 9 26 2 133 26 17 5 9 2
1
TOTAL
4144 310 928 96 4757 928 625 177 317 78
37
Total with 20% Spare 4973 372 1114 115 5708 1114 750 212 380 94
44
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, METER : Energy meter, CM: Communication Module , DI : Digital input , DO
: Digital Output AI: Analog module
Notes:
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 38 of 202
1. 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.
2. 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.
3. The RTU 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 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.
6. In order to estimate module count 16 digital input(DI)/Module,16 digital output( DO) points/module,8 analog input ( AI)/module is considered,
however bidder can proportionally calculate a modules requirement based on their hardware proposed and model technical specification.
7. Com module given I/O list is indicative and it shall cover only for the serial ports required for the MFTs and Ethernet port shall be considered as
per MTS
8. In order to estimate com module requirement, it is assumed that 1 com module consist only 1 serial port, however, bidder can proportionally
calculate their module requirement based on hardware suggested , no.of ports per module and Model technical specification.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 39 of 202
D) Feeder Remote terminal Unit(FRTU)
Towns under RAPDRP project area
Item Unit Jaip
ur
Kota
Jod
hp
ur
Bik
an
er
Ajm
er
Tota
l
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 backup , I/o modules, CPU,
interfacing equipment, required converters & all other
required items/accessories including complete wiring for all
modules for locations mentioned BELOW Set 1700 600 883 629 521 4333
MFTs 2040 720 1060 756 626 5202
CMRs 11520 3960 4069 2965 2587 25101
HDR 13560 3240 3536 2546 2161 25043
Modem
Any other ITEM to meet functional /performance requirement of MTS
D2 TEST EQUIPMENTS for FRTU
FRTU Database Configuration & Maintenance Software tool 1 1 1 1 1 5
Master Station cum RTU Simulator & Protocol analyzer software tool 1 1 1 1 1 5
Laptop PC for above software tools along with
interfacing hardware including Hub 1 2 3 1 1 8
D3 MANDATORY SPARES FOR FRTU % 5 5 5 5 5 5
D4 Bandwidth Charges 0
Network Connectivity Charges for Primary Link
(SCADA/DMS main control centre)
5 % MANDATORY SPARE MAY BE CONSIDERED
\
*CMRs and HDR are indicative and it may be considered as per requirement
FRTU IO List
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 40 of 202
DISCO
M
Town
Name
Type of
equipm
ent
Loca
tions
SS DS DC AI CMR HDR MFT COM
MOD
ULE
DI
MODU
LE
DO
MODUL
E
AI
MODUL
E
JVVNL Jaipur RMU 1500 28800 10800 21600 5400
11520 13560
1700 6000 3000 1500 1500
Section
alizer 200
1920 480 960 480 240 800 400 200
200
Kota RMU 300 5760 2160 4320 1080
3960
3240
360 1200 600 300 300
Section
alizer 300
2880 720 1080 360 360 1200 600 300
300
JdVNNL Jodhpur RMU 148 2842 1066 2132 533 4069
3536
178 592
296 148 148
Section
alizer 735 7056 1764 2646 882 882 2940
1470 735 735
Bikaner RMU 116 2228 1114 2088 557 2965
2546
140 464
232 116 116
Section
alizer 513 4925 1232 1847 616 616 2052
1026 513 513
AVVNL Ajmer RMU 118 2266 850 1700 425 2587
2161
142 472
236 118 118
Section
alizer 403 3869 968 1451 484 484 1612
806 403 403
Notes
Includes 20% spare capacity in the given I/O list
16 DI,16 DO,8 AI is used for sizing purpose of modules, bidder can proportionally calculate actual requirement based on their hardware
proposed and Model technical specification
In order to estimate Com module requirement, it is assumed that 1 com module consist only 1port, however, bidder can proportionally calculate
their module requirement based on ports required , no.of ports per module and Model technical specification.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 41 of 202
E) Communication Equipments
E2) Communication system - VPN (MLLN/ MPLS)
R-APDRP Project Area
Sl.No Item Unit Jaip
ur
Kota
Jod
hp
ur
Bik
an
er
Ajm
er
T
ota
l
1 MPLS Network Connectivity Charges for 2Mbps for internet Link Nos. 1 1 1 1 1 5
2
MPLS-VPN Network Connectivity Charges Control centre (SIA has to
calculate band width) Nos 1 1 1 1 1 5
3
MPLS-VPN Network Connectivity Charges for 2Mbps (SLDC, ,IT Cell,
DC &DR) Nos 76 33 61 41 25 236
4 Network connectivity charges for FRTUs &FPIs on 3G/CDMA/GPRS Nos 3500 2400 2836 1802 1542 12080
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 42 of 202
E4) Wireless communication modems
R-APDRP Project Area
E4A Item:RMU,Sectionalizer& FPI Modems Unit Jaip
ur
Kota
Jod
hp
ur
Bik
an
er
Ajm
er
Tota
l
1 GPRS
Nos 3500 2400 2836 1802 1542 12080 2 CDMA
3 EDGE
4 3G
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 43 of 202
F) Auxiliary Power supply
Item Unit Jaip
ur
Kota
Jod
hp
ur
Bik
an
er
Ajm
er
Tota
l
F1 Main Equipments - Control centre
1 UPS with suitable rating running in parallel redundant mode* (20 KVA)
Set of
two 1 1 1 1 1 5
2
VRLA type Battery banks for above UPS for minimum 1 hr.backup duration
(set included in Above) set
3
DC Power Supply (DCPS) system based on SMPS (for 20 A
load plus charging current@10% capacity) Set 1 1 1 1 1 5
4
Battery bank for above DCPS (VRLA Type) for minimum 4 hrs backup (Set
included in above) Set
F2 Main Equipments - DR Centre
Main Equipments
5 UPS with suitable rating running in parallel redundant mode*
6 VRLA type Battery banks for above UPS for minimum 30 min. backup duration
7
DC Power Supply (DCPS) system based on SMPS (for 20 A load plus charging
current@10% capacity)
8 Battery bank for above DCPS (VRLA Type) for minimum 4 hrs backup
F3 Mandatory Spares for UPS % 5 5 5 5 5 5
F4 Mandatory Spares for DCPS % 5 5 5 5 5 5
F5 For RTU / Data Concentrator / Communication Eqpts.
9 DC Power Supply (DCPS) system based on SMPS 76 33 61 41 25 236
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 44 of 202
10 Battery bank for above DCPS (VRLA Type) for minimum 4 hrs backup
F6 For FRTU
11 48V DC Power Supply (DCPS) system based on SMPS
1700 600 883 629 521 4333 12
Battery bank for above DCPS (VRLA Type) for minimum 4
hrs backup
F7 Remote VDU Locations
13 UPS (2 kVA ) No 9 3 5 2 4 23
G) Training
Sr. No Description Duration in days No. Of Trainees
A. Operator’s Training
1 Operator for SCADA/DMS Control Centre 5
1 Per workstation
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
Note: Minimum training requirement are given in G, however the no.of days may change as per actual requirement
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 45 of 202
Facility maintenance Services (FMS)
S.No. Description Duration
1 FMS charges for SCADA/DMS system (maintaining overall system availability as
per TS)
Five Year
2 FMS charges for SCADA/DMS system (maintaining availability individual
hardware & non –critical functions as per TS)
Five Year
3 Total FMS charges Five Year
An initiative of
Ministry of
Power,
Government of
India
Restructured Accelerated Power Development and
Reforms Programme (R-APDRP) of Govt. of India
Request For Proposal (RfP)
for Selection of „SCADA/DMS Implementation Agency
(SIA)‟ for the implementation of SCADA/DMS System in
the State Electricity Distribution Utility
For further details, please visit the website
www.apdrp.gov.in OR www.pfcindia.com
Nodal Agency
Power Finance
Corporation
Ltd.
Page 46 of 202
Jaipur Vidyut Vitran Nigam Ltd, Jaipur
RFP PART-2
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 47 of 202
Sections in the RFP Document
Section Content Page Number
Section I Preface
Section II Instructions to Bidders
Section III Bid Data Sheet
Section IV Eligibility Criteria
Section V Bidding Forms
Section VI Scope of Work
Section VII General Conditions of Contract
Section VIII Special Conditions of Contract
Section IX Contract Forms
Appendix A Mandatory technical specifications
Appendix B Service level agreement
Appendix C Supplier response format
Appendix D Evaluation methodology
Appendix E Geographical & Administrative Information
Appendix F List of Sub-Stations (RTU Locations)
List of Sectionalizers and RMU Locations
(FRTU Locations)
List of FPI Locations
Appendix G Review of current IT systems
Appendix H List of Manuals/Business Processes pertaining to
monitoring and control of distribution network
be converted (data-entry) into electronic form
Appendix I Review of Current Operation and Maintenance
Processes pertaining to distribution network
Appendix J Estimated manpower requirement
Appendix K Expected implementation schedule
Appendix L Abbreviations
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 48 of 202
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
centers. Part-B shall include regular distribution strengthening projects. The activities to be covered
under each part are as follows:
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 49 of 202
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
Uploading on website 21.12.2010
Begin Sale of RFP Document 24.12.2010 Onwards
Pre-Bid Conference,( at
Conference hall ,Vidyut
Bhavan, Janpath,Jaipur)
17.01.2011 3:30 PM to 6:00PM
Deadline for submission 02.02.2011 1:00 PM
RFP Opening 02.02.2011 3:30 PM
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 50 of 202
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
Practices
3.1 Purchaser requires bidders to observe the highest standard of ethics
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 any thing 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
determines that the bidder recommended for award has,
directly or through an agent, engaged in corrupt, fraudulent,
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 51 of 202
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
and Related
Services
5.1 For the purpose of this Clause, the term “Goods” includes hardware,
software, networking equipments and cables; and “Related services”
includes services such as insurance, transportation, associated
documentation, installation, customization, integration, field survey,
testing and commissioning, training, technical support, maintenance,
repair and other necessary services to be provided by the selected
bidder and necessary for successful implementation of the project as
specified in the contract.
5.2 In case Bidder that does not manufacture or produce the Goods it
offers to supply shall submit the Manufacturer‟s Authorization using
the form included in Section V, Bidding Forms to demonstrate that it
has been duly authorized by the manufacturer or producer of the
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 52 of 202
Goods to supply these Goods.
B. Contents of Bidding Document
6. Sections of the
Bidding
Document
6.1 The Bidding Document consists of the sections as indicated below
and should be read in conjunction with any Addenda issued in
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
Bidding
Document
7.1 A prospective Bidder requiring any clarification of the Bidding
Document shall contact the Purchaser in writing at the Purchaser‟s
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
Bidding
Document
8.1 At any time prior to the deadline for submission of the Bids or the
award of the contract, the Purchaser may amend the Bidding
Document by issuing addenda.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 53 of 202
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
Comprising the
Bid
11.1 The Bid shall comprise two envelopes submitted simultaneously, one
containing the Technical Proposal and the other the Price Proposal,
enclosed together in an outer single envelope.
11.2 Initially, only the Technical Proposals opened at the address, date and
time specified in ITB Sub-Clause 26.1. The Price Proposals remain
sealed and held in custody by the Purchaser. The Technical Proposals
shall be evaluated by the Purchaser as per Evaluation Methodology
mentioned in Appendix-E. 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
Proposals shall be evaluated as per Evaluation Methodology
mentioned in Appendix-D.
11.4 Contract shall be awarded to the Bidder whose Proposal (Technical
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 54 of 202
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 Bidder‟s 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 Bidder‟s 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
Sheets and
Price Schedules
12.1 The Bidder shall submit the Technical Proposal and the Price Proposal
using the appropriate Submission Sheets provided in Section V,
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.
(b) The Purchaser will provide Central sales tax Form C, whenever
applicable.
(c) The Bidder will provide Tax rates assumed for the calculation at
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 55 of 202
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
Discounts
14.1 The prices quoted by the Bidder in the Price Proposal Submission
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
Bid
15.1 Bidders may express their bid price in Indian Rupees only.
16. Documents
Establishing the
Eligibility of
the Bidder
16.1 To establish their eligibility in accordance with ITB Clause 4, Bidders
shall:
(a) complete the eligibility declarations in the Bid Submission Sheet,
included in Section V, Bidding Forms
17. Documents
Establishing the
Conformity of
the Goods and
Related
17.1 To establish the conformity of the Goods and Related Services to the
Bidding Document, the Bidder shall furnish as part of its Technical
Proposal the documentary evidence against Goods and related
Services provided in Appendix C3.
17.2 The documentary evidence may be in the form of literature, drawings
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 56 of 202
Services to the
Bidding
Document
or data, and shall consist of a detailed description of the essential
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 Purchaser‟s satisfaction, that the substitutions
ensure substantial equivalence or are superior to those specified in the
Scope of Work
18. Documents
Establishing the
Qualifications
of the Bidder
18.1 To establish its qualifications to perform the Contract, the Bidder shall
submit as part of its Technical Proposal the evidence indicated for
each qualification criteria specified in Section IV, Eligibility Criteria.
However, only those bidders which have been empanelled by Nodal
Agency shall be eligible to bid.
19. Period of
Validity of Bids
19.1 Bids shall remain valid for the period of 90 days after the bid
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
successful Bidder pursuant to ITB Clause 41 and 42
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 57 of 202
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 it implementation agency (si 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
Signing of Bid
21.1 The Bidder shall prepare one original of the Technical Proposal and
one original of the Price Proposal as described in ITB Clause 11 and
clearly mark each “ORIGINAL - TECHNICAL PROPOSAL” and
“ORIGINAL - PRICE PROPOSAL”. In addition, the Bidder shall
submit 4 (Four) copies of the Technical Proposal and the Price
Proposal, and clearly mark them “COPY NO… - TECHNICAL
PROPOSAL” and “COPY NO…. - PRICE PROPOSAL”. In the
event of any discrepancy between the original and the copies, the
original shall prevail.
21.2 The original and all copies 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.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 58 of 202
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
Marking of
Bids
22.1 The Bidder shall enclose the original of the Technical Proposal, the
original of the Price Proposal, and each copy of the Technical
Proposal and each 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 copies shall then be enclosed in one single
envelope.
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 inner envelopes containing the Price Proposals shall bear a
warning not to open until 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
Submission of
Bids
23.1 Bids must be received by the Purchaser no later than the date and
time, and at the address indicated in the BDS.
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,
Substitution,
and
Modification of
Bids
25.1 A Bidder may withdraw, substitute, or modify its Bid after it has been
submitted by sending a written Notice, duly signed by an authorized
representative, and shall include a copy of the authorization in
accordance with ITB Sub-Clause 21.2. The corresponding
substitution or modification of the bid must accompany the respective
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 59 of 202
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 will remain unopened and will be held in custody
of the Purchaser until the time of opening of the Price Proposals. 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
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 :
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 60 of 202
(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 Bidder‟s 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 who 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 Bidder‟s
representatives who are present shall be requested to sign a register
evidencing their attendance.
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 Bidder‟s signature on the record
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 61 of 202
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 Purchaser‟s personnel, it
will be considered as “coercive practices”, and may result in rejection
of the bid.
28. Clarification of
Bids
28.1 To assist in the examination, evaluation, comparison and post-
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 Purchaser‟s 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
of Technical
Proposal
29.1 The Purchaser‟s determination of the responsiveness of a Technical
Proposal is to be based on the contents of the Technical 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
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
Purchaser‟s rights or the Bidder‟s 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.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 62 of 202
30. Non
conformities,
Errors, and
Omissions
30.1 Provided that a Technical Proposal is responsive, the Purchaser may
waive any non-conformity or omission in the Bid that does not
constitute a material deviation.
30.2 Provided that a Technical Proposal is responsive, the 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
expressed in words is related to an arithmetic error, the
amount in figures shall prevail subject to (a) and (b) above.
(d) if there is a discrepancy between percentage and figures
related to various taxes or levies, the percentage shall prevail
over figure mentioned. However, where the amount expressed
in percentage is related to an arithmetic error, the amount in
figures shall prevail subject to (a) and (b) above. It should
also be noted that at time of payment against, the prevailing
tax/levy rates will be used as on the date of approval of
payment.
(e) Except as provided in sub-clauses (a) to (c) herein above, the
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
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 63 of 202
Security shall be forfeited.
31. Preliminary
Examination
of Bids
31.1 The Purchaser shall examine the Technical Proposal to confirm that
all documents and technical documentation requested in ITB Sub-
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) Manufacturer‟s 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
Terms and
Conditions;
Technical
Evaluation
32.1 The Purchaser shall examine the Bids to confirm that all terms and
conditions specified in the GCC and the SCC have been accepted by
the Bidder without any material deviation or reservation.
32.2 The 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
Preference
33.1 No margin of preference shall apply.
34. Evaluation of
Bids
34.1 The Purchaser shall evaluate Price Proposals of each Bid for which
the Technical Proposal has been determined to be responsive.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 64 of 202
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 x 0.50) + (LP/FPx100) x 0.50.
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
Bids
35.1 The Purchaser shall compare all responsive bids to determine the bid
with the maximum score, in accordance with ITB Clause 34.
36. Post-
qualification of
the Bidder
36.1 The Purchaser shall determine to its satisfaction during the evaluation
of Technical Proposals whether Bidders are qualified to perform the
Contract satisfactorily.
36.2 The determination shall be based upon an examination of the
documentary evidence of the Bidder‟s qualifications submitted by the
Bidder, pursuant to ITB Clause 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).
36.3 An affirmative determination in accordance with this clause shall be a
prerequisite for the opening and evaluation of a Bidder‟s Price
Proposal. A negative determination shall result into the
disqualification of the Bid, in which event the Purchaser shall return
the unopened Price Proposal to the Bidder.
37. Purchaser’s
Right to Accept
Any Bid, and to
Reject Any or
All Bids
37.1 The Purchaser reserves the right to accept or reject any Bid, and to
annul the bidding process and reject all Bids at any time prior to
Contract award, without thereby incurring any liability to the Bidders.
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
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 65 of 202
as per the list (along with any updation/modifications from time to
time) released by the Nodal Agency.
39. Purchaser’s
Right to Vary
Quantities at
Time of Award
39.1 At the time the Contract is awarded, the quantity of Goods and
Related Services for a town shall not be modified. However Purchaser
reserves the right to increase or decrease the number of towns under
the 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.
40. Notification of
Award
40.1 Prior to the expiration of the period of bid validity, the Purchaser shall
notify the successful Bidder, in writing, that its Bid has been
accepted.
40.2 Until a formal Contract is prepared and executed, the notification of
award shall constitute a binding Contract.
41. Signing of
Contract
41.1 Promptly after notification, the Purchaser shall send to the successful
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.
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
Security
42.1 Within fourteen (14) days of the receipt of notification of award from
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.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 66 of 202
43. Local
Conditions
It will be imperative on each bidder to fully inform himself of all local
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 the MTS and
the RFP
document
44.1 This Bid Document, inclusive of the MTS document, Schedules,
annexure(s), the statements, exhibits and sections, if any, comprises
the whole and complete Document
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
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 67 of 202
SECTION III. BID DATA SHEET
A. Introduction
ITB 1.1 The number of the Invitation for Bids is : 1
ITB 1.1 The Purchaser is:
Jaipur Vidyut Vitran Nigam Limited(JVVNL), Old Power House, Banipark,
Jaipur, Rajasthan.
ITB 1.1 The name of the ICB is: SCADA/DMS Implementation for R-APDRP works during
XI Plan in JVVNL, JdVVNL and AVVNL for implementation of SCADA/DMS
System in the State Electricity Distribution Utility
The identification number of the ICB is: DYCE/RAPDRP/TN-37
B. Bidding Document
ITB 7.1 For clarification purposes only, the Purchaser‟s address is:
Jaipur Vidyut Vitran Nigam Limited(JVVNL), Old Power House, Banipark, Jaipur,
Rajasthan.
ITB 7.2 Details of Pre-Bid conference:
Date: 17.01.2011 ,Venue: Jaipur Vidyut Vitran Nigam Limited(JVVNL), Vidyuth
Bhavan,Janpath,Jaipur,Rajasthan,Time: 3: 30 PM to 6:30 PM
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”.
ITB 19.1 The bid validity period shall be 90 days after the bid submission deadline date
prescribed by the Purchaser.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 68 of 202
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: DYCE/RAPDRP/TN-37
Particular: 100% bank guarantee
Bid Security (INR):
Rupees 3 Crores Only (i.e. Thirty Million Indian Rupees only)
D. Submission and Opening of Bids
ITB 21.1 In addition to the original of the Bid, the number of copies is: FOUR
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 JVVNL, JdVVNL and AVVNL for
implementation of SCADA/DMS System in the State
Electricity Distribution Utility
Bid Identification
No Particulars
DYCE/RAPDRP/T
N-37
The bid identification No. shall be mentioned by the Bidder prominently on the
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. “DYCE/RAPDRP/TN-37”
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 69 of 202
ITB 23.1 For bid submission purposes only, the Purchaser‟s address is :
Jaipur Vidyut Vitran Nigam Limited(JVVNL), Old Power House, Banipark,
Jaipur, Rajasthan.
ITB 23.1 The deadline for bid submission is:
Date: 2.02.2011
Time: 1 :00 PM
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:
Date: 17.01.2011 ,Venue: Jaipur Vidyut Vitran Nigam Limited(JVVNL), Vidyuth
Bhavan,Janpath,Jaipur,Rajasthan,
Time: 3: 30 PM to 6:30 PM
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 bidder‟s receipt of the Contract Agreement, the Purchaser
reserves the right to terminate the award by forfeiting Bid Security without any
notice.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 70 of 202
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 has 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 FY05-06, FY06-07 & FY07-08. In case,
the Annual Audited Financial Statements for FY08-09 are available, then the Annual
Audited Financial Statements for FY06-07, FY07-08 & FY08-09 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 FY05-06, FY06-07 & FY07-08. In case,
the Annual Audited Financial Statements for FY08-09 are available, then the Annual
Audited Financial Statements for FY06-07, FY07-08 & FY08-09 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 atleast 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
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 Authorised
Signatory of bidder. The owner/client contact details shall be provided against each
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 71 of 202
project experience proof being submitted.
The proof documents available in any language other than English shall be translated to
English and authenticated by Authorised 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 3.
(Proof: Signed resume of employees authenticated & signed by bidder need to be
submitted. Scanned signatures shall be accepted)
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 72 of 202
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 90 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 JVVNL;
(g) We understand that this Bid, together with your written acceptance thereof included in your
notification of award, shall constitute a binding contract between us, until a formal Contract is
prepared and executed.
(h) We understand that you are not bound to accept the best evaluated bid or any other bid that you
may receive.
(i) We declare, that we have our office in India with the details as mentioned below:-
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 73 of 202
Address:______________________________
Contact Person: __________________________
Telephone No.: __________________________
Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 74 of 202
Form F- 2 : Price 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) The 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
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 75 of 202
4 Test Equipments
5 Project Management
6 Bandwidth Charges
7 FMS Charges
(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
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 76 of 202
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 __________ 2010 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. 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 Nationalised Bank for an amount of Rs*____________(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:
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
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 77 of 202
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 Bank‟s 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 ____________(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 _____________________
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 78 of 202
Authorised Signatories
Form F- 4: Manufacturer’s Authorisation
(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
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 79 of 202
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 : _______________________
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 80 of 202
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 Authorised Signatory:
Full Name:
Address:
Phone No:
E-mail Id:
Note: Necessary proof of incorporation/registration shall be provided
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 81 of 202
Form F-7: Undertaking for Authencity 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 Authorised Signatory:
Full Name:
Address:
Phone No:
E-mail Id:
Note :To be provided on client letter head
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 82 of 202
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 GoI‟s Restructured APDRP (for XI Plan).
Broad Role Definition for SIA
The SIA in coordination with utility as per the requirement to be given in the detailed RFP shall
carry out field survey, design ,engineering, supply, 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 existing /under implementation billing ,customer care system , GIS system under
R-APDRP & any other relevant legacy system in the identified project areas of the utility
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 (DSS) & FRTUs at RMUs, etc.
MFTs at Feeder, RMUs
Communication
o FO Ring/MAR/VPN, Broadband, leased line, etc., connecting all S/S RTUs to Main & DR
Centre
o CDMA/GPRS/DLC based communication, etc. for communicating with FRTUs/FPIs with SS-
RTUs (Data Concentrator)/control centres
Protocols for communication
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 83 of 202
o IEC 60870-5-104 –RTU, FRTUs, FPI to control centres
o MODBUS/IEC62056 – 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 utility
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 utility for proper
and correct design, performance and operation of the project.
SIA shall provide complete engineering data, drawings, reports, manuals and services offered etc.
i.e. complete set of documentation /drawings for Utility‟s review, approval and records
5) Supply of Equipment and Material: The SIA shall also be responsible for manufacture,
inspection at manufacturer‟s works, supply, transportation, insurance, delivery at site, unloading,
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 84 of 202
storage, complete supervision, installation and successful commissioning of all the equipment,
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 atleast 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 of Request for Proposal-Part 1
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 utility, 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/customer system or any legacy SCADA/DMS system may be integrated seamlessly.
9) Training for Employees: The SIA shall organize training to the core Group of implementation
team of the utility as well as end user training. Representatives from the successful bidder,
Purchaser‟s 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 Utility 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 utility. Further, any information (progress report, etc.) as and when sought by the
Nodal Agency/Ministry of Power shall be furnished by the SIA
12) Other Services and Items: The scope also includes, but not limited to the following
services/items described herein and elsewhere in specification:
a. 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
utility with a high quality system
b. Interface Coordination: The bidder shall identify all interface issues with utility and other
agencies if any, and shall be responsible for such interfacing, coordination and exchange of
all necessary information
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 85 of 202
c. Scope Change Management: Utility to finalize the scope change management procedure
during development/Implementation stage
13) Specific Exclusions
Refer Section-I of the MTS
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 86 of 202
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;
viii. the Purchaser‟s Notification to the Supplier for Award of
Contract;
ix. Supplier‟s 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 purchaser‟s 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.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 87 of 202
(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) “Purchaser’s 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
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 19 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
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 88 of 202
procedures with the Supplier.
(t) the term “in writing” means communicated in written form
with proof of receipt
1. Contract
Documents
1.1 Subject to the order of precedence set forth in the Agreement, all
documents forming the Contract (and all parts thereof) are intended to be
correlative, complementary, and mutually explanatory.
2. Corrupt
Practices
1.2 The Purchaser requires bidders, suppliers, and contractors to observe the
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 any thing 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
JVVNL, 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 Utility 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;
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 89 of 202
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
2.2 Incoterms
The meaning of any trade term and the rights and obligations of parties
thereunder shall be as prescribed by Incoterms.
(a) EXW, CIF, CIP, and other similar terms, shall be governed by
the rules prescribed in the current edition of Incoterms,
published by the International Chamber of Commerce at the
date of the Invitation for Bids or as specified in the SCC.
2.3 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.
2.4 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.
2.5 Waiver
(a) Subject to GCC Sub-Clause 2.5.(b) below, no relaxation,
forbearance, delay, or indulgence by either party in enforcing any of
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 90 of 202
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 party‟s 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.
2.6 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
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,
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 91 of 202
during contract execution The composition of the consortium cannot
be altered.
(a) Without prejudice to Clause 5.1 of this GCC, for the purposes
of fulfillment of it‟s 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 Team‟s 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.
5.4 A Notice shall be effective when delivered or on the Notice‟s 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 Rajasthan
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 it‟s fold Statutory law, Judicial
Decisional Law and Delegated Legislation as well
7. Settlement of
Disputes
7.1 The Purchaser and the Supplier shall make every effort to resolve
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
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 92 of 202
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. Supplier’s
Responsibilities
10.1 The Supplier shall supply all the Goods and Related Services included
in the Scope of Work and Appendix-C3 in accordance with GCC
Clause 8, and the Implementation Schedule, as per GCC Clause 9.
11. Purchaser’s
Responsibilities
11.1 Whenever the supply of Goods and Related Services requires that the
Supplier obtain permits, approvals, and import and other licenses
from local public authorities, the Purchaser shall, if so required by
the Supplier, make its best effort to assist the Supplier in complying
with such requirements in a timely and expeditious manner.
11.2 The Purchaser shall bear all costs involved in the performance of its
responsibilities, in accordance with GCC Sub-Clause 14.1.
11.3 The Deputy Cheif Engineer (IT)/SE(IT)/XEN (IT) of respective
DISCOMs or any other person designated by the utility 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 Nodal officer of respective DISCOMs or any other person
designated by the utility shall approve all such documents within 15
working days.
11.5 Purchaser may provide on Supplier‟s 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 Purchaser‟s 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
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 93 of 202
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
Payment
13.1 The Contract Price shall be paid in the manner specified in the SCC.
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 Supplier‟s 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 10.
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 Supplier‟s 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
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 utility
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 Purchaser‟s country, the Supplier
shall be entirely responsible for all taxes, duties, stamp duties,
license fees, and other such levies imposed outside the Purchaser‟s
country.
14.3 For goods supplied from within the Purchaser‟s 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 Supplier‟s 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 Rajasthan on account of Entry Tax at a
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 94 of 202
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. Performance
Security
15.1 The Supplier shall, within fourteen (14) days of the notification of
Contract award, provide a Performance Security for the due
performance of the Contract in the amounts and currencies specified
in the SCC.
15.2 The Purchaser shall at its sole discretion invoke the Performance Security
and appropriate the amount secured there under, in the event that the
Supplier commits any delay or default in Delivery of the Goods or
Related Services during the contract period (including FMS period) or
commits any other breach of the terms and conditions of the Contract.
15.3 The Performance Security shall be denominated in the currencies of
the Contract, and shall be in one of the forms for a period stipulated
by the Purchaser in the SCC.
15.4 The Performance Security shall be discharged by the Purchaser and
returned to the Supplier not later than fourteen (14) days following
the date of completion of the Supplier‟s performance obligations
under the Contract, including any warranty and FMS obligations,
unless specified otherwise in the SCC.
16. Intellectual
Property
16.1 Purchaser shall own and have a right in perpetuity to use all newly
created Intellectual Property Rights which have been developed
solely during execution of this Contract, including but not limited to
all Source code, Object code, records, reports, designs, application
configurations, data and written material, products, specifications,
reports, drawings and other documents which have been newly
created and developed by the Supplier solely during the performance
of Related Services and for the purposes of inter-alia use or sub-
license of such Services under this Contract. The Supplier
undertakes to disclose all such Intellectual Property Rights arising in
performance of the Related Services to the Purchaser and execute all
such agreements/documents and file all relevant applications, effect
transfers and obtain all permits and approvals that may be necessary
in this regard to effectively transfer and conserve the Intellectual
Property Rights of the Purchaser. To the extent that Intellectual
Property Rights are unable by law to so vest, the Supplier assigns
those Intellectual Property Rights to Purchaser on creation.
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
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 95 of 202
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
all related settlement negotiations
16.4 Subject to sub-clauses 17.1 to 17.3, 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
Information
17.1 Both parties undertake to each other to keep confidential all
information (written as well as oral) concerning the business and
affairs of the other, which has been obtained or received as a result
of the discussions leading upto or the entering of the contract
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 18.1 and 18.2
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
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 96 of 202
(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 18 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 it‟s
employees, agents and sub-contractors.
17.7 The provisions of GCC Clause 18 shall survive completion or
termination, for whatever reason, of the Contract.
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 utility) may be subcontracted after seeking
prior approval of the utility.
19. Conflict of
Interest
19.1 The SCADA/DMS Implementation Agencies shall not engage, and
shall cause their Personnel not to engage, either directly or indirectly,
in any business or professional activities which would conflict with
the activities assigned to them under this Contract.
19.2 The Utility considers a conflict of interest to be a situation in which
a party has interests that could improperly influence that party‟s
performance of official duties or responsibilities, contractual
obligations, or compliance with applicable laws and regulations, and
that such conflict of interest may contribute to or constitute a
prohibited corrupt practice
19.3 SCADA/DMS Implementation Agency for a Utility cannot
participate in the bidding process of SCADA/DMS Consultant or
TPIEA of the same Utility.
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 Utility may choose to terminate this contract as per
Clause 33 of GCC
20. Specifications
and Standards
20.1 Technical Specifications and Drawings
(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
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 97 of 202
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
Documents
21.1 The Supplier shall provide such packing of the Goods as is required
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
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
Tests
24.1 The Supplier shall at its own expense and at no cost to the Purchaser
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 Purchaser‟s country as per the
requirement of Section VI. Subject to GCC Sub-Clause 24.3, if
conducted on the premises of the Supplier or its Subcontractor, all
reasonable facilities and assistance, including access to drawings and
production data, shall be furnished to the inspectors at no charge to
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 98 of 202
the Purchaser.
24.3 The Purchaser or its designated representative shall be entitled to
attend the tests and/or inspections referred to in GCC Sub-Clause
24.2, provided that the Purchaser bear all of its own costs and
expenses incurred in connection with such attendance including, but
not limited to, all traveling and board and lodging expenses.
24.4 Whenever the Supplier is ready to carry out any such test and
inspection, it shall give a reasonable advance notice, including the
place and time, to the Purchaser.
24.5 The Purchaser may require the Supplier to carry out any test and/or
inspection to verify that the characteristics and performance of the
Goods or Related Services comply with the technical specifications,
codes and standards under the Contract.
24.6 The Supplier shall provide the Purchaser with a report of the results
of any such test and/or inspection.
24.7 The Purchaser may reject any Goods / Related Services or any part
thereof that fail to pass any test and/or inspection or do not conform
to the specifications. The Supplier shall either rectify or replace
such rejected Goods/ Related Services or parts thereof or make
alterations necessary to meet the specifications at no cost to the
Purchaser, and shall repeat the test and/or inspection, at no cost to
the Purchaser, upon giving a notice pursuant to GCC Sub-Clause
24.4.
24.8 The Supplier agrees that neither the execution of a test and/or
inspection of the Goods / Related Services or any part thereof, nor
the attendance by the Purchaser or its representative, nor the issue of
any report pursuant to GCC Sub-Clause 24.6, shall release the
Supplier from any warranties or other obligations under the
Contract.
25. Liquidated
Damages and
Penalty
25.1 Except as provided under GCC Clause 30, if the Supplier fails to
deliver any or all of the Goods or perform the Related Services
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 Utility, the Utility shall be free to
impose any penalty as deemed fit. In addition, the Utility 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
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 99 of 202
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
may be necessary, at the Supplier‟s risk and expense and without
prejudice to any other rights which the Purchaser may have against
the Supplier under the Contract.
27. Liability/
Indemnity
27.1 The Supplier hereby agrees to indemnify the Purchaser, for all
conditions and situations mentioned in this clause, in a form and
manner acceptable to the Purchaser. The supplier agrees to
indemnify the Purchaser and its officers, servants, agents
(“Purchaser 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
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 100 of 202
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 Supplier‟s 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
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 Purchaser‟s 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 Supplier‟s 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
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 101 of 202
28. Limitation of
Liability
28.1 Except in cases of gross negligence or willful misconduct :
(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
and Regulations
29.1 Unless otherwise specified in the Contract, if after the date of the
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 Purchaser‟s country where the Site is
located (which shall be deemed to include any change in
interpretation or application by the competent authorities) that
subsequently affects the Delivery Date, then such Delivery Date
shall be correspondingly increased or decreased, to the extent that
the Supplier has thereby been affected in the performance of any of
its obligations under the Contract. .
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 it‟s 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
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 102 of 202
binding on the Supplier.
31. Change Orders
and Contract
Amendments
31.1 The Purchaser may at any time order the Supplier through Notice in
accordance GCC Clause 5, (“Change Order”) to make changes
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 Supplier‟s 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
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 Supplier‟s receipt
of the Purchaser‟s 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
Time
32.1 If at any time during performance of the Contract, the Supplier or its
Subcontractors should encounter conditions impeding timely
delivery of the Goods or completion of Related Services pursuant to
GCC Clause 10, the Supplier shall promptly notify the Purchaser in
writing of the delay, its likely duration, and its cause. As soon as
practicable after receipt of the Supplier‟s notice, the Purchaser shall
evaluate the situation and may at its discretion extend the Supplier‟s
time for performance, in which case the extension shall be ratified
by the parties by amendment of the Contract.
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
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 103 of 202
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
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 Purchaser‟s convenience, the extent to
which performance of the Supplier under the Contract is
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 104 of 202
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 Supplier‟s receipt of the
Notice of termination shall be accepted by the Purchaser at
the Contract terms and prices. For the remaining Goods, the
Purchaser may elect:
(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 Nodal officer of
respective DISCOMs (“Exit Plan”).
(ii) The Nodal officer of respective DISCOMs 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, Nodal officer
or the authorised 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 Nodal officer of respective DISCOMs (or the
authorised 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
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 105 of 202
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 the DISCOM.
36. Public
Disclosure
36.1 All materials provided to the Purchaser by bidder are subject to
Country and Rajasthan public disclosure laws such as RTI etc.
36.2 The Supplier‟s 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 respective DISCOM 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
safety
procedures,
rules regulations
and restriction
38.1 Supplier shall comply with the provision of all laws including labour
laws, rules, regulations and notifications issued there under from
time to time. All safety and labour laws enforced by statutory
agencies and by Purchaser shall be applicable in the performance of
this Contract and Supplier‟s Team shall abide by these laws.
38.2 Access to the Datacenter Sites and Purchaser‟s 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 authorised by the Purchaser shall be allowed
entry to the Datacenter Sites and some Purchaser‟s 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. Supplier‟s Team shall adhere to all
security requirement/regulations of the Purchaser during the
execution of the work. Purchaser‟s 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
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 106 of 202
this clause in the similar way as defined in GCC clause 28.
39. Non-Solicitation
of Staff
39.1 For the purpose of this contract, both parties to this contract agree,
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 he
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
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 107 of 202
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 Purchaser‟s country is: The Union Of India
GCC 1.1(j) The Purchaser is:
Jaipur Vidyut Vitran Nigam Limited (JVVNL), Rajasthan, India
GCC 1.1 (q) The web-site is: http://www.jaipurDISCOM.in/. The details regarding the RFP process
shall be available on the same. The eligible bidders should visit the website form time to
time and get the status updates. All details uploaded on the website from time to time shall
be deemed to have been provided to all the bidders.
GCC 2.2 The version of Incoterms shall be: Incoterms 2000
GCC 3.2 The language shall be: English
GCC 5.1 For notices, the Purchaser‟s contact details shall be:
Jaipur Vidyut Vitran Nigam Limited(JVVNL), Old Power House, Banipark, Jaipur,
Rajasthan
GCC 6.1 The governing law shall be: Laws applicable in exclusive jurisdiction of The High Court
Of Judicature at Rajasthan, India and all courts subordinate to it‟s 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 Rajasthan
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),
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 108 of 202
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 Supplier‟s 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.
(g) Manufacturer‟s or supplier‟s 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 Purchaser’s country as per INCOTERMS EXW basis
including freight and insurance charges:
Upon delivery of the Goods to the transporter, the Supplier shall notify the Purchaser and
send the following documents to the Purchaser;
a) Copy of the Supplier‟s 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) Manufacturer‟s or supplier‟s 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.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 109 of 202
The utility 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.
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 utility.
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 and Clause 1.8 of SCC.
7) All payments under this Contract shall be made to the account of the
SCADA/DMS Implementation Agency with (Bank & A/c No.):
____________________________
_____________________________
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
- Submission of necessary Bank Guarantee for the equivalent amount of Initial
Advance
- Submission of the necessary Contract Performance Bank Guarantee. The same
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 110 of 202
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
Factory Acceptance Tests (FAT as defined in
MTS) and Delivery of necessary software tapes
to Utility as per Bill of Quantities for Software
Installation based on certification by the Utility
2.0 Prorata basis after successful completion of End
to End Tests (as defined in MTS) at Site based on
certification by the Utility
3.0 After successful completion of Field Performance
Tests ( as defined in MTS)
20 % of software
component of
contract
20 % of software
component of contract
25 % of software
component of
contract
B. Hardware***
1.0 Prorata basis on the receipt of equipments at site
along with submission of :
a. Detailed Packing list identifying contents of
each consignment (3 copies)
b. Manufacturer‟s/contractor‟s Guarantee
certificate of Quality
c. Insurance Policy/certificate (3 Copies)
d. Material Inspection Clearance or equivalent
Certificate for dispatch issued by the Utility
e. Test Certificates
2.0 Prorata basis on successful completion of end to
end testing at site based on certification by the
Utility
40 % of hardware
component of contract
25 % of hardware
component of contract
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 111 of 202
C Installation, Testing and Commissioning Cost to
Integrate Entire SCADA & IT (relevant to SCADA)
Infrastructure (Please refer Form:1 Project
management cost)
40% after
successful
completion of
Field Installation
Test (as defined in
MTS)
25% after
successful
completion of end
to end test (as
defined in MTS)
D. Training: Pro-rata payment on the basis of
completion of training of required personnel as
mentioned in MTS (Please refer Form F-8)
65% of total value
of Training Cost
E. Spares and Test Equipments
65% of receipt of
material and physical
verification of material
by utility at the site
F. Final Payment after Operational Acceptance (on
successful completion of system availability tests)
and proof of submission of the required number of
reproducible, O&M Manuals, approved drawings,
data sheets, test reports and manuals etc. of spares,
maintenance & testing equipments etc.
25% software,
hardware, installation,
testing and
commissioning
+
100% of payment for
Integration with
legacy applications &
Data Migration
+
25% of balance
payment for training
+
25% of spares and test
equipments
G. Bandwidth Charges
Based on actual claim
and verification by the
utility
H. FMS Charges
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
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 112 of 202
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.
GCC 13.5 The currencies for payments shall be in Indian Rupees (INR).
GCC 15.1 The Supplier shall provide Performance Security of fifteen (15) 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 purchaser‟s 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 Purchaser‟s stores
whichever is earlier.
GCC 26.5 In case any damage or defect is found during verification after receipt of material at
Purchaser‟s 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.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 113 of 202
SECTION IX. CONTRACT FORMS
Agreement
THIS AGREEMENT is made on this ________ (eg. 3rd
) day of ________________________(eg.
February), _____(eg. 2010), 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;
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 Purchaser‟s Notification to the Supplier for Award of Contract;
xxiii. Vendor‟s 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 purchaser‟s notification
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 114 of 202
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 __________________________________________ (Authorised Utility official)
Signed by __________________________________________________ (for the Supplier)
Witness-1
Witness-2
Bid Document for Appointment of SCADA/DMS Implementation Agency by JVVNL
Page 115 of 202
Jaipur Vidyut Vitran Nigam Ltd, Jaipur
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 __________ 2010 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
*Nationalised 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 supplier‟s obligation and termination of the said Contract during which
period it is not revocable except with the previous written consent of Purchaser.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 116 of 202
8. Purchaser may, without affecting Bank‟s 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 _____________________
Authorised Signatories
Bid Document for Appointment of SCADA/DMS Implementation Agency by JVVNL
Page 117 of 202
Jaipur Vidyut Vitran Nigam Ltd, Jaipur
APPENDICES (A TO L)
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 118 of 202
APPENDIX A – MANDATORY TECHNICAL SPECIFICATIONS
Model technical Specification (MTS)
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 119 of 202
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
quarter
Deduction as % of the apportioned price of total FMS for
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
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 120 of 202
availability under 99%.
For individual hardware & non critical functions
Availability per
quarter
Deduction as % of the apportioned price of total FMS for
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
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 121 of 202
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.
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
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 122 of 202
Category Definition
Severity 3 – Minor Any other system defect, failure, or unexpected operation
Severity 4 –
General/Technical Help
Request for information, technical configuration assistance, “how to”
guidance, and enhancement requests.
The details of the system under different severity level are as below:-
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 Utility‟s Engineers shall attempt to restore the system. In case the system does not come up
and/or the problem is not resolved then Utility‟s 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)
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 123 of 202
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
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
following reasons:-
1 Delay in execution due to delay (in approval, review etc) from Purchaser‟s side. Any such delays
will be notified in written to the IT Team.
2 The network links will be provided by a third party and the Supplier will monitor and report any
problems on behalf of third party. If Supplier notifies and Purchaser approves that the delay or
fault was due to the third party link services then such loss will not be considered for tracking
Supplier‟s SLA parameters (Also reduced from total service time).
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 Supplier‟s 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 Purchaser‟s IT Team.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 124 of 202
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 Supplier‟s representative will determine which committee or executive level
should logically be involved in resolution.
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 Purchaser‟s 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 Purchaser‟s monthly review
meetings.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 125 of 202
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.
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 ------------------------
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 126 of 202
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.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 127 of 202
Bidder should quote for each Project Area cost separately and also provide the consolidated
cost of the project.
Price Proposal should clearly indicate the price to be charged without any qualifications whatsoever
and should include all taxes (sales, service, etc.), duties (excise & customs, etc), octroi, fees, levies,
works contract tax, Entry tax and other charges as may be applicable, to be paid pre- or post-delivery
or to be deducted by the purchaser at source, in relation to the Goods and Related Services. Such
taxes, duties, cess, charges etc, if not explicitly mentioned in the Price bid tables in Appendix C3, but
applicable under law, should be included in the Quote under “Any other levies” column. The price
proposal should be conformance to clause 12.3 of ITB, Section II.
C 1. 3 : Submission of proposal
The original technical proposal and price 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 five hard copies and five soft copies in separate compact discs 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 all copies (also softcopies) of the technical proposal shall be placed in a sealed
envelope clearly marked "Technical Proposal". The original and all copies (also softcopies) of
the price proposal should also be placed in a sealed envelope clearly marked "Price proposal"
along with a warning: "Do not open with the Technical Proposal." Both envelopes shall be
placed into an outer envelope and sealed. This 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."
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 128 of 202
Any omissions / deviations on the above, will cause rejection of the bid
The completed technical and price proposal must be 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.
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
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:-
Details Supplier Response
Bidder‟s 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
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 129 of 202
Table: Details of Product Offered
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 Utility and its requirement Bidder should depict complete understanding of the as-is system of the Utility 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 Utility, 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.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 130 of 202
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
Staff
Position
Assigned
Internati
onal or
Domestic
Firm Employmen
t status
with the
firm (Full
time/
Associate)
Education
(Degree,
Year,
Institution)
Area of
Expertise and
number of years
of relevant
experience
Task
Assigned
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.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 131 of 202
Proposed Resource Planning and Estimation
S. No. Name of Staff Position Staff Input
In
Weeks
W1 W2 W3 W4 W5 ….. Total
A. Professional
Staff
B. Support Staff
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 financial years.
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:
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 132 of 202
Details of Project Experience
S.No.
Name
of the
Project
Client
Name
Whethe
r the
Project
was
success
fully
commis
sioned
Date and
Year of
Commiss
ioning
Value
of the
Project
Role
(Consult
ant/
Impleme
nter)
Indicate
the
SCADA
/DMS
modules
implem
ented in
the
project
Indicate
the
integratio
n with IT
system,
if any viz
GIS,
Billing,
Custome
r Care
etc.
Indicate
whether
FRTUs
were
included
in the
project?
If Yes,
please
provide
the
number
Indicate the
protocol
implemented
viz
IEC60870-5-
101/104,
IEC61850,
Modbus,
ICCP,
IEC60256
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 Utility 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 Utility.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 133 of 202
Format of Curriculum Vitae
1. Proposed Position:
2. Name of Firm and ITIA Role
(SI/NSP/GSP/MDASP)
3. Name of Staff:
4. Date of Birth: Nationality:
5. Education:
Year Degree/Examination Institute/Board
6. Membership of
Professional Associations:
7. Other Training:
8. Countries of Work
Experience:
9. Languages:
Language Speaking Reading Writing
10. Employment Record:
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:
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 134 of 202
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 FY05-06 FY06-07 FY07-08
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:-
Bidder must provide details of how they envisage the contract being managed including
principles such as (but not limited to) joint planning and control mechanisms; regular and active
review meetings; Project management of individual work streams and overall program
management of the entire service; Performance reporting
Bidder should outline their proposed governance structure and designate a Service Manager to
co-ordinate their activities and provide a focal point of contact to whom Utility can refer on any
matter concerning the service.
Reporting lines and decision-making powers within the bidder‟s organization must be explained
Reporting formats and templates that would be followed by the bidders
Outline the proposed escalation procedures in the event that issues arise.
C 2.10: 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:
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 135 of 202
Details of Certification
Description Bidder’s 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 company‟s process for product development and enhancements
C 2.11: Documentation Please provide a list of all user documents that will be provided along with the software package.
This must include the following minimum documents:
System and administration manuals
Technical support handbook
User Manuals;
Error Messages and their Meanings;
Training Manuals;
Analysis & Design Manuals with the relevant data flow diagrams, entity relationship diagrams,
schemas etc.;
Additions/ changes to the documents after upgrades; and
Operations Manuals
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.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 136 of 202
Format for Deviations
Tender Clarifications – Terms and Conditions
Sl. No. Tender Reference (Section /
Clause number )
Details of Clauses /
Section needing
deviation
Deviation proposed
Except aforesaid deviations, the entire order, if placed, shall be executed in accordance with
specifications and any other conditions, variations/deviations etc. if found, elsewhere in this proposal
should not be given any consideration while finalizing the tender.
It is not mandatory to consider and accept the deviation mentioned on deviation sheet proposed by
the bidder.
Note: -Continuation sheet of like size & format may be used as per bidder‟s requirement wherever
necessary.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Page 137 of 202
Jaipur Vidyut Vitran Nigam Ltd, Jaipur
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) Utility proposes establishment of one centralized Data Recovery Centre which shall be
located in the Project Area(s) defined in the Appendix F
C 3.1: Project Area with Data Recovery Centre Bidder should refer Appendix F to fill in following information:
Name of Project Area (town):-
Location Data Centre:-
Number Subdivision Offices under the Project Area:-
Number of Other Offices under the Project Area:-
Forms (Form 1 to Form 8) mentioned in the Appendix C.3.1 should filled, by the bidder, to
provide cost of IT implementation for the Project Area Form F-2 has left blank incase of project
areas without DR.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 138 of 202
Form : 1 Project Management Cost
Project Management Cost Including all Taxes & Duties Unit
Installation, Testing and Commissioning Cost to Integrate
Entire SCADA & IT (relevant to SCADA) Infrastructure Rs.
Integration with legacy applications & Data Migration Rs.
Training for the Employees Rs. Refer Form-8
Sub-Total A1
Grand Total A Rs.
*Project management cost include CST, VAT, Sales Tax, Service Tax, Entry Tax, Excise
Duty etc.
Specific Exclusions
All civil & architectural works
Internal & external electrifications
Special electronic earthing for server system
Precision air conditioning & ventilation
Fire fighting system & access control system required for any office
Manpower required for SCADA/DMS system
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 139 of 202
Form : 2 SCADA/DMS Control Centre Cost (BoQ)
S.No. Equipment Unit
Quantity
Unit Price
(Inclusive of
all taxes,
duties,
Freight
&Insurance
)
Total
Cost
FMS
Cost
Rs. Rs. Rs.
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.
13.
DLP based Video
Projection system
with 2x3 Module
configuration with
each module at least
67" diagonal with
common projector
No.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 140 of 202
S.No. Equipment Unit
Quantity
Unit Price
(Inclusive of
all taxes,
duties,
Freight
&Insurance
)
Total
Cost
FMS
Cost
Rs. Rs. Rs.
(2X3)
Storage & Backup
Devices
14.
External RAID Mass
storage device ( for 2
months online
backup)
No.
15. External DAT drive
(160/320GB) No.
Switches
16. Layer II switch
(SCADA/DMS LAN) No.
17.
Layer II switch (
Development system
LAN ) No.
18.
Router one each for
interfacing IT system ,
SCADA/DMS DR
centre & Remote
VDU ,SLDC
No.
19. Router at remote
VDU No.
20. Firewall & network
IPS No.
Other Active Devices
21.
GPS Time
synchronisation
system
Set
22. Time, day & date
digital displays Set
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 141 of 202
S.No. Equipment Unit
Quantity
Unit Price
(Inclusive of
all taxes,
duties,
Freight
&Insurance
)
Total
Cost
FMS
Cost
Rs. Rs. Rs.
Printers
23. A3 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
IPS No.
30. Layer II switch No.
Cabling System
31. Cable, Jacks etc. Lot
32.
Any other item to
meet specification
requirements
A2 Mandatory Spares
33. 5% of a1 No.
A3 Software
34. SCADA software Lot
35. ISR Software Lot
36. DMS software Lot
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 142 of 202
S.No. Equipment Unit
Quantity
Unit Price
(Inclusive of
all taxes,
duties,
Freight
&Insurance
)
Total
Cost
FMS
Cost
Rs. Rs. Rs.
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)
42.
GIS Adaptor/Engine
for importing data
from GIS system
under IT system
Lot
43.
Any other item to
meet specification
requirements
Lot
A4 Network Charges
44.
Network
Connectivity Charges
for Link for 1 year
post commissioning
p.a per
RTU/FRTU/FPI
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 143 of 202
Form F-3: SCADA/DMS DR Centre Cost
S.No. Equipment Unit
Quantity
Unit Price
(Inclusive of
all taxes,
duties,
Freight
&Insurance)
Total
Cost
FMS
Cost
Rs. Rs. Rs.
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.
B4 Printers
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 144 of 202
S.No. Equipment Unit
Quantity
Unit Price
(Inclusive of
all taxes,
duties,
Freight
&Insurance)
Total
Cost
FMS
Cost
Rs. Rs. Rs.
8. Color inkjet printer Set
9. B/w Laser printer Set
10. Color laser printer Set
B5 Cabling System
11. Cable, Jacks etc. lot
12.
Any other hardware to
meet functional
/performance
requirement of MTS
lot
B6 Mandatory Spares
for DR centre
13. 5% of b1 No.
B7 Software for Control
Centre
14. RDBMS package
Incl in DR
system
Form F: 4- RTU
S.No. Equipment Unit
Quantity
Unit Price
(Inclusive of
all taxes,
duties,
Freight
&Insurance
Total
Cost
FMS
Cost
Rs. Rs. Rs.
C1 RTUs
1.
RTU comprising
panels, racks, sub-
racks, Power Supply
modules, CPU analog /
digital input & control
Set
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 145 of 202
S.No. Equipment Unit
Quantity
Unit Price
(Inclusive of
all taxes,
duties,
Freight
&Insurance
Total
Cost
FMS
Cost
Rs. Rs. Rs.
output module as per
specification
interfacing equipment,
required converters &
all other required
items/accessories
including complete
wiring for all modules
for locations
mentioned below
2. MFTs No.
3. CMRs No.
4. HDR No.
5. Weather transducer -
wind speed No.
6. Weather transducer –
rainfall No.
7. Weather transducer –
Humidity No.
8. Weather transducer –
Temperature No.
9. Weather transducer -
Wind Direction No.
10. Modem No.
11. Router No.
12. Single TFT PC for
LDMS No
13. 1 B/W laser printer No
14.
Any other hardware to
meet functional
/performance
requirement of MTS
Lot
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 146 of 202
S.No. Equipment Unit
Quantity
Unit Price
(Inclusive of
all taxes,
duties,
Freight
&Insurance
Total
Cost
FMS
Cost
Rs. Rs. Rs.
C2 LDMS
15. LDMS No.
16.
Any other software to
meet functional
/performance
requirement of MTS
Lot
C3
TEST
EQUIPMENTS for
RTU
17.
RTU Database
Configuration &
Maintenance Software
tool
No.
18.
Master Station cum
RTU Simulator &
Protocol analyser
software tool
No.
19.
Laptop PC for above
software tools along
with interfacing
hardware including
Hub
No.
C4 MANDATORY
SPARES FOR RTU
5% of c1 No
Sub - Total
(mandatory spare) -
D4
C5 Bandwidth Charges
Network Connectivity
Charges for Primary
Link (SCADA/DMS
main control centre)
No.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 147 of 202
S.No. Equipment Unit
Quantity
Unit Price
(Inclusive of
all taxes,
duties,
Freight
&Insurance
Total
Cost
FMS
Cost
Rs. Rs. Rs.
Sub - Total
(bandwidth charges) -
D5
5 % mandatory spare may be considered
Utilty shall attach RTU & FRTU connectivity diagram
RTU I/O COUNT
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, METER :
Energy meter, CM: Communication Module , DI : Digital input , DO : Digital Output AI: Analog
module
Note:
S.No. STATION SS DS DC CMR HDR MFT Com
module
DI
module
DO
modul
e
AI
mod
ule
TOTAL
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 148 of 202
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 points, 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.
Form F:5 – FRTU
S.No. Equipment Unit
Quantity
Unit Price
(Inclusive of
all taxes,
duties,
Freight
&Insurance)
Total
Cost
FMS
Cost
Rs. Rs. Rs.
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 converters & all
other required items/accessories including
complete wiring for all modules for locations
mentioned BELOW
Set
2. MFTs No.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 149 of 202
S.No. Equipment Unit
Quantity
Unit Price
(Inclusive of
all taxes,
duties,
Freight
&Insurance)
Total
Cost
FMS
Cost
Rs. Rs. Rs.
3. CMRs No.
4. HDR No.
5. Modem No.
6.
Any other ITEM to meet functional /performance
requirement of MTS
D2 TEST EQUIPMENTS for FRTU
7.
FRTU Database Configuration & Maintenance
Software tool No.
8.
Master Station cum RTU Simulator & Protocol
analyser software tool No.
9.
Laptop PC for above software tools along with
interfacing hardware including Hub No.
D3 MANDATORY SPARES FOR FRTU
D4 Bandwidth Charges
10.
Network Connectivity Charges for Primary Link
(SCADA/DMS main control centre) No.
4 % MANDATORY SPARE MAY BE CONSIDERED
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 150 of 202
FRTU I/O COUNT
S.No STATIO
N SS DS DC CMR HDR MFT
Com
modul
e
DI
modu
le
DO
modu
le
AI
modul
e
TOTAL
Note: - SS : Single status input, DS : Double status input for CBs, DC : Digital Control Output (Trip
& Close) CMR : Contact Multiplying Relay, HDR : Heavy Duty Relay, METER : Energy meter, CM:
Communication Module , DI : Digital input , DO : Digital Output: AI: Analog input
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 (meter), digital input &
digital output) point points, which includes 20 % spare for future use (except for CMRs &
HDRs). These 20 % spare points shall be terminated on terminal blocks in 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.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 151 of 202
Form: 6 - Communication system
E1 - Communication system - Fibre optic (BoQ) (Refer guidelines)
S.No Equipment Unit Quantity
Unit Price
(Inclusive of
all taxes,
duties,
Freight
&Insurance)
Total
Cost
FMS
Cost
Rs. Rs. Rs.
E1A Optical Fibre Cable
1.
Self supporting metal free 6
fibre (G.652) aerial optical
fibre cable including all
associated hardware fittings
and accessories
Km
2.
Unarmoured under ground 6
fibre (G652) optical fibre cable
including 40 mm HDPE ducts,
accessories, GI pipes for
crossings, manholes and all
other required items for
installation
Km
3.
In line splice enclosures 6 fibre
(Joint Box) No.
a) FODP 12F : Indoor Type,
rack/wall mounted including
Pig-tails
No.
b) FODP 24F : Indoor Type,
rack/wall mounted including
Pig-tails
No.
4. SDH Equipment No.
Base Equipment (Common
cards, Power supply cards,
power cabling, other hardware
& accessories including sub-
racks, patch cords, DDF etc.
fully equipped excluding (II)
No.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 152 of 202
S.No Equipment Unit Quantity
Unit Price
(Inclusive of
all taxes,
duties,
Freight
&Insurance)
Total
Cost
FMS
Cost
Rs. Rs. Rs.
and (III) below)
Optical cards
(a) S1.1 No.
(b) L1.1 No.
(c) L1.2 No.
Tributary Cards No.
(a) E1 Interface card
(Minimum 4 interfaces per
card)
No.
(b) Ethernet interfaces 10 Base
T with Layer-2 switching
(Minimum 4 interfaces per
card)
No.
5. Equipment Cabinets for
SDH equipment (including
DDF patching facilities) &
other accessories
No.
6. TMN System No.
Craft Terminal No.
a) Hardware No.
b) Software No.
Network Manager & Element
Manager system
a) Server alongwith required
No.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 153 of 202
S.No Equipment Unit Quantity
Unit Price
(Inclusive of
all taxes,
duties,
Freight
&Insurance)
Total
Cost
FMS
Cost
Rs. Rs. Rs.
networking hardware &
accessories INCL sw
b) Operator console No.
(c) Network Printer (Laser Jet) No.
(d) Software No.
7.
Any other hardware to meet
functional /performance
requirement of MTS
Lot
E1B FO -Test equipment
E1C Mandatory spares
E2- Communication system - VPN (MLLN/
MPLS) Broadband
E2A Bandwidth Charges
1.
Network Connectivity Charges
for 2Mbps MLLN-boardband
Link
km
p.a
per
site
2.
Network Connectivity Charges
for 64Kbps MLLN-boardband
Link
km
p.a
per
site
3.
Network Connectivity Charges
for 2Mbps MPLS-boardband
Link
p.a
per
site
4.
Network Connectivity Charges
for 64Kbps MPLS-boardband
Link
p.a
per
site
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 154 of 202
S.No Equipment Unit Quantity
Unit Price
(Inclusive of
all taxes,
duties,
Freight
&Insurance)
Total
Cost
FMS
Cost
Rs. Rs. Rs.
5.
Network connectivity charges
for FRTUs &FPIs on GPRS
/CDMA
p.a
per
site
E3 Communication system - MAR/Radio
E3A Hardware/ Equipment
1.
MAR/Radio terminal
equipment No.
E3B Antenna
2. OMNI directional antenna Set
3. unidirectional antenna Set
E3C Radio modems Set
E4
E4A Modems
1. GPRS No.
2. CDMA No.
3. EDGE No.
4. 3G No.
E4B Mandatory spares
Form : 7 – Auxiliary Power supply At SCADA/DMS Control centre
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 155 of 202
S.No. Item Unit
Quantity
Unit Price
(Inclusive of all
taxes, duties,
Freight
&Insurance
Total
Cost
FMS
Cost
Rs. Rs. Rs.
F1 Main Equipments -
Control centre
1.
UPS with suitable
rating running in
parallel redundant
mode*
Set of two
2.
VRLA type Battery
banks for above UPS
for minimum 30 min.
backup duration
3.
DC Power Supply
(DCPS) system based
on SMPS (for 20 A
load plus charging
current@10%
capacity)
set
4.
Battery bank for
above DCPS (VRLA
Type) for minimum 4
hrs backup
F2 Main Equipments -
DR Centre
Main Equipments
5.
UPS with suitable
rating running in
parallel redundant
mode*
Set of two
6.
VRLA type Battery
banks for above UPS
for minimum 30 min.
backup duration
7.
DC Power Supply
(DCPS) system based
on SMPS (for 20 A
load plus charging
current@10%
No
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 156 of 202
S.No. Item Unit
Quantity
Unit Price
(Inclusive of all
taxes, duties,
Freight
&Insurance
Total
Cost
FMS
Cost
Rs. Rs. Rs.
capacity)
8.
Battery bank for
above DCPS (VRLA
Type) for minimum 4
hrs backup
F3 Mandatory Spares
for UPS
F4 Mandatory Spares
for DCPS
F5
For RTU / Data
Concentrator /
Communication
Eqpts.
9.
DC Power Supply
(DCPS) system based
on SMPS
No
10.
Battery bank for
above DCPS (VRLA
Type) for minimum 4
hrs backup
F6 III For FRTU
11.
48V DC Power
Supply (DCPS)
system based on
SMPS
No
12.
Battery bank for
above DCPS (VRLA
Type) for minimum 4
hrs backup
F7 V Remote VDU
location
13. UPS (2 kVA ) No
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 157 of 202
S.No. Item Unit
Quantity
Unit Price
(Inclusive of all
taxes, duties,
Freight
&Insurance
Total
Cost
FMS
Cost
Rs. Rs. Rs.
KVA rating of UPS
may change as
decided by SDC. It
should be
accompanied with
proper justification
A/R : As required as per site requirements
List of mandatory spares shall be provided by the contractor upto 5 % of the total cost
to meet the availability requirements. Failure to maintain the 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
Total Cost (Rs.)
A. Operator’s 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 2
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 158 of 202
Form 9 : FMS
S.No. Description Duration
1 FMS charges for SCADA/DMS system (maintaining
overall system availability as per TS)
Five Year
2 FMS charges for SCADA/DMS system (maintaining
availability individual hardware & non –critical
functions as per TS)
Five Year
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.
Form 10: Implementation Schedule
S. No. Items Completion Schedule from
the Award of Contract
1 SCADA/DMS System 18 months
Bidder shall provide implementation schedule indicating milestones
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 159 of 202
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
4 Four copies of Technical Proposal - Hard copies Yes/ No
5 Five copies of Technical Proposal - Soft copies Yes/ No
6 One original copy duly signed- Price proposal Yes/ No
7 Four copies of Financial Proposal - Hard copies Yes/ No
8 Five copies of Financial Proposal - Soft copies Yes/ No
9 Proof of turnover and networth for the last three audited financial years of
Bidder, consortium member (if any) and sub-contractors
Yes/ No
10 CV of key personnel in suggested format Yes/ No
11 Proposed SLA template Yes/ No
12 Filled-in copy of Bidding forms (Section V) Yes/ No
13 Receipt of purchase of tender Yes/ No
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
Appendix C (Technical & Financial Proposal)
Yes/ No
3 Please confirm you have noted the bid submission deadline specified in Section
III, BDS (ITB 23.1)
Yes/ No
4 Please confirm you have noted that the performance security will be furnished
within time period as specified in Section II, ITB clause 42.1
Yes/ No
5 Please confirm you have provided all document proof to substantiate you
qualifying the eligibility criteria as mentioned in Section IV
Yes/ No
6 Please confirm you have complied with the proposed solution architecture
specified in MTS Document
Yes/ No
7 Please confirm you have complied with all services specified in the scope of
services mentioned in Section VI
Yes/ No
8 Please confirm that you comply with all clauses specified in the General
Conditions of Contract specified in Section VII
Yes/ No
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 160 of 202
S.No. Item Furnished
9 Please confirm that you comply with all clauses specified in the Special
Conditions of Contract specified in Section VIII
Yes/ No
10 Please confirm that all goods (software and hardware) and services have been
included in the price proposal and is complete in all respects without any
deviation/ missing items
Yes/ No
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
applicable as specified in Appendix B.
Yes/ No
13 Please confirm you have provided sufficient Bid security in proper form as
specified in clause 20, Section II ITB
Yes/ No
14 Please confirm you have responded to all mandatory technical specification
given in Appendix A
Yes/ No
15 Please confirm that you have checked the final quote provided in Appendix C
(Price Proposal)
Yes/ No
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 161 of 202
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
Utility, in observance of best practices, shall:
Maintain the bid evaluation process strictly confidential
Reject any attempts or pressures to distort the outcome of the evaluation, including fraud and
corruption
Strictly apply only and all of the evaluation and qualification criteria specified in the Bid
document
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 = 50% x Technical Proposal Score + 50% x Price Proposal Score
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 162 of 202
E-2: Evaluation and Comparison of bids
Initially the Supplier‟s responses are reviewed for compliance with the Commercial terms and
conditions. The Suppliers who fail to comply with any of the commercial terms and conditions
mentioned may be termed as non-responsive and will not be evaluated further. For those Suppliers
who have qualified the commercial terms and conditions Technical evaluation will be conducted
followed by the Price-Bid evaluation. The price bids will remain sealed until the technical evaluation
is complete.
Technical Evaluation
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 doesn‟t 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.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 163 of 202
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. as per Clause (iii) of Qualifying requirement
mentioned in Section IV
15
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
modules/applications of SCADA/DMS Systems 6
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
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 164 of 202
S.No Description Maximum Score
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
e) Experience in implementation of protocols used in
SCADA/DMS Systems 2.5
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 60256 – 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
as on (date of release of NIT/RfP) shall be awarded 3 marks
3
3 CVs 15
a) Experience in area of SCADA Hardware
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.
7.5
b) Experience in area of SCADA Software
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.
7.5
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:
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 165 of 202
Price proposal score = (LP/FP)*50, where
LP: Lowest Price offer; FP: Firm‟s 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.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 166 of 202
APPENDIX E – GEOGRAPHICAL & ADMINISTRATIVE INFORMATION
Jaipur Vidyut Vitran Nigam Limited(JVVNL)
Name of Project Area
Sl.No General Description Jaipur Kota
1 Distribution
Company name
Jaipur Vidyut Vitran Nigam
Limited (JVVNL)
Jaipur Vidyut Vitran Nigam
Limited (JVVNL)
2 Area of Coverage
(Sq. Km)
975 285
3 Population 2,322,575 703,150
4 Nearest Railway
Station
Jaipur Kota
5 Nearest Functional
Airport
Sanganer Airport, Jaipur Sanganer Airport, Jaipur
6 SCADA/DMS
Control Centre
Jaipur Kota
7 Data Recovery (DR)
Centre
Nil Nil
8 Dispatch Training
Simulator (DTS)
Jaipur Nil
9 Head Office 1 No.
10 Zonal office 1No
11 Circle office 1 No. 1 No.
12 Divisional office 7 Nos. 2 Nos.
13 Sub Divisional
office
36 Nos. 11 Nos.
14 Other offices 194 Nos. 55 Nos.
15 No.of substations 109 Nos. 33 Nos.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 167 of 202
Jodhpur Vidyut Vitran Nigam Limited
Name of Project Area
Sl.No General Description Jodhpur Bikaneer
1 Distribution Company
name
Jodhpur Vidyut Vitran
Nigam Limited (JdVVNL)
Jodhpur Vidyut Vitran Nigam
Limited (JdVVNL)
2 Area of Coverage in
Sq. Km
90.84 170.75
3 Population 860,818 545,368
4 Nearest Railway
Station
Jodhpur Bikaner
5 Nearest Functional
Airport
Jodhpur Bikaner, NAL
6 SCADA/DMS Control
Centre
Jodhpur Bikaner
7 Data Recovery (DR)
Centre
Jodhpur Nil
8 Dispatch Training
Simulator (DTS)
Nil Nil
9 Head Office 1 No.
10 Zonal office 1 No 1 No
11 Circle office 1 No. 1 No.
12 Divisional office 3 Nos. 1 No.
13 Sub Divisional office 13 Nos. 8 No.
14 Other offices 96 Nos. 53 No.
15 No.of substations 57 Nos. 40 No.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 168 of 202
Ajmer Vidyut Vitran Nigam Limited, Jodhpur
Name of Project Area
Sl.No General Description Ajmer
1
Distribution Company name
Ajmer Vidyut Vitran Nigam
Limited(AVVNL), Ajmer
2 Area of Coverage in Sq. Km 210
3 Population 490520
4 Nearest Railway Station Ajmer
5 Nearest Functional Airport Jaipur
6 SCADA/DMS Control Centre Ajmer
7 Data Recovery (DR) Centre Nil
8 Dispatch Training Simulator (DTS) Nil
9 Head Office 1 No.
10 Zonal office 1 No
11 Circle office 1 No.
12 Divisional office 2 Nos.
13 Sub Divisional office 7 Nos.
14 Other offices 39 Nos.
15 No.of substations 24 Nos.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 169 of 202
APPENDIX F: RTU LOCATIONS
Appendix F1: List of Sub-Stations (RTU Locations)
1. Town: Jaipur, DISCOM: Jaipur Vidyut Vitran Nigam Limited (JVVNL)
Total Number of substations: 72
Total Number of RTU locations: 72
SL.NO STATION Type
1 OLD JHOTWARA(AMBA BARI) 33/11 kV Existing
2 DURGAPURA 33/11 kV Existing
3 BRAHMPURI S/S 33/11 kV Existing
4 SRIJI KI MORI 33/11 kV Existing
5 CHANDPOLE S/S 33/11 kV Existing
6 NAHRI KA NAKA 33/11 kV Existing
7 SITAPURA 33/11 kV Existing
8 V.NAGAR S/S
(VIDHYADHAR NAGAR)
33/11 kV Existing
9 ADARSH NAGAR S/S 33/11 kV Existing
10 RAMNIWAS BAGH (AJMEER GATE) 33/11 kV Existing
11 NEW JHOTWARA 33/11 kV Existing
12 LALKOTHI 33/11 kV Existing
13 SMS STADIUM 33/11 kV Existing
14 SMS HOSPITAL 33/11 kV Existing
15 AGRA ROAD 33/11 kV Existing
16 RAMGANJ 33/11 kV Existing
17 KHASA KOTHI 33/11 kV Existing
18 JHALANA DUNGRI S/S 33/11 kV Existing
19 RAM MANDIR S/S 33/11 kV Existing
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 170 of 202
20 MALVIYA IND. AREA (MIA) 33/11 kV Existing
21 LAXMAN DOONGRI 33/11 kV Existing
22 VKIA ROAD NO. 14 S/S 33/11 kV Existing
23 VAISHALI 33/11 kV Existing
24 E.S.I. S/S 33/11 kV Existing
25 SHASHTRI NAGAR 33/11 kV Existing
26 MURTIKAR NAGAR 33/11 kV Existing
27 RAMBAGH CIRCLE 33/11 kV Existing
28 22 GODWN 33/11 kV Existing
29 TRIVENI NAGAR S/S 33/11 kV Existing
30 RPA 33/11 kV Existing
31 COLLECTRATE 33/11 kV Existing
32 JAMDOLI S/S
(KESHAV VIDHYAPEETH)
33/11 kV Existing
33 LUNIYAWAS S/S 33/11 kV Existing
34 PRADHAN MARG ( MALVIYA NAGAR) 33/11 kV Existing
35 SADWA 33/11 kV Existing
36 OLD VIDHAN SHABHA 33/11 kV Existing
37 MEERA MARG S/S 33/11 kV Existing
38 SEZ-I RICCO SITAPURA S/S 33/11 kV Existing
39 JAGATPURA NRI 33/11 kV Existing
40 MUHANA MANDI 33/11 kV Existing
41 KAVERI PATH 33/11 kV Existing
42 SANGANER-II 33/11 kV Existing
43 SEZ-II SITAPURA S/S 33/11 kV Existing
44 MARUTI NAGAR S/S 33/11 kV Existing
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 171 of 202
45 ROAD NO. 9F VKIA 33/11 kV Existing
46 ROAD NO. 9A VKIA 33/11 kV Existing
47 KRISHI UPAJ MANDI ( SIKAR ROAD ) 33/11 kV Existing
48 KARDHANI 33/11 kV Existing
49 RIICO MANSAROVER 33/11 kV Existing
50 KUMBHA MARG 33/11 kV Existing
51 PATRAKAR COLONY 33/11 kV Existing
52 LOHA MANDI 33/11 kV Existing
53 SWEWAGE FARM
(RAM NAGAR EXT)
33/11 kV Existing
54 JAWAHAR NAGAR EHV Existing
55 CHAMBAL EHV Existing
56 BHANKROTA EHV Existing
57 MANSORAWAR EHV Existing
58 NPH EHV Existing
59 VKIA EHV Existing
60 SMS STDM EHV Existing
61 KUNDA KI DHANI EHV Existing
62 PURANA GHAT EHV Existing
63 SIRSI EHV Existing
64 SANGANER EHV Existing
65 SITAPURA EHV Existing
66 VAISHALI NAGAR EHV Existing
67 NEW STATIONS-01 33/11 kV New
68 NEW STATIONS-02 33/11 kV New
69 NEW STATIONS-03 33/11 kV New
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 172 of 202
70 NEW STATIONS-04 33/11 kV New
71 NEW STATIONS-05 33/11 kV New
72 NEW STATIONS-06 33/11 kV New
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 173 of 202
Town: Kota, DISCOM: Jaipur Vidyut Vitran Nigam Limited(JVVNL)
Total Number of substations: 29
Total Number of RTU locations: 29
SNO STATION NAME Type
1 RIMDC 33/11kV Existing
2 DADABARI 33/11kV Existing
3 TALWANDI 33/11kV Existing
4 JP MARKET 33/11kV Existing
5 BASANT VIHAR 33/11kV Existing
6 RK PURAM 33/11kV Existing
7 IPIA 33/11kV Existing
8 INDIRA VIHAR 33/11kV Existing
9 MBS 33/11kV Existing
10 VALLABH NAGAR 33/11kV Existing
11 BORKHEDA 33/11kV Existing
12 INDUSTRIAL ESTATE 33/11kV Existing
13 NAYAPURA 33/11kV Existing
14 KUNHADI 33/11kV Existing
15 JUNCTION 33/11kV Existing
16 SAKATPURA 33/11kV Existing
17 NEW SUBSTATION S/S-1 33/11kV New
18 NEW SUBSTATION S/S-2 33/11kV New
19 NEW SUBSTATION S/S-3 33/11kV New
20 NEW SUBSTATION S/S-4 33/11kV New
21 NEW SUBSTATION S/S-5 33/11kV New
22 NEW SUBSTATION S/S-6 33/11kV New
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 174 of 202
23 NEW SUBSTATION S/S-7 33/11kV New
24 NEW SUBSTATION S/S-8 33/11kV New
25 NEW SUBSTATION S/S-9 33/11kV New
26 NEW SUBSTATION S/S-10 33/11kV New
27 NEW SUBSTATION S/S-11 33/11kV New
28 NEW SUBSTATION S/S-12 33/11kV New
29 NEW SUBSTATION S/S-13 33/11kV New
2. Town: Jodhpur, DISCOM: Jodhpur Vidyut Vitran Nigam Limited.
Total Number of substations: 53
Total Number of RTU locations: 53
SNO STATION Type
1 MOTOR MERCHANT 33/11 kV Existing
2 SARDARPURA 33/11 kV Existing
3 UMAID HOSPITAL 33/11 kV Existing
4 M.G.HOSPITAL (MGH) 33/11 kV Existing
5 OLD POWER HOUSE(OPH) 33/11 kV Existing
6 ENGG. COLLEGE 33/11 kV Existing
7 CIRCUIT HOUSES 33/11 kV Existing
8 UMAID HARITAGE 33/11 kV Existing
9 RIKTIYA BHERUJI (RKB) 33/11 kV Existing
10 SOORSAGAR 33/11 kV Existing
11 PRATAP NAGAR 33/11 kV Existing
12 KAYLANA FILTER HOUSE 33/11 kV Existing
13 KAMLA NEHRU NAGAR 33/11 kV Existing
14 CHOPASNI HOUSING BOARD-
33/11 kV Existing
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 175 of 202
I(CHB- 1)
15
CHOPASNI HOUSING BOARD-
II(CHB- 2)
33/11 kV Existing
16 MEDICAL COLLEGE 33/11 kV Existing
17 BARKATULLAH STADIUM(BKT) 33/11 kV Existing
18 BORANADA -I 33/11 kV Existing
19 BORANADA -II 33/11 kV Existing
20 BASNI-I CANAL 33/11 kV Existing
21 BASNI-II PHASE 33/11 kV Existing
22 PAL 33/11 kV Existing
23 SANGARIA 33/11 kV Existing
24 KUDI BHAGTASNI (KBHB) 33/11 kV Existing
25 KATCHERY 33/11 kV Existing
26 FORT 33/11 kV Existing
27 BAGAR 33/11 kV Existing
28 GANESH GARH 33/11 kV Existing
29 NAGAURI GATE 33/11 kV Existing
30 LALSAGAR 33/11 kV Existing
31 MAGRA 33/11 kV Existing
32
NATIONAL LAW
UNIVERSITY(N.L.U)
33/11 kV Existing
33 RIICO 33/11 kV Existing
34 BHADWASIYA 33/11 kV Existing
35 BJS COLONY 33/11 kV Existing
36 GIRDIKOT 33/11 kV Existing
37 MAGJI KI GHATI 33/11 kV Existing
38 MATA KA THAN 33/11 kV Existing
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 176 of 202
39 NEW SUBSTATIONS S/S-01 33/11 kV New
40 NEW SUBSTATIONS S/S-02 33/11 kV New
41 NEW SUBSTATIONS S/S-03 33/11 kV New
42 NEW SUBSTATIONS S/S-04 33/11 kV New
43 NEW SUBSTATIONS S/S-05 33/11 kV New
44 NEW SUBSTATIONS S/S-06 33/11 kV New
45 NEW SUBSTATIONS S/S-07 33/11 kV New
46 NEW SUBSTATIONS S/S-08 33/11 kV New
47 NEW SUBSTATIONS S/S-09 33/11 kV New
48 NEW SUBSTATIONS S/S-10 33/11 kV New
49 NEW SUBSTATIONS S/S-11 33/11 kV New
50 NEW SUBSTATIONS S/S-12 33/11 kV New
51 NEW SUBSTATIONS S/S-13 33/11 kV New
52 NEW SUBSTATIONS S/S-14 33/11 kV New
53 NEW SUBSTATIONS S/S-15 33/11 kV New
3. Town: Bikaner, DISCOM: Jodhpur Vidyut Vitran Nigam Limited
Total Number of substations: 37
Total Number of RTU locations: 37
SNO STATION Type
1 MOHTA SARYA
DSS Existing
2 CHETANAND
DSS Existing
3 PAWAN PURI
DSS Existing
4 PBM HOSPITAL
DSS Existing
5 66KV GSS
DSS Existing
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 177 of 202
6 TILAK NAGAR
DSS Existing
7 SHIV BARI
DSS Existing
8 UDDASAR
DSS Existing
9 RANI BAZAR(I) OLD
DSS Existing
10 RANI BAZAR(II) NEW
DSS Existing
11 JAILWELL
DSS Existing
12 SATTELITE
DSS Existing
13 MAIN S/S
DSS Existing
14 STADIUM
DSS Existing
15 URMUL DAIRY
DSS Existing
16 PUBLIC PARK
DSS Existing
17 131.NO.KOTHI
DSS Existing
18 BEECHWALL
DSS Existing
19 FILTER PLANT
DSS Existing
20 KHARA
DSS Existing
21 GAUSHALA
DSS Existing
22 M.P.NAGAR
DSS Existing
23 PUGAL ROAD 132KV GSS
DSS Existing
24 BHINASAR
DSS Existing
25 VYAPAR NAGAR
DSS Existing
26 KARNI INDUSTRIAL AREA
DSS Existing
27 SAGAR S/S
DSS Existing
29 JOHR-BEED
DSS Proposed
30 MURALIDHER VYAS COLONY
DSS Proposed
31 BIKANER UNIVERSITY
DSS Proposed
32 SONAGIREI
DSS Proposed
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 178 of 202
33 PATEL NAGAR
DSS Proposed
34 FCI GODWON
DSS Proposed
35 RAMPURA BASTI
DSS Proposed
36 GOGA GATE
DSS Proposed
37 RAMPURIA
DSS Proposed
4. Town: Ajmer, DISCOM: Ajmer Vidyut Vitran Nigam Limited (AVVNL)
Total Number of substations: 21
Total Number of RTU locations: 21
SNO STATION Type
1 CHANDRAVARDAI NAGAR Existing
2 HAJARIBAG SUSTATION Existing
3 HMT SUSTATION Existing
4 JLN_SLD Existing
5 LONGIYA Existing
6 MAKHUPURA Existing
7 MAYO COLLEGE Existing
8 PANCHSHEEL Existing
9 PARVAT PURA Existing
10 POWER HOUSE HATI BHATA Existing
11 REGIONAL COLLEGE Existing
12 SHASHTRI NAGAR Existing
13 VAISHALI NAGAR Existing
14 SUBHASH NAGAR New
15 MADAR New
16 BADLIYA New
17 JAIPUR ROAD New
18 CRPF GC-2 New
19 PADAO New
20 DHOLA BHATA New
21 KUNDAN NAGAR New
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 179 of 202
Appendix F2: List of Sectionalizers and RMU Locations (FRTU Locations)
DISCOM S.No
Project
Area/Town Asset Name Existing Proposed Total
JVVNL
1 Jaipur
RMU 1500 1500
Sectionalizers 200 200
Total Nos. of FRTU Locations 1700
2 Kota
RMU 300 300
Sectionalizers 300 300
Total Nos. of FRTU Locations 600
JdVVNL
3 Jodhpur
RMU 148 148
Sectionalizers 735 735
Total Nos. of FRTU Locations 883
4 Bikaner
RMU 116 116
Sectionalizers 513 513
Total Nos. of FRTU Locations 629
AVVNL 5 Ajmer
RMU 118 118
Sectionalizers 403 403
Total Nos. of FRTU Locations 521
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 180 of 202
Appendix F3: List of FPI Locations
DISCOM SL.No
Project
Area/Town Asset Name Existing Proposed Total
JVVNL 1 Jaipur
FPI
1800 1800
2 Kota 1800 1800
JdVVNL 3 Jodhpur
FPI 1953 1953
4 Bikaner 1173 1173
AVVNL 5 Ajmer FPI 1021 1021
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Page 181 of 202
Jaipur Vidyut Vitran Nigam Ltd, Jaipur
APPENDIX G: REVIEW OF CURRENT IT SYSTEMS
Utility has reviewed its current IT infrastructure under R-APDRP and the SCADA system in order to provide complete picture of existing system in
Rajasthan to the bidders. Following sections provide detail of applications, hardware & network available in the Utility.
Utility shall provide configuration diagram of the existing system as mentioned below:
Existing solutions
Rajasthan Distribution utilities have implemented Information Technology (IT) systems for computerization of various business processes. These are:
Table 5 (a): Details of existing SCADA/DMS Applications to be Upgraded or Integrated with new System
Application Name & functional
description
Stand-
alone
/Integrated
Application
Other
applications
integrated
with?
Future
Plans
(Phase
out or
continue)
Supplier
name,
release
Make/
Version
Number of
Licenses Platform OS Database Protocol
A B C D F F G H I J J
OSI, Monarch SCADA/DMS
package
With following functions
1. SCADA Functions
2. DMS
3. (Network
Connectivity, load
flow, state estimator,
VVRC, Load shed,
LMFR
Load balancing,
Operation monitor,
Stand alone None Continue NELCO
Ltd
OSI
Monarch,16.1
Confined to
no.of
substations
and
DT(Presently
33 Nos of
stations and
4066 Nos.
DT)
OSI suit Windows Oracle
DNP 3.0
protocol is
used for
data
acquisition
from sub
stations
and DT
meters
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 182 of 202
Load forecasting)
4. Historian
Table 6 (b): Details of existing SCADA/DMS Hardware to be Upgraded or Integrated with new System
Name of
Hardware
Stand-alone
/Integrated
Application
Other applications
integrated with?
Future Plans
(Phase out or
continue)
Supplier
name,
release
Make/
Version Platform OS Database Protocol
A B C D F F H I J J
RTUs & I/O
Modules
Stand alone None Continue NELCO Ltd. Dong fang,
DF 1331
Embedded
realtime
platform
PSOS None DNP 3.0
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 183 of 202
Table 7 (c): Details of IT system under R-APDRP to be Integrated with new System
Name of
Application
Stand-alone
/Integrated
Application
Other
applications
integrated with?
Future Plans
(Phase out or
continue)
Supplier
name,
release
Make/
Version Platform OS Database Protocol
A B C D F F H I J J
Meter Data
Acquisition
Integrated
All applications
are integrated
and operated
Continue HCL Ltd.
System
under
development
hence the
details shall
be furnished
during
detailed
engineering
Windows
Windows
2008 Ent.
Server,
Windows
vista,
Windows
2008 Std.
Server
MS SQL
2008
Not
Applicable
Energy Audit
New
Connection
Disconnection
& Dismantling
GIS based
customer
Indexing and
asset mapping
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 184 of 202
Name of
Application
Stand-alone
/Integrated
Application
Other
applications
integrated with?
Future Plans
(Phase out or
continue)
Supplier
name,
release
Make/
Version Platform OS Database Protocol
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
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 185 of 202
Name of
Application
Stand-alone
/Integrated
Application
Other
applications
integrated with?
Future Plans
(Phase out or
continue)
Supplier
name,
release
Make/
Version Platform OS Database Protocol
Development
of Commercial
Database of
Consumers
Metering
Billing
Collections
Asset
Management
Maintenance
Management
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 186 of 202
Table 8 (d): Details of SLDC system to be Integrated with new System
Name of
Application
Stand-alone
/Integrated
Application
Other
applications
integrated with?
Future Plans
(Phase out or
continue)
Supplier
name,
release
Make/ Version Platform OS Database
A B C D F F H I J
ICCP
Application Stand-alone
Data sharing with
SSLDCs, RLDC Continue
AREVA
T&D Ltd.
Open Access
Gateway(OAG)
Open
VMS 7.1
Open
VMS
7.1
Habitat 4.0
Router Detail NA NA Continuing AREVA
T&D Ltd. NA NA NA NA
Table 9 (e): Details of existing communication infrastructure in the project area
Name of Application
Bandwidth Availability Name of Service Provider
A B C
MPLS
5 Mbps between DC & DR.
2 mbps for Divisions, subdivisions
and customer care for all DISCOM
Reliance communications
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 187 of 202
Name of Application
Bandwidth Availability Name of Service Provider
MLLN -
GPRS -
Reliance communications
CDMA -
Others -
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Page 188 of 202
Jaipur Vidyut Vitran Nigam Ltd, Jaipur
APPENDIX H: LIST OF MANUALS/BUSINESS PROCESSES
PERTAINING TO MONITORING AND CONTROL OF DISTRIBUTION
NETWORK BE CONVERTED (DATA-ENTRY) INTO ELECTRONIC FORM
1. Operation and Maintenance Manual for Substation equipment and EHV transmission and
33/11 kV distribution lines.
2. Log books and reports.
The above list incomplete and actual documents to be converted shall be provided to the SIA
during the detailed engineering of the project.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 189 of 202
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 utility is shown below. Currently the complete system is operated manually.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 190 of 202
APPENDIX J – ESTIMATED MANPOWER REQUIREMENT
Following is the list of minimum number of resources required to be deployed by the bidder under
various roles in each town. Total manpower deployed for the 5 towns shall be 5 times the resource
count given in the table for each category:
Dedicated Resources Shared Resources
Number Man months Number Man months
SCADA/DMS Software 2 29 1 3
SCADA/DMS
Hardware 1 8 1 3
RTU/FRTUs 2 30 2 20
Power Supply 1 10
Communication 2 29 1 8
Project Management 1 18
Facility Management
Services 3 180
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 191 of 202
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 utility.
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 L2/L3/L4
activities in the chart. The chart shall also detail out time and resource effort required to execute each activity. The detailed gantt 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.
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 192 of 202
Project schedule for Jaipur town
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 Utility
Development
4 Factory Acceptance Test (FAT)
SCADA/DMS Control Center
RTU
FRTU
FPI Modem
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 193 of 202
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
FRTU
FPI Modem
Installation approval by Utility
7 Integration
Existing SCADA
IT System
SLDC
DR Center
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 194 of 202
DTS with All the 5 CC
8 Site Acceptance Test
RTU/FRTU/FPI Communications
Successful completion of end to end tests
SCADA Functions
Successful completion of Field
performance tests
DMS Functions
Integration Functions
Integration test approval by Utility
Remote Operator workstations
DTS
Operational acceptance by Utility
9 Training
Operator trainings
Maintenance trainings
Development trainings
Training manuals
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 195 of 202
Expected Implementation Schedule-Jodhpur
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 Utility
Development
4 Factory Acceptance Test (FAT)
SCADA/DMS Control Center
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 196 of 202
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
FRTU
FPI Modem
Installation approval by Utility
7 Integration
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 197 of 202
IT System
DR Center
8 Site Acceptance Test
RTU/FRTU/FPI Communications
Successful completion of end to end tests
SCADA Functions
Successful completion of Field performance tests
DMS Functions
Integration Functions
Integration test approval by Utility
Remote Operator workstations
Operational acceptance by Utility
9 Training
Operator trainings
Maintenance trainings
Development trainings
Training manuals
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 198 of 202
Expected Implementation Schedule-Ajmer,Bikaner,Kota
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 Utility
Development
4 Factory Acceptance Test (FAT)
SCADA/DMS Control Center
RTU
FRTU
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 199 of 202
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
FRTU
FPI Modem
Installation approval by Utility
7 Integration
IT System
DR Center
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 200 of 202
8 Site Acceptance Test
RTU/FRTU/FPI Communications
Successful completion of end to end tests
SCADA Functions
Successful completion of Field performance tests
DMS Functions
Integration Functions
Integration test approval by Utility
Remote Operator workstations
Operational acceptance by Utility
9 Training
Operator trainings
Maintenance trainings
Development trainings
Training manuals
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 201 of 202
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
ITIA IT Implementation Agency
LAN Local Area Network
LDAP Lightweight Directory Access Protocol
LoI Letter of Intend
LP Lowest Prize
LT Low Tension
Bid Document for Appointment of SCADA/DMS Implementation Agency by Rajasthan DISCOMs
Jaipur Vidyut Vitran Nigam Ltd, Jaipur Page 202 of 202
Abbreviation Meaning
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