1
Western Electricity Supply Company of Orissa Limited
*****************************************
TENDER SPECIFICATION FOR PROCUREMENT
OF THREE PHASE METER
(FOR CAPEX PROGRAMME)
TENDER NOTICE No. CSO / CAPEX -WESCO / THREE PHASE METER/ 20
Date: 23.04.2012
1. DATE OF OPENING OF TENDER: 18.05.2012
2. TIME: 3.00 PM
3. PLACE: Registered Office of NESCO, WESCO & SOUTHCO,
N 1/22, IRC Village, Nayapalli, Bhubaneswar – 751015
2
Western Electricity Supply Company of Orissa Ltd. (WESCO)
Registered Office:
N 1/22, IRC Village, Nayapalli, Bhubaneswar – 751015
Ph. No. 0674-2558737, Fax: 0674-2558343
************************************************************************ TENDER NOTICE NO: CSO/CAPEX-WESCO / THREE PHASE METER /20 Date: 23.04.2012
Material Name: HT TV & WHOLE CURRENT THREE PHASE METER
CONTENTS SECTION
NO. DESCRIPTION
PAGE
NO. TENDER NOTICE 4
SECTION - I INVITATION FOR BIDS (IFB) 5-9
SECTION - II INSTRUCTION TO BIDDERS (ITB) 10-19
SECTION - III GENERAL TERMS & CONDITIONS OF CONTRACT (GTCC) 20-28
SECTION - IV TECHNICAL SPECIFICATION 29
TECHNICAL SPECIFICATION OF HTTV METER (CATEGORY-A) 30-43
TECHNICAL SPECIFICATION OF HTTV METER (CATEGORY-B) 44-56
TECHNICAL SPECIFICATION OF WHOLE CURRENT METER (CATEGORY C) 57-78
TECHNICAL SPECIFICATION FOR TAMPER PROOF BOX 79
TECHNICAL SPECIFICATION FOR HTTV METER BOX 80-81
TECHNICAL SPECIFICATION FOR WHOLE CURRENT METER BOX 82-83
SECTION - V LIST OF ANNEXURES (SCHEDULES & FORMATS) 84
ANNEXURE-I:ABSTRACT OF GTCC 85
ANNEXURE-II:DECLARATION FORM 86
ANNEXURE-III:PBG FORMAT 87-88
ANNEXURE-IV (A): GUARANTEED TECHNICAL PARTICULARS FOR HTTV METER
(CATEGORY-A) 89-91
ANNEXURE-IV (B): GUARANTEED TECHNICAL PARTICULARS FOR HTTV METER
(CATEGORY-B) 92-95
ANNEXURE-IV (C): GUARANTEED TECHNICAL PARTICULARS FOR WHOLE
CURRENT METER (CATEGORY C) 96-99
ANNEXURE-IV (D): GUARANTEED TECHNICAL PARTICULARS OF HTTV METER BOX 100-102
ANNEXURE-IV (E): GUARANTEED TECHNICAL PARTICULARS OF WHOLE CURRENT
METER BOX 103
ANNEXURE-V: PRICE SCHEDULE, WESCO 104
ANNEXURE-VI (A): TECHNICAL DEVIATION SHEET 105
ANNEXURE-VI (B): COMMERCIAL DEVIATION SHEET 106
ANNEXURE – VII : CONSORTIUM AGREEMENT 107-110
ANNEXURE – VIII : POWER OF ATTORNY CONSORTIUM 111-112
3
ANNEXURE – IX : SELF DECLARATION FORM 113
ANNEXURE – X (A) : B.G. FOR EMD 114-115
ANNEXURE – X (B) : EXTENSION OF B.G. 116
ANNEXURE-XI : FORMAT FOR PAST SUPPLY 117
4
Western Electricity Supply Company of Orissa Ltd. (WESCO)
Registered Office:
N 1/22, IRC Village, Nayapalli, Bhubaneswar – 751015
Ph. No. 0674-2558737, Fax: 0674-2558343
********************************************************************************************************** TENDER NOTICE
Tender Notice No. CSO/CAPEX- WESCO/ Three Phase Meter / 20 Date: 23.04.2012
For and on behalf of the Western Electricity Supply Company of Orissa Ltd. (WESCO), the undersigned invites sealed tenders in duplicate on two part bidding system from the eligible bidders, who comply to the terms and conditions for the supply of following materials superscribing the Tender Specification No., Name of the material & date of opening (as mentioned in the notice). The tender papers can be had from the undersigned at the above address on payment of the cost of Tender Paper indicated below in shape of Account Payee Bank Draft drawn on any Scheduled bank in favour of the Western Electricity Supply Company of Orissa Ltd. payable at Bhubaneswar. The cost of tender paper is non-refundable. SCHEDULE OF MATERIALS TENDERED:
Sl. No.
Description of Material Unit Qty. EMD
(Rs. in lakhs) Cost of Tender
Paper (Rs.)
1 HTTV Meter Category ‘A’ No. 383 0.50 15000/- + 5 % VAT =
Rs. 15,750/- 2 HTTV Meter Category ‘B’ No. 49 0.06
3 Whole Current Meter Category ‘C’ No. 7800 2.96
TIME SCHEDULES:-
1 Last Date & Time for selling of tender papers 17.05.2012 up to 5.00 PM
2 Last Date & Time for submission of Tender 18.05.2012 up to 2.00 PM
3 Date & Time for Opening of Tender 18.05.2012 at 3.00 PM
The intending bidders can also download the tender document from our website www.wescoodisha.com.
However the bidder has to furnish an Account Payee Bank Draft drawn on any Scheduled Bank in
favour of the Western Electricity Supply Company of Orissa Ltd. payable at Bhubaneswar for the cost of
the Tender Paper indicated above, along with his bid, failing of which the bid will be rejected outright.
However, Cost of Tender shall be fully exempt for the local SSI Units located in the State of
Odisha having valid registration in D.I.C/NSIC on the date of submission of the tender. It is also
applicable for Consortium of SSI Units. In the event of any specified date for the sale, submission or
opening of bids being declared as holiday for WESCO, the bids will be sold / received / opened up at the
appointed time on the next working day. WESCO also reserves the right to accept or reject any or all
tenders without assigning any reason thereof, if the situation so warrants.
For detail Tender Specification & Terms and Conditions, please visit our website www.wescoodisha.com
(sd/-)
5
SECTION – I
INVITATION FOR BIDS (IFB)
6
Western Electricity Supply Company of Orissa Ltd. (WESCO) Registered Office:
N 1/22, IRC Village, Nayapalli, Bhubaneswar – 751015
Ph. No. 0674-2558737, Fax: 0674-2558343
**********************************************************************************************************
INVITATION FOR BIDS (IFB)
FOR SUPPLY OF THREE PHASE METER
(COMPETITIVE BIDDING)
TENDER NOTICE NO: CSO/CAPEX -WESCO / Three Phase Meter/20 Date: 23.04.2012
SECTION –I
1.0 For and on behalf of the WESCO, the undersigned invites bids under two part bidding system
in sealed cover in duplicate duly superscribed with tender Notice no. CSO/CAPEX - WESCO/ Three Phase Meter /20 Dt. 23.04.2012 and date of opening from the reputed manufacturers
only for design, manufacture, supply, type testing, inspection, loading at factory,
transportation to & unloading at site / stores including guaranteed obligation for supply
of Three Phase Meters.
2.0 Submission of the Bids:
2.1 The Bidders are required to submit a detailed and comprehensive bid, consisting of Technical
and Commercial Proposal and conditions / schedule of non-compliance, if any. The
submission of the Bids shall be in the manner specified in the instruction to Bidders. The due
date of submission shall be 18.05.2012 up to 2.00 PM.
3.0 WESCO will not be responsible for any costs or expenses incurred by bidders in connection
with the preparation and delivery of bids.
3.1 WESCO reserves the right to cancel, postpone, withdraw the invitation for Bids without
assigning any reason thereof and shall bear no liability whatsoever consequent upon such a
decision if the situation so warrants.
4.0 E.M.D & TIME SCHEDULES:
Description Date
Last date for sale of tender papers 17.05.2012 up to 5.00 PM
Pre-Bid meeting / issue of
clarification raised during pre-bid
meeting 07.05.2012 at 11.00 AM
Submission of Tenders 18.05.2012 up to 2.00 PM
Opening of Tenders 18.05.2012 at 3.00 PM
Completion of the delivery Within 180 days from the date of issue of Purchase Order as per
delivery schedule.
Cost of Tender Paper
(Non-Refundable)
Rs. 15,750.00 (Rupees Fifteen Thousand Seven Hundred Fifty
only) in shape of Cash/ Account Payee demand draft issued in
favour of the Western Electricity Supply Company of Orissa
Ltd. payable at Bhubaneswar only.
NB: Cost of Tender shall be fully exempt for the local SSI
Units located in the State of Odisha having valid registration
7
in D.I.C/NSIC on the date of submission of the tender. It is
also applicable for Consortium of SSI Units.
Amount of E.M.D payable
In shape of account payee demand draft / Bank Guarantee in
favour of the “Western Electricity Supply Company of Orissa
Ltd.”. For details, please refer clause no. 9.2 of ITB
NOTE: Local SSI Units located in the state of Odisha having
valid registration in D.I.C/NSIC on the date of submission
the tender shall be allowed to deposit 25% of the EMD
amount as prescribed above. It is also applicable for
Consortium of SSI Units.
NB: Bidders are free to quote for three or multiple items. But EMD is to be furnished for each
item separately.
Sl. No.
Description of Material Unit Qty. EMD
(Rs. in lakhs)
Cost of Tender Paper (Rs.)
1 HTTV Meter Category ‘A’ No. 383 0.50 15000/- + 5 % VAT =
Rs. 15,750/- 2 HTTV Meter Category ‘B’ No. 49 0.06
3 Whole Current Meter Category ‘C’ No. 7800 2.96
5.0 SCHEDULE OF REQUIREMENTS & DELIVERY:
Name of Material Total
Quantity in Nos.
Delivery quantity from the date of placement of the Order
Within 60 days
(Consignment-I)
(20%)
Within 120 days
(Consignment-II)
(35%)
Within 180 days
(Consignment-III)
(45%)
HTTV Meter Category ‘A’ 383 77 134 172
HTTV Meter Category ‘B’ 49 10 17 22
Whole Current Meter Category ‘C’
7800 1560 2730 3510
Note: WESCO may re-schedule the due date of delivery as per their requirement.
6.0 QUALIFICATION OF BIDDERS:
6.1 Criteria for qualification :
6.1.1. Technical:
a) The bidder should be a manufacturer of Three Phase Meters for which he submits his offer.
b) The bidder has to quote at least 50% of the tendered total quantity (any one item or both
under clause 5.0) of the material covered under this notification. The bidder should have
supplied Three Phase Meters minimum 50% of the quoted/offered quantity during any one
of the financial year out of the immediate past three financial years. Bidders shall submit self
attested copies of P.O.‟s (all pages) executed successfully for the relevant years and abstract
thereof in the enclosed format Annexure-XI to prove the quantity as supplied.
c) The bid shall be accompanied by user‟s certificate from any Distribution Utility/ Reputed
Private Organization/ State Govt. / Central Govt. or their undertaking(s) in support of
satisfactory performance of their above materials supplied earlier to them.
8
d) The offered materials should have been type-tested at CPRI/ NABL accredited laboratory.
The bid shall accompanying with type-test reports conducted at Central Power Research
Institute / NABL accredited laboratory for the offered materials conducted within Five years
before the date of opening of the tender. Bid not accompanied with type test reports
conducted within five years & the drawings of the offered Materials duly approved by
the Type Testing Agency shall not be considered for evaluation.
e) The bidders who have earlier failed to execute the Purchase Order(s) of WESCO and or
blacklisted by the WESCO /any of the distribution Utility shall not be eligible to participate
in this tender.
f) WESCO reserves the right to waive minor deviation, if they do not materially affect the
capacity of the bidder to perform the contract.
6.1.2
Financial:
The minimum average annual turnover of the intending bidder should not be less than two
times of the estimated cost of the quantity offered by the bidder during best three financial
years out of immediate past 5 financial years.
Sl.
No. Description of Materials
Minimum Qualifying requirement for
100% Tender quantity (Rs. in Cr.)
1 HTTV Meter Category ‘A’ 1.00
2 HTTV Meter Category ‘B’ 0.12
3 Whole Current Meter Category ‘C’ 5.92
NB: Bidders offering multiple items must meet the sum of minimum turn over
requirements of above items as indicated above. Accordingly bidders must furnish self
attested audited Annual Accounts of past 3 best financial year/5 years to establish their
Turnover requirement.
6.1.3 Participation of SSI Units by forming a CONSORTIUM:
Two or more SSI Units having been manufacturer of tender items as per this tender
specification, may form a Consortium among themselves and apply against this
specification, provided they fulfill the following eligible criteria;
a) They should have legally valid consortium agreement as per the prescribed
format for the purpose of participation in the bidding process. The total no of a
consortium shall be limited to four members.
b) All members of the Consortium should be the eligible manufacturer(s) of the
materials / equipments tendered.
c) Each member should have valid statutory license to use ISI Mark & Type tested
report from NABL accredited laboratory conducted within last five years for the
tendered materials/equipments as applicable for the tender.
d) Consortium as a whole shall meet the qualifying norms specified in the tender,
they participate.
e) The lead member of the Consortium should meet at least 50% of the qualifying
norms in respect of the supply experience.
f) Besides the lead member, other member (s) of the Consortium should meet at
least 15% of the qualifying norms in respect of the supply experience.
9
g) All the Consortium member(s) shall authorize the lead partner by submitting a
power of Attorney as per the prescribed format duly signed by the authorized
signatories. The lead partner shall be authorized to receive instructions for and
on behalf of all partners of the Consortium and entire execution of the contract.
h) The Consortium and its members shall be jointly and severally responsible and
be held liable for the purpose of guaranteed obligation and any other matter as
required under the contract.
i) Any member of the Consortium member(s) shall not be eligible either in an
individual capacity or part of any other consortium to participate in the tender,
where the said consortium participates.
j) Separate Purchase Orders will be placed to each members of the Consortium
considering their offer quantity and ability to supply.
k) The prescribed formats for Consortium Agreement (Annexure – VII) and Power
of Attorney (Annexure – VIII) are provided in the tender specification as
enclosures.
6.1.4.
Documentation :
6.1.4.1. Bidder shall furnish self attested copies of original documents defining the constitution or
legal status, place of registration and principal place of business namely of Memorandum
and Article of Association.
6.1.4.2. Self Attested Power of attorney / Board Resolution of the authorized signatory of the bid.
6.1.4.3. Bidders shall submit self attested copy of their audited financial reports for best three
financial years out of last five years. In case the Bidder is in existence for less than 5 years
the audited financial report/s from the date of its incorporation should be furnished.
6.1.4.4 Self attested copies of Purchase order (all pages) successfully executed, Users Performance
Certificate, type Test Report if any.
7.0
All correspondence with regard to the above shall be made to the following address:
CAPEX CELL
Registered Office: NESCO, WESCO & SOUTHCO
N 1/22, IRC Village, Nayapalli, Bhubaneswar – 751015
Ph. No. 0674-2558737, Fax: 0674-2558343
Email: [email protected]
10
SECTION –II
INSTRUCTION TO BIDDERS (ITB)
11
SECTION –II
INSTRUCTION TO BIDDERS (ITB)
1. SOURCE OF FUNDS:
1.1 WESCO hereinafter referred to as the “Purchaser” is desirous of procurement of materials for
strengthening and improvement of distribution network under WESCO from the funds available
under Capex Programme of Govt. of Odisha.
2. SCOPE OF WORK:
2.1 The scope of work in brief shall include design, manufacture, type testing, inspection, supply,
loading at factory, transportation to site / stores, unloading at site/stores including guaranteed
obligation of complete supply of materials in conformity to the technical specification enclosed
herewith in Section – IV.
3. DISCLAIMER:
3.1 This Document includes statements, which reflect various assumptions, which may or may not be
correct. Each Bidder should conduct its own estimation and analysis and should check the
accuracy, reliability and completeness of the information in this Document and obtain independent
advice from appropriate sources in their own interest.
3.2 Neither Purchaser nor its employees will have any liability whatsoever to any Bidder or any other
person under the law or contract, the principles of restitution or unjust enrichment or otherwise for
any loss, expense or damage whatsoever which may arise from or be incurred or suffered in
connection with anything contained in this Document, any matter deemed to form part of this
Document, provision of Services and any other information supplied by or on behalf of Purchaser
or its employees, or otherwise arising in any way from the selection process for the Supply /
provision of Services for the Project.
3.3 Though adequate care has been taken while issuing the Bid document, the Bidder should satisfy
him that documents are complete in all respects. Intimation of any discrepancy/ doubt shall be sent
to the Purchaser address for speedy response.
3.4 This document and the information contained herein are Strictly Confidential and are for use of
only the person (s) to whom it is issued/ downloaded from the website. It may not be copied or
distributed by the recipient to third parties (other than in confidence to the recipient‟s professional
advisors).
4 COST OF BIDDING:
4.1 The Bidder shall bear all costs associated with the preparation and submission of its Bid and
Purchaser will in no case be responsible or liable for those costs.
5. BIDDING DOCUMENTS:
5.1 The Scope of Work, Bidding Procedures and Contract Terms are described in the Bidding
Documents. In addition to the covering Letter accompanying Bidding Documents, the Bidding
documents include:
(a) Invitation of Bids (IFB) - Section –I
(b) Instruction to Bidders (ITB) - Section –II
(c) General Terms and Conditions of Contract (GTCC) - Section –III
(d) Technical Specification - Section –IV
(e) List of Annexures - Section –V
12
5.2
The Bidder is expected to examine the Bidding Documents, including all Instructions, Forms,
Terms and Specifications. Failure to furnish all information required in the Bidding documents or
submission of a Bid not substantially responsive to the Bidding Documents in every respect will /
may result in the rejection of the Bid.
6. AMENDMENT OF BIDDING DOCUMENTS:
6.1 At any time prior to the deadline for submission of Bids, the Purchaser may, for any reason,
whether at its own initiative or in response to a clarification requested by a prospective Bidder,
modify the Bidding Documents by way of issuing an addendum.
6.2 The Amendment/ Addendum shall be part of the Bidding Documents, pursuant to Clause 6.1, and it
will be binding on the bidders.
6.3 In order to afford prospective Bidders reasonable time in which to take the amendment into account
in preparing of their Bids, the Purchaser may, at its discretion, extend the deadline for the
submission of Bids.
7. LANGUAGE OF BID:
The Bid, prepared by the Bidder, and all correspondence and documents relating to the Bid
exchanged by the Bidder and the Purchaser, shall be written in the English Language. Any printed
literature furnished by the Bidder may be written in another Language, provided that the literature
is accompanied by an English translation, in which case, for purposes of interpretation of the Bid,
the English translation shall govern.
8. DOCUMENTS COMPRISING THE BID:
8.1 The Bid prepared and submitted by the Bidder shall comprise of two parts i.e. Part-I
(Techno-Commercial Bid), & Part-II (Price Bid).
(A) The Part-I (Techno-Commercial Bid) must contain the following documents:
(a) Bid Document signed by the bidder in every page, all other Schedules / Formats enclosed in
the Bid-Document (i.e. Annexure-I, II, IV, V, VI (A), VI (B), VII, VIII, IX, X & XI ) duly
filled in & signed by the bidder with seal in a separate envelop superscribed as Techno
Commercial Bid. Bids containing information in formats other than our prescribed
formats shall not be acceptable and may make the bid non-responsive. Bidders must
enclose un-priced bid stating the quantity quoted with their offer.
(b) Requisite Earnest Money Deposit (E.M.D) as per clause No. 4 of Section –I, IFB in a separate
envelop superscribed as “EMD” failing which the bid may be treated non-responsive.
(c) Following Documentary evidence establishing in accordance with Clause-29, ITB, that the
Bidder is qualified to perform the Contract if the Bid is accepted;
(i) Self attested copies of Purchase Orders (all pages) executed in last 3 Years.
(ii) Self attested copies of Performance Certificates / Successful contract completion
Certificates from the buyers from Electricity Distribution Utilities / Government
Organizations.
(iii) Self Attested Copies of Type Test Reports from CPRI or NABL Accredited Testing
Laboratory for the offered equipments along with the copies of drawings duly
approved by the Type Testing Agency for the tests conducted not before 5 years from
the date of opening of Bids.
(iv) Self Attested copies of Profit & Loss Accounts & Audited Balance sheet indicating
Turnover for best 3 financial years out of last 5 financial years.
13
(d) Self Attested copy of Power of Attorney / Board resolution indicating that the person(s)
signing the Bid have the authority to sign the Bid and as such the Bid is binding upon the
Bidder during the full period of its validity, in accordance with clause 14.
(e) Requisite Cost of Tender Document as per clause 4 of Section –I, IFB in shape of account
payee Bank draft from a Scheduled Bank in favour of “The Western Electricity Supply
Company of Orissa Ltd.” Payable at Bhubaneswar is to be enclosed along with the Bid, if the
document is downloaded from our web-site.
Or else, the Original Copy of Money Receipt for the payment made towards the cost of
Tender Document is to be enclosed along with Bid, if the document is directly purchased
from our Cash Counter at our Regd. Office.
(B) Part-II (Price Bid) :
The Price Bid shall contain the price schedules as per the prescribed format enclosed as
(Annexure-V) duly filled in & signed by the bidder with seal.
(This shall be submitted in a double sealed envelope separately duly superscribed as
“Price Bid”)
9. SUBMISSION OF BID :
9.1 The Bidder shall complete and submit the Bid Document in duplicate enclosing all documents at
clause “8” above in two sealed envelopes for Original & Duplicate separately, superscribing the
Tender Notice No. CSO/CAPEX -WESCO/ Three Phase Meters /20 Date 23.04.2012, Date of
Opening 18.05.2012 & Description of Material.
9.2
9.2.1
E.M.D:
The bidder shall submit E.M.D as a part of the bid in the prescribed manner for the amount
mentioned in Clause No.4 of Section –I.
9.2.2 The E.M.D is required to protect the Purchaser against the risk of bidder‟s conduct, which would
warrant the security‟s forfeiture.
9.2.3 The E.M.D shall be in the following form:
A/C payee demand draft in favour of “Western Electricity Supply Company of Orissa Ltd.”
issued by a Scheduled bank payable at Bhubaneswar.
OR
Bank Guarantee in favour of “Western Electricity Supply Company of Orissa Ltd.” issued by
a Scheduled bank encashable at local branch at Bhubaneswar only. The BG shall be strictly
as per the format enclosed at Section – V, Annexure – X and should be valid for minimum
210 days from the date of opening of Technical bid.
NB: In case of any deficiency such as the ownership of the security bond (other than the
issuing bank), deviation from the approved format, absence of signature of witness etc. found
in the EMD Bank Guarantee, the same shall be liable for rejection upfront. The bidder will
not be given any chance to rectify the same.
9.2.4 Unsuccessful bidder‟s E.M.D shall be refunded back as promptly as possible, but not later than
thirty (30) days after the expiry of the period of bid validity. The successful bidder‟s E.M.D shall
be discharged upon furnishing of the performance security.
14
9.2.5 The E.M.D may be forfeited due to following reasons:
1) If the bidder withdraws bid during the period of bid validity specified by the bidder in the bid
form.
2) In case the successful bidder fails to sign the contract in specified time and / or fails to submit
the requisite performance Bank guarantee.
3) In case the seller fails to supply the materials / equipment during the contractual delivery
period.
10. BID PRICE:
10.1 Bidders have to quote for the entire quantity of materials/equipment covered under this
specification strictly as per the enclosed format in Section –V. The total Bid Price shall also cover
all the Supplier‟s obligations mentioned in or reasonably to be inferred from the Bidding
Documents in respect of Design, Supply, testing, inspection, Transportation to site/stores, all in
accordance with the requirement of Tender Documents. The Bidder shall complete the
appropriate Price Schedules enclosed herein at Annexure – V, stating the Unit Price for each
item, all other livable taxes & duties, freight & insurance separately and thereby arriving at
the total amount.
10.2 In case there is any increase in the number of units as compared to those mentioned in the IFB, the
Contract Price shall be subject to increase proportionately on pro-rata basis.
10.3 The Price offered shall be inclusive of all costs as well as Duties, Taxes and Levies paid or payable
during implementation of the contract. If the Bidder is exempted from Excise duties, m Concession
in the Sales tax, levy of entry tax, same should be clearly mentioned supported with documentary
evidence.
10.4 Prices quoted by the Bidder shall be “Firm” and not subject to any price adjustment during the
performance of the Contract. A Bid submitted with variable Price or an adjustable price clause
shall be treated as non-responsive and rejected out rightly.
11. CONTRACT PRICE:
11.1 The Ex-Works Prices quoted for the Contract shall remain FIRM as per the above Parameters and
Purchaser shall not compensate Bidder for any variations. However any variation in the taxes &
duties within the schedule date of delivery shall be borne by the Purchaser, else the same shall be
borne by the bidder.
11.2 In case the Purchaser, revise the scope of woks, bidders shall be compensated based on the Unit
Rate (Ex-Works) agreed upon before Order placement or as per mutually acceptable rates.
12. BID CURRENCIES:
12.1 Prices shall be quoted in Indian Rupees Only.
13. DOCUMENTS ESTABLISHING CONFORMITY TO THE BIDDING DOCUMENTS:
13.1 The bidder shall confirm by documentary evidence of the Good‟s conformity to the Bidding
Documents by submitting materials/equipment data sheets.
14. PERIOD OF VALIDITY OF BIDS:
14.1 Bids shall remain valid for 180 days from the date of opening of commercial Bids.
14.2 Notwithstanding Clause 14.1 above, the Purchaser may solicit the Bidder‟s consent to an
extension of the Period of Bid Validity. The request and the responses thereto shall be made in
writing or by Fax.
15
15. ALTERNATIVE BIDS:
Bidders shall submit Bids, which comply with the Tender Documents. Alternative bids shall not
be considered for evaluation.
16.
FORMAT AND SIGNING OF BID:
16.1 The original Bid Form and accompanying documents (as specified in Clause 9 ), clearly marked
“Original Bid”, plus one copy of the Techno-Commercial Proposal must be received by the
Purchaser at the date, time and place specified pursuant to Clauses 17 and 18.
The Price Bid in Original should be submitted in a separate sealed envelope marked as “Price
Bid”.
In the event of any discrepancy between the original and the copies, the original shall govern.
16.2 The original and the duplicate copy of the Bid shall be typed or written legibly and shall be signed
by the Bidder or a person or persons duly authorized to sign on behalf of the Bidder.
Such authorization shall be indicated by written Power-of-Attorney/ Board Resolution
accompanying the Bid.
16.3 The Bid shall contain no interlineations, erasures, overwriting except as necessary to correct errors,
made by the Bidder, in which case such corrections shall be initialed by the person or persons
signing the Bid.
17. SEALING AND MARKING OF BIDS:
17.1 Bid submission: One Original, One Copy of all the Bid Documents shall be sealed and submitted to
the Purchaser before the last date & time for submission of the bid.
17.2 The Bid proposal should be divided into two parts and should be submitted in two separate sealed
envelopes, addressed to Purchaser. All the envelopes should bear the Name and Address of the
Bidder and marking is made for the Original and the duplicate copy. The envelopes should be
superscribed with the title of its contents, as follows:
i) TECHNO-COMMERCIAL BID ENVELOPE: Shall contain the Bid Security (EMD),
Cost of Tender Document, all supporting documents for qualifying requirement of this
tender, duly filled in formats Abstract of General Terms & Conditions, Declaration Form,
Technical Data Schedule, Technical & Commercial Deviations formats, Un-quoted blank
Price Schedule etc. enclosed at Annexure I, II, IV, V, VI (A), VI (B), VII, VIII, IX, X & XI
at Section-V of this document.
ii) PRICE BID ENVELOPE: Shall contain the Price schedule duly filled in & signed as per
Annexure –V at Section-V of this document. (This shall be submitted in a double sealed
envelope separately.)
17.3 The inner and outer envelopes shall be addressed to the Purchaser at the following address:
CAPEX CELL, Registered Office: N 1/22, IRC Village, Nayapalli, Bhubaneswar – 751015
Bear the Project name as: “Design, Manufacture, Testing, Inspection and Supply of Three
Phase Meter as per Schedule of Requirement in Section-I) – Tender Notice No. CSO/CAPEX -
WESCO/ Three Phase Meters /20 Dt. 23.04.2012.
In addition to the information required in sub clause (a) and (b) above, the outer envelope shall
indicate the name and address of the Bidder to enable the Bid to be returned unopened in case it is
16
declared “Late” pursuant to Clause 20.
17.4 The Bidders have the option of sending the Bids by Post/ Courier services or in person. Bids
submitted by Telex/Telegram/Fax will not be accepted. No request from any Bidder to the
Purchaser to collect the proposals from Airlines/ Cargo/Courier Agents etc. shall be entertained by
the Purchaser.
18. DEADLINE FOR SUBMISSION OF BIDS:
18.1 The original Bid together with required copies, must be received by the Purchaser at the address
specified in Clause 17.3 not later than 14.00 Hrs. (IST) on/before the due date as indicated in the
invitation for bids.
18.2 The Purchaser may, at its discretion, extend the deadline for the submission of Bids by amending
the Bidding Documents, in which case all rights and obligations of the Purchaser and Bidders
previously subject to the deadline will thereafter be subject to the deadline as extended.
19.
ONE BID PER BIDDER:
19.1 Each Bidder shall submit only one Bid either by himself, or as a partner in a Joint
Venture/Consortium. A Bidder who submits or participates in more than one Bid for the same item,
either individually or jointly, will cause all those Bids to be rejected out rightly.
20. LATE BIDS:
20.1 Any Bid received by the Purchaser after the deadline for submission of Bids prescribed by the
Purchaser, pursuant to Clause 18, will be declared “Late” and will be rejected out rightly and will
be returned unopened to the Bidder.
21. MODIFICATION AND WITHDRAWAL OF BIDS:
21.1 The Bidder may modify or withdraw his Bid after the Bid‟s submission, provided that written
notice of the modification or withdrawal is received by the Purchaser prior to the deadline
prescribed for submission of Bids.
21.2 The Bidder‟s modification or withdrawal notice shall be prepared, sealed, marked and dispatched
in accordance with the provisions of Clause 17 & 18. A withdrawal notice may be sent by fax but
must be followed by an original signed confirmation copy.
21.3 No Bid can be modified subsequent to the deadline for submission of Bids.
21.4 No Bid can be withdrawn in the interval between the deadline for submission of Bids and the
expiry of the period of Bid validity specified by the Bidder on the Bid form as per clause 14.
22.0 EVALUATION OF BID:
22.1 PROCESS TO BE CONFIDENTIAL:
Information relating to the examination, clarification, evaluation and comparison of Bids and
recommendations for the award of a contract shall not be disclosed to Bidders or any other persons
not officially concerned with such process. Any effort by a Bidder to influence the Purchaser‟s
processing of Bids or award decisions may result in the rejection of the Bidder‟s Bid.
23. CLARIFICATION OF BIDS:
To assist in the examination, evaluation and comparison of Bids, the Purchaser may, at its
discretion, ask the Bidder for a clarification of its Bid. All responses to requests for clarification
17
shall be in writing and no change in the price or substance of the Bid shall be sought, offered or
permitted.
24.
PRELIMINARY EXAMINATION OF BIDS / RESPONSIVENESS:
24.1 Purchaser will examine the Bids to determine whether they are complete, whether any
computational error have been made , whether required sureties have been furnished, whether the
documents have been properly signed, and whether the Bids are generally in order.
24.2 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the
unit price and the total price per item that is obtained by multiplying the unit price and quantity, the
unit price shall prevail and the total price per item will be corrected. If there is a discrepancy
between the total amount and the sum of the total price per item, the sum of the total price per item
shall prevail and the Total Amount will be corrected.
24.3
Prior to the detailed evaluation, pursuant to Clause 25, the Purchaser will determine the
substantial responsiveness of each Bid to the Bidding Documents including production capability
and acceptable quality of the materials offered, pursuant to Clause 13. Substantially responsive Bid
is one, which conforms to all the terms and conditions of the Bidding Documents without material
deviation.
24.4 A Bid determined as not substantially responsive will be rejected by the Purchaser and will not
subsequently allowed to be made responsive by the Bidder by correction of the non – conformity.
25 EVALUATION AND COMPARISON OF BIDS:
25.1 The evaluation of Bids shall be done basing on the delivered cost competitiveness basis for each
item separately.
25.2 The evaluation of the Bids shall be a stage-wise procedure. The following stages are identified for
evaluation purposes:
In the first stage, the Bids would be subjected to a responsiveness check as detailed in the clause
24. The Technical Proposals and the Commercial terms & conditions of the Bidders would be
evaluated and discussed as per clause 26 of this document.
Subsequently, the Financial Proposals along with Supplementary Financial Proposals, if any, of
Bidders with Techno-commercially Acceptable Bids submitted prior to final evaluation shall be
considered.
25.3 The Purchaser’s evaluation of a Bid will take into account, in addition to the Bid price, the
following factors, in the manner and to the extent indicated in this Clause:
a) Delivery Schedule:
b) Deviations from Bidding Documents as mentioned in Non-Compliance Schedule.
c) Past performance and capability to execute the contract.
d) Type test reports from CPRI/ NABL Accredited Laboratories.
Bidders shall base their Bid price on the terms and conditions specified in the Bidding Documents.
The Cost of all quantifiable deviations and omissions from the specification, terms and conditions,
specified in Bidding Documents shall be evaluated. The Purchaser will make his own assessment
18
of the cost of any deviation for the purpose of ensuring fair comparison of Bids.
26.0
AWARD OF CONTRACT:
In normal circumstances the Purchaser will generally award the Contract to the successful Bidder
whose Bid has been determined to be the lowest evaluated responsive Bid, provided further that
the Bidder has been determined to be qualified to perform the Contract satisfactorily. If the lowest
evaluated price (L1) of more than one responsive bidder(s) is same, then in such event the tender
quantity shall be awarded in equal proportion.
However, for timely completion of the project, the purchaser may distribute the order among the
bidders (maximum three) at L1 rate. In case of distributing between two bidders, the ratio shall be
70% (L1): 30% (L2) or the quantity offered/quoted by the bidders whichever is less. Similarly in
case of distributing among 3 bidders, the ratio shall be 50% (l1):30% (L2):20 (L3).
In case L2 & L3 bidders does not agree to match the L1 prices, negotiation can be held with other
techno-commercially responsive L4, L5 …….bidders in sequence to match L1 price (Landed cost).
26.1 CONTACTING THE PURCHASER:
26.1.1 From the time between Bid opening to award of contract, if any Bidder wishes to contact the
Purchaser on any matter related to the Bid, he should do so in writing.
26.1.2 Any effort by a Bidder to influence the Purchaser and / or in the Purchaser‟s decisions in respect of
Bid evaluation, Bid comparison or Contract of Award, will result in the rejection of the Bidder‟s
Bid.
26.2 THE PURCHASER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL
BIDS OR TO RELAX ANY TERMS AND CONDITIONS:
26.2.1 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 award of Contract, without thereby incurring any liability to the
affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders regarding the
grounds for the Purchaser‟s action.
26.2.2 In the interest of work, the Purchaser reserves the right to relax any terms and conditions without
affecting the quality & price of the equipments.
26.3 The Purchaser will award the Contract to the successful Bidder whose Bid has been determined to
be the lowest- evaluated responsive Bid, provided further that the Bidder has been determined to be
qualified to perform the Contract satisfactorily. The Purchaser at its option/ discretion may split the
total quantity to be supplied between two or more Techno- Commercially responsive Bidders in
case of the bid prices are same and early delivery is required by the purchaser.
26.4 THE PURCHASER’S RIGHT TO VARY QUANTITIES:
The Purchaser reserves the right to vary the quantity i.e. increase or decrease the number of
materials without any change in terms and conditions at the time of placing the orders or during the
execution of the Contract.
26.5 LETTER OF INTENT / NOTIFICATION OF AWARD:
19
26.5.1 The letter of intent / Notification of Award shall be issued to the successful Bidder(s) whose bid(s)
have been considered responsive, techno-commercially acceptable and evaluated to be the Lowest
(L1). The successful Bidder shall be required to furnish a letter of acceptance to it within 7 days of
issue of the letter of intent / Notification of Award by Purchaser.
27.0
PERFORMANCE SECURITY:
27.1 Within 10 days of the receipt of Notification of Award / Letter of Intent from the Purchaser, the
successful Bidder shall furnish the Performance Security in the form of Bank Guarantee executed
on non-judicial stamp paper worth Rs.100/- (Rupees One hundred only) issued by a scheduled
Bank in favour of the Purchaser encashable at Bhubaneswar only for an amount of 10% (ten
percent) of the Contract Price in accordance with the General Conditions of Contract in the
Performance Security Form provided in Section –V of Bidding Documents. The Bank Guarantee
shall be valid for a period not less than 90 days over and above the guarantee period.
28. CORRUPT OR FRAUDULENT PRACTICE:
28.1 The Purchaser requires that the Bidders observe the highest standard of ethics during the
procurement and execution of the Project. In pursuance of this policy, the Purchaser:
a) Defines, for the purposes of this provision, the terms set forth below as follows:
(i) “Corrupt practice” means behavior on the part of officials in the public or private sectors
by which they improperly and unlawfully enrich themselves and/ or those close to them, or
induce others to do so, by misusing the position in which they are placed, and it includes
the offering, giving, receiving, or soliciting of anything of value to influence the action of
any such official in the procurement process or in contract execution; and
(ii) “Fraudulent practice” means a misrepresentation of facts in order to influence a
procurement process or the execution of a contract to the detriment of the Purchaser, and
includes collusive practice amount Bidders (prior to or after Bid submission ) designed to
establish Bid prices at artificial non-competitive levels and to deprive the Purchaser of the
benefits of free and open competition.
b) Purchaser will reject a proposal for award if it determines that the Bidder recommended for award
has engaged in corrupt or fraudulent practice in competing for the contract in question.
c) Purchaser will declare a firm ineligible, either indefinitely or for a stated period of time, to be
awarded an contract if he at any time determines that the firm is engaged in corrupt or fraudulent
practice in competing for, or in executing, the Contract.
28.2 Furthermore, Bidders shall be aware of the provision stated in the General Terms and Conditions of
Contract.
30.0. LITIGATION HISTORY:
The Bidder should provide accurate information on any litigation or arbitration resulting on
contracts completed or under execution by him over the last three (3) years. A consistent
history of awards involving litigation against the Bidder or any Partner of the joint venture
may result in disqualification of Bid.
20
SECTION –III
GENERAL TERMS AND CONDITIONS OF
CONTRACT (GTCC)
21
SECTION – III
GENERAL TRMS AND CONDITIONS OF CONTRACT (GTCC)
1.0 GENERAL INSTRUCTIONS:
1.01 All the Bids shall be prepared and submitted in accordance with these instructions.
1.02 Bidder shall bear all costs associated with the preparation and delivery of its Bid, and the
Purchaser will in no case shall be responsible or liable for these costs.
1.03 The Bid should be submitted by the Bidder in whose name the bid document has been
issued and under no circumstances it shall be transferred / sold to the other party.
1.04 The Purchaser reserves the right to request for any additional information and also reserves
the right to reject the proposal of any Bidder, if in the opinion of the Purchaser, the data in
support of Tender requirement is incomplete.
1.05 The Bidder is expected to examine all instructions, forms, terms & conditions and
specifications in the Bid Documents. Failure to furnish all information required in the Bid
Documents or Submission of a Bid not substantially responsive to the Bid Documents in
every respect may result in rejection of the Bid. However, the Purchaser‟s decision in
regard to the responsiveness and rejection of bids shall be final and binding without any
obligation, financial or otherwise, on the Purchaser.
2.0 DEFINITION OF TERMS:
2.01 WESCO shall mean the “Purchaser” on whose behalf this bid enquiry is issued by its
authorized representative / officers.
2.02 “Bidder” shall mean the firm who quotes against this bid document issued by the Purchaser.
“Contractor / Seller” shall mean the successful Bidder(s) whose bid has been accepted by
the Purchaser and shall include his heirs, legal representatives, successors and permitted
assigns..
2.03 “Site” shall mean the Electricity Distribution Area of the Purchaser.
2.04 “Specification” shall mean collectively all the terms and stipulations contained in those
portions of this bid document known as Instruction to Bidder, Bid form and other forms as
per Section –V, General Conditions of Contract, Specifications and the Amendments,
Revisions, Deletions or Additions, as may be made by the Purchaser from time to time.
2.05 “Letter of Intent” shall mean the official notice issued by the Purchaser notifying the
Contractor that his proposal has been accepted and it shall include amendments thereto, if
any, issued by the Purchaser. The “Letter of Intent” issued by the Purchaser shall be binding
on the “Contractor”. The date of detailed Purchase Order shall be taken as the effective date
of the commencement of contract.
2.06 “Month” shall mean the calendar month and “Day” shall mean the calendar day.
2.07 “Codes and Standards” shall mean all the applicable codes and standards as indicated in the
Technical Specification.
2.08 “Offer Sheet” shall mean Bidder‟s firm offer submitted to Purchaser in accordance with the
specification.
2.09
“Contract” shall mean the “Detailed Purchase Order” issued by the Purchaser.
2.10 “Contract Price” shall mean the Price referred to in the “Detailed Purchase Order”.
22
2.11 “Contract Period” shall mean the period during which the “Contract” shall be executed as
agreed between the Contractor and the Purchaser in the Contract inclusive of extended
contract period for reasons beyond the control of the Contractor and / or Purchaser due to
force majeure.
2.12 “Goods/Materials” shall mean all items to be supplied under Purchase Order whether raw
materials, processes materials, equipment, fabricated Materials, drawings or other
documents etc. as applicable.
2.13 “Store” shall mean the Purchaser‟s Store as given in the tender document.
2.14 “Project / Unit” shall mean supply of Materials as per enclosed technical specification.
3.0 CONTRACT DOCUMENTS & PRIORITY:
3.01 Contract Documents: The Specification, terms and conditions of the contract shall consist
solely of these Tender conditions and offer sheet.
3.02 Priority: Should there be any discrepancy between any terms hereto and any term of the
offer sheet, the terms of this tender document shall prevail.
4.0 SCOPE OF WORK:
4.01 The “Scope of Work” shall be on the basis of Bidder‟s responsibility, completely covering
the obligations, responsibility and workmanship, provided in this Bid Enquiry whether
implicit or explicit.
4.02 The Purchaser reserves the right to vary the quantity i.e increase or decrease, at the time of
placing order or during project execution.
4.03 All relevant drawings, data and instruction manuals and other necessary inputs shall be
under the scope of contract.
5.0 GENERAL REQUIREMENTS:
5.01 The seller shall supply, deliver best quality Goods/Materials/Equipments & conduct the
testing at their works of highest standards.
6.0 The seller shall be responsible & shall comply with the provisions of all statutory acts i.e
Electricity Act 2003, Indian Electricity Rules 1956, Income Tax Act-1961 etc.
7.0 INSPECTION & TESTING:
i) The Purchaser‟s representative shall be entitled at all reasonable times during
manufacture to inspect examine and test on the Contractor‟s premises the materials
and workman-ship of all equipment to be supplied under this contract and if part of
the said equipment is being manufactured else where in any Sub-Contractor‟s
premises, the Contractor shall obtain for the Purchaser‟s representative, permission
to inspect, examine and test as if the equipment were being manufactured on the
Contractor‟s premises. Such inspection, examination and testing shall not release
the Contractor from his obligations under the contract.
ii) The Contractor shall give to the Purchaser adequate time/ notice (minimum of two
weeks‟ time) in writing for inspection of materials indicating the place at which the
equipment is ready for testing and inspection and shall also furnish the Routine Test
Certificates and Packing List along with offer for inspection to the Purchaser
indicating the quantity which can be delivered in full truck load / Mini truck load to
facilitate issue of dispatch instruction.
iii) Where the contract provides for test on the Premises of the Contractor or of any of
23
his Sub-Contractors, the Contractor shall provide such assistance, labour, materials,
electricity, fuel and instruments as may be required or as may be reasonably
demanded by the Purchaser‟s representative to carry out such tests efficiently. The
Contractor is required to produce Shop Routine Test Certificates before offering
their materials for inspection.
iv) After completion of the tests as indicated above, the Purchaser‟s representative
shall forward the test results to the Purchaser. If the test results confirm to the
specific standard, the Purchaser shall approve the test results and communicate the
same to the Contractor in writing. The Contractor shall provide at least three copies
of the test certificates to the Purchaser.
v) The Purchaser has the right to have the test carried out at his own cost by an
independent agency whenever there is a dispute regarding the quality of supply.
vi) The Purchaser at its discretion may re-test the Materials/Equipment at its own
laboratory or laboratory of his choice for reconfirmation of the test results,
particularly no load losses, load losses and percentage impedance, etc.
vii) Besides the above, the Third Party Independent Evaluation Agency (TPIEA)
engaged by GRIDCO shall have right to conduct the pre & post dispatch inspection
(as explained above) of the equipment/material procured by the Purchaser jointly
along with the representative of purchaser/independently by the TPIEA as the case
may be.
8.0 TRAINING FACILITIES :
The Contractor shall provide all possible facilities for training of Purchaser‟s Technical
personnel, when deputed by the Purchaser for acquiring firsthand knowledge in assembly of
the equipment and for its proper operation and maintenance in service.
9.0 REJECTION OF MATERIALS:
In the event, any of the materials / equipment supplied by the Contractor is found defective
due to faulty design, bad workmanship, bad materials used or otherwise not in conformity
with the requirements of the Specification, the Purchaser shall either reject the materials /
equipment or ask the Contractor in writing to rectify the same. The Contractor on receipt of
such notification shall either rectify or replace the defective materials/equipment free of
cost to the Purchaser. If the Contractor fails to do so, the Purchaser may :-
a)
b)
c)
At its option replace or rectify such defective materials/equipment and recover the extra
costs so involved from the Contractor plus (15%) fifteen percent and / or.
Terminate the contract for balance work / supplies with enforcement of penalty Clause as
per contract for the un-delivered materials and with forfeiture of Performance Guarantee/
Composite Bank Guarantee.
Acquire the defective equipment / materials at reduced price considered equitable under the
circumstances.
10.0 EXPERIENCE OF BIDDERS :
10.1
The bidder(s) should furnish information regarding experience particularly on the following
points :
24
i) Name of the manufacturer : ii) Standing of the firm for manufacture of equipment/material quoted : iii) Description of materials/equipment supplied during the last 3 (three) years with the
name (s) of the party (s) to whom supplies were made. iv) Testing facilities at manufacturer‟s work with copies of calibrated certificates of the
major testing equipment. v) If the manufacturer is having collaboration with other firm(s), details regarding the
same: vi) A list of Purchase orders, executed during the last three years along with user‟s
certificate and copies of Purchase orders.
10.2 Bids may not be considered if the past manufacturing experience is found to be un-
satisfactory as mentioned under clause -6 of the IFB
11.0 LANGUAGE AND MEASURES :
All documents pertaining to the contract including Specifications, Schedule, Notice,
Correspondence, Operating & Maintenance instructions, Drawings or any other writing
shall be written in English language. The metric system of measurement shall be used
exclusively in this contract.
12.0 DEVIATION FROM SPECIFICATION :
It is in the interest of the Bidders to study the Specification, drawing etc. specified in the
tender document thoroughly before tendering so that, if any deviations are made by the
Bidders, the same are prominently brought out on a separate sheet in the Technical &
Commercial Deviation Formats enclosed at Annexure VI (A) & VI (B) in this document.
Deviation mentioned in any other format or any other part of the offer document shall not
be considered as a deviation & in such case it will be presumed that the bidder has accepted
all the conditions, stipulated in the tender Specification, notwithstanding any exemptions
mentioned therein.
13.0 PRICE BASIS:
13.01(a) Bidder shall quote “FIRM” price.
The breakup of prices shall indicate all types of Taxes, Duties and other Levies of
whatsoever nature indicated separately and clearly, Packing & forwarding, transportation to
site/store including transit insurances and entry tax etc. Exemption from any duties/taxes, if
any, shall be supported with relevant documentary evidence.
(b) The above Prices shall also include loading at factory site & unloading at Purchaser‟s
site/stores. Price evaluation will be based on total landing cost, taking into account all taxes
and duties.
(c) CST / VAT clearance certificate, Copy of PAN card.
14.0 TERMS OF PAYMENT:
100 % value of each consignment will be paid within 30 days of receipt of materials in good
conditions at stores/ desired destination and verification there of subject to approval of the
Guarantee certificates & Test Certificates and submission & acceptance of Performance
25
Bank Guarantee equivalent to 10 % of Total Contract Price on non-judicial stamp paper
worth Rs.100 in the prescribed format from a Scheduled Bank encashable at Bhubaneswar
only.
Or else an equivalent amount of 10 % of the Total Contract Price shall be deducted
from the invoice of the first consignment & the same shall be refunded after submission and
approval of the required Performance Bank Guarantee or expiry of Guarantee Period
whichever is earlier.
15.0 PRICE VALIDITY:
15.01 All bids submitted shall remain valid, firm and subject to unconditional acceptance by
Purchaser for 180 days post bid date. For award of Contract, the prices shall remain valid
and firm till contract completion.
16.0 GUARANTEE:
16.01 The bidder shall guarantee for satisfactory performance of the equipments/materials
for a minimum period of 72 months from the date of Commissioning or 66 months
from the date of receipt of last consignment whichever is earlier. In the event of any
defect in the equipment/ materials arising out of faulty design, inferior quality of raw
material used or bad workmanship within the guarantee period, the Seller shall guarantee to
replace/ repair to the satisfaction of the Purchaser the defective equipments free of cost.
Should however, the manufacturer fails to do so within a reasonable time, the Purchaser
reserves the right to recover the amount from the seller either from the bills pending or may
recover from the Performance Guarantee submitted by the firm. Seller shall give a
Performance Bank Guarantee in favour of the Purchaser for 10% of the order value
valid for 90 days over and above the guarantee obligation.
16.02 If during the defect liability period any services performed found to be defective, these shall
be promptly rectified by seller at its own cost (including the cost of dismantling and
reinstallation) on the instruction of Purchaser.
17.0 RELEASE:
The seller‟s Performance Bank Guarantees / Assignable Bank Guarantee will be released
without interest within thirty (30) days from the last date up to which the Performance Bank
Guarantee has to be kept valid (as defined in Clause 16.01).
18.0
TECHNICAL INFORMATION / DATA:
The Purchaser and the Contractor, to the extent of their respective rights permitting to do so,
shall exchange such technical information and data as is reasonably required by each party
to perform its obligations and responsibilities. The Purchaser and the Contractor agree to
keep each other in confidence and to use the same degree of care as he uses with respect to
his own proprietary data to prevent its disclosure to third parties of all technical and
confidential information. The technical information, drawings, records and other document
shall not be copied, transferred, traced or divulged and / or disclosed to third party in full /
part nor misused in any other form. This technical information, drawing etc. shall be
returned to the Purchaser with all approved copies and duplicates. In the event of any
breach of this Contract, the Contractor shall indemnify the Purchaser against any loss, cost
of damages of claim by any party in respect of such breach.
19.0 EFFECTIVE DATE OF COMMENCEMENT OF CONTRACT :
26
19.01 The date of the issue of the detailed Purchase Order shall be treated as the effective date of
the commencement of Contract.
20.0 The bidder shall quote the basic price as well as all taxes & duties as per the enclosed
format for bid prices.
21.0 PENALTY:
21.01 If supply of materials / equipments is delayed beyond the supply schedule as stipulated in
Purchase order, then the seller shall be liable to pay to the Purchaser as penalty for delay, a
sum of 0.5% (half percent) of the contract price for every week delay or part thereof.
21.02 The total amount of penalty for delay under the contract will be subject to a maximum of
five percent (5%) of the contract price.
21.03 The Purchaser may, without prejudice to any method of recovery, deduct the amount for
such damages from any amount due or which may become due to the seller or from the
Performance Bank Guarantee or file a claim against the seller.
22.
VALIDITY OF THE ORDER:
The Order is valid for 10 weeks beyond the schedule date of delivery, unless otherwise
extended by the Competent Authority. The Order shall stand cancelled automatically
beyond the validity period without any correspondences and liabilities to the purchaser.
23. PACKING :
The materials / equipments shall be packed by the seller suitably as per the standard
procedure for safe transport to the site / store. The cases shall be clearly marked showing
distinctly the name and address of the consignee. In case of special instructions, such as
“this end up”, “fragile”, “handles with care” etc., the same shall be clearly displayed on the
cases.
24.0 COMMISSIONING SPARES:
The seller shall replace, free of cost, any spares which may be found defective by the buyer
during commissioning.
25.0 DISPUTE RESOLUTION & JURISDICTION OF CONTRACT:
25.1 Any dispute arising out of this contract shall be referred to the MD/CMD, OPTCL who
shall decide the case as sole arbitrator
25.2 For the purpose of dispute resolution, this agreement shall be governed by the provision of
Arbitration & Conciliation Act, 1996.
25.3 All disputes shall be subject to exclusive jurisdiction of the Court at Bhubaneswar and Writ
jurisdiction of Hon‟ble High Court of Odisha at Cuttack.
26.0 EVENTS OF DEFAULT:
26.1 Events of Default. Each of the following events or occurrences shall constitute an event of
default (“Event of Default”) under the Contract :
(a) Seller fails or refuses to pay any amount due under the Contracts.
(b) Seller fails or refuses to deliver Commodities conforming to his Bid document/
specifications, or fails to deliver Commodities and, or execute the works assigned to them
27
within the period specified in P.O or any extension thereof.
(c) Seller becomes insolvent or unable to pay its debts when due, or commits any act of
bankruptcy, such as filing any petition in any bankruptcy, winding-up or reorganization
proceeding, or acknowledges in writing its insolvency or inability to pay its debts; or the
Seller‟s creditors file any petition relating to bankruptcy of Seller;
(d) Seller otherwise fails or refuses to perform or observe any term or condition of the
Contract and such failure is not remediable or, if remediable, continues for a period of 30
days after receipt by the Seller of notice of such failure from Purchaser.
27.0 CONSEQUENCES OF DEFAULT:
(a) If an Event of Default occurs and would be continuing, Purchaser may forthwith
terminate the Contract by written notice.
In the Event of Default, Purchaser may, without prejudice to any other right granted to it
by law, or the Contract, take any or all of the following actions;
i)
ii)
present for payment, to the relevant bank the Contract Performance Bank
Guarantee;
Recover any losses and / or additional expenses, Purchaser may incur as a result of
Seller‟s default.
28.0 FORCE MAJEURE:
28.01 The term “Force Majeure” as employed herein include, acts of God or force of nature,
landslide, earthquake, flood, fire, lightning, explosion, major storm (hurricane, typhoon,
cyclone etc. ) or major storm warning, tidal wave, shipwreck and perils of navigation, act of
war (declared or undeclared ) or public enemy, strike (excluding employee strikes, lockouts
or other industrial disputes or action solely among employee of Contractor or its
subcontractors ) act or omission of Sovereign States or those purporting to represent
Sovereign States, blockade, embargo, quarantine, public disorder, sabotage, accident or
similar events beyond the control of the parties or either of them.
Force Majeure shall not include occurrences as follows :
1. Late delivery of materials caused by congestion of Seller‟s facilities or elsewhere,
and oversold condition of the market, inefficiencies, or similar occurrences.
2. Late performance by Seller and / or Sub-Seller caused by unavailability of raw
materials, supervisors or labour, inefficiencies of similar occurrences.
3. Mechanical breakdown of any item of Seller‟s or its Sub-Seller‟s equipment, plant
or machinery.
4. Delays due to ordinary storm or inclement weather or
5. Non-conformance by Sub-Seller.
Unless the delay arises out of a Force Majeure occurrence and is beyond both Seller‟s and
Sub-Seller‟s or Seller‟s control and an alternate acceptable source of services, equipment or
material is unavailable. Additionally, Force Majeure shall not include financial distress of
Seller or any Sub-Seller.
28
28.02
In the event of either party being rendered unable by Force Majeure to perform any
obligation required to be performed by them under the Contract, the relative obligation of
the party affected by such Force Majeure shall be suspended for the period during which
such cause lasts. Time for performance of the relative obligation suspended by Force
Majeure shall then stand extended by the period for which the cause lasts.
28.03 Upon the occurrence of any Force Majeure event, the party so affected in the discharge of
its obligation shall promptly, but no later than seven (7) days give written notice of such
even to the other party. The affected party shall make every reasonable effort to remove or
remedy the cause of such Force majeure or mitigate its effect as quickly as possible. If such
occurrence results in the suspension of all or part of the work for a continuous period of
more than 10(ten) days, the parties shall meet and determine the measures to be taken.
28.04 Any delay or failure in performance by either party hereto shall not give rise to any claims
for damages or loss of anticipated profits if and to the extent, such delay or failure is caused
by Force Majeure.
29 EMBOSSING / PUNCHING / CASTING
29.1 The all equipments and materials supplied under the CAPEX Programme shall bear distinct
mark of “Name of the Purchaser, GoO, CAPEX Programme, PO Order No. & Date” by a
way of embossing / punching / casting etc. This should be clearly visible to naked eye.
30 INDEMNIFY
30.1 The Vendor, its successor and assignee shall indemnify the Purchaser, its successor and
assignee from all current & future liabilities that may arise out of purchase contract(s)
entered into between the vendor & the Purchaser under this CAPEX Programme. The
Purchaser in term shall indemnify the GoO & GRIDCO.
29
SECTION –IV
TECHINICAL SPECIFICATIONS
FOR
HTTV METER (CATEGORY A, B & C) WITH BOX,
&
WHOLE CURRENT METER (CATEGORY A & C) WITH BOX
30
TECHNICAL SPECIFCATION
FOR
3 PHASE 4 WIRE CT/PT OPERATED FULLY STATIC AMR COMPATIBLE TRI-VECTOR ENERGY METERS
(Common Protocol Energy Meters conforming to companion standard for IEC 62056)
FOR
SUB-STATION FEEDERS & DISTRIBUTION TRANSFORMER CENTRES (CATEGORY ‘A’)
FOR
CAPEX PROJECTS
31
1.0 SCOPE: This specification covers design, manufacturing, testing, supply of high precision three phase
four wire static tri-vector energy meters with DLMS protocol of accuracy class 0.2s or better,
capable of performing functions of energy audit, feeder metering. The HT Tri-vector meter
should be 3-phase 4-wire type suitable for connection to a 3 phase 4 wires as well as 3-phase 3-
wire system. The meter should be capable to record and display KWh, KVArh, KVAh and
maximum demand in KVA for 3 phase 4 wire as well as 3 phase 3 wire AC balanced/unbalanced
loads for a power factor range of zero (lagging) through unity up to zero (leading) as per
requirement given in this specification.
2.0 APPLICATION:
A) In Substation on incoming/Outgoing HT feeders, B) On Distribution Transformers
3.0 STANDARDS TO WHICH METERS SHALL COMPLY:
Guidelines on “Data Exchange for Electricity Meter Reading, Tariff and Load Control – Companion Specification” enclosed with this document as annexure. IS: 14697 /1999 (reaffirmed 2004) Specification for AC Static Transformer operated Watt Hour & VAR-Hour meters (class 0.2S); IS-15707 Specification for Testing, evaluation, installation & maintenance of AC Electricity Meters-Code of Practice. CBIP technical report No. 304 for Specification for AC Static Electrical Energy Meters with latest amendments. IEC 62053-33, IEC 62053-22-2003 & IEC 62052-11-2003 for AC Static Watt-hour Meters for Active Energy, class 0.2S & 0.5S. CBIP Technical Report No.111 Revised July 1996 for Specification for Common Meter Reading Instrument. IS: 9000 for Basic Environmental Testing Procedures for Electronic & Electrical items IS: 15959 (DLMS/ COSEM) for Open protocol standard for communication of meter datas IS: 15707 for Testing, Evaluation, Installation and maintenance of AC Electricity meters- Code of Practice. The equipment meeting with the requirements of other authoritative standards, which ensure
equal or better quality than the standard mentioned above, also shall be considered; in case of
32
conflict related with communication protocol, the Guidelines on “Data Exchange for Electricity
Meter Reading, Tariff and Load Control – Companion Specification” enclosed with this
document as annexure shall prevail upon. For conflict related with other parts of the
specification, the order of priority shall be – i) This technical specification ii) IS: 14697 /1999
(reaffirmed 2004).
For open protocol IS 15959 is published now.
4.0 GENERAL TECHNICAL REQUIREMENTS
1 TYPE AMR Compatible Static, 3 Ph, 4 Wire Tri-Vector Energy Meter
2 FREQUENCY 50 Hz ± 5%
3 ACCURACY CLASS 0.5s for LT & 0.2s for HT
4 SECONDARY VOLTAGE
(i) For CT/PT operated HT Meters-Suitable for operation from 110V Ph-Ph or 63.5V Ph-N (ii) For Distribution Transformer & other LT-CT operated Meters-Suitable for operation from 415 Volts Ph-Ph/or 240 Volts Ph-N
5 BASIC CURRENT (Ib) -/1 or -/5 Amps. as per existing CT for –feeders
6
MAXIMUM CONTINUOUS CURRENT
2.0 Ib; Starting and Short time current shall be as per IS-14697
7 POWER CONSUMPTION
The active and apparent power consumption, in each voltage circuit, at reference voltage, reference temperature and reference frequency shall not exceed 1. 5 W and 8 VA. The apparent power taken by each current circuit, at basic current, reference frequency and reference temperature shall not exceed 1.0 VA
8 POWER FACTOR 0.0 Lag -Unity- 0.0 Lead
9 DESIGN
Meter shall be designed with application specific integrated circuit (ASIC) or micro controller; shall have no moving part; electronic components shall be assembled on printed circuit board using surface mounting technology; factory calibration using high accuracy (0.05 class) software based test bench.
5.0 CONSTRUCTIONAL REQUIREMENT/ METER COVER & SEALING ARRANGEMENT:
The Meters should be designed and constructed in such a way as to avoid introducing any danger in use and under normal conditions so as to ensure specially
- Personnel safety against electric shock.
- Personnel safety against effects of excessive temperature as per relevant standards.
- Protection against penetration of solid objects, dusts and water as per relevant standards.
- Protection against spread of fire as per relevant standards.
- Detection against fraud or pilferage.
33
All the materials used in the manufacture of the meters should be of highest quality. The entire design and construction should be capable of with standing stresses likely to occur in actual service and rough handling during transportation as per standards.
All insulating materials used in the construction of meters should be non hygroscopic, non- aging and of tested quality and should conform to tests as specified in relevant standards. The meter should be designed on application specific integrated circuit and should be manufactured using SMT (Surface Mount Technology) components except a few PTH components. The terminal block, the terminal cover and the meter case should have reasonable safety against the spread of fire. They should not be ignited by thermo overload of live parts in contact with them. The meter must conform to the degree of protection IP51 against ingress of dust moisture and vermin‟s. All the parts which are subjected to corrosion under normal working conditions should be protected effectively. A protective coating should not be liable to damage by ordinary handling or damage due to exposure of air under normal working conditions. The meters should be so designed that their working should remain unaffected by electromagnetic interference, electrostatic discharges and high voltage transients as specified in CBIP report No. 88 (latest amendments thereof) For connecting the meters to modem for automatic reading the power supply port shall be provided with breakable plastic cover on the meter cover which shall be broken & used for connecting the modem (this feature is only optional). Sealable RJ11 connector will be given either under ETBC or side of meter with sealing arrangement.
5.1 METER COVER & CASE:
The Meter Case & Cover shall conform to IS 11731 (FH-1category) besides meeting the test requirement of heat deflection test as per ISO 75, glow wire test as per the IS: 11000 (part 2/SEC-1) 1984 OR IEC PUB, 60695-2-12, Ball pressure test as per IEC--60695-10-2 and Flammability Test as per UL 94 or as per IS 11731(Part-2) 1986. Meter should be wall mounted projected type, fitted with help of screws and should have handle at its top to facilitate carrying around. Meter Cover and extended terminal block cover (ETBC) shall be totally transparent & made of unbreakable high grade flame retardant & injection molded in UV stabilized poly carbonate with minimum thickness of 2.0 mm on all sides except 4.0 mm on load bearing sides and of good dielectric & mechanical strength. All sides have 2.0 mm thickness only. Meter cover should be fixed permanently seamless with ultrasonic welding with Meter Case and should not be removable without breakage of top cover. The meter cover should have two covered unidirectional sealing screws, each screw having two sealing holes. These screws should
34
be made of brass and capable of being tightened from the front. The firm shall provide his seals on meter as: Paper seals with Sl. No., Hologram seals with SI. No., bar code, hologram and continuity bar. The quality of the paper seal should be such that it should not be detachable & if removed will be torn into pieces. After seamless welding non conductive hologram seals can be given only. The meter case should have at least three mounting holes. Two holes for mounting screws on terminal block sealed beneath the terminal cover and one for hanging screw on the top.
5.1.1 METER CASE OPEN:
The Meter shall have meter case opening detection mechanism. The event shall be indicated on meter display continuously in auto scroll mode & shall be logged in memory. The detection & logging mechanism shall work even when meter is not energized. In case of indication in display, it shall get reset in 150 days, logic shall be defined. On opening of the meter case relevant display like cover open count, last cover open date and time shall be updated and event shall be logged permanently as per DLMS.
5.2 TERMINALS AND TERMINAL BLOCK:
The meter should have tin plated brass terminals suitable for termination of service cable. The terminal block of the meters should be of high-grade engineering plastic, which should form an extension of the meter case and should have terminal holes of sufficient size to accommodate the insulation of conductors. It should have terminal holes of adequate length and of minimum internal diameter 5.5 mm to accommodate the insulation of conductor. The manner of fixing the conductors to the terminals should ensure adequate and durable contact such that there is no risk of loosening or undue heating. Screw connections transmitting contact force and screw fixings that may be loosened and tightened several times during the life of the meter. All parts of each terminal should be such that the risk of corrosion resulting from contact with any other metal part is minimized. Two screws should be provided in each current terminal for effectively clamping the external leads or thimbles. Each clamping screw should engage at-least 3 threads in the terminal. The ends of screws should be such as not to pierce the conductor. The clearances and creepage distances should conform to relevant standard. All parts of each terminal should be such that the risk of corrosion resulting from contact with any other metal part is minimized. The electrical connections should be so designed that contact pressure is not transmitted through insulating material.
5.3 TERMINAL COVER:
The terminal cover should be transparent extended type, which can be sealed independently of the meter cover. The terminal cover should enclose the actual terminals. The conductor fixing screws, the external conductors and their insulation i.e. no part of the meter or cables accessories should be accessible from the front of the meter.
35
When the meter is mounted, no access to the terminals should be possible without breaking the seals of the meter terminal cover. The meter terminal cover should be fitted with the help of seal able screws. The terminal cover should have two sealing screws independent of each Other. The fixing screws used on the terminal cover for fixing and sealing should be kept captive in the terminal cover.
5.4 TERMINAL ARRANGEMENTS:
The terminals should be marked properly on terminal block for giving external connections. A sticker showing connections should be provided inside the extended cover of terminal block. The terminal cover should be of extended type such that when it is placed in position it is not possible to approach the connections or connecting wires.
5.5 CONNECTION DIAGRAM:
Every meter should be indelibly marked with connection diagram showing the phase sequence for which it is intended and should be attached to the inner side of the extended terminal block cover. In case of any special precautions need to be taken at the time of testing the meter, the same should be indicated along with the circuit diagram.
5.6 SEALING OF METER:
Proper sealing arrangement should be provided on the meter to make it tamper proof/evident and avoid mishandling by unauthorized persons. The meter cover should have provision for minimum 2 Nos. seals. The terminal block cover should also be provided with two sealing arrangements. Separate sealing arrangement for the communication ports to CMRI/Modem should also be provided.
6.0 WORKING ENVIRONMENT
As per IS 14697-1999 (reaffirmed 2004). Meter to perform satisfactorily under Non-Air Conditioned environment (within stipulations of IS) Meter body will conform to IP51 degree of protection. For outdoor use meter shall be installed in sealed enclosure conforming to IP 55. The meter shall be suitable designed for satisfactory operation under the hot and hazardous tropical climate conditions and shall be dust and vermin proof. All the parts and surface, which are subject to corrosion, shall either be made of such material or shall be provided with such protective finish, which provided suitable protection to them from any injurious effect of excessive humidity.
7.0 MANUFACTURING PROCESS, ASSEMBLY AND TESTING:
Meters shall be manufactured using latest and „state of the art‟ technology and methods prevalent in electronics industry. The meter shall be made from high accuracy and reliable surface mount technology (SMT) components. All inward flow of major components and sub assembly parts (CT, PT, RTCs/Crystal, LCDs, LEDs, power circuit electronic components etc.)
36
shall have batch and source identification. Multilayer „PCB‟ assembly with „PTH‟ (Plated through Hole) using surface mounted component shall have adequate track clearance for power circuits. SMT component shall be assembled using automatic „pick-and-place‟ machines, Reflow Soldering oven, for stabilized setting of the components on „PCB‟. For soldered PCBs, cleaning and washing of cards, after wave soldering process is to be carried out as a standard practice. Assembly line of the manufacturing system shall have provision for testing of sub-assembled cards. Manual placing of components and soldering, to be minimized to items, which cannot be handled by automatic machine. Handling of „PCB‟ with ICs/C-MOS components, to be restricted to bare minimum and precautions to prevent „ESD‟ failure to be provided. Complete assembled and soldered PCB should undergo functional testing using computerized Automatic Test Equipment.
Fully assembled and finished meter shall undergo „burn-in‟ test process for 12 hrs at 55 degree Celsius (Max. temperature not to exceed 60 degree Celsius) under base current (Ib) load condition. Test points should be provided to check the performance of each block/stage of the meter circuitry. RTC shall be synchronized with NPL time at the time of manufacture. Meters testing at intermediate and final stage shall be carried out with testing instruments, duly calibrated with reference standard, with traceability of source and date.
8.0 DISPLAYS:
The meter shall have 7 digits (with ±indication), parameter identifier, backlit Liquid Crystal Display (LCD) of minimum 10 mm height, and wide viewing angle. LCD shall be suitable for temperature withstand of 70 deg C; Sequence of display of various instantaneous electrical parameters shall be as desired by Purchaser at the time of order. The data stored in the meters shall not be lost in the event of power failure. The meter shall have Non Volatile Memory (NVM), which does not need any battery backup. The NVM shall have a minimum retention period of 10 years. In case of failure of power supply the meter could be powered up through an internal battery backup with a push button arrangement.
9.0 PERFORMANCE UNDER INFLUENCE QUANTITIES:
The meters performance under influence quantities shall be governed by IS 14697-1999 (reaffirmed 2004). The accuracy of meter shall not exceed the permissible limits of accuracy as per standard IS: 14697 (latest version).
10.0 OUTPUT DEVICE:
Energy Meter shall have test output, accessible from the front, and be capable of being monitored with suitable testing equipment while in operation at site. The operation indicator must be visible from the front and test output device shall be provided in the form of LED. Resolution of the test output device shall be sufficient to enable the starting current test in less than 10 minutes.
11.0 REAL TIME INTERNAL CLOCK (RTC):
RTC shall be pre-programmed for 30 Years Day/date without any necessity for correction. The maximum drift shall not exceed +/- 300 Seconds per year.
37
The clock day/date setting and synchronization shall only be possible through password/Key code command from one of the following: Hand Held Unit (HHU) or Meter testing work bench and this shall need password enabling for meter; From remote server through suitable communication network or Sub-station data logger „PC‟ Time set can be done through transaction only. Time synchronization feature is not supported.
12.0 QUANTITIES TO BE MEASURED & DISPLAYED:
The meter shall be capable of measuring and displaying the following electrical quantities within specified accuracy limits for polyphase balanced or unbalanced loads:
INSTANTANEOUS PARAMETERS
1. Real Time Clock - Date and Time
2. Current - IR
3. Current - IY
4. Current - IB
5. Voltage - VRN
6. Voltage - VYN
7. Voltage - VBN
8. Voltage - VRY
9. Voltage - VBY
10. Signed Power Factor - R phase
11. Signed Power Factor - Y phase
12. Signed Power Factor - B phase
13. Three Phase Power Factor - PF
14. Frequency
15. Apparent Power - KVA
16. Signed Active Power - kW (+ Forward; -Reverse)
17. Signed Reactive Power - kvar (+ Lag; - Lead)
18. Cumulative Energy - kWh
19. Cumulative Energy - kvarh - Lag
20. Cumulative Energy - kvarh - Lead
21. Cumulative Energy - kVAh
22. Number of Power - failures.
23. Cumulative Power-failure duration
24. Cumulative Tamper count 25. Cumulative Billing count 26. Cumulative programming count 27. Billing Date
28. Cumulative MD resets count
29. Date and time of last MD reset
30. Maximum Demand - kW
31. Maximum Demand - kVA
NOTES -
38
a) The items at Sl. No. 5, 6 & 7 are for 3 Ph./4 W system of measurement with Neutral as reference point
b) The items at Sl. No. 8 & 9 are for 3 Ph./3 W system of measurement with Y – Phase as reference point
c) Signed power factor – (+ indicates lag) and (- indicates lead) d) The items at Sl. No. 22 – 26 hold cumulative values at that instant from the date of
manufacturing or installation of the meter as the case may be. e) The item at Sl. No. 25 refers to the Billing Period counter
BLOCK LOAD SURVEY PARAMETERS
1. Real Time Clock – Date and Time
2. Current - IR
3 Current - IY
4. Current – IB
5. Voltage - VRN
6. Voltage – VYN
7. Voltage – VBN
8. Voltage - VRY
9. Voltage – VBY
10. Block Energy – kWh
11. Block Energy – kVArh – lag
12. Block Energy – kVArh – lead
13. Block Energy – kVAh NOTES -
a) The parameters listed in this table are for load survey purpose and are logged as per the block period time.
b) The parameters at Sl. No. 2 to 9 are the average values during the block period time and stored at the end of that time block.
c) The parameters at Sl. No. 10 to 13 are the actual energy consumption during that time block.
BILLING PROFILE PARAMETERS
The list of parameters shown above in Instantaneous Parameters & Block Load Survey parameters shall be used for computing the daily accounting data at the HOST. 13.0 DEMAND INTEGRATION PERIOD:
The maximum demand integration period should be Programmable with 15 min default. 14.0 MD RESET:
Auto reset at 24:00 hrs at the end of each billing cycle 15.0 MARKING OF METERS:
The marking of meters shall be in accordance with IS: 14697/1999 (reaffirmed 2004). The meters shall bear marking “Property of WESCO” Capex scheme”.
39
The meter shall also store name plate details as given in the table A5.1 of annexure containing the category of meters viz. DLMS – A, DLMS – B & DLMS – C etc. in capital letters. These shall be readable as a profile as and when required.
16.0 COMMUNICATION CAPABILITY:
The meter shall be provided with two ports for communication of the measured/collected data as per guideline document enclosed in the annexure, i.e. a hardware port compatible with RS 232 or RS 485 specifications which shall be used for remote access through suitable Modem (GPRS/GSM/EDGE/CDMA/PSTN/LPR) and an Optical port complying with hardware specifications detailed in IEC-62056-21. This shall be used for local data downloading through a DLMS compliant HHU. The RS 485 port shall be used at Substations suitable for multi-drop connections of the meter for exporting data to sub-station data logger/DCU/Computer and the remote end server. The RS 232 port shall be used at boundary points meters and Distribution Transformer meters & consumer meters capable to transfer and export data to the remote end server through suitable communication mediums (GPRS/GSM/EDGE/CDMA/ PSTN/LPR). Both ports shall support the default and minimum baud rate of 9600 bps.
17.0 HAND HELD UNIT (HHU):
To enable local reading of meters data a DLMS compliant HHU shall be used. The HHU shall be as per specification given in the enclosed guidelines document. It shall be compatible to the DLMS compliant energy meters that are to be procured / supplied on the basis of this specification. The HHU shall be supplied by the meter manufacturer along with the meter. 1 (One) number of HHU compatible to all categories of COSEM meters shall be provided by the supplier to DISCOM free of cost for each 50 (Fifty Meters).
18.0 TAMPER & FRAUD MONITORING FEATURES:
The meter shall work satisfactorily under presence of various influencing conditions like External Magnetic Field, Electromagnetic Field, Radio Frequency Interference, harmonic Distortion, Voltage/Frequency Fluctuations, and electromagnetic High Frequency Fields etc. The meter shall be immune to abnormal voltage/frequency generating devices and shall record the occurrence and restoration of such tamper events along with parameters such as current, voltages, kWh, power factor, event code, date & time etc. (listed in Table A6.1 to A6.7 in Annexure of the enclosed document). The bidder may offer any other recordable abnormality event, which will be useful in consumer metering, along with the detailed descriptions, literatures, usefulness and every other implications. Tamper details shall be stored in internal memory for retrieval by authorized personnel through either of the following: 1 - HHU. 2 - Remote access through suitable communication network. Minimum 200 numbers of events (occurrences & restoration with date & time) should be available in the meter memory.
40
LOAD SURVEY 60 DAYS, 15 MIN IP with following parameters:
PARAMETERS
1.Real Time Clock – Date and Time
2.Current - IR
3 Current - IY
4.Current – IB
5.Voltage - VRN
6.Voltage – VYN
7.Voltage – VBN
8.Block Energy – kWh
9.Block Energy – kvarh – lag
10.Block Energy – kvarh – lead
11.Block Energy – kVAh
Forwarded energy channels can be given for load profile monitoring on total basis only.
TOD TIMING (Both MD & ENERGY) 00: 00 Hrs to 06:00 Hrs 06:00 Hrs to 24:00 Hrs MD RESET REQUIRED AUTO MODE ONLY, MANUAL RESET NOT REQUIRED HISTORY TOD MD - 12 months All Energy - 12 months History & TOD is not supported in Category A & B
19.0 TYPE TESTS:
The meter offered should have successfully passed all type tests described in the IS 14697 and the meter Data Transfer and Communication capability as per enclosed guidelines document. Type test certificate shall be submitted along with the offer and the same shall not be more than 24 months old at the time of bid submission. Make & type of major components used in the type-tested meter shall be indicated in the QAP.
20.0 SAMPLES:
Two sample meters conforming to this specification duly sealed along with the Type Test certificates shall be submitted with the bid. The above sample meters shall be tested in purchaser‟s meter testing lab, CPRI and/or any NABL Accredited test lab and the testing charges will be born by the supplier. The samples shall be complete in all respects and no deviations shall
41
be allowed thereafter. In case a sample meters do not conform to the prescribed specifications, the financial bid of offer shall not be opened. It will be compulsory to submit sample meters & Box as above along with the bid, failing which the bid will be ignored.
21.0 INSPECTION: 21.1 The supplier will keep the Purchaser informed in advance of the time of the starting and the
progress of manufacture of equipment in its various stages so that arrangement could be made for inspection. The customer hold points will be defined at the time of issue of final order. The accredited representative of the DISCOM will have access to the supplier‟s or his subcontractor‟s work at any time during working hours for the purpose of inspecting the materials during manufacturing of the materials / equipment and testing and may select test samples from the materials going into plant and equipment. The supplier will provide the facilities for testing such samples at any time including access to drawings and production data at no charge to Purchaser. As soon as the materials are ready the supplier will duly send intimation to DISCOM by Regd. Post and carry out the tests in the presence of representative of the DISCOM. If DISCOM feels necessary may select one sample from the lot at factory to send for testing at CPRI/ any NABL Accredited laboratory. In this case all inspection & testing charges in this connection will be borne by the supplier.
21.2 The DISCOMs may at its option get the materials inspected by the third party if it feels necessary
and all inspection charges in this connection will be borne by the supplier. 21.3 The dispatches will be affected only if the test results comply with the specification. The
dispatches will be made only after the inspection by the DISCOM Officer is completed to the DISCOMs satisfaction or such inspection is waived by the competent authority.
21.4 The acceptance of any quantity of materials will in no way relieve the supplier of its
responsibility for meeting all the requirements of this specification and will not prevent subsequent rejection if such materials are later found to be defective or deviation from specification/IS.
21.5 The supplier will give 15 days advance intimation to enable the Purchaser depute his
representative for witnessing the acceptance and routine tests. 21.6 Should any inspected or tested materials / equipment fail to conform to the specification, the
Purchaser may reject the materials and supplier will either replace the rejected materials or make alterations necessary to meet specifications requirements free of costs to the Purchaser.
21.7 After deliver of materials at DISCOM‟s Store the materials may be verified / retested in full or
taking random samples before acceptance. In case of any deviation to the specification, GTP & IS found during the tests the lot will be rejected or will be replaced by supplier.
22.0 RANDOM SAMPLE TEST AFTER DELIVERED AT STORE:
The consignment of meters received at area Stores shall be accepted only after testing of meters at any nationalized laboratory, at purchaser‟s laboratory or any other standard laboratory and the testing charges will be borne by the supplier. Samples of meters shall be selected randomly (one in case of CPRI) from a lot of meters supplied and sent to Purchasers Lab., CPRI or NABL Accredited laboratory for acceptance test as per relevant ISS,CBIP Report and as per procedure Technical Specification. If the sample fails in the above tests, the entire lot will be rejected.
42
23.0 ACCEPTANCE & ROUTINE TESTS:
Criteria for selection for such tests and performance requirements shall be as per IS 14697-1999 (reaffirmed 2004)
Additional acceptance shall include Surge withstand (SWC) for 6 kVp as per IEC 62052-11, Lightning impulse test and HF disturbance test as per IS 14697,Magnetic Influence Test as per CBIP report-88,Ageing Test, Burn test for 12 hrs in F.L.. One sample meter per order from one of the offered lot shall be subjected to these specific tests. Meters subjected to these tests shall not be used after tests.
Accuracy tests shall be performed at the beginning and at the end of the acceptance tests specified.
24.0 AGEING TEST:
Prior to final testing and calibration, all meters shall be subjected to accelerated ageing test to eliminate infant mortality, i.e., meters are to be kept in ovens for 72 hours at 55 deg. Centigrade temperature & atmospheric humid condition. After 72 hours meters should work correctly. Facilities / arrangement for conducting ageing test should be available with the manufacturer.
25.0 FULL LOAD TEST FOR 12 HOURS:
The meter should also be subjected to a full load operation continuously for a minimum period of 12 hours to test its durability at high loads.
26.0 QUALITY ASSURANCE:
The manufacturer shall have a comprehensive quality assurance program at all stages of manufacture for ensuring products giving reliable, trouble free performance. Details of the bidder‟s quality assurance and test set up shall be furnished with the bid. A detailed quality assurance program shall be finalized with the successful bidder during the award stage. Bidder shall furnish following information along with his bid:
- Organization structure of the manufacturer and his main sub-suppliers (PCBs, SMT cards,
CT/PT) with details of „QA‟ setup, overall workflow;
- Copy of system manual showing „QAP‟ (Quality Assurance Plan) as actually practiced during manufacturing and final testing.
- List of raw materials and critical components (ASIC chip, crystal clock, memory register Chip,
transformers, optical ports etc.) with their suppliers;
- Stage inspection of product before final testing;
- Procedure adopted for „In-situ‟ testing of PCBs, after placement of surface mounted component, for quantitative parametric variation of tolerance by self or sub-contractor.
- Testing and calibration facility, date of calibration of test bench, manpower data of bench
operators;
43
- Sample copies of test certificate of bought out components.
27.0 GUARANTEE:
Equipment (Meter) supplied shall be guaranteed for a period of 72 months from the date of supply or 66 months from the date of installation, whichever ends later. Bidders shall guarantee to repair or replace the meters and meter boxes (if supplied), which are found to be defective/ inoperative at the time of installation, or become inoperative/ defective during guarantee period. Replacements shall be effected within 1 month from the date of intimation.
28.0 TIME OF DAY (TOD) TARIFF:
The meter should be capable to record and store energy consumption as per following time zones of register. This is as per current tariff order. These should be configurable up to 8 time zones.
TOD TIMING (Both MD & ENERGY)
00: 00 Hrs to 06:00 Hrs 06:00 Hrs to 24:00 Hrs
29.0 SOFTWARE LOCKING:
The meter shall have password protected software locking for change of TOD timing, IP etc. 30.0 SOFTWARES:
The firm has to provide required base computer & MRI software for data down loading & analysis with free of cost.
31.0 METER READING PROTOCOL:
The Supplier has to provide Meter Reading Protocols, for billing parameters, tamper data etc. at free of cost. Interoperable DLMS protocol is implemented for meter reading, and tamper data. Suitable software will be provided to read the mentioned parameters.
44
TECHNICAL SPECIFCATION
FOR
3 PHASE 4 WIRE CT/PT OPERATED FULLY STATIC AMR COMPATIBLE TRI-VECTOR ENERGY METERS
(Common Protocol Energy Meters conforming to companion standard for IEC 62056)
FOR
BOUNDARY/ BANK/ RING/ ABT METERING (CATEGORY ‘B’)
FOR
CAPEX PROJECTS
45
1.0 SCOPE
This specification covers design, manufacturing, testing, supply of high precision three phase four wire static tri-vector energy meters with DLMS protocol of accuracy class 0.2s or better, capable of performing functions of energy audit, feeder metering. The HT Tri-vector meter should be 3-phase 4-wire type suitable for connection to a 3 phase 4 wires as well as 3-phase 3-wire system. The meter should be capable to record and display KWh, KVArh, KVAh and maximum demand in KVA for 3 phase 4 wire as well as 3 phase 3 wire AC balanced/unbalanced loads for a power factor range of zero (lagging) through unity up to zero (leading) as per requirement given in this specification.
2.0 APPLICATION
Boundary, Bank/Ring/ABT Metering
3.0 STANDARDS TO WHICH METERS SHALL COMPLY
Guidelines on “Data Exchange for Electricity Meter Reading, Tariff and Load Control – Companion Specification” enclosed with this document as annexure.
IS: 14697 /1999 (reaffirmed 2004) Specification for AC Static Transformer operated Watt Hour & VAR-Hour meters (class 0.2S);
IS-15707 Specification for Testing, evaluation, installation & maintenance of AC Electricity Meters-Code of Practice.
CBIP technical report No. 304 for Specification for AC Static Electrical Energy Meters with latest amendments.
IEC 62053-33, IEC 62053-22-2003 & IEC 62052-11-2003 for AC Static Watt-hour Meters for Active Energy, class 0.2S & 0.5S
CBIP Technical Report No.111 Revised July 1996 for Specification for Common Meter Reading Instrument.
IS: 9000 for Basic Environmental Testing Procedures for Electronic & Electrical items
IS 15959(DLMS/ COSEM) for Open protocol standard for communication of meter data
IS: 15707 for Testing, Evaluation, Installation and maintenance of AC Electricity meters- Code of Practice
The equipment meeting with the requirements of other authoritative standards, which ensure equal or better quality than the standard mentioned above, also shall be considered; in case of conflict related with communication protocol, the Guidelines on “Data Exchange for Electricity Meter Reading, Tariff and Load Control – Companion Specification” enclosed with this document as annexure shall prevail upon. For conflict related with other parts of the specification, the order of priority shall be – i) This technical specification ii) IS: 14697 /1999 (reaffirmed 2004).
For open protocol IS 15959 is published now.
4.0 GENERAL TECHNICAL REQUIREMENTS
46
1 TYPE AMR Compatible Static, 3 Ph, 4 Wire Tri-Vector Energy Meter
2 FREQUENCY 50 Hz ± 5%
3 ACCURACY CLASS 0.2 S
4 SECONDARY VOLTAGE
Suitable for operation from 110V Ph-Ph (11KV)
5 BASIC CURRENT (Ib) -/1 or -/5 Amps. as per existing CT for –feeders
6 MAXIMUM CONTINUOUS CURRENT
2.0 Ib; Starting and Short time current shall be as per IS-14697
7 POWER CONSUMPTION
The active and apparent power consumption, in each voltage circuit, at reference voltage, reference temperature and reference frequency shall not exceed 1. 5 W and 8 VA.
The apparent power taken by each current circuit, at basic current, reference frequency and reference temperature shall not exceed 1.0 VA
8 POWER FACTOR 0.0 Lag -Unity- 0.0 Lead
9 DESIGN Meter shall be designed with application specific integrated circuit (ASIC) or micro controller; shall have no moving part; electronic components shall be assembled on printed circuit board using surface mounting technology; factory calibration using high accuracy (0.05 class) software based test bench.
5.0 CONSTRUCTIONAL REQUIREMENT/ METER COVER & SEALING ARRANGEMENT
The Meters should be designed and constructed in such a way as to avoid introducing any danger in use and under normal conditions so as to ensure specially
Personnel safety against electric shock
Personnel safety against effects of excessive temperature as per relevant standards.
Protection against penetration of solid objects, dusts and water as per relevant standards.
Protection against spread of fire as per relevant standards.
Detection against fraud or pilferage.
All the materials used in the manufacture of the meters should be of highest quality. The entire design and construction should be capable of withstanding stresses likely to occur in actual service and rough handling during transportation as per standards.
All insulating materials used in the construction of meters should be non hygroscopic, non- aging and of tested quality and should conform to tests as specified in relevant standards. The meter should be designed on application specific integrated circuit and should be manufactured using SMT (Surface Mount Technology) components except a few PTH components.
47
The terminal block, the terminal cover and the meter case should have reasonable safety against the spread of fire. They should not be ignited by thermo overload of live parts in contact with them.
The meter must conform to the degree of protection IP51 against ingress of dust moisture and vermin‟s.
All the parts which are subjected to corrosion under normal working conditions should be protected effectively. A protective coating should not be liable to damage by ordinary handling or damage due to exposure of air under normal working conditions.
The meters should be so designed that their working should remain unaffected by electromagnetic interference, electrostatic discharges and high voltage transients as specified in CBIP report No. 88 (latest amendments thereof)
For connecting the meters to modem for automatic reading the power supply port shall be provided with breakable plastic cover on the meter cover which shall be broken & used for connecting the modem (this feature is only optional).
Sealable RJ11 connector will be given either under ETBC or side of meter with sealing arrangement.
5.1 METER COVER & CASE:
The Meter Case & Cover shall conform to IS 11731 (FH-1category) besides meeting the test requirement of heat deflection test as per ISO 75, glow wire test as per the IS: 11000 (part 2/SEC-1) 1984 OR IEC PUB, 60695-2-12, Ball pressure test as per IEC--60695-10-2 and Flammability Test as per UL 94 or as per IS 11731(Part-2) 1986.
The manufacturer shall emboss on the base and cover the name of the material they have used in an abbreviated form e.g. PCFR to denote flame retardant poly carbonate.
Material name is not embossed / engraved on meter case.
Meter should be wall mounted projected type, fitted with help of screws and should have handle at its top to facilitate carrying around.
Meter Cover and extended terminal block cover (ETBC) shall be totally transparent & made of unbreakable high grade flame retardant & injection moulded in UV stabilized poly carbonate with minimum thickness of 2.0 mm on all sides except 4.0 mm on load bearing sides and of good dielectric & mechanical strength.
Meter cover should be fixed permanently seamless with ultrasonic welding with Meter Case and should not be removable without breakage of top cover. The meter cover should have two covered unidirectional sealing screws, each screw having two sealing holes. These screws should be made of brass and capable of being tightened from the front. The firm shall provide his seals on meter as:
Polycarbonate Double Lock with Sl. No. same as that of meter serial number.
NIC seal (single lock) will be offered which have specific sl. no., but not identical to meter sl.no
Paper seals with Sl. No., Hologram seals with SI. No., bar code, hologram and continuity bar. The quality of the paper seal should be such that it should not be detachable & if removed will be torn into pieces.
After seamless welding non conductive hologram seals can be given only.
48
The meter case should have at least three mounting holes. Two holes for mounting screws on terminal block sealed beneath the terminal cover and one for hanging screw on the top.
5.1.1 Meter Case Open :-The Meter shall have meter case opening detection mechanism. The event shall be indicated on meter display continuously in auto scroll mode & shall be logged in memory. The detection & logging mechanism shall work even when meter is not energized. In case of indication in display, it shall get reset in 150 days, logic shall be defined.
On opening of the meter case relevant display like cover open count, last cover open date and time shall be updated and event shall be logged permanently as per DLMS.
5.2 TERMINALS AND TERMINAL BLOCK:
The meter should have tin plated brass terminals suitable for termination of service cable. The terminal block of the meters should be of high-grade engineering plastic, which should form an extension of the meter case and should have terminal holes of sufficient size to accommodate the insulation of conductors. It should have terminal holes of adequate length and of minimum internal diameter 5.5 mm to accommodate the insulation of conductor. The manner of fixing the conductors to the terminals should ensure adequate and durable contact such that there is no risk of loosening or undue heating. Screw connections transmitting contact force and screw fixings that may be loosened and tightened several times during the life of the meter. All parts of each terminal should be such that the risk of corrosion resulting from contact with any other metal part is minimized. Two screws should be provided in each current terminal for effectively clamping the external leads or thimbles. Each clamping screw should engage at-least 3 threads in the terminal. The ends of screws should be such as not to pierce the conductor.
The clearances and creepage distances should conform to relevant standard.
All parts of each terminal should be such that the risk of corrosion resulting from contact with any other metal part is minimized.
The electrical connections should be so designed that contact pressure is not transmitted through insulating material.
5.3 TERMINAL COVER:
The terminal cover should be transparent extended type, which can be sealed independently of the meter cover. The terminal cover should enclose the actual terminals. The conductor fixing screws, the external conductors and their insulation i.e. no part of the meter or cables accessories should be accessible from the front of the meter.
When the meter is mounted, no access to the terminals should be possible without breaking the seals of the meter terminal cover. The meter terminal cover should be fitted with the help of seal able screws.
The terminal cover should have two sealing screws independent of each Other. The fixing screws used on the terminal cover for fixing and sealing should be kept captive in the terminal cover.
5.4 TERMINAL ARRANGEMENTS:
The terminals should be marked properly on terminal block for giving external connections. A sticker showing connections should be provided inside the extended cover of terminal block. The terminal cover should be of extended type such that when it is placed in position it is not possible to approach the connections or connecting wires.
5.5 CONNECTION DIAGRAM:
49
Every meter should be indelibly marked with connection diagram showing the phase sequence for which it is intended and should be attached to the inner side of the extended terminal block cover. In case of any special precautions need to be taken at the time of testing the meter, the same should be indicated along with the circuit diagram.
5.6 SEALING OF METER:
Proper sealing arrangement should be provided on the meter to make it tamper proof/evident and avoid mishandling by unauthorized persons. The meter cover should have provision for minimum 2 Nos. seals. The terminal block cover should also be provided with two sealing arrangements. Separate sealing arrangement for the communication ports to CMRI/Modem should also be provided.
6.0 WORKING ENVIRONMENT:
As per IS 14697-1999 (reaffirmed 2004). Meter to perform satisfactorily under Non-Air Conditioned environment (within stipulations of IS)
Meter body will conform to IP51 degree of protection. For outdoor use meter shall be installed in sealed enclosure conforming to IP 55.
The meter shall be suitable designed for satisfactory operation under the hot and hazardous tropical climate conditions and shall be dust and vermin proof. All the parts and surface, which are subject to corrosion, shall either be made of such material or shall be provided with such protective finish, which provided suitable protection to them from any injurious effect of excessive humidity.
7.0 MANUFACTURING PROCESS, ASSEMBLY AND TESTING:
Meters shall be manufactured using latest and „state of the art‟ technology and methods prevalent in electronics industry. The meter shall be made from high accuracy and reliable surface mount technology (SMT) components. All inward flow of major components and sub assembly parts (CT, PT, RTCs/Crystal, LCDs, LEDs, power circuit electronic components etc.) shall have batch and source identification. Multilayer „PCB‟ assembly with „PTH‟ (Plated through Hole) using surface mounted component shall have adequate track clearance for power circuits. SMT component shall be assembled using automatic „pick-and-place‟ machines, Reflow Soldering oven, for stabilized setting of the components on „PCB‟. For soldered PCBs, cleaning and washing of cards, after wave soldering process is to be carried out as a standard practice. Assembly line of the manufacturing system shall have provision for testing of sub-assembled cards. Manual placing of components and soldering, to be minimized to items, which cannot be handled by automatic machine. Handling of „PCB‟ with ICs/C-MOS components, to be restricted to bare minimum and precautions to prevent „ESD‟ failure to be provided. Complete assembled and soldered PCB should undergo functional testing using computerized Automatic Test Equipment.
Fully assembled and finished meter shall undergo „burn-in‟ test process for 12 hrs at 55 degree Celsius (Max. temperature not to exceed 60 degree Celsius) under base current (Ib) load condition.
Test points should be provided to check the performance of each block/stage of the meter circuitry. RTC shall be synchronized with NPL time at the time of manufacture. Meters testing at intermediate and final stage shall be carried out with testing instruments, duly calibrated with reference standard, with traceability of source and date.
8.0 DISPLAYS:
50
The meter shall have 7 digits (with ±indication), parameter identifier, backlit Liquid Crystal Display (LCD) of minimum 10 mm height, and wide viewing angle. Auto display cycling push button required with persistence time of 10 Seconds. LCD shall be suitable for temperature withstand of 70 deg C; Sequence of display of various instantaneous electrical parameters shall be as desired by Purchaser at the time of order.
The data stored in the meters shall not be lost in the event of power failure. The meter shall have Non Volatile Memory (NVM), which does not need any battery backup. The NVM shall have a minimum retention period of 10 years. In case of failure of power supply the meter could be powered up through an internal battery backup with a push button arrangement.
9.0 PERFORMANCE UNDER INFLUENCE QUANTITIES:
The meters performance under influence quantities shall be governed by IS 14697-1999 (reaffirmed 2004). The accuracy of meter shall not exceed the permissible limits of accuracy as per standard IS: 14697 (latest version).
10.0 OUTPUT DEVICE:
Energy Meter shall have test output, accessible from the front, and be capable of being monitored with suitable testing equipment while in operation at site. The operation indicator must be visible from the front and test output device shall be provided in the form of LED. Resolution of the test output device shall be sufficient to enable the starting current test in less than 10 minutes.
11.0 REAL TIME INTERNAL CLOCK (RTC):
RTC shall be pre-programmed for 30 Years Day/date without any necessity for correction. The maximum drift shall not exceed +/- 300 Seconds per year.
The clock day/date setting and synchronization shall only be possible through password/Key code command from one of the following:
Hand Held Unit (HHU) or Meter testing work bench and this shall need password enabling for meter;
From remote server through suitable communication network or Sub-station data logger „PC‟.
Time set can be done through transaction only. Time synchronization feature is not supported.
12.0 QUANTITIES TO BE MEASURED & DISPLAYED:
The meter shall be capable of measuring and displaying the following electrical quantities within specified accuracy limits for polyphase balanced or unbalanced loads:
INSTANTANEOUS PARAMETERS Each of the parameters is a separate entity. The OBIS code for each parameter is identified as per DLMS /COSEM protocol. 1. Real Time Clock – Date and Time
2. Current - IR
3. Current - IY
4. Current – IB
5. Voltage - VRN
6 .Voltage – VYN
7. Voltage – VBN
8. Voltage - VRY
51
9 Voltage – VBY
10. Signed Power Factor - R phase
11. Signed Power Factor - Y phase
12. Signed Power Factor - B phase
13. Three Phase Power Factor – PF
14. Frequency
15. Apparent Power – KVA
16. Signed Active Power – kW (+ Export; - Import)
17. Signed Reactive Power – kvar (+ Lag; - Lead)
18. Cumulative Energy – kWh (Import)
19. Cumulative Energy – kWh (Export)
20. Cumulative Energy – kVAh (Import)
21. Cumulative Energy – kVAh (Export) 22. Number of Power failures 23. Cumulative Power failure duration 24. Cumulative Tamper Count 25. Cumulative Billing Count 26. Cumulative Programming Count 27. Billing Date NOTES -
f) The items at Sl. No. 5, 6 & 7 are for 3 Ph./4 W system of measurement with Neutral as reference point
g) The items at Sl. No. 8 & 9 are for 3 Ph./3 W system of measurement with Y – Phase as reference point
h) Signed power factor – (+ indicates lag) and (- indicates lead) i) The items at Sl. No. 18 – 26 hold cumulative values at that instant from the date of
manufacturing or installation of the meter as the case may be. j) The item at Sl. No. 25 refers to the Billing Period counter
13.0 DEMAND INTEGRATION PERIOD
The maximum demand integration period should be programmable with 15 min default for Category B.
14.0 MD RESET
Auto reset at 24:00 hrs at the end of each billing cycle
15.0 MARKING OF METERS
The marking of meters shall be in accordance with IS: 14697 /1999 (reaffirmed 2004). The meters shall bear marking “Property of WESCO” Capex scheme”.
The meter shall also store name plate details as given in the table A5.1 of annexure containing the category of meters viz. DLMS – A, DLMS – B & DLMS – C etc. in capital letters. These shall be readable as a profile as and when required.
16.0 COMMUNICATION CAPABILITY
The meter shall be provided with two ports for communication of the measured/collected data as per guideline document enclosed in the annexure, i.e. a hardware port compatible with RS 232
52
or RS 485 specifications which shall be used for remote access through suitable Modem (GPRS/GSM/EDGE/CDMA/PSTN/LPR) and an Optical port complying with hardware specifications detailed in IEC-62056-21. This shall be used for local data downloading through a DLMS compliant HHU.
The RS 485 port shall be used at Substations suitable for multi-drop connections of the meter for exporting data to sub-station data logger/DCU/Computer and the remote end server. The RS 232 port shall be used at boundary points meters and Distribution Transformer meters & consumer meters capable to transfer and export data to the remote end server through suitable communication mediums (GPRS/GSM/EDGE/CDMA/ PSTN/LPR). Both ports shall support the default and minimum baud rate of 9600 bps.
17.0 HAND HELD UNIT (HHU)
To enable local reading of meters data a DLMS compliant HHU shall be used. The HHU shall be as per specification given in the enclosed guidelines document. It shall be compatible to the DLMS compliant energy meters that are to be procured / supplied on the basis of this specification. The HHU shall be supplied by the meter manufacturer along with the meter. 1 (One) number of HHU compatible to all categories of COSEM meters shall be provided by the supplier to DISCOM free of cost for each 50 (Fifty Meters).
18.0 TAMPER & FRAUD MONITORING FEATURES
The meter shall work satisfactorily under presence of various influencing conditions like External Magnetic Field, Electromagnetic Field, Radio Frequency Interference, harmonic Distortion, Voltage/Frequency Fluctuations, and electromagnetic High Frequency Fields etc. The meter shall be immune to abnormal voltage/frequency generating devices and shall record the occurrence and restoration of such tamper events along with parameters such as current, voltages, kWh, power factor, event code, date & time etc. (listed in Table A6.1 to A6.7 in Annexure of the enclosed document).
The bidder may offer any other recordable abnormality event, which will be useful in consumer metering, along with the detailed descriptions, literatures, usefulness and every other implications.
Tamper details shall be stored in internal memory for retrieval by authorized personnel through either of the following:
1-HHU
2- Remote access through suitable communication network.
Minimum 200 numbers of events (occurrences & restoration with date & time) should be available in the meter memory.
LOAD SURVEY
22 DAYS, 15 MIN IP with following parameters:
BLOCK LOAD PROFILE PARAMETER
1. Real Time Clock – Date and Time 2. Frequency 3. Voltage - VRN 4. Voltage – VYN 5. Voltage – VBN
53
6. Energy – Active Import 7. Energy – Net Active Energy 8. Energy – Active Export 9. Energy – kvarh – Quadrant 1 10. Energy – kvarh – Quadrant 2 11. Energy – kvarh – Quadrant 3 12. Energy – kvarh – Quadrant 4
Note:
1. The parameters listed above are for load survey purpose and are logged as per the block period time. 2. The Block period time for Interface meters is fixed at 15 min for which the data storage will be for 22 days. 3. The parameters at Sl. No. 3 to 6 are the average values of 15 min block and stored at the end of that time block. 4. The parameters at S. No. 7 to 11 are the actual energy consumption during the 15 min time block. 5. Item at Sl. No. 2 is an ABT parameter for absolute average value. 6. Item at Sl. NO. 7 is an ABT parameter for Net energy in the current 15 min block.
DAILY LOAD PROFILE PARAMETERS
1. Real Time Clock – Date and Time 2. Cumulative Energy – kWh – import 3. Cumulative Energy – kWh – export 4. Cumulative Energy – kVAh while kW import 5. Cumulative Energy – kVAh while kW export 6. Reactive energy high (V > 103%) 7. Reactive energy low (V < 97%) 8. Cumulative Energy – kvarh –Quadrant 1 9. Cumulative Energy – kvarh –Quadrant 2 10. Cumulative Energy – kvarh –Quadrant 3 11. Cumulative Energy – kvarh –Quadrant 4
Note:
1. The parameters listed in this table are meant for billing purpose and shall be logged at midnight (00 Hrs). 2. The storage time for these parameters is 22 days. 3. The parameters are the actual energy consumption during the 24 Hrs time block. 4. These parameters shall be readable any instant by HOST/ HHU for any of the parameters for any specified range and time. 5. Selected values can be read as profile. 6. The OBIS code (d=30) may be used when daily energy readings are needed by the user. 7. Item 6 is an ABT parameter. 8. Item 7 is an ABT parameter.
TOD TIMING (Both MD & ENERGY)
00: 00 Hrs to 06:00 Hrs
54
06:00 Hrs to 24:00 Hrs
MD RESET REQUIRED
AUTO MODE ONLY, MANUAL RESET NOT REQUIRED
MD reset through transaction is not covered in ICS.
HISTORY
TOD MD - 12 months
All Energy - 12 months
History & TOD is not supported in Category B.
19.0 TYPE TESTS
The meter offered should have successfully passed all type tests described in the IS 14697 and the meter Data Transfer and Communication capability as per enclosed guidelines document. Type test certificate shall be submitted along with the offer and the same shall not be more than 24 months old at the time of bid submission. Make & type of major components used in the type-tested meter shall be indicated in the QAP.
20.0 SAMPLES:
Two sample meters conforming to this specification duly sealed along with the Type Test certificates shall be submitted with the bid. The above sample meters shall be tested in purchaser‟s meter testing lab, CPRI and/or any NABL Accredited test lab and the testing charges will be borne by the supplier. The samples shall be complete in all respects and no deviations shall be allowed thereafter. In case sample meters do not conform to the prescribed specifications, the financial bid of offer shall not be opened. It will be compulsory to submit sample meters & Box as above along with the bid, failing which the bid will be ignored.
21.0 INSPECTION:
21.1 The supplier will keep the Purchaser informed in advance of the time of the starting and the progress of manufacture of equipment in its various stages so that arrangement could be made for inspection. The customer hold points will be defined at the time of issue of final order. The accredited representative of the DISCOM will have access to the supplier‟s or his subcontractor‟s work at any time during working hours for the purpose of inspecting the materials during manufacturing of the materials / equipment and testing and may select test samples from the materials going into plant and equipment. The supplier will provide the facilities for testing such samples at any time including access to drawings and production data at no charge to Purchaser. As soon as the materials are ready the supplier will duly send intimation to DISCOM by Regd. Post and carry out the tests in the presence of representative of the DISCOM. If DISCOM feels necessary may select one sample from the lot at factory to send for testing at CPRI/ NABL Accredited laboratory. In this case all inspection & testing charges in this connection will be borne by the supplier.
21.2 The DISCOMs may at its option get the materials inspected by the third party if it feels necessary and all inspection charges in this connection will be borne by the supplier.
21.3 The dispatches will be affected only if the test results comply with the specification. The dispatches will be made only after the inspection by the DISCOM Officer is completed to the DISCOMs satisfaction or such inspection is waived by the competent authority.
55
21.4 The acceptance of any quantity of materials will in no way relieve the supplier of its responsibility for meeting all the requirements of this specification and will not prevent subsequent rejection if such materials are later found to be defective or deviation from specification/IS.
21.5 The supplier will give 15 days‟ advance intimation to enable the Purchaser depute his representative for witnessing the acceptance and routine tests.
21.6 Should any inspected or tested materials / equipment fail to conform to the specification, the Purchaser may reject the materials and supplier will either replace the rejected materials or make alterations necessary to meet specifications requirements free of costs to the Purchaser.
21.7 After delivery of materials at DISCOM‟s Store the materials may be verified/retested in full or taking random samples before acceptance. In case of any deviation to the specification, GTP & IS found during the tests the lot will be rejected or will be replaced by supplier.
22.0 RANDOM SAMPLE TEST AFTER DELIVERED AT STORE:
The consignment of meters received at area Stores shall be accepted only after testing of meters at any nationalized laboratory, at purchaser‟s laboratory or any other standard laboratory and the testing charges will be borne by the supplier. Samples of meters shall be selected randomly (one in case of CPRI) from a lot of meters supplied and sent to Purchasers Lab., CPRI or any other standard laboratory for acceptance test as per relevant ISS,CBIP Report and as per procedure Technical Specification. If the sample fails in the above tests, the entire lot will be rejected.
23.0 ACCEPTANCE & ROUTINE TESTS:
Criteria for selection for such tests and performance requirements shall be as per IS 14697-1999 (reaffirmed 2004)
Additional acceptance shall include Surge withstand (SWC) for 6 kV as per IEC 62052-11, Lightning impulse test and HF disturbance test as per IS 14697,Magnetic Influence Test as per CBIP report-88,Ageing Test, Burn test for 12 hrs in F.L.. One sample meter per order from one of the offered lot shall be subjected to these specific tests. Meters subjected to these tests shall not be used after tests.
Accuracy tests shall be performed at the beginning and at the end of the acceptance tests specified.
24.0 AGEING TEST:
Prior to final testing and calibration, all meters shall be subjected to accelerated ageing test to eliminate infant mortality, i.e., meters are to be kept in ovens for 72 hours at 55 deg. Centigrade temperature & atmospheric humid condition. After 72 hours meters should work correctly. Facilities / arrangement for conducting ageing test should be available with the manufacturer.
25.0 FULL LOAD TEST FOR 12 HOURS:
The meter should also be subjected to a full load operation continuously for a minimum period of 12 hours to test its durability at high loads.
26.0 QUALITY ASSURANCE:
The manufacturer shall have a comprehensive quality assurance program at all stages of manufacture for ensuring products giving reliable, trouble free performance. Details of the
56
bidder‟s quality assurance and test set up shall be furnished with the bid. A detailed quality assurance program shall be finalized with the successful bidder during the award stage. Bidder shall furnish following information along with his bid:
Organization structure of the manufacturer and his main sub-suppliers (PCBs, SMT cards, CT/PT) with details of „QA‟ setup, overall workflow;
Copy of system manual showing „QAP‟ (Quality Assurance Plan) as actually practiced during manufacturing and final testing.
List of raw materials and critical components (ASIC chip, crystal clock, memory register Chip, transformers, optical ports etc.) with their suppliers;
Stage inspection of product before final testing;
Procedure adopted for „In-situ‟ testing of PCBs, after placement of surface mounted component, for quantitative parametric variation of tolerance by self or sub-contractor.
Testing and calibration facility, date of calibration of test bench, manpower data of bench operators;
Sample copies of test certificate of bought out components.
27.0 GUARANTEE
Equipment (Meter) supplied shall be guaranteed for a period of 72 months from the date of supply or 66 months from the date of installation, whichever ends later. Bidders shall guarantee to repair or replace the meters and meter boxes (if supplied), which are found to be defective/ inoperative at the time of installation, or become inoperative/ defective during guarantee period. Replacements shall be effected within 1 month from the date of intimation.
28.0 TIME OF DAY (TOD) TARIFF:
The meter should be capable to record and store energy consumption as per following time zones of register. This is as per current tariff order. These should be configurable as per DISCOM requirement from time to time.
TOD TIMING (Both MD & ENERGY)
00: 00 Hrs to 06:00 Hrs
06:00 Hrs to 24:00 Hrs
29.0 SOFTWARE LOCKING:
The meter shall have password protected software locking for change of TOD timing, IP etc.
30.0 SOFTWARES
The firm has to provide required base computer & MRI software for data down loading & analysis with free of cost.
31.0 METER READING PROTOCOL :
The Supplier has to provide Meter Reading Protocols, for billing parameters, tamper data etc. at free of cost.
57
CAPEX - 2010
TECHNICAL SPECIFICATION FOR
3P4W, STATIC, WHOLE CURRENT METERS (CATEGORY-C)
58
TECHNICAL SPECIFICATION FOR ISI MARKED WHOLE
CURRENT 3 PH, 4-WIRE STATIC WATT-HOUR METERS WITH BOXES
1.0 SCOPE
This specification covers the design, engineering, manufacture, assembly, inspection,
testing at manufacturer‟s works before dispatch, supply and delivery at destination (at
DISCOM‟s store) of indoor / outdoor type of A.C. whole current Three Phase, 4-Wire,
ISI Marked, 10-60 A Static Energy Meters for measurement of active energy (kWh)
with initial and sustained accuracy of class 1.0 for solidly earthed system with
balanced and unbalanced loads for power factor range of zero to unity (lagging) and
unity (leading).
The above meters shall be supplied in a pilferage proof box which shall be weather proof made out of polycarbonate/SMC with flame retardant properties. The meter and box should be supplied in suitable packing so as to withstand transit shocks. It is not the intention to specify herein all the details of the design and construction of meter. However, the meter shall conform in all respects to high standards of engineering, design and workmanship and shall be capable of
performing continuous commercial operation, in a manner acceptable to the purchaser, who will interpret the meaning of drawings and specification and shall have the power to reject any work or material which in his judgment is not in accordance therewith. The offered meter shall be complete with all components necessary for their effective and trouble free operation.
2.0 SERVICE CONDITIONS
The meters to be supplied shall be suitable for satisfactory continuous operation under the following service conditions: -
1. Maximum ambient temperature : 50 °C 2. Maximum ambient temperature in closed box: 60 ° C 3. Maximum ambient temperature in shade : 45 °C 4. Relative Humidity : 10 to 95% 5. Maximum annual rainfall : 1450 mm2 6. Maximum wind pressure : 150 kg/m.sq. 7. Maximum altitude above mean seal level : 1000 meters 8. Isoceraunic level : 50 days/year 9. Seismic level (Horizontal acceleration) : 0.3g 10. Permitted noise level : 45 dB 11. System of earthing : Solidly ground 12. Moderately hot and humid tropical climate
59
3.0 APPLICABLE STANDARDS
The specified meters should be of 0.5s accuracy class and confirm the following Indian and international standard specifications. In case, certain details are not covered in this specification, any other Indian /International standard applicable, may be specified and adopted.
1 IEC 62053-21 A.C. Static watt hour meters for active energy (Class 1 & 2)
2 IS 12063 Specification for degree of protection 3 IS 13779 A.C. static watthour meters for active energy
(class 1 & 2) 4 IS 9000 Basic environmental testing procedure for
electronic and electrical items 5 CBIP Tech report 88
(July 96) with latest amendments
Specification for AC static electrical energy of CBIP, New Delhi with its latest amendments.
6 IS-2629 Hot dip galvanizing 7. IS:5133 (Pt-II) Specification for boxes for electrical accessories.
(Part II boxes made of insulating material) 8. ETD 13 (6211)/IS15959 Category ‘C’ for consumer metering
The static meters and boxes shall conform to the latest version of available standard as specified above.
Meters meeting with the requirements of other authoritative standards, which ensure equal or better quality than the standards mentioned above, shall also be considered. Where the meters offered by the supplier conform to other standards, salient points of differences along with advantages to be gain between the standard adopted and the specified standards shall be clearly brought out in a schedule. Two copies of such standards in authentic English translation shall be furnished along with the offer. In case of any dispute, the order of precedence shall be 1) CBIP technical report –88 (read with all amendment) 2) IS 3) IEC 4) Other standards. In case of any difference between provisions of these standards and provision of this specification, provisions contained in this specification shall prevail.
4.0 GENERAL TECHNICAL REQUIREMENT OF STATIC ENERGY METERS:
4.1. Application : 3 phase 4 wire Whole Current 4.2. Rated Voltage : 240 Volts (Ph to N) 4.3. Rated Current (I basic) : 10 Amps (Balanced &
Unbalanced load ] 4.4. Maximum Continuous current : 60 Amps 4.5. Rated Frequency : 50 Hz. 4.6. Accuracy class : 1.0 4.7 Power Factor : Unity to Zero (all power factor lag/or lead).
4.8 Multiplication factor : One
60
The offered meters shall start and continue to register on application of 0.2% of basic current at Unity P.F., as per relevant standards and shall work satisfactorily up to rated maximum continuous current with the following supply system variation:
Voltage : Vref + 20% to -programmable and 30% Frequency : 50 Hz ±5%
However manufacturer can offer meters, which can withstand higher variations.
4.9 Temperature : The standard reference temperature for performance shall be 27 °C. The mean temperature co-efficient should not exceed 0.03%.
5.0 INFLUENCE QUANTITIES:
The offered meters should be designed and protected such that all external effects and influences shall not change its performance and they shall work satisfactorily within guaranteed accuracy limits, as specified in CBIP technical report – 88 with latest amendments.
6.0 CONSTRUCTION:
The offered meters shall be of three element construction to suit measurement in 3
phase 4 wire direct connected system. The manufacturing process shall use high
quality State-of-the-art surface mounted components and the manufacturer shall
ensure high reliability and long trouble free service.
6.1 GENERAL REQUIREMENTS:
The construction of the offered meters shall be rigid, suitable to withstand shock & vibration involved in transportation & handling, as specified in CBIP technical report – 88 with latest amendments. Meters shall be designed and constructed in such a way as to avoid introducing any danger in normal use and under normal conditions, so as to ensure especially personal safety against electric shock, safety against effect of excessive temperature, protection against spread of fire, protection against penetration of solid objects, dust and water. The design of offered meters shall conform to IP51 of
IS: 12063 / IEC: 529 class degree of protection against dust, moisture and vermin.
Meters shall be designed and constructed in such a way as to avoid introducing
any danger in use so as to ensure specially:
a) Personnel safety against electric shock. b) Personnel safety against effects of excessive temperature. c) Protection against spread of fire d) Protection against penetration of solid objects, dust, moisture and vermin.
6.2 TROPICAL TREATMENT: - All parts which are subject to corrosion under normal working conditions shall
be protected effectively. Any protective coating shall not be liable to damage by ordinary handling or damage due to exposure to air, under normal working conditions. Meters shall withstand solar radiation. The offered meters shall be
61
suitably designed and treated for normal life & satisfactory operation under the hot and hazardous tropical climatic conditions as specified in clause no. 2. The offered meter shall work from -10°C to +55°C and RH 95% non-condensing type.
6.3 METER CASE:
The housing of the meter shall be safe high-grade Engineering plastic / polycarbonate or any other high quality insulating material and shall be very compact in design. All the insulation materials used in the construction of meters shall be non-hygroscopic, non ageing and of tested quality, capable of withstanding at least 4 kV and resistant to heat & fire. The construction of the meter offered shall be such that it can be sealed independently and the cover cannot be removed with the use of a tool, without breaking the seal. The case of meters shall be so constructed that any non-permanent deformation shall not prevent the satisfactory operation of the meter. The meter case shall be fixed into the meter base with specially designed covered unidirectional screws and the meter body cover should be ultrasonically welded with the meter base to make the system „break-to-open‟ type. Any other suitable break to open arrangement will also be considered. The details of the „break-to-open‟ arrangement to be provided shall be furnished in shape of descriptive literature with drawings, brochures etc. The meter top cover shall be fully transparent.
6.3 TERMINALS -TERMINAL BLOCK –
The base of the meter shall have a common terminal block at the bottom made out of High grade Engineering plastic so as to facilitate bottom connection and should house solid brass terminals having capability to carry 120% of maximum value of current. The terminal block should be non hygroscopic, non ignitable and with material of good dielectric and mechanical strength.
The material of the terminal block shall pass the tests specified in CBIP technical report 88 with latest amendments and IS13779.
The terminal holes in the insulating material shall be of sufficient size to accommodate the insulation of the conductors. The terminal hole dia. shall not be less than 8.0 mm & shall be of adequate length in order to have proper grip of conductors / crimping pins with the help of two screws.
The terminal block shall satisfy all the conditions such as clearance & creepage distance between terminals & surrounding part of the meter as specified in relevant clause of CBIP technical report – 88 with latest amendments. So as to accommodate insulated aluminum standard conductor of 120% of rated current. The manner of fixing the conductors to the terminals shall ensure adequate and durable contact such that there shall be no risk of loosening or undue heating. Screw connections transmitting contact force and screw fixing which may be loosened and tightened several times during the life of the meter shall be such that the risk of corrosion resulting from contact with any other metal part is minimised. Electrical connections shall be so designed that contact pressure shall not be transmitted through insulating material. For current circuits, the voltage shall be considered to be at the same potential as for the related voltage circuit.
All connection screws and washers shall be tinned / nickel plated brass. The terminal screws shall not have pointed end at the bottom. All terminals shall have two screws.
62
Terminals with different potentials, which are grouped close together, shall be protected against accidental short-circuiting.
Connection diagram: Every meter shall be indelibly marked with a connection
diagram showing the phase sequence for which it is intended and this diagram should
be attached from inner side of the extended terminal block cover. It should be ensured
that if special precautions need be taken at the time of testing the meter, the same may
be indicated along with circuit diagram.
Terminal arrangement: The terminal arrangement and connection diagram shall be
marked in accordance with clause 7.2 of IS 13779. Terminal arrangement shall be in
single tier or in two tier( one for voltage and the other for current circuit) and shall be in
sequence Ph-R (in), Ph-R (out), Ph-Y (in). Ph-Y (out), Ph-B (in), Ph-B (out), Neutral (in),
Neutral (out).
6.5 TERMINAL BLOCK COVER.
The terminals block cover for the offered energy meters shall be extended transparent type, and shall be fixed to the meter terminal block by two screws and can be sealed independently of the meter cover. The terminals, their fixing screws, external conductors, their insulation and the insulated compartment housing them shall be enclosed by extended terminal cover in such a way that no part of meter or cable / accessories shall be accessible from the front of the meter. The terminal cover shall be provided with suitable cut / holes to allow easy connection / termination of cable. The terminals shall not be accessible without removing the seal(s) of terminal cover when energy meter is mounted on the meter board. Unidirectional screws shall be provided for terminal cover. The terminal block shall have the provision with double screws for polyphase meter and single screws for single phase meter for fixing to the meter board. It
shall not be possible to remove the meter from the hanging screws with out removing the screws from the terminal block. Non-flammability: The terminal block, terminal cover and the case shall ensure
reasonable safety against spread of fire. They shall not be ignited by thermic overload of
live parts in contact with them. To comply with this, these parts shall fulfil the
conditions of the glow wire test as per clause 5.2.4 of CBIP Technical report No. 88 with
latest amendments.
Test certificate for the material to be used for manufacture of terminal block, terminal
cover and case shall be furnished.
63
Note: - The terminal block the terminal cover and the meter case shall ensure
reasonable safety against the spread of fire. They shall not be ignited by thermal
overload of live parts in contact with them. The bidder should provide safety
certification for the offered meter from department of IT, Ministry of Commerce & IT as
per IEC 61010-1:2001(2nd edition)
6.6 DISPLAY WINDOW:-
The window will be scratch and break resistant made of transparent silicon coated polycarbonate material suitably fixed with the meter cover such that it will form an integral part with the meter cover and it cannot be removed undamaged without breaking the meter cover seals. It would not fade in course of time and become opaque causing inconvenience for reading. The viewing window would be minimum 2±0.2mm thickness. The fixing of window will be tight with single complete frame all round and will permit clear view of the display. There would not be ingress of moisture and dust through window.
6.7 REAL TIME CLOCK:-
A real time quartz clock shall be used in the meter for maintaining time and calendar and as such no time switches etc. shall be provided. The uncertainty of setting initial time shall not be more than +/- programmable and 30 seconds from the Indian Standard Time as maintained by NPL, New Delhi. The Maximum drift shall not be more than ±7 min. / year as per CBIP technical report with latest amendments. Facility for adjustment of real time shall be provided through Meter Reading Instrument with proper security.
6.8. COMMUNICATION PORT
The energy meter shall have a galvanically isolated optical communication port located in front of the meter for data transfer to or from a hand held Data Collection Device (Common Meter Reading Instrument, CMRI- conforming to CBIP technical report -111 with latest amendments) with proper security and without error. One Rs 232 port shall also be provided for remote communication. RF Facilities to provided as per the purchaser’s requirement (Optional). Both the ports will support communication on DLMS and should be accessible through a DLMS compliant HHU. All necessary software (BCS & for CMRI) required for downloading shall be provided by the supplier without any additional cost to the purchaser. The manufacturer may quote for any other type of communication port conforming to any international accepted standards. The manufacturer may adopt protocol of his choice but should load the meter software, protocol software, dial up software and any other required software into the base computer station of the purchaser. After loading the software in the purchaser’s base computer station / central computer station, the meter manufacturer shall
demonstrate the data transfer through hand held CMRI and regeneration of appropriate reports to the purchaser. The data element size and its overhead speed of transmission shall be such that the entire billing data can be transferred within a maximum period of 10 minutes.
64
HAND HELD UNIT (HHU) To enable local reading of meter data, a DLMS compliant HHU shall be used. It shall be compatible to the DLMS compliant energy meters that are to be procured
/ supplied on the basis of this specification. The HHU shall be supplied by the meter manufacturer along with the meters free of cost one for each 100 meters supplied.
6.9. DISPLAY OF MEASURED VALUE:
The meter information should be shown by an electronic display device. The electronic display of the meters should be bright enough and distinctly visible LCD with adequate contrast between letters / digits and the background for clarity and visibility so as to read one tenth of KWh. Various displayed parameters can be cycled through a push button. Displayed parameters, under present display will be identified with appropriate text and symbol. The height of display unit will be minimum 10 mm. Under normal condition, the meter will be in auto display mode, so that designated parameters will scroll cyclically in a continuous manner and the display „ON TIME‟ will be at least 8 seconds for each measured value. The meter should have backlight arrangement in side the meter. When the meter is not energized, the electronic display will not be visible. However, in absence of power, meter display will be activated for meter reading by means of an additional internal battery back up power source. The principal unit for the measured values shall be the kWh for active energy, kVARh for reactive energy & kVAh for apparent energy. The energy register will be able to record and display, starting from zeros, for a minimum of 1500 hours, the energy corresponding to rated maximum current at reference voltage and unity power factor as per IS 13779. The register should not roll over in between this duration. The decimal digit will be clearly distinguished from the integral digit. The meter would have the ‘scroll-lock’ facility, i.e. the facility for continuous display of desired parameter from „push button display sequence‟, to facilitate meter reading for a particular parameter. Push button display sequence will have overriding effect over auto-scroll-display sequence. .(Desired parameter can be seen for 5 minutes or more time instead of ‘scroll lock’ is also acceptable.)
Required displays shall be configurable in three different pages in push mode for easy access in mains on condition. First page should contain the instantaneous parameters, second page, for energy and demand values, and third page for tamper related displays. The meter should have visual quadrant representation on the LCD for energy measurement. Relevant quadrant in which metering is taking place should be in on state for ease of understanding. Parameter value with relevant OBIS code should also be simultaneously available on display.
6.10. POTENTIAL LINK:
Potential link shall be provided inside the offered meter. Healthy phase indication can be seen on display.
65
6.11. MEMORY:
The offered Meter shall have non volatile memory (NVM) independent of battery back-up & it shall retain data in „power-off‟ conditions for a period of minimum 12 years without power supply. . Readings shall be retained undisturbed in „power-off‟ conditions and at the time of resumption of power supply. Meter shall start reading / displaying cumulative values recorded prior to power interruptions.
The meter shall have adequate NVM capacity to keep records of meter reading, billing history, Tamper information & Load survey information as required and detailed in this specification.
6.12. ELECTROMAGNETIC COMPATIBILITY
The offered static energy meters shall conform to requirements listed in CBIP technical report – 88 with latest amendments and shall also be protected against radiated interference from either magnetic or radio-frequency source. The meter shall also withstand DC Immunity test as per relevant standard so as to ensure that the meter does not saturate on passage of Direct Current.
6.12.1. Immunity to electromagnetic disturbance:
The meter shall be designed in such a way that conducted or radiated electromagnetic disturbance as well as electrostatic discharge do not damage or substantially influence the meter. NOTE: The disturbance to be considered as:-
a. Harmonics b. Voltage dips and short interruptions. c. Conducted transients. d. D.C. and A.C. magnetic fields e. Electrostatic discharges f. Electro Magnetic Fields. g. High frequency devices.
6.12.2. RADIO INTERFERENCE SUPPRESSIONS: -
The meter should not generate noise which could interfere with other equipment and the meter should work satisfactorily as per relevant standards.
6.12.3. INFLUENCE OF HIGH MAGNETIC FIELD: -
The meters will be provided with appropriate magnetic shielding so that any external magnetic field (AC/DC electromagnet) as per CBIP Technical Report no. 88 with latest amendments applied on meter would not affect the proper functioning of the meter and meter will work satisfactorily as per relevant standards.
6.13. Starting Current:
The meter will start and continue to register at the current 0.1% of Ib. It should be fully functional within 5 seconds after rated voltage is applied.
66
6.14. RUNNING WITH NO LOAD:
When 115% of rated voltage is applied with no current flowing in the current circuit, the offered meters shall not register any energy and test output of the meter shall not be more than one pulse on "no load".
6.15. POWER SUPPLY
The offered energy meters shall be self powered up type i.e. power for working of the meter’s internal electronic circuit would be drawn from all the three phases & neutral. Further, the power supply for the meter’s internal electronic circuits would be such that meter shall function accurately, within the limits specified by the standard, in the event of loss of neutral. The offered meter shall continue to work in case of loss of any two phases or loss of any one phase and neutral.
6.16 POWER CONSUMPTION 6.16.1 The active and apparent power consumption in each voltage circuit of the offered
whole current meter at reference voltage, temperature and frequency shall not exceed 1 W and 8 VA per phase respectively.
6.16.2 The apparent power consumption in each current circuit for the offered direct connected meters at basic current, reference frequency and reference temperature shall not exceed 1.0 VA per phase.
6.17. CALIBRATION & TEST OUTPUT: -
All the offered meters shall be tested, calibrated and sealed at works before dispatch. Further, no modification of calibration shall be possible at site by any means.
The meter shall have a test output accessible from the front and be capable of being monitored with suitable testing equipment. The operation indicator, if fitted, must be visible from the front. Test output device shall be provided in the form of LED(s) for kWh, kVArh and kVAh with direct or the provision of selecting the parameter being tested.
Resolution of the test output shall be sufficient to enable the starting current test in less than 10 minutes and accuracy test at the lowest load shall be completed with desired accuracy within 5 minutes (as per clause 4.2.22.10 of CBIP report no.88 with latest amendments). The relation between test output and the indication on display shall comply with the marking on the name plate (imp per kWh or KWh per imp).
6.18 SEALING OF METER
Proper sealing arrangement would be provided on the meter to make it tamper proof and avoid mishandling by unauthorized person. Two sealing stickers must be provided on the side of the meter body at the factory after calibration and testing. The meter cover will have provision for placing minimum two numbers additional seals by DISCOM. The terminal block cover should have provision
67
for placing minimum two seals by the DISCOM. One separate sealing arrangement for optical port to be used for communication will be provided. All the sealing screws when they are in open condition (i.e. not fixed) would not be easily detachable from the respective cover. The meter should be designed and constructed in such manner to make it pilfer proof. The holes for sealing wire shall be of 2mm diameter approximately, suitable for making satisfactory sealing of the meters. All the above seals would be provided on front side only apart from two numbers of stickers seals on the side of the meter.
7.0 QUANTITIES TO BE MEASURED AND DISPLAY:
Display parameters, under present display will be identified with appropriate text and symbol on the LCD display of the meter. Therefore no such legend plate for details of various parameters being displayed will be required.
The kWh value shall be displayed with a resolution of one decimal point. The decimal
digit shall be clearly distinguished from the integral digit.
The offered meter shall be capable of recording and displaying automatically following data in order
Auto Display
1. LCD test (Display Test) 2. Real Date 3. Real Time 4. Active Energy (Forwarded) 5. Apparent Energy 6. Maximum Demand in KW & KVA 7. MD Reset Count 8. Cumulative Max. Demand in (KW) & (KVA) 9. Inst. Power factor which sign for lag /lead 10. Inst. Voltage (Each Phase to neutral ) 11. Inst. Current ( R , Y & B Phase) 12. Inst. Active Load ( KW )
13. Present Month Power on hours(To be reset at billing point) 14. Present TOD Energy (Active)-1C,2C 15. Present TOD MAX. Demand (KW) & (KVA)-1C,2C 16. Previous Month Max Demand (KW)&(KVA)
Push Button Display 1. LCD test (Display Test) 2. Real Date 3. Real Time 4. Rising Demand with E.T.(KW) 5. Active Energy (Import) 6. Apparent Energy 7. Maximum Demand in KW & KVA 8. MD Reset Count 9. Cumulative Max. Demand in (KW) & (KVA) 10. Inst. Power factor which sign for lag /lead
68
11. Inst. Voltage (Each Phase to neutral ) 12. Inst. Current ( R , Y & B Phase) 13. Inst. Active Load ( KW ) 14. Present Month Power on hours(To be reset at billing point) 15. Present TOD Energy (Active)-1C,2C 16. Present TOD MAX. Demand (KW) &(KVA)-1C,2C 17. Previous Month Max Demand (KW) &(KVA) 18. Tamper Magnetic Influence on display 19. Present status of abnormality 20. Last Occurrence of abnormality with date & time 21. Last Restoration of abnormality with date & time 22. Previous month TOD Energy active (1C & 2C) 23. Previous month TOD max. demand KW&KVA
LOAD SURVEY
70 DAYS, programmable IP and 30 minutes by default with parameter:- 1- KWH & KVAH 2- KW & KVA 3- Voltage (Phase wise) 4- Current (Phase wise) 5- PF
APPARENT CALCULATION – (LAG +LEAD) TOD TIMING (Both MD & ENERGY) 00: 00 Hrs to 06:00 Hrs 06:00 Hrs to 24:00 Hrs MD RESET REQUIRED - AUTO MODE /MANUAL RESET History TOD MD – 12 months All Energy – 12 months.
Note:-
i) Apparent Energy shall be computed considering Reactive Energy to be Lag + Lead
ii) Demand Integration period should be programmable and programmable and 30
minutes by default. iii) TOD Timings: There shall be provisions of at least Eight (8) Time of Day Zones and at
least Two (2) Tariff Rates for Energy (Active forwarded and Reactive lag) and Demand registers (Apparent Demand). Number and timing of these TOD Zones shall be programmable. TOD timings shall be informed four weeks before commencement of delivery.
iv) Display sequence of the above parameters can be changed as desired at the time of
placement of order or Four (4) weeks before commencement of delivery.
69
8.0 TAMPER AND FRAUD PROTECTION
The meter shall function properly under following common abnormal conditions :
1.Phase sequence reversal The meter shall keep working accurately irrespective of the phase sequence of the supply.
2. Missing Neutral The meter shall continue to record energy according to electrical connections even if the Neutral of potential supply is accidentally or incidentally disconnected.
3.Current reversal /
connection reversal The meter shall log energy in forward direction.
4. External magnetic influence
The metering system shall be provided with adequate magnetic shielding so that any external magnetic field (AC Electro Magnet or DC Magnet) as per the values specified in CBIP Technical Report No.88 (with latest amendments) applied on the metering system shall record the energy as per error limits prescribed by CBIP report.
5. Diode circuit on outgoing neutral.
It should read accurately as per ISS with external diode ckt in the outgoing neutral ckt.
6. Tamper proof irreplaceable seals.
It should have Tamper proof seals with number matching with that with meter.
Beside this the meter should have features to detect the occurrence and restoration of, at least, the following common abnormal events:
a) Missing Potential & Potential imbalance: The meter shall be capable of detecting and
recording occurrence and restoration with date and time the cases of Potential failure which could happen due to disconnection of potential leads (one or two), failure of phase line fuse from the Transformer primary side. Meter shall also detect and log cases of voltage unbalance (from 10 % or more for more than 15 minutes) of voltages.
b) Current Circuit Open: The meter shall be capable of detecting and recording
occurrences and restoration of opening of any one or two phases of current circuit which can happen due to intentional / accidental disconnection of current circuits. The meter shall be able to log abnormality conditions in current open event like CT leads burns, loose connection, CT winding open etc in the meter memory. No load condition should not record in meter memory as a Current circuit open event.
c) Power on/off: The meter shall be capable to record power on & off time events and also
power on /off events in the meter memory persisting beyond specified time. Persistence time shall be 15 minutes by default. The report shall be available through base computer software in a meaningful format indicating occurrence / restoration and total power outage.
d) Software Changing: Any communication with the meter for any change in meter
software or any attempt to write in meter software (software tamper) should be recorded
70
in the meter memory with date and time stamping. However, any communication for reading the meter data should not be recorded in the meter memory. This data should also be available in the display as highlighted in this specification.
e) Magnetic Tamper: Additionally, meter shall be capable to record the presence/
removal of magnet with date & time stamp in case the influence of magnet exceeds the limit as desired in the respective standard. Neutral Disturbance: Meter shall be provided with the proper logic to identify neutral disturbance & record the event.
f) Cover Open: The meter shall be able to detect cover open occurrence event if cover is
opened in mains on or off condition.
g) Software locking : The meter shall have password protected software locking provision to enable any change in TOD timings or any other requirement of DISCOM.
h) The bidder may offer any other recordable abnormality event, which will be useful
in consumer metering, along with the detailed descriptions, literatures, usefulness and every other implications.
The meter shall record the above abnormalities with time and date of their occurrences & restorations with a snap shot of electrical conditions viz. Voltage, current, PF etc at Base Computer System for the events a), b), c) as mentioned above if abnormalities persist for a definite persistence time. Logic for calculation of voltage and current imbalance shall be furnished by the bidder. The meter shall keep records for the minimum last 150 events (occurrences and restorations) for above of abnormal conditions. The recording of events shall be on FIFO basis. It shall be possible to retrieve the abnormal event data along-with all related snap-shots' data through the meter's optical port or through radio with the help of a CMRI and download the same to the BCS where it shall be available for viewing. All this information shall be made available in simple and easily understandable format. The meter shall also be capable to withstand and shall not get damaged if phase-to-phase voltage is applied between phase to neutral.
The selection of the abnormality events and manner of recording, retrieval etc. shall be decided during the technical evaluation of the offers and will be spelt out in the contract.
8.1 ABNORMAL VOLTAGE/FREQUENCY DEVICE TEST:
The accuracy of the meter would not be affected with the application of abnormal voltage/ frequency generating device having spark discharge of approximately 35KV. The meter will be tested by feeding the output of this device to meter in any of the following manner for 10 minutes: i) On any of the phase or neutral terminals.
ii) On any connecting wires of the meter. iii) Voltage discharge with 0-10 mm spark gap. iv) Spark on meter body. v) Spark on the optical and RS 232 port.
vi) At any place in load circuit.
71
The accuracy of the meter will be checked before and after the application of above device.
9.0 BILLING HISTORY & LOAD SURVEY: -
9.1 The meter shall have sufficient non-volatile memory for recording history of energy
parameters (monthly and TOD) - kwh,kvah. Kvarh.maximum demand( kw/kva), monthly average - voltage, current, power factor and power ON or OFF hours for last twelve(12) billing cycles (Bill date shall be 00 hrs of the 1st day of the calendar month by default )
The meter shall be capable of recording active and apparent demand for all active, reactive and apparent energies for at least 70 days power On days with phase-wise Voltage and current profiling.
The logging interval for load survey shall be programmable and programmable and 30 Minutes by default. Load survey data shall be logged for last 70 ‘power on’ days for interval of programmable and 30 minutes respectively. In case there are no power for the complete day from 0000 hrs to 2400 hrs, the same shall not be recorded in Load survey days. The load survey data can be retrieved with the help of Meter Reading Instrument and /or remote connectivity as and when desired & load profiles could be viewed graphically / analytically with the help of meter application software. The meter application software shall be capable of exporting these data for analysis to other user software in spreadsheet format (Excel or any other advanced format).
9.2 MD Registration: -
The meter shall continuously monitor and calculate maximum demand for each tariff rate
for TOD metering. Integration period to be incorporated in the meter shall be informed
four weeks prior to the delivery. At the end of every demand integration period the new
calculated MD shall be compared with the previous MD and meter shall store whichever
value is higher.
9.3 MD RESET: The meter shall have the following MD resetting options:-
a) Automatic reset at the end of a certain predefined period. The predefined
period shall be at 2400 Hrs of the last date of each calendar month(or 0000hrs of 1st day of each calendar month) for which at least programmable and 30 years calendar shall be programmed by the manufacturer.
b) Resetting locally through a CMRI or remotely through GSM / PSTN
communication with the meter through authenticated command is not allowed.
c) Manual resetting arrangement (MD reset push button) with sealing facility
is not required.
d) All MD reset shall be recorded as an event. 10.0 SELF DIAGNOSTIC FEATURE :
72
The meter shall keep log in its memory for unsatisfactory / non-functioning of the RTC battery, LCD, Memory etc. of meter. Further, the meter should have the capability to check the correctness of the wiring at the time of meter installation. A detailed write-up on self-diagnostic feature to be proved by the bidder.
11.0 TEST AND TEST CONDITIONS
11.1 Routine & Acceptance Tests for meters: 11.1.1. Acceptance test: All acceptance tests as stipulated in the relevant standard shall be
carried out by the supplier in the presence of Purchaser‟s representative.
Also the following additional tests shall be carried out on meters from each lot offered for inspection as per CBIP technical report –88 with latest amendments on randomly selected samples-
a) Magnetic induction of external origin (AC & DC) b) Tamper and fraud protection as per clause 8 of this Specification. c) Effect of high frequency devices.
11.1.2. Routine test: All routine tests as stipulated in the relevant standard shall be carried
out and routine tests certificates shall be submitted for approval of purchaser.
Type Test: 11.1.3 .The Energy Meters offered shall be fully type tested at independent laboratories by the
bidder as per relevant standards but test reports shall not be more than three years old from the date of opening of bid. The bidder shall furnish four sets of type test reports along with the bid. Bid without type test reports shall be treated as non responsive.
11.1.4 Additional Tests A- Aging Test
During inspection, one meter from a lot of 500 meters shall be subjected to accelerated
ageing test to eliminate infant mortality, i.e., meters are to be kept in ovens for 72 hours at 55 deg. Centigrade temperature & atmospheric humid condition. After 72 hours meters should work correctly. Facilities / arrangement for conducting ageing test should be available with the manufacturer.
B- Full load test for 12 hours
During inspection, one meter (other than the meter tested under aging test) from a lot of 500 meters shall be subjected to a full load operation continuously for a minimum period of 12 hours to test its durability at high loads.
12.0 INSPECTION:
12.1 The supplier will keep the Purchaser informed in advance of the time of the
starting and the progress of manufacture of equipment in its various stages so that arrangement could be made for inspection. The customer hold points will be
73
defined at the time of issue of final order. The accredited representative of the DISCOM will have access to the supplier’s or his subcontractor’s work at any time during working hours for the purpose of inspecting the materials during manufacturing
of the materials / equipment and testing and may select test samples from the materials going into plant and equipment. The supplier will provide the facilities for testing such samples at any time including access to drawings and production data at no charge to Purchaser. As soon as the materials are ready the supplier will duly send intimation to DISCOM by Regd. Post and carry out the tests in the presence of representative of the DISCOM. If DISCOM feels necessary may select one sample from the lot at factory to send for testing at CPRI/ NABL Accredited
laboratory. In this case all inspection & testing charges in this connection will be borne by the supplier.
12.2 The DISCOM may at its option get the materials inspected by the third party if it feels
necessary and all inspection charges in this connection will be borne by the supplier. 12.3 The dispatches will be affected only if the test results comply with the specification.
The dispatches will be made only after the inspection by the DISCOM Officer is completed to the DISCOM satisfaction or such inspection is waived by the competent authority.
12.4 The acceptance of any quantity of materials will in no way relieve the supplier of its
responsibility for meeting all the requirements of this specification and will not prevent subsequent rejection if such materials are later found to be defective or deviation from specification/IS.
12.5 The supplier will give 15 days advance intimation to enable the Purchaser depute his
representative for witnessing the acceptance and routine tests. 12.6 Should any inspected or tested materials / equipment fail to conform to the
specification, the Purchaser may reject the materials and supplier will either replace the rejected materials or make alterations necessary to meet specifications requirements free of costs to the Purchaser.
12.7 After delivery of materials at DISCOM Store the materials may be verified/retested in
full or taking random samples before acceptance. In case of any deviation to the specification, GTP,IS found during the tests the lot will be rejected or will be replaced by supplier.
13.0 PACKING & FORWARDING: 13.1 The meters shall be packed in crates suitable for vertical / horizontal transport, as the
case may be, and suitable to withstand handling during transport and outdoor storage during transit. The supplier shall be responsible for any damage during transport and out door storage during transit due to improper and adequate packing. The easily damageable material shall be carefully packed and marked with appropriate caution symbol. Wherever necessary, proper arrangement for lifting such as lifting hooks etc. shall be provided. Any material found short inside the packing cases shall be supplied immediately without extra cost.
13.2 Each consignment shall be accompanied with detailed packing list containing the following instructions:
a. Name of the consignee b. Details of consignment
74
c. Destination d. Total weight of consignment e. Handling and packing instructions f. Bill of material indicating contents of each package
13.3 The supplier shall ensure that the packing list and bill of material are approved by the
purchaser before dispatch. 13.4 The packing shall be done as per the manufacturer‟s standard practice. However, he
shall be ensure that the packing is such that the material should not get damaged during transit by rail / road.
13.5 The marking on each package shall be as per relevant standard and shall contain
“DISCOM” imprint. 14.0 MARKING OF METER:
The meter terminal marking and mounting arrangement should be as per Indian installation practices. The marking on every meter shall be in accordance with IEC.62053-22/IS13779:1999 Every meter shall have name plate beneath the meter cover such that the name plate cannot be accessed without opening the meter cover and without breaking the seals of the meter cover and the name plate shall be marked indelibly. The name plate marking should not fade with lapse of time. The basic markings on the meter name plate shall be as follows:-
i. Owner‟s Name : Respective DISCOM ii. Manufacturer's name and trade mark. iii. Type Designation. iv. Number of phases and wires. v. Serial number. vi. Year of Manufacture. vii. Reference voltage viii. Rated current . ix. Principal unit(s) of measurement. x. Meter constant (imp/kWh, kVArh, kVAh).
xi. Class index of meter. xii. Purchase Order Number & Date. xiii. Guarantee Period
DLMS LOGO The offer meters should have DLMS Logo duly issued by CPRI, Bangalore
15.0. SAMPLES:
Two sample meters conforming to this specification duly sealed along with the Type Test certificates shall be submitted with the bid. The above sample meters shall be tested in purchaser‟s meter testing lab and/or any independent test lab and the testing charges will be born by the supplier. The samples shall be complete in all respects and no deviations shall be allowed thereafter. In case sample meters do not conform to the prescribed specifications, the financial bid of offer shall not be
75
opened. It will be compulsory to submit sample meters as above along with the bid, failing which the bid will be ignored.
16.0. MANDATORY ACCESSORIES:
If any mandatory spare parts recommended for successful performance of the meters during its entire guaranteed life, bidders are requested to quote separately. (Bidders are requested to ensure clearly mandatory accessories are the part of price schedule)
Bidders should undertake to maintain sufficient inventory of spares and critical components of the meters at their local office at Bhubaneswar or at their manufacture works, which are likely to become obsolete due to rapid technological changes in electronics and IT sectors. In the event of placement of order, they must also ensure availability of required components and spares, indigenous or imported, even if the same components and spares become obsolete, till completion of guarantee period. Inability to supply required spares during the guarantee period will be considered as a breach of contract and may warrant penal action. An undertaking to this effect must be enclosed by the bidder along with his offer.
The supplier is abiding for supply of required copies of meter Software in CDs except Meter Security Software. Any further modification required for the meter Software after purchase of meter should be done free of cost by the supplier.
17.0 QUALITY ASSURANCE PLAN:
The design life of the meter shall be minimum 20 years and to prove the design life the firm shall have at least the following quality Assurance Plan: -
The factory shall be completely dust proof. The testing rooms shall be temp. and humidity controlled as per relevant standards. The testing and calibrating equipments should be automatic and all test equipment
shall have their valid calibration certificates. Power supplies used in testing equipment shall be distortion free with sinusoidal wave-
forms and maintaining constant voltage, current and frequency as per the relevant standards.
During the manufacturing of the meters the following checks shall be carried out.
i) Meter frame dimensions tolerances shall be minimum.
ii) The assembly of parts shall be done with the help of jigs and fixtures so that human errors are eliminated.
iii) The meters shall be batch tested on automatic, computerized test bench and the results shall be printed directly without any human errors. The Bidder shall invariably furnish the following information along with his bid, failing which his bid shall be liable for rejection. Information shall be separately given for individual type of material offered.
76
Statement giving list of important raw materials, names of sub-suppliers for the raw
materials, list of standards according to which the raw materials are tested, list of tests normally carried out on raw materials.
Information and copies of test certificates in respect of bought out accessories. List of manufacturing facilities available. Level of automation achieved and lists of areas where manual processing exists. List of areas in manufacturing process, where stage inspections are normally carried
out of quality control and details of such tests and inspections. List of testing equipment available with the bidder for final testing of equipment
specified and test-plant limitations, if any, vis-à-vis type, special acceptance and routine tests specified in the relevant standards and this specification. These limitations shall be very clearly brought out in schedule of deviations.
The manufacturer laboratory must be well equipped for testing of the meters. They must have computerized standard power source and standard equipment calibrated not later than a year (or as per standard practice). The details of testing facilities available for conducting
a) The routine tests. b) Acceptance tests shall be furnished with the bid.
18.0 GENERAL:
a) Technical deviations:
All deviations to the technical specifications and commercial terms and conditions should be specifically and clearly brought out in the Deviation form.
b) Guaranteed Technical Particulars:
The Guaranteed technical particular, duly filled in shall be submitted along with the offer.
Bid without above information shall be treated as non-responsive.
19.0 Guarantee:
In the event of any defect in the materials arising out of faulty design inferior quality of raw materials and bad workmanship within a period of 72 months of last supply, the Bidder shall guarantee to replace or repair to the satisfaction of the purchaser the defective parts at site free of any cost to DISCOM. Should however, the Bidder fails to do so within a reasonable time, the purchaser reserves the right to effect repair or replacement and recover charges for repair or replacement from the Bidder by encashment of performance Bank Guarantee.
20.0 Random Sample test after delivered at store.
77
The consignment of meters received at area Stores shall be accepted only after testing of meters at any nationalized laboratory, at purchaser‟s laboratory or any other standard laboratory and the testing charges will be borne by the supplier. Samples of meters shall be selected randomly from a lot of meters supplied and sent to Purchasers Lab., CPRI or any NABL Accredited laboratory for acceptance test as per
relevant ISS,CBIP Report and as per procedure Technical Specification. If the sample fails in the above tests, the entire lot will be rejected.
The following tests will be carried out at the Purchaser‟s laboratory. 1-Test of Starting Condition.
2-Test of no load condition. 3-Test of Limits of error. 4-Test of Repeatability of error. 5-Test of meter constant.
Other tests 6-Software, tamper test, test for influence quantities (voltage variation) & display
parameters. 21.0 SOFTWARES
The firm has to provide required base computer & MRI software for data down loading & analysis with free of cost.
22.0 METER READING PROTOCOL:
The Supplier has to provide Meter Reading Protocols, for billing parameters,
tamper data etc. with free of cost. 23.0 COMPONENTS
Components to be used in Whole Current Meter
Sl. No. Name of Components Make
1 Current Element Any make or origin conforming to IS-2705
2 Measurement /
computing chips Analog Devices, AMS, Cyrus Logic, Atmel, SAMES,
NEC, Texas Instruments, Phillips, Maxim, Toshiba,
Renesas, Siemens, National Semiconductor, Free scale
semiconductor 3 Memory chips Atmel, National Semiconductors, Microchip, Texas
Instruments, Phillips Hitachi, Teridian, Toshiba, Renesas, ST
4 Display modules Hailing, Holtek, Bonafied Technologies, Advantek, Truly
Semiconductor, Hitachi, Sony,Tianma, Fairchild
5 Communication modules National Semiconductors, Hitachi, Texas Instrument,
Philips, Hp, Agilent, Everlight
6 Optical port National Semiconductors, Hitachi, Texas Instruments,
Siemens, Agilent, Philips, HP, Everlight
78
7 Electronic components Philips, Toshiba, Fairchild, Murata, Rohm, Siemens.
National Semiconductors, ATMEL, Texas Instruments,
Hitachi, Ligitec, OKI, EPCOS, EPSON, Panasonic
8 Mechanical parts INDIA: Precision Industrial Components Ltd, Prem
Industries Ltd, AMPSON PLASTICS Or Reputed vendor
9 Battery Renata, Panasonic, Varta, Tedrium, Sanyo, National,
Tadiran, Duracell, Tekcell, Vitzrocell
10 RTC / Micro controller Philips, Dallas, Atmel, Motorola, NEC, Renesas, Hitachi,
Xicor, Texas Instruments, NEC, OKI, EPSON, Free scale
semiconductor,
***********************************
79
CAPEX - 2010
TECHNICAL SPECIFICATION
FOR
TAMPER PROOF BOX
80
TECHNICAL SPECIFICATION OF POLYCARBONATE OR SMC OR COMBINATION OF POLYCARBONATE & SMC MAKE
PILFER PROOF METER BOX TO HOUSE THE THREE PHASE FOUR WIRE HTTV ENERGY
METERS
1.0 SCOPE:
1.a This specification covers the design, manufacture and testing of Polycarbonate or SMC or combination of Polycarbonate & SMC Meter Box of excellent weather ability.
1.b The meter box shall be anti-corrosive, dust proof, rust proof, shock proof, dust and vermin proof, U.V. stabilized and flame retardant property. Base door or other joint should not bend or soften on heating so as to ensure tamper proof construction.
1.c The body of box & door should be single piece moulded without any construction joint. The meter box shall have double door (i.e.inner & outer) arrangement.
1.d Meter Box should be suitable for indoor & outdoor use. 1.e Meter Box should not melt at high temperature. 1.f The meter box will be suitable to house one number three-phase four-wire HTTV energy
meter & a modem of any make. The meter box shall comply with IS: 14772: 2000 (For Box) IS: 13410- 1992 [For SMC Material]
2. MATERIAL The meter box will be made of high grade Engineering Plastic (Polycarbonate) or SMC or combination of Polycarbonate & SMC. It will be weather proof, capable to withstanding temperatures of boiling water for 5 minutes continuously without distortion or softening. Box will be made of Flame Retardant material which will pass Glow wire test, Environment friendly and easily recyclable.
3. CONSTRUCTION
3.1 Meter Box will have a roof tapering arrangement for easy flow of rainwater.
3.2 The thickness of the box will not be less than 2.5 mm from load bearing side (i.e. back
side of the box) and other sides, doors & roof will not be less than 2.0 mm. 3.3 The overall dimensions of the box will be approximately Length-47 cm, Bredth-38
cm,Depth-20 cm. The box shall be suitable to accommodate 3phase 4wire HTTV Meter & a modem of any make such as Secure, L&T, Genus etc. (a)Outer door - Opaque with viewing window or Transparent and provision of „D‟port in inner door with proper sealing arrangement for D port & meter box.
3.4 Box cover will be fixed with minimum three nos. hinges, well protected against corrosion. Box cover will be able to open by more than 120 degrees.
3.5 Soft rubber gasket for protection from ingress of dust and water will be provided on all
around the box.
3.6 Handle/Knob will be provided on the Box door for easy door opening. 3.7 Concealed hinges should be fixed for easy door opening using proper size of hardware
from inside in such a manner that neither it will be visible nor interfered from outside. 3.8 The External door in closed position should be overlapped on base such way that direct
entry of screwdriver, tool or rod is not possible. 3.9 Adjustable Meter Mounting Arrangement may be provided to accommodate any make of
Meter (like Secure, L&T etc.).
3.10 Box shall be provided with 4 nos. fixing holes of 6 mm diameter at all four corners of
meter box. The base support of meter mounting shall be raised by about 10m.m in the
meter box for easy wiring.
3.11 For holding rigidly the inner & outer door, latches/clamps with two sealing holes shall
be provided. Latches/clamps shall be provided on the body of the box with proper
81
sealing arrangements at two locations. All metallic parts will be protected against
corrosion.
3.12 The viewing window for meter reading will be made of break resistant, UV stabilized,
transparent Polycarbonate of minimum 2.0 mm thickness. The transparent Window
will be ultrasonically welded/ fixed in rigid way with meter opaque door from inside.
The viewing window will have a Shade arrangement to protect meter display from direct
sunlight. Size of the viewing window shall be 10.0 CM x12.0 CM approximately.
3.13 Adjustable meter mounting arrangement may be provided in such a way that the
display portion of any make meter can be easily aligned with the viewing window of
outer door , So that meter reading can be done easily without opening any door of
meter box.
3.14 The box colour will be dark admiralty gray/off white/Transparent.
3.15 Meter Box should comply IP-54. Type test report will be submitted along with offer.
3.16 For cable entry, one suitable circular holes fitted with adjustable glands will be
provided at the bottom of the box for cable inlet and outlet. Internal diameter of the
gland will be such as to accommodate the control cable having outer diameter 25-
30mm.The cable entry hole position can be changed by DISCOMs as per the field
requirement & will be narrated during the placement of Purchase Order.
3.17 Purchase order No. & Date, Property of DISCOMs, Purchased under CAPEX Programme
will be mentioned on metallic name plate in such a manner that it will not be erased &
removed easily. Name of Manufacturer will be embossed on meter box cover.
4. TESTS:
4.1 Type Tests:
The type tests report of the box, including identification of the materials carried out at
any CPRI/NABL Accredited shall be submitted with the tender.
4.2 Acceptance Tests:
The following will constitute acceptance test for box:
i. Physical verification of dimensions of the box.
ii. Compatibility of the box for housing the meter for ensuring ease of connections
and reading the meter.
5. Sample Test for acceptance:-
A- The bidders will submit one sample boxes along with the tender, the box will be
tested at DISCOM MRT Lab. to know the Compatibility of the box for housing the meter
for ensuring ease of connections and reading the meter basing on the type test report
submitted with sample.
B- Two random samples will be collected from first lot supply meter box. One will be tested at
Govt. approved independent test house for compliance of performance parameters as given in IS including Material identification to be carried out by CIPET or some other standard Lab. & other will be tested at DISCOM MRT Lab. to know the Compatibility of the box for housing the meter for ensuring ease of connections and reading the meter before acceptance. Subsequent lot will be accepted after successful verification by DISCOM MRT Laboratory.
82
TECHNICAL SPECIFICATION OF WHOLE CURRENT METER BOX (TAMPER PROOF)
TECHNICAL DETAILS: The box shall be weather proof made out of polycarbonate/SMC/Combined and flame retardant properties. It shall be capable of withstanding temperatures of boiling water for 5 minutes continuously without distortion or softening. The thickness of the box shall not be less than 3 mm on the load bearing side (i.e. back side of the box) and other sides, door and roof shall not be less than 2.5 mm. The box shall have its roof tapering down to both sides for easy flow of water.
The Boxes shall generally comply with the provisions of IS 5133. The boxes shall be
suitable for outdoor/indoor application. The outdoor box shall have its roof designed for easy
flow of rain water without any stagnation on the box. The box shall be with good workmanship.
The over all dimension of the box shall be such that, there should be adequate clearance on front side and all other sides between meter and box surface , to provide flexibility to the installation and operation of the meter. To facilitate for reading the parameters by manual push button on the meter, a slit with an external push botton arrangement shall be provided at the front of the box with sealing provision.
Soft rubber gaskets shall be provided all around wherever required for protection against entry of dust and water. It shall comply with IP-53.
The contents of the box are as follows
Viewing window shall be transparent and made of non-scratchable break resistant UV
stabilized, transparent poly carbonate material with 2.0 mm thickness. The window shall be ultra sonically welded/rigidly fixed by other means with meter box from inside. The viewing window shall be covered with (hinged at top) a flap.
There should not be any ingress of moisture through this window into the box..
Internal hinges : A minimum of 2 nos. internal hinges well protected against corrosion shall be provided. The hinges of the door should be concealed and they shall be fixed to the flanges provided to the base and cover of the box in such a manner that the door opens by a minimum of 120 degrees & it shall not be possible to access the hinges from out side.
Handle : Suitable handle or knob shall be provided for opening of the box door.
Earthing Bolt : 6mm dia bolt with 2 nos. washers for earthing all metal parts used for fixing the meter shall be provided.
Fixing arrangement : The meter base supports inside the box are raised by about 10 mm in the box for ease of wiring. While fixing the meter screws should not protrude outside. For fixing the box to wall or wooden board 4 nos. key holes of minimum 6 mm dia shall be provided at the four corners of the meter box. The meter is to be installed in the box and the box in the assembled condition shall have provision to fix it to a pole or on wall.
83
Latch : The door shall be provided with a MS Zinc Plated GI latch or a „U‟ clamp to secure it with the base of the box.
Sealing arrangement : The box shall have provision for minimum 2 nos. seals to make it fully tamper evident .
Inlet Outlet : Suitable circular holes shall be provided at the bottom of the box for inlet and outlet with self closing fire resistance high glade engineering plastic glands securely fixed to the box on both sides by check nuts. The incoming and outgoing cables shall be clamped to the inside base of the meter box to ensure fixing of the cable.
Printing : Metallic label containing the letters “DISCOM” and the P.O. No. and date shall be engraved on the top cover of the box. The name of the manufacturer shall be engraved on the bottom half of the box. A blank sticker shall also be fixed on the meter box for use of field staff to indicate service no. etc.
D. Port:- D.Port provision shall be made in the box with proper sealing arrangement so that data can be down loaded from the meter with out opening meter box.
The fixing arrangements shall not be complex and it shall be easily approachable for connections when the door is open and is completely tamper evident once it is sealed.
The dimensional drawing giving details of meter box shall be enclosed in the bid.
Bidders are requested to furnish detail Meter mounting arrangement in their bid. The
dimensional drawing giving details of meter box shall be enclosed in the bid.
84
SECTION –V
LIST OF ANNEXURES
(SCHEDULES AND FORMATS)
85
TENDER NOTICE NO: CSO/CAPEX-WESCO / Three Phase Meter/20 Date:23.04.2012
Annexure – I
ABSTRACT OF GENERAL TERMS AND CONDITIONS
(For supply of Three Phase Meter)
1. Whether the bidder is a Manufacturer & furnished relevant documents: Yes / No
2. Required Cost of Tender Furnished Yes / No
3. Required Earnest Money Furnished in Demand Draft Yes / No
4. Whether Type test certificates enclosed with the bid: Yes / No
5. Manufacturer‟s past supply experience
including user‟s certificate furnished or not: - Yes / No
6. Audited annual reports for the last 3 years furnished or not: Yes / No
7. Deviation to the specification , if any
(List enclosed or not):- Yes / No
8. Whether agreed to Purchaser‟s Delivery schedule: Yes / No
If agreed,
a) Date of commencement :
b) Rate of delivery per month :
9. Whether agreed to Purchaser‟s Guarantee clause:- Yes / No
10. Whether agreed for 180 days‟ validity period of Prices Yes / No
11. Whether the Prices are FIRM? Yes / No
12. Whether agreed to furnish security deposit in shape of
B.G. encashable at Bhubaneswar in case his tender is successful: - Yes / No
13. Whether agreed to penalty for delayed delivery: - Yes / No
14. Whether agreed to Purchaser‟s standard terms of payment or not: Yes / No
15. Valid ITCC & STCC furnished or not: Yes / No
Signature of the bidder
With seal of the Bidder
This form is to be duly filled up & signed by the Bidder along with seal & submitted along with the Part-I of
tender.
86
TENDER NOTICE NO: CSO/CAPEX-WESCO / Three Phase Meter / 20 Date: 23.04.2012
Annexure – II
DECLARATION FORM
To
CAPEX Cell,
Registered Office, NESCO, WESCO & SOUTHCO
N 1/22, IRC Village, Nayapalli, Bhubaneswar - 15
Sir,
Having examined the above specifications together with the Tender terms and conditions referred to therein.
1- I / we the undersigned do hereby offer to supply the materials covered thereon in complete shape in all
respects as per the rules entered in the attached contract schedule of prices in the tender.
2- I / we do hereby undertake to have the materials delivered within the time specified in the tender.
3- I / we do hereby guarantee the technical particulars given in the tender supported with necessary reports
from concerned authorities.
4- I / we do hereby certify to have furnished a copy of the tender specifications by remitting Cash/ Demand
draft & this has been duly acknowledged by you in your letter No……………..Dt……………….
5- I / we do hereby agree to furnish the composite Bank Guarantee in the manner specified / acceptable by
THE <PURCHASER>& for the sum as applicable to me / us as per clause No.23 in Annexure-III(A) of
this specification within fifteen days of issue of Letter of intent / Purchase Order, in the event of Purchase
order being decided in my / us favour , failing which I / we clearly understand that the said LOI / P.O. shall
be liable to be withdrawn by the Purchaser
Signed this…………….Day of……………………200….
Yours faithfully,
(Signature of Tenderer with Seal)
(This form should be duly filled up & signed by the bidder & submitted along with the original copy of the
bid)
87
ANNEXURE – III
PROFORMA FOR COMPOSITE BANK GUARANTEE FOR SECURITY DEPOSIT, PAYMENT AND
PERFORMANCE
This Guarantee Bond is executed this ____ day of ___________________________ by us the
_____________________________________________________ Bank at ___________________
P.O.__________ P.S. ____________Dist ________________ State __________
( indicate designation of Purchaser )
Whereas Western Electricity Company of Orissa Ltd. (WESCO) Regd. Office: N 1/22, IRC Village, Nayapalli,
Bhubaneswar – 751015 registered under the Company Act 1956 (here in after called “the Purchaser”) has placed
Purchase Order No._________ Dt.___________ (hereinafter called “the Agreement”) with
M/s_________________ _________________________ (hereinafter called “the Contractor”) for supply of
________________ (name of the material) and whereas WESCO has agreed (1) to exempt the Contractor from
making payment of security deposit, (2) to release 100% payment of the cost of materials as per the said agreement
and (3) to exempt from performance guarantee on furnishing by the Contractor to the WESCO a composite Bank
Guarantee of the value of 10% (ten percent) of the Contract price of the said Agreement.
1. Now, therefore, in consideration of WESCO having agreed (1) to exempt the Contractor for making
payment of security deposit, (2) to release 100% payment to the Contractor and (3) to exempt from furnishing
performance guarantee in terms of the said Agreement as aforesaid, we the ____________________ Bank,
Address ____________________________ (code No. ________) (hereinafter referred to as “the Bank”) do hereby
undertake to pay to the WESCO an amount not exceeding Rs._____________ (Rupees
_______________________________) only against any loss or damage caused to or suffered by WESCO by
reason of any breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement.
2. We, the ______________________ Bank do hereby undertake to pay the amounts due and payable under
the guarantee without any demur, merely on a demand WESCO stating that the amount claimed is due by way of
loss or damage caused to or suffered by WESCO by reason of any breach by the said Contractor(s) of any of the
terms or conditions contained in the said Agreement or by the reason of any breach by the said Contractor‟s failure
to perform the said Agreement. Any such demand made on the Bank shall be conclusive as regards the amount due
and payable by the Bank under this Guarantee. However, our liability under this guarantee shall be restricted to an
amount not exceeding Rs.___________ (Rupees _________________________________________ ) only.
3. We, the ________________________ Bank also undertake to pay to WESCO any money so demanded not
withstanding any dispute or dispute raised by the Contractor(s) in any suit or proceeding instituted/ pending before
any court or Tribunal relating thereto our liability under this Agreement being absolute and unrevocable.
The payment so made by us under this bond shall be valid discharge of our liability for payment there
under and the Contractor(s) shall have no claim against us for making such payment.
4. We, the _________________________ Bank further agree that the guarantee herein contain shall
remain in full force and affect during the period that would be taken for the performance of the said Agreement and
it shall continue to remain in force endorsable till all the dues of WESCO under by virtue of the said Agreement
have been fully paid and its claim satisfied or discharged or till WESCO certifies that the terms and conditions of
the said Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharge
this guarantee and will not be revoked by us during the validity of the guarantee period.
Unless a demand or claim under this guarantee is made on us or with_____________
____________________________________ (Local Bank Name, address and code No.)
_________________________________________________, Bhubaneswar in writing on or before
__________________ (date) we shall be discharged from all liability under this guarantee thereafter.
88
5. We, the _________________________ Bank further agree that WESCO shall have the fullest liberty
without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and
conditions of the said Agreement or to extend time of performance by the said Contractor(s) and we shall not be
relieved from our liability by reason of any such variation or extension being granted to the said Contractor(s) or
for any forbearance act or omission on part of WESCO or any indulgence by WESCO to the said Contractor(s) or
by any such matter or thing whatsoever which under the law relating to sureties would but for this provisions have
effect of so relieving us.
6. The Guarantee will not be discharged due to change in the name, style and constitution of the Bank and or
Contractor(s).
7. We, the _________________________ Bank lastly undertake not to revoke this Guarantee during its
currency except with the previous consent of WESCO in writing.
Dated ___________ the __________ day of Two thousand _________ .
Not withstanding anything contained herein above.
Our liability under this Bank Guarantee shall not exceed Rs.______________ (Rupees _______
____________________________________________________________________) only.
The Bank Guarantee shall be valid up to _____________________ only.
We or our Bank at Bhubaneswar (Name & Address of the Local Bank) are liable to pay the guaranteed amount
depending on the filing of claim and any part thereof under this Bank Guarantee only and only if you serve upon us
or our local Bank at Bhubaneswar a written claim or demand and received by us or by Local Branch at
Bhubaneswar on or before Dt.__________ otherwise bank shall be discharged of all liabilities under this guarantee
thereafter.
For _____________________________________
(Indicate the name of the Bank)
N.B.:
(1) Name of the Contractor:
(2) No. & date of the Purchase order / agreement:
(3) Amount of P.O.:
(4) Name of Materials:
(5) Name of the Bank:
(6) Amount of the Bank Guarantee:
(7) Name, Address and Code No. of the Local Branch:
(8) Validity period or date up to which the agreement is valid:
(9) Signature of the Constituent Authority of the Bank with seal:
(10) Name & addresses of the Witnesses with signature:
(11) The Bank Guarantee shall be accepted only after getting confirmation from the respective Banks.
89
TENDER NOTICE NO: CSO/CAPEX-WESCO / Three Phase Meter /20 Date: 23.04.2012
ANNEXURE – IV (A)
GUARANTEED TECHNICAL PARTICULARS FOR 3 PHASE 4 WIRE CT/ PT OPERATED FULLY STATIC AMR COMPATIBLE TRI-VECTOR ENERGY METERS ( Common Protocol Energy Meter Conforming to companion standard for IEC 62056/IS15959) Category-A
Sl. No.
Item Purchaser’s Requirement Bidder’s Data
1. Make
2 Type 3PH 4 Wire, Trivector Energy Meter (AMR Compatible)
3 Country of origin India
4 Application 3 phase 4 wire, CT PT operated
5 Rated Voltage (i) For CT/PT operated HT Meters-Suitable for operation from 110V Ph-Ph or 63.5V Ph-N (ii) For Distribution Transformer & other LT-CT operated Meters-Suitable for operation from 415 Volts Ph-Ph/or 240 Volts Ph-N
6 Rated Current (Basic current)
1A for -/1A,5A for -/5A
7 Frequency 50 Hz ± 5 %
8 Overload capacity 200% of Ib
9 Minimum starting current in % of base current
As per IS 14697: 1999
10 Short Time Current As per IS 14697: 1999
11 Loss in potential circuit Less than 1.5 Watt & 8VA per phase
12 Loss in current circuit Less than 1 VA
13 Power Factor 0.0 Lag -Unity- 0.0 Lead
14 Change in error due to
a. Variation in frequency 50 Hz +/- 5%
b. Variation in temperature As per IS 14697: 1999
c. Variation in voltage As per IS 14697: 1999
15 Accuracy Class LT- 0.5s, HT-0.2s
16 Constructional Requirement/Meter Cover Sealing arrangement
As per Clause:-5.0 of Tech. Specification.
17 Meter Cover & Case As per Clause:-5.1 of Tech. Specification.
18 Meter Case Opening Temper Recording
As per Clause:-5.1.1 of Tech. Specification.
19 Terminal & Terminal Block As per Clause:-5.2 of Tech. Specification.
20 Terminal Cover As per Clause:-5.3 of Tech. Specification.
21 Terminal Arrangement As per Clause:-5.4 of Tech. Specification.
90
22 Connection Diagram As per Clause:-5.5 of Tech. Specification.
23 Sealing of Meter As per Clause:-5.6 of Tech. Specification.
24 Working environment & degree of protection.
As per Clause:-6 of Tech. Specification.
25 Manufacturing Process assembly & Testing
As per Clause:-7 of Tech. Specification.
26 Displays As per Clause:-8.0 of Tech. Specification.
27 Non Volatile Memory The data stored in the meters shall not be lost in the event of power failure. The meter shall have Non Volatile Memory (NVM), which does not need any battery backup. The NVM shall have a minimum retention period of 10 years.
28 Battery Back up In case of failure of power supply the meter could be powered up through an internal battery backup with a push button arrangement.
29 Performance under Influence Quantities
As per IS -14697/1999 (reaffirmed 2004) & CBIP Technical Report
30 Out Put Device As per Clause:-10 of Tech. Specification.
31 RTC As per Clause:-11 of Tech. Specification.
32 Quantities to be measured & displayed.
As per Clause:-12 of Tech. Specification.
33 Demand Integration Period Should be programmable & 15 min by default.
34 MD Reset Auto reset at 24:00 hrs at the
end of each billing cycle.
35 Marking As per Clause:-15 of Tech. Specification.
36 Communication Capability As per Clause:-16 of Tech. Specification.
37 HHU As per Clause:-17 of Tech. Specification.
38 Free supply of HHU One DLMS Compliant HHU shall be provided by the supplier to DISCOM free of cost for each 50(fifty) meters for data down loading. It shall be compatible to the DLMS compliant energy meters that are to be procured/supplied on the basis of this technical
91
specification.
39 Tamper & Fraud monitoring features
As per Clause:-18 of Tech. Specification.
40 Abnormality Events Detection
As per Table A6.1 to A6.7 “Data Exchange for Electricity Meter Reading, Tariff and Load Control – Companion Specification” enclosed).
41 Load Survey capability
41-i Parameter Logged 1.Real Time Clock – Date and Time. 2.Current – IR 3. Current – IY 4.Current – IB 5.Voltage – VRN 6.Voltage – VYN 7.Voltage – VBN 8.Block Energy – kWh 9.Block Energy – kvarh – lag 10.Block Energy – kvarh – lead 11.Block Energy – kVAh
41-ii
Logging interval (PROGRAMMABLE,15 Minutes by default )
41-iii
No. of days of Load Survey 60 power on days
41-iv
Apparent Calculation Lag + Lead
42 TOD TIMING (Both MD & ENERGY)
00: 00 Hrs to 06:00 Hrs
06:00 Hrs to 24:00 Hrs
43 MD RESET REQUIRED AUTO MODE ONLY, MANUAL RESET NOT REQUIRED
44 Software Locking The meter shall have password protected software locking provision for changing the TOD timings & MD integration period.
45 Software The firm has to provide required base computer & MRI software for data down loading & analysis with free of cost.
46 Meter Reading Protocol The Supplier has to provide Meter Reading Protocols for billing parameters, tamper data etc. at free of cost.
92
TENDER NOTICE NO: CSO/CAPEX -WESCO/ Three Phase Meter /20 Date: 23.04.2012
ANNEXURE – IV(B)
GUARANTEED TECHNICAL PARTICULARS FOR 3 PHASE 4 WIRE CT/ PT OPERATED FULLY STATIC AMR COMPATIBLE TRI-VECTOR ENERGY METERS ( Common Protocol Energy Meter Conforming to companion standard for IEC 62056/IS15959) Category-B
Sl. No.
Item Purchaser’s Requirement Bidder’s Data
1. Make
2 Type 3PH 4 Wire, Trivector Energy Meter (AMR Compatible)
3 Country of origin India
4 Application 3 phase 4 wire, CT PT operated
5 Rated Voltage For CT/PT operated HT Meters-Suitable for operation from 110V Ph-Ph or 63.5V Ph-N
6 Rated Current (Basic current)
1A for -/1A,5A for -/5A
7 Frequency 50 Hz ± 5 %
8 Overload capacity 200% of Ib
9 Minimum starting current in % of base current
As per IS 14697: 1999
10 Short Time Current As per IS 14697: 1999
11 Loss in potential circuit Less than 1.5 Watt & 8VA per phase
12 Loss in current circuit Less than 1 VA
13 Power Factor 0.0 Lag -Unity- 0.0 Lead
14 Change in error due to
a. Variation in frequency 50 Hz +/- 5%
b. Variation in temperature As per IS 14697: 1999
c. Variation in voltage As per IS 14697: 1999
15 Accuracy Class 0.2s
16 Constructional Requirement/Meter Cover Sealing arrangement
As per Clause:-5.0 of Tech. Specification.
17 Meter Cover & Case As per Clause:-5.1 of Tech. Specification.
18 Meter Case Opening Temper Recording
As per Clause:-5.1.1 of Tech. Specification.
19 Terminal & Terminal Block As per Clause:-5.2 of Tech. Specification.
20 Terminal Cover As per Clause:-5.3 of Tech. Specification.
21 Terminal Arrangement As per Clause:-5.4 of Tech. Specification.
22 Connection Diagram As per Clause:-5.5 of Tech. Specification.
23 Sealing of Meter As per Clause:-5.6 of Tech. Specification.
93
24 Working environment & degree of protection.
As per Clause:-6 of Tech. Specification.
25 Manufacturing Process assembly & Testing
As per Clause:-7 of Tech. Specification.
26 Displays As per Clause:-8.0 of Tech. Specification.
27 Non Volatile Memory The data stored in the meters shall not be lost in the event of power failure. The meter shall have Non Volatile Memory (NVM), which does not need any battery backup. The NVM shall have a minimum retention period of 10 years.
28 Battery Back up In case of failure of power supply the meter could be powered up through an internal battery backup with a push button arrangement.
29 Performance under Influence Quantities
As per IS -14697/1999 (reaffirmed 2004) & CBIP Technical Report
30 Out Put Device As per Clause:-10 of Tech. Specification.
31 RTC As per Clause:-11 of Tech. Specification.
32 Quantities to be measured & displayed.
As per Clause:-12 of Tech. Specification.
33 Demand Integration Period Should be programmable & 15 min by default.
34 MD Reset Auto reset at 24:00 hrs at the end of each billing cycle.
35 Marking As per Clause:-15 of Tech. Specification.
36 Communication Capability As per Clause:-16 of Tech.
Specification.
37 HHU As per Clause:-17 of Tech. Specification.
38 Free supply of HHU One DLMS Compliant HHU shall be provided by the supplier to DISCOM free of cost for each 50(fifty) meters for data down loading. It shall be compatible to the DLMS compliant energy meters that are to be procured/ supplied on the basis of this technical specification.
39 Tamper & Fraud monitoring features
As per Clause:-18 of Tech. Specification.
94
40 Abnormality Events Detection
As per Table A6.1 to A6.7 “Data Exchange for Electricity Meter Reading, Tariff and Load Control – Companion Specification” enclosed).
41 Load Survey capability
41-i Parameter Logged BLOCK LOAD PROFILE PARAMETER 1. Real Time Clock – Date and Time 2. Frequency 3. Voltage - VRN 4. Voltage – VYN 5. Voltage – VBN 6. Energy – Active Import 7. Energy – Net Active Energy 8. Energy – Active Export 9. Energy – kvarh – Quadrant 1 10. Energy – kvarh – Quadrant 2 11. Energy – kvarh – Quadrant 3 12. Energy – kvarh – Quadrant 4 DAILY LOAD PROFILE PARAMETERS 1. Real Time Clock – Date and Time 2. Cumulative Energy – kWh – import 3. Cumulative Energy – kWh – export 4. Cumulative Energy – kVAh while kW import 5. Cumulative Energy – kVAh while kW export 6. Reactive energy high (V > 103%) 7. Reactive energy low (V < 97%) 8. Cumulative Energy – kvarh –Quadrant 1 9. Cumulative Energy – kvarh –Quadrant 2 10. Cumulative Energy – kvarh –Quadrant 3 11. Cumulative Energy – kvarh –Quadrant 4
41-ii
Logging interval (PROGRAMMABLE,15 Minutes by default )
41- No. of days of Load Survey 22 power on days
95
iii
41-iv
Apparent Calculation Lag + Lead
42 TOD TIMING (Both MD & ENERGY)
00: 00 Hrs to 06:00 Hrs
06:00 Hrs to 24:00 Hrs
43 MD RESET REQUIRED AUTO MODE ONLY, MANUAL RESET NOT REQUIRED
44 Software Locking The meter shall have password protected software locking provision for changing the TOD timings & MD integration period.
45 Software The firm has to provide required base computer & MRI software for data down loading & analysis with free of cost.
46 Meter Reading Protocol The Supplier has to provide Meter Reading Protocols for billing parameters, tamper data etc. at free of cost.
96
TENDER NOTICE NO: CSO/CAPEX-WESCO / Three Phase Meter/ 20 Date: 23.04.2012 ANNEXURE – IV (C)
GUARANTEED TECHNICAL PARTICULARS FOR ISI MARKED WHOLE CURRENT A.C.
3-PHASE, 4-WIRE STATIC WATT-HOUR METERS (CATEGORY-C)
Sl. No.
Item Purchaser‟s Requirement Bidder‟s data
1 Make - 2 Type - 3 Country of origin - 4 Application 3 phase 4 wire, direct connected 5 Rated Voltage 2programmable and 30 V (Phase to
neutral)
6 Rated Current 10/20 Amps (Basic current) 7 Frequency 50 Hz ± 5 % 8 Maximum current
capacity 60/100 Amps
9 Minimum starting current in % of base current
0.2% of Ib
10 Loss in potential circuit
≤ 1.5w or 10 VA
11 Loss in current circuit ≤ 1 VA 12 Change in error due to
:
13 a. Variation in frequency
50 Hz ± 5 %
b. Variation in temperature
As per IS 13779
c. Variation in voltage As per IS 13779 14 Accuracy Class 1.0 15 Total Weight of meter To be specified by the supplier 16 Details of case To be specified by the supplier 17 H.V. withstand As per IS 13779 voltage in kV
(RMS) (Mention the kV for conducting & Insulating portions, separately)
18 Insulation Resistance As per IS 13779 18 Standard to which the
meter confirm As per CL 3.0 also mention if any other standard followed.
20 Type of Energy Registration Mechanism.
To be specified
21 MD reset mechanism As per clause 9.3 of spec 22 Insulation test (voltage
50 Hz for 1 min.) As per IS 13779
23 Temperature co-efficient from 10% of rated load to 100 % rated load ( 5°C to
As per IS 13779
97
45°C ) 24 Working Voltage range -programmable and 30% to +20%
of rated voltage
25 Type of load (linear, non linear, balanced /unbalanced at any P.F.)
All type of load.
26 Display details
i. Display Cycle (descriptive In order of display)
As specified in Cl.7
ii. Process of display (Automatic in cyclic manner / through push button.
Both options should be available as per Cl. 7
.
iii. Digits (nos.) 7 (Seven)
iv. Segments for display of one digit
7 (Seven)
v. Period of display of each parameter
Should be sufficient to read & note (around 10 sec.)
vii. Display scroll-lock facility
Required.(Desired parameter can be seen for 5 minutes or more time instead of ‘scroll lock’ is also acceptable.)
27 Mechanism for MD reset
Automatic on 24.00 hrs of last day of month.
28 Memory Non volatile memory without battery back-up at least 12 years.
29 Non volatile memory Should be sufficient to store data of consecutive twelve billing periods with Abnormal event details & TOD time Zones and tariff rates, load survey and other information as detailed in technical specification.
30 Meter can be powered up by internal power source in the absence of supply voltage.
Yes
30 Tamper data preser- vation capacity
Should be able to store last 150 events (occurrences + restoration)
31 Multiplying factor (If meter is used for current ratio)
No multiplying factor required.
32 Load Survey capability a. Parameter Logged M.D.(kW and KVA) b. Logging interval programmable and 30 Minutes by
default
c. No. of days of Load Survey
70 days
33 Earthing Terminal As per IS 13779 34 Time of the day Zone 2 time zones per day will be
available for energy and demand
98
with facility for 8 zone slots. 35 Capability for fraud
Prevention & detection As per clause 8.0
i Phase Sequence reversal
Meter should record actual energy.
ii Missing Potential & Potential imbalance
Meter shall log the event with date & time.
iii CT Open & CT Short Meter shall log the event with date & time.
iv Reversal of CT Polarity.
The meter shall record actual energy & shall be capable of detecting and recording occurrence and restoration with date and time of CT reversal with phase identification.
v Power on off Meter shall log the event with date & time. Persistence time-15 minutes.
vi Current Imbalance Meter shall log the event with date & time.(programmable and 30% or more for more than 15 minutes-programmable) & will work as per prevailing electrical condition.
vii Magnetic tamper As per CBIP report-88 with latest amendment.
viii Neutral Disturbance:
Meter shall be provided with the proper logic to identify neutral disturbance & record the event.
ix Software locking:
The meter shall have password protected software locking provision to enable any change in TOD timings or any other requirement of DISCOM
36 Sealing and Locking Arrangement
Adequate sealing & Locking arrangements shall be provided, to avoid tampering (To be specified)
37 Type of communication i) Local – Optical port ii) RS 232 Port iii) RF Optional
To be specified. To be specified.
38 Real Time Clock Time Drift and adjustment facility through CMRI and PC / Laptop with hardware and software lock -Specify
39 Mandatory Spare parts
a. Interface cords As per CBIP technical report 111 with latest amendments one for each meter.
b. CMRI (DCD) software
As per CBIP technical report 111 with latest amendments
99
c. Others (if any) To be specified 40 Meter Reading
Protocol The Supplier has to provide Meter Reading Protocols, for billing parameters, tamper data etc.
41
Self Diagnostic features
The meter should display any suitable indication like „ OK‟/Circuit OK etc. during meter installation. It should also indicate any failure of RTC battery/memory.
42 Softwares The firm has to provide required base computer & MRI software for data down loading & analysis during the guarantee period with
free of cost.
43 Current Element Any make or origin conforming to IS-2705
44 Measurement / computing chips
Analog Devices, AMS, Cyrus Logic, Atmel, SAMES, NEC, Texas Instruments, Phillips, Maxim, Toshiba, Renesas, Siemens, National Semiconductor
45 Memory chips Atmel, National Semiconductors, Microchip, Texas Instruments, Phillips Hitachi, Teridian, Toshiba, Renesas
46 Display modules Hailing, Holtek, Bonafied Technologies, Advantek, Truly Semiconductor, Hitachi, Sony,Tianma, Fairchild
47 Communication modules
National Semiconductors, Hitachi, Texas Instrument, Philips, Hp, Agilent, Everlight
48 Optical port National Semiconductors, Hitachi, Texas Instruments, Siemens, Agilent, Philips, HP, Everlight
49 Electronic components Philips, Toshiba, Fairchild, Murata,
Rohm, Siemens. National Semiconductors, ATMEL, Texas Instruments, Hitachi, Ligitec, OKI, EPCOS, EPSON, Panasonic
50 Mechanical parts INDIA: Precision Industrial Components Ltd, Prem Industries Ltd, AMPSON PLASTICS Or Reputed vendor
51 Battery Renata, Panasonic, Varta, Tedrium, Sanyo, National, Tadiran, Duracell, Tekcell
52 RTC / Micro controller Philips, Dallas, Atmel, Motorola, NEC, Renesas, Hitachi, Xicor, Texas Instruments, NEC, OKI, EPSON
100
TENDER NOTICE NO: CSO/CAPEX - WESCO / Three Phase Meter/ 20 Date:23.04.2012 ANNEXURE – IV (D)
GUARANTED TECHNICAL PARTICULARS FOR POLYCARBONATE OR SMC OR COMBINATION
OF POLYCARBONATE & SMC PILFER PROOF METER BOX TO HOUSE THE THREE PHASE FOUR WIRE HTTV ENERGY METERS
Sl. No.
Characteristics Requirements Bidders Data
1.
Manufacturer’s / Supplier’s name and address with works address.
2.
Material used for box body
Poly Carbonate/SMC (Sheet Moulding Compound)ref-IS:13410/1992 /IS:14772:2000Combined
3.
Color of Box Dark Admiral Gray/off White/Transparent
4.
Dimensions of box (L x W x H)
45x38x20 CM (approx)
5.
Meter Fixing Arrangement
Adjustable Meter Mounting Arrangement may be provided to accommodate any make of Meters (like Secure, L&T etc.).
6.
Earthing Provisions
To be provided
7. Thickness of meter box a. From Back Side b. From all other
sides
2.5 mm Back Side 2.0 mm all other side.
8. Clearance of meter from box surface approx. :(Varies from meter to meter) a. Right , Left b. Top side c. Bottom side (
from meter terminals)
d. Bottom side ( from terminals cover)
e. Front side
a. 10 cm b. 1 cm c. 12 cm d. 8 cm e. 11cm
9 Additional “D’’ Port
Additional “D’’ Port provision provided in the
inner door of the box with sealing
arrangement for downloading data through
MRI.
10 Doors Provision of two (Inner door & outer door) arrangement to be provided.
11 Push button hole Push button hole shall be done by
101
DISCOMs at the time of installation.
12 The material of inner
door shall be
SMC
13 Cable Entry Hole.
For cable entry, one suitable circular holes
fitted with adjustable glands will be
provided at the bottom of the box for cable
inlet and outlet. Internal diameter of the
gland will be such as to accommodate the
control cable having outer diameter 25-
30mm.The cable entry hole position can be
changed by DISCOMs as per the field
requirement & will be narrated during the
placement of Purchase Order.
14 Type of Use Meter
Box should be
suitable for
Meter Box should be suitable for indoor & outdoor use.
15 Suitable to house The meter box will be suitable to house one number three-phase four-wire HTTV energy meter & a modem of any make.
16 The meter box shall
comply with
IS:13410- 1992
17 Roof tapering Meter Box will have a roof tapering arrangement for easy flow of rainwater, as per sample.
18 Hinges Box cover will be fixed with minimum three nos hinges in each door well protected against corrosion. Box cover will be able to open by more than 120 degrees. Concealed hinges should fix the Box and cover, with hardware from inside in such a manner that it can’t be manipulated from outside.
19 Gasket Soft rubber gasket for protection from ingress of dust and water will be provided on all around the box.
20 Handle Handle/Knob will be provided on the Box door for easy door opening.
21 Inner door, viewing
window & D-Port.
The box shall be provided with two (inner & outer) doors. A viewing window must be provided in inner door if not transparent. One D-Port provision for communication must be provided in the inner door of each box with sealing arrangements.
22 Fixing Holes Box shall be provided with 4 nos. fixing holes of 6 mm diameter at all four corners of meter box.
23 Sealing & Latches.
For holding and sealing the outer door, U-
shaped latches/clamps with two sealing
holes will be provided. Two nos Latches will
102
be provided on the base of the box. These
latches will also hold the box cover with
base. All metallic parts will be protected
against corrosion. Provision shall be made
for sealing of doors at two location.
24 Viewing window
The viewing window for meter reading will
be made of break resistant, UV stabilized,
transparent Polycarbonate of minimum 2.0
mm thickness. The transparent Window will
be properly welded/fixed in rigid way with
meter opaque door from inside. The
viewing window will have a Shade
arrangement to protect meter display from
direct sunlight. The viewing window shall be
10.0 CM x12.0 CM approximately.
25 Adjustable meter
mounting
Arrangement.
Adjustable meter mounting arrangement to
be provided in such a way that the display
portion of any make meter can be easily
aligned with the viewing window of outer
door, So that meter reading can be done
easily without opening any door of meter
box.
26 Name Plate.
Purchase order No. & Date, Property of
DISCOMS, Purchase under CAPEX
Programme etc. will be mentioned on
metallic name plate in such a manner that
it will not be erased & removed easily.
Name of Manufacturer will be embossed
on meter box cover.
103
TENDER NOTICE NO: CSO/CAPEX-WESCO / Three Phase Meter/ 20 Date:23.04.2012
ANNEXURE – IV (E) TECHNICAL PARTICULARS OF T.P BOX FOR 3 PH 10-60A/20-100A WC METER Sr No.
Characteristics Purchaser’s Requirements Bidders Data
1 Manufacture‟s Name
2 Material used for box body
Polycarbonate/SMC/Polycarbonate & SMC.
3 Material withstanding temperature
Capable withstanding temperatures of boiling water for 5 minutes continuously without distortion or softening.
4 Dimensions of box ( l x w x h)
Drawing to be submitted by M/s Secure Meter Ltd.for approval.
5 Thickness (mm) 3mm on the load bearing side(i.e. back side of the box) & other sides 2.5mm.
6 Color Off white/Admiralty Grey/Transparent.
7 Viewing window Shall be transparent
8 Material Polycarbonate
9 Dimensions Suitable to give clear view of meter display/name plate.
10 Shade arrangement to window
To be Provided
11 No. of hinges Two
12 Handle Provision To be Provided
13 Earthing provision To be Provided
14 Sealing Arrangement Two no. sealing arrangements to be provided
15 Inlet & Outlets One for inlet and one for outlet with suitable gland to be provided.
16 Gasket To be Provided
17 Gasket provision for door and window
As per requirement to make the box, water & dust proof.
18 Material of the gasket Soft Rubber
19 Suitable for outdoor installation
Yes.
20 Printing Metallic label containing the letters of „”DISCOM”, PO No & Date.
104
Annexure- V (A)
Price Schedule for Materials/ Equipments Offered as per Tender Notice No CSO/CAPEX-WESCO / Three Phase Meter / 20 Date:23.04.2012
WESCO
Name of Bidder ___________________________________
Sl.N
o Item Description Unit
Quanti
ty
Price for each unit
Unit
Ex-
Works
Price
(Rs.)
Unit
Packing &
Forwarding
Charges
(Rs.)
Unit
Excise
Duty
with
education
cess
(Rs.)
Unit
Sales
Tax/
VAT
( Rs. )
Unit freight
& insurance
and other
local costs
incidental to
delivery
(Rs.)
Unit
Entry
Tax, if
any
(Rs. )
Total Unit Price
inclusive of taxes
& duties (Rs.)
Total
Landing
Price
inclusive
of taxes
& duties
(Rs.)
1 2 3 4 5 6 7 8 9 10 11 =
(5+6+7+8+9+10)
12 = 4 x
11
1
HTTV Meter Category ‘A’
No. 383
2
HTTV Meter Category ‘B’
No. 49
5
Whole Current Meter Category ‘C’
No. 7800
Total amount in Words Rupees.………….only
Signature of Bidder alongwith Seal & date ______________________________________________
Note: 1) Any column left blank shall be treated as NIL / Inclusive of .
1) Unit price under Column-11 is inclusive of all.
3) In case of discrepancy between unit price and total price, the unit price shall prevail over the total price.
The above is to be duly filled up, signed and submitted in sealed condition in a separate envelop superscribed as “Part-II Bid – Price Bid”
105
ANNEXURE VI (A)
(TECHNICAL DEVIATION FORMAT)
Clause No
Prescribed as per Tender Specification
Deviation in the bidder's Offer
Bidder’s Signature with Seal.
N.B :
The bidder has to mention all technical deviations in his offer which differs from the Technical Requirement
of this Tender in above format. Deviations not mentioned in above format but mentioned in any other
format or in any other part of the offer document shall not be considered as deviation and the bidder shall
be deemed to have accepted our technical requirement without deviation.
106
ANNEXURE VI (B) (COMMERCIAL DEVIATION FORMAT)
Clause No
Prescribed as per Tender Specification
Provided in the bidder's Offer
Bidder’s Signature with Seal.
N.B :
The bidder has to mention all commercial deviations in his offer which differs from the Commercial
Requirement of this Tender in above format. Deviations not mentioned in this format but mentioned in any
other format or in any other part of the offer document shall not be considered as deviation and the bidder
shall be deemed to have accepted our commercial requirement without deviation.
107
ANNEXURE – VII
Format for Consortium Agreement
(On non-judicial stamp paper of appropriate value to be purchased in the name of
executants companies or as required by the jurisdiction in which executed)
This Consortium Agreement executed on this, …………….. day of ……………………Two
Thousand…………………..By:
M/s ……………………………..a Company (SSI Unit) incorporated under the companies Act – 1956
………………………………………and having its registered office at
………………………….(hereinafter called the “Lead Member/First member” which expression shall
include its successors); and
M/s ………………………………….a company (SSI Unit) incorporated under the Companies Act –
1956 …………………………………….and having its registered office at …………………(hereinafter
called the “Second Member” which expression shall include its successors)and
M/s. …………………………….……..a company (SSI Unit) incorporated under the companies Act-
1956…………………………………………………..and having its registered office at ………………
(hereinafter called the “Fourth Member” which expression shall include its successors)
The Lead Member/First Member, the Second Member, the Third Member and the Forth Member shall
collectively hereinafter be called as the “Consortium Members” for the purpose of submitting a bid
proposal to Western Electricity Supply Company of Orissa Ltd. (WESCO) (Hereinafter referred to as
DISCOM) , being a Company incorporated/Constituted under the Companies Act,1956 having its
registered office at N 1/22, IRC Village, Nayapalli, Bhubaneswar - 751015,India (hereinafter called the
“Purchaser”)in response to the invitation of bids (hereinafter called as “Tender Notice No………”
Document) Dated …………… for supply of Materials/Equipments (hereinafter called as “the
Transaction”).
WHEREAS Clause-6.1.2 of the Invitation for Bids (IFB),stipulates that Two or more Local SSI Units
having been manufacturers of tender item(s) as per this tender specification, provided they fulfill the
following eligible criteria;
a) They should have legally valid consortium agreement as per the prescribed format for the purpose of
participation in the bidding process. The total no of a consortium shall be limited to four members.
b) All members of the Consortium should be the eligible manufacturer(s) of the materials / equipments
tendered.
c) Each member should have valid statutory license to use ISI Mark and Type tested report for the tendered
materials/equipments conducted within last five years as applicable for the tender.
d) Consortium as a whole shall meet the qualifying norms specified in the tender, they participate.
e) The lead member of the Consortium should meet at least 50% of the qualifying norms in respect of the
supply experience.
f) Besides the lead member, other member (s) of the Consortium should meet at least 15% of the qualifying
norms in respect of the supply experience.
g) All the Consortium member(s) shall authorize the lead partner by submitting a power of Attorney as per
the prescribed format duly signed by the authorized signatories. The lead partner shall be authorized to
108
receive instructions for and on behalf of all partners of the Consortium and entire execution of the contract
including receipt of payment exclusively done through the lead partner.
h) The Consortium and its members shall be jointly and severally responsible and be held liable for the
purpose of guaranteed obligation and any other matter as required under the contract.
i) Any member of the Consortium member(s) shall not be eligible either in an individual capacity or part of
any other consortium to participate in the tender, where the said consortium participates.
j) The prescribed formats for Consortium Agreement (Annexure – VII) and Power of Attorney (Annexure –
VIII) are provided in the tender specification as enclosures.
AND WHEREAS the members of the Consortium strictly comply the eligible criteria of the CLAUSE -
6.1.2 of the Invitation for Bids (IFB) as stipulated above,
AND WHEREAS bid has been proposed to be submitted to the purchaser vide bid by Lead Member
based on this CONSORTIUM agreement between all the members, signed by all the members.
NOW THIS INDENTURE WITNESSETH AS UNDER:
In consideration of the above premises, in the event of the selection of Consortium as successful bidder,
all the Parties to this Consortium Agreement do hereby agree abide themselves as follows:
1. M/s ……………………….shall act as Lead Member for and on behalf of Consortium Members.
The said Consortium members further declare and confirm that they shall jointly and severally be
bound and shall be fully responsible to the Purchaser for the design, manufacture, supply, and
successful performance of the materials /equipment, obligations under the supply contract under
Agreement(s) submitted/executed by the Lead Member.
2. Despite any breach by the Lead Member or other member(s) of the CONSORTIUM agreement,
the Member(s) do hereby agree and undertake to ensure full and effectual an successful
performance of the contract with Purchaser and to carry out all the obligations and responsibilities
under the said Contract in accordance with the requirements of the Contract.
3. If the Purchaser suffers any loss or damage on account of any breach of the Contract or any
shortfall in the performance in meeting the performance guaranteed as per the specification in
terms of the Contract, the Member(s) of these presents undertake to promptly make such loss or
damage caused to the purchaser, on its demand without any demur. It shall not be necessary or
obligatory for the purchaser to proceed against Lead member to these presents before proceeding
against or dealing with the other members. The obligation of each of the member is absolute and
not independent of the consortium or any member.
4. The financial liability of the members of this CONSORTIUM agreement to the Purchaser, with
respect to any of the claims arising out of the performance or non- performance of the obligations
set forth in the said CONSORTIUM agreement, read in conjunction with relevant conditions of
the contract shall, however, not be limited in anyway so as to restrict or limit the liabilities of any
of the members of the CONSORTIUM agreement. The liability of each member is absolute and
not severable.
5. It is expressly understood and agreed between the members to this CONSORTIUM agreement
that the responsibilities inter se amongst the members shall not in any way be a limitation of joint
and several responsibilities and liabilities of the Members to the Purchaser. It is clearly
understood that the lead member shall ensure performance under the agreement(s) and if one or
more Consortium members fail to perform its/their respective obligations under the agreements,
the same shall be deemed to be a default by all the Consortium Members. It will be open for the
purchaser to take any steps, punitive and corrective action including the termination of contract in
case of such default also.
109
6. This CONSORTIUM agreement shall be construed and interpreted in accordance with the laws of
India and shall be subjected to exclusive jurisdiction within Bhubaneswar in all matters arising
there under.
7. In case of an award of a Contract, all the members to the CONSORTIUM agreement do hereby
agree that they shall be jointly and severally responsible for furnishing a contract performance
security from a bank in favour of the purchaser in the forms acceptable to purchaser for value of
10% of the Contract price. It is also hereby agreed that the lead member shall, on behalf of the
CONSORTIUM submit the contract performance security in the form of an unconditional
irrecoverable Bank guarantee in the prescribed format and as per terms of the contract.
8. It is further agreed that the CONSORTIUM agreement shall be irrevocable and shall form an
integral part of the Contract, and shall continue to be enforceable till the Purchaser discharges the
same. It shall be effective from the date first mentioned above for all purposes and intents.
9. Capitalized terms used but not defined herein shall have the meaning as assigned to them to the
Tender Documents and/or the agreements.
10. In case of any dispute amongst the members of the Consortium, purchaser shall not be in any way
liable and also the consortium members shall not be absolved from the contractual obligation in
any manner.
IN WITNESS WHEREOF the Members to the CONSORTIUM agreement have through their
authorized representatives executed these presents and affixed Common Seals of their companies, on
the day, month and year first mentioned above.
1. Common Seal of <…………………..> For Lead/First Member
Has been affixed in my/our presence
Pursuant to the Board of Director‟s
resolution dated……………… (Signature of authorized
representative)
Name …………………
Signature………………………….. Designation
…………………….
Name…………………………… Common Seal of the company
Designation…………………………..
……………………………………
2. Common Seal of <…………………..> For Second Member
Has been affixed in my/our presence
Pursuant to the Board of Director‟s
resolution dated……………… (Signature of authorized
Representative)
Name …………………
Signature………………………….. Designation
…………………….
Name…………………………… Common Seal of the company
Designation………………………….. …………………………….
3. Common Seal of <…………………..> For Third Member
Has been affixed in my/our presence
Pursuant to the Board of Director‟s
resolution dated……………… (Signature of authorized
representative)
110
Name …………………
Signature………………………….. Designation
…………………….
Name…………………………… Common Seal of the company
Designation………………………….. …………………………….
4. Common Seal of <…………………..> For Fourth Member
Has been affixed in my/our presence
Pursuant to the Board of Director‟s
resolution dated……………… (Signature of authorized
representative)
Name …………………
Signature………………………….. Designation
…………………….
Name…………………………… Common Seal of the company
Designation………………………….. ………………………………
WITNESSES
1………………………………… 2. ……………………………………
(Signature) (Signature)
Name ………………………….. Name ………………………….
(Official address) (Official address)
111
ANNEXURE – VIII
FORM OF POWER OF ATTORNEY FOR CONSORTIUM
(On Non-Judicial Stamp Paper of Appropriate value to be purchased in the Name of
CONSORTIUM)
KNOW ALL MEN BY THESE PRESENTS THAT WE, the Members whose details are given
hereunder……………………have formed a CONSORTIUM and having our Registered Office (s)/Head
Office (s) at …………………………………… (hereinafter called the „Consortium‟ which expression
shall unless repugnant to the context or meaning thereof, include its successors, administrators and
assigns) do hereby constitute, nominate and appoint M/s ………………………………. A company
incorporated under the laws of ……………… and having its Registered/Head office at ……………….as
our duly constituted lawful Attorney (hereinafter called “Lead Member”) to exercise all or any of the
powers for supply …………………………………….for which bids have been invited by the Purchaser
namely Western Electricity Supply Company of Orissa Ltd. (WESCO),to undertake the following acts:
(i) To submit proposal, participate and negotiate in respect of the aforesaid Bid – Specification of
the Purchaser on behalf of the “Consortium”
(ii) To negotiate with Purchaser the terms and conditions for award of the contract pursuant to the
aforesaid Bid and to sign the contract with the Purchaser for and on behalf of the
“Consortium”
(iii) To do any other act or submit any document related to the above.
(iv) To receive, accept and execute the contract for and on behalf of the “Consortium”.
(v) To submit the contract performance security in the form of an unconditional irrecoverable
Bank guarantee in the prescribed format and as per terms of the contract.
It is clearly understood that the Lead Member shall ensure performance of the contracts(s) and if one or
more Member fail to perform their respective portion of the contracts (s), the same shall be deemed to be
a default by all the members.
It is expressly understood that this power of Attorney shall remain valid binding and irrevocable till
completion of the defect or liability period in terms of the contract.
The CONSORTIUM hereby agrees and undertakes to ratify and confirm all the whatsoever the said Lead
Member quotes in the bid, negotiates and signs the contract with the Purchaser and / or proposes to act on
behalf of the CONSORTIUM by virtue of this Power of Attorney and the same shall bind the
CONSORTIUM as if done by itself.
IN WITNESS THEREOF the members Constituting the CONSORTIUM as aforesaid have executed
these presents on this …………..day of ………..under the Common Seal (s) of their Companies.
For and on behalf of
the Members of CONSORTIUM
1. -----------------------------------------
2. -----------------------------------------
3. -----------------------------------------
4. -------------------------------------------
112
The Common Seal of the above Members of the CONSORTIUM:
The Common Seal has been affixed there unto in the presence of:
WITNESS
1. Signature…………………………..
Name…………………………….
Designation……………………………
Occupation……………………………
2. Signature…………………………..
Name…………………………….
Designation……………………………
Occupation……………………………
113
ANNEXURE-IX
SELF DECLARATION FORM
Name of the Purchaser: -------------------------
Tender Notice No: -----------------------------
Sir,
1. I / we, the undersigned do hereby declare that, I / we have never ever been blacklisted and / or
there were no debarring actions against us for any default in supply of material / equipments
or in the performance of the contract entrusted to us in any of the Electricity Utilities of India.
2. In the event of any such information pertaining to the aforesaid matter found at any given
point of time either during the course of the contract or at the bidding stage, my bid/contract
shall be liable for truncation / cancellation / termination without any notice at the sole
discretion of the purchaser.
Yours faithfully,
Place-
Date-
Signature of the bidder
With seal
(This form shall be duly filled-up and signed by the bidder & submitted along with the
original copy of the Bid.)
114
ANNEXURE – X (A)
PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT
(ON NON-JUDICIAL STAMP PAPER OF Rs.100/-)
Ref Date Bank Guarantee No:
In accordance with invitation to Tender Notice No.--------- Dated ------------- of Western Electricity
Supply Company of Orissa Ltd. [herein after referred to as the WESCO] for the purchase of
______________________________________________________________ (name of Material)
M/s__________________________Address_________________________________________________
__________________________________________________wish/wished to participate in the said
tender and as the Bank Guarantee for the sum of Rs.______________
[Rupees________________________________________ Valid for a period of ………… days (in
words) is required to be submitted by the Bidder.
1.We the________________________________________________[Indicate the Name of the Bank]
[Hereinafter referred to as „the Bank‟] at the request of M/S
___________________________________________________________ [Herein after referred to as
supplier (s)] do hereby unequivocally and unconditionally guarantee and undertake to pay during the
above said period, on written request by WESCO an amount not exceeding Rs._________________to the
WESCO, without any reservation. The guarantee would remain valid up to 4.00 PM of
_________________ [date] and if any further extension to this is required, the same will be extended on
receiving instructions from M/s _______________________________________ on whose behalf this
guarantee has been issued.
2. We the _____________________________________ [Indicate the name of the bank] do hereby
further undertake to pay the amounts due and payable under this guarantee without any demur, merely on
a demand from the WESCO stating that the amount claimed is due by way of loss or damage caused to or
would be caused to or suffered by the WESCO by reason of any breach by the said supplier [s] of any of
the terms or conditions or failure to perform the said Bid. Any such demand made on the Bank shall be
conclusive as regards the amount due and payable by the Bank under this guarantee. However, our
liability under this guarantee shall be restricted to an amount not exceeding
Rs.______________________________ (in wards)
3. We, the _______________ Bank undertake to pay the WESCO any money so demanded not withstanding
any dispute or disputes so raised by the supplier [s] in any suit or proceeding instituted/pending before any
Court or Tribunal relating thereto, our liability under this agreement being absolute and unequivocal. The
payment so made by us under this bond shall be a valid discharge of our liability for payment there under and
the supplier(s) shall have no claim against us for making such payment.
115
4. We, the__________Bank [Indicate the name of the bank] or our local branch at Bhubaneswar further
agree that the guarantee herein contain shall remain in full force and effect during the aforesaid period of ------
-------- days and it shall continue to be so enforceable till all the dues of the WESCO under by virtue of the
said Bid have been fully paid and its claims satisfied or discharged or till WESCO certifies that the terms and
conditions of the said Bid have been fully and properly carried out by the said Supplier [s] and accordingly
discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or
before the _________________ (date) we shall be discharged from all liability under this guarantee thereafter.
5. We, the __________Bank [Indicate the name of the bank] or our local branch at Bhubaneswar further
agree that the WESCO shall have the fullest liberty without our consent and without affecting in any manner
our obligations here under to vary any of the terms and conditions of the said Bid or to extend time of
performance by the said Supplier [s] from time to time or to postpone for any time or from time to time any of
the powers exercisable by the WESCO against the said supplier [s] and to forbear or enforce any of the terms
and conditions relating to the said bid and we shall not be relieved from our liability by reason of any such
variation, postponement or extension being granted to the said Supplier [s] or for any forbearance act or
omission on the part of the WESCO or any indulgence by the WESCO to the said Supplier[s] or by any such
matter or thing whatsoever which under the law relating to sureties would but for this provision, have effect of
so relieving us.
6. This guarantee will not be discharged due to the change in the name, style and constitution of the Bank or
the supplier [s].
7. We, the ____________Bank or our local branch at Bhubaneswar lastly undertake not revoke this Guarantee
during its currency except with the previous consent of the WESCO in writing.
8. We, the__________________________ Bank further agree that this guarantee shall also be invokable at
our place of business at Bhubaneswar (Indicate detail address of local branch with code no.) in the State of
Orissa.
Dated ________________________ Day of 2012.
Witness ((Signature, names & address) For_________ [Indicate the name of Bank]
1. Power of Attorney No.______
2 Date: _________
SEAL OF BANK
Note: The non-judicial stamp paper of worth Rs.100/- shall be purchased in the name of the bank,
which has issued the bank guarantee.
116
ANNEXURE- X (B)
FORM OF EXTENSION OF BANK GUARANTEE (ON NON-JUDICIAL STAMP PAPER OF Rs.100/-)
Ref. No.________________
Dated: __________
WESCO Ltd.,
Regd. Office: N1/22, IRC Village, Nayapalli
Bhubaneswar - 751015
Dear Sirs,
Sub: Extension of Bank Guarantee No.__________for Rs._____________favouring yourselves expiring
______________ on account of M/s. ______________ in respect of contract No.______________ dated
_____________ (hereinafter called original bank guarantee).
At the request of M/s. _____________we ____________ bank Branch office at ________ having its head
office at _____________ do hereby extend our liability under the above mentioned guarantee No.
___________ Dated__________ for a further period of _______ Years/months from ________to expire
on __________ except as provided above, all other terms and conditions of the original bank guarantee
No.__________dated __________ shall remain unaltered and binding.
Please treat this as an integral part of the original guarantee to which it would be attached.
Yours faithfully,
For ____________
Manager/Agent/Accountant
Power of Attorney No.______
Date: _________
SEAL OF BANK
Note: The non-judicial stamp paper of worth Rs.100/- shall be purchased in the name of the bank, which
has issued the bank guarantee.
117
ANNEXURE- XI
FORMAT FOR PAST SUPPLY
NAME OF THE BIDDER: -
TENDER NOTICE NO. : CSO / CAPEX -WESCO/ THREE PHASE METER/ 20 /Dt:23.04.2012
DETAILS OF PURCHASE ORDER(S) EXECUTED DURING FY 2009-10 to 2011-12
Name of the Material: -
(For individual item quoted against the above referred tender, Separate sheet should
be used)
Sl. No. P.O. No. Date
Name of
the
Client
Item
Description
Order
Quantity
Quantity Supplied during FY 09-
10
FY 10-
11
FY 11-
12
I/We certify as under:
(i) The above information is true to the best of my / our knowledge and I / we
undertake to produce the invoice details on demand.
(ii) In the event of any deviation found later on pertaining to any of the above
information either during the course of contract or bidding stage, the
bid/contract shall be liable for truncation/cancellation/termination without any
notice at the sole discretion of the purchaser.
Signature of the bidder with seal
N.B.:- 1.Bidders are requested to submit self attested relevant purchase order
copies (all pages) along with the above format.