180
Page i of viii 2a RFP Ver Request for Proposal “SUPPLY, INSTALLATION AND COMMISSIONING OF (I) DT METERS & MODEMS ON DISTRIBUTION TRANSFORMER & (II) MODEMS ON CONSUMER’S METER , MONTHLY METER READING THROUGH AMR, REPORT GENERATION & DATA ANALYSIS FOR PERIOD OF 5 YEAR & (III) AMC OF THE SYSTEM FOR 5 YEARS on SAAS (System As a Service Basis).” Tender No.62 Volume-I Office of the Superintending Engineer (IT), JVVNL, Jaipur Purchaser: Jaipur Vidyut Vitran Nigam Ltd (JVVNL),Jaipur

RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

  • Upload
    others

  • View
    13

  • Download
    0

Embed Size (px)

Citation preview

Page 1: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

Page i of viii

2a

RFP

Ver

Request for Proposal

“SUPPLY, INSTALLATION AND

COMMISSIONING OF (I) DT METERS & MODEMS ON DISTRIBUTION TRANSFORMER & (II) MODEMS ON CONSUMER’S

METER , MONTHLY METER

READING THROUGH AMR, REPORT GENERATION & DATA

ANALYSIS FOR PERIOD OF 5 YEAR & (III) AMC OF THE

SYSTEM FOR 5 YEARS on SAAS (System As a Service Basis).”

Tender No.62

Volume-I

Office of the Superintending

Engineer (IT), JVVNL, Jaipur

Purchaser:

Jaipur Vidyut Vitran Nigam Ltd

(JVVNL),Jaipur

Page 2: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

Page ii of viii

Disclaimer

The information contained in this Request for Proposal (“RFP”) document or

information provided subsequently to bidders or applicants whether verbally or in

documentary form by or on behalf of JVVNL, is provided to the bidder(s) on the terms and

conditions set out in this RFP document and all other terms and conditions subject to which

such information is provided. This RFP document is not an agreement and is not an offer or

invitation by JVVNL to any parties other than the applicants who are qualified to submit the

bids (hereinafter individually and collectively referred to as “Bidder” or “Bidders”

respectively). The purpose of this RFP is to provide the Bidders with information to assist

the formulation of their proposals. This RFP does not claim to contain all the information

each Bidder requires. Each Bidder may conduct its own independent investigations and

analysis and is free to check the accuracy, reliability and completeness of the information in

this RFP. JVVNL makes no representation or warranty and shall incur no liability under any

law, statute, rules or regulations as to the accuracy, reliability or completeness of this RFP.

The information contained in the RFP document is selective and is subject to updating,

expansion, revision and amendment. It does not purport to contain all the information that

a Bidder requires.

JVVNL does not undertake to provide any Bidder with access to any additional

information or to update the information in the RFP document or to correct any inaccuracies

therein, which may become apparent.

JVVNL reserves the right of discretion to change, modify, add to or alter any or all of

the provisions of this RFP and/or the bidding process, without assigning any reasons

whatsoever. Such change will be published on the JVVNL's Websitewww.jaipurdiscom.com

and Government procurement Portal http://eproc.rajasthan.gov.in and it will become part

and parcel of RFP.

JVVNL in its absolute discretion, but without being under any obligation to do so,

update, amend or supplement the information in this RFP. JVVNL reserves the right to reject

any or all the request for proposals received in response to this RFP document at any stage

without assigning any reason whatsoever. The decision of JVVNL shall be final, conclusive

and binding on all the parties.

Page 3: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

Page iii of viii

Table of Contents

Particulars Page No.

Abbreviations 4

NOTICE INVITING TENDER 5

SECTION –I Introduction 10

SECTION –II Detailed Scope of Work 13

SECTION –III Qualification requirements (QR) 38

SECTION –IV INSTRUCTION TO BIDDER 41

SECTION –V Terms and Conditions 53

Section- VI Installations Terms & Conditions 71

Section- VII Technical Specification 75

Section VIII Annexure covering formats of

submission of bids 76

Page 4: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

Page iv of viii

Abbreviations

S/N Abbreviation Full Form

1 AMR Automatic Meter Reading

2 CE Chief Engineer

3 CVC Central Vigilance Commission

4 DISCOM Distribution Company (JVVNL)

5 DT Distribution Transformer

6 EVO Estimated value of orders

7 FY Financial Year

8 IEC International Electronical Commission

9 ISO International Organization for Standardization

10 IT Information Technology

11 JEN Junior Engineer

12 JVVNL Jaipur Vidyut Vitran Nigam Limited

13 KPI Key Performance Indicators

14 L1 Lowest one

15 LOI Letter of Interest

16 LT Low Tension

17 MIS Management Information System

18 NC No Current

19 RFP Request for proposal

20 SAIDI System Average Interruption Duration Index

21 SAIFI System Average Interruption Frequency Index

22 SCADA Supervisory Control and Data Acquisition

23 SE Superintending Engineer

24 SLA Service Level Agreement

25 AMC Annual Maintenance Contract

26 POC Proof of concept

Page 5: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

Page v of viii

NOTICE INVITING TENDER

NIT TN- 62

Reference No: TN -62

Jaipur Vidyut Vitran Nigam Ltd. [“JVVNL”/ “Jaipur Discom”] invites bids from competent

Agency for work “SUPPLY, INSTALLATION AND COMMISSIONING OF (I) DT METERS &

MODEMS ON DISTRIBUTIONS TRANSFORMER & (II) MODEMS ON CONSUMER’S METER,

MONTHLY METER READING THROUGH AMR, REPORT GENERATION & DATA ANALYSIS FOR

PERIOD OF 5 YEAR & (III) AMC OF THE SYSTEM FOR 5 YEARS”.

The contract period shall be initially for Five years. The contract period may further be

extended up to 2 years as per mutual agreement.

Mode of Bid Submission Online through e-Procurement/e-Tendering

system at http://eproc.rajasthan.gov.in

Tendering Authority Superintending Engineer (IT)

Jaipur Vidyut Vitran Nigam Ltd.

Old Power House, Banipark, JAIPUR-302006.

Estimated cost of Project per annum

(Approx.) Rs. 150 Crs for 5years

Contact Persons

1) Ram Avatar Sharma SE (IT)

Office: 0141-2205412

2) RK Sharma, XEN (IT).

Submission of Tender Document Fee

(including GST @ 18%) in form of

Banker’s Cheque/ Demand Draft or

Online, with AO(IT&RE) in favour of

AO(IT&RE), JVVNL, Jaipur (non-

refundable), payable at Jaipur,

Rajasthan

Account details for Online Tender Fee

Submission

A/c No.- 51093320466

IFS Code – SBIN0031026

Bank- State Bank of India

Branch- SBI Collectorate Branch

Account Owner- AO(IT&RE), JVVNL

Rs: 5,900/-. before 16.11.2017 upto 3 PM

Page 6: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

Page vi of viii

Submission Demand Draft for e-

Tender Processing Fee (including

GST @ 18%) with AO(IT&RE) in favour

of M.D, RISL payable at Jaipur(non-

refundable)

Rs: 1180/- before 16.11.2017 upto 3 PM

Submission of Earnest Money

through DD in favour of AO (IT&RE),

JVVNL or Bank Guarantee from

schedule bank in the name of

SE(IT),JVVNL, JAIPUR.

Rs. 3 /- Cr before 16.11.2017 upto 3 PM

Publishing Date/Time 9.10.2017 at 5.00 pm

Last date of receipt of

clarification/queries**

-Within 10 days from date of uploading of

tender document Up to 5.00 pm

Submission Date for Banker’s Cheque/

Demand Draft / BG for Tender Fee,

EMD, and Processing Fee.

The deadline for submission of these

instruments is Bid Submission Deadline. The

Bidder can submit these instruments before the

deadline. The Bidder has to submit the same in

hard copy and attach the scan of receipts with

online bids.

Bid submission Last Date/ Time 17.11.2017 upto 2.00 PM

Date & Time of Opening of Technical

Bids 17.11.2017 at 3.00 PM

Date & Time of Opening of Financial

Bids To be intimated later

Websites for downloading Tender

Document, Corrigendum’s, Addendums

etc.

http://eproc.rajasthan.gov.in.

http://www.jaipurdiscom.com

Bid Validity& EMD Validity

Bid Validity:90 Days from the date of Financial

Bid Opening

EMD Validity: 180 days from date of Technical

Bid opening. If required, the same shall be

requested to be extended.

** The bidders are requested to furnish their comments in the following format:

Name of person with e-mail ID and contact number:

Name of Prospective bidder:

Experience Details:

Comments/Suggestions in RFP:

Clause Number Suggestions/Comments

Page 7: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

Page vii of viii

The prospective bidder should have the necessary competence, adequate financial standing,

sufficient experience, expertise as per Qualification Requirement detailed in this document.

Before bidding under this bid, in order to avoid non-responsiveness of bid, bidder should

ensure that:

1. They are qualified as per QR mentioned in this document

2. The offered solution meets the scope and functional requirement laid down in this

document.

Scope of Work is detailed out in the subsequent sections of the RFP

NOTE:

1. The bid shall only be submitted through online tendering system of

www.eproc.rajasthan.gov.in.

2. Bidders who wish to participate in this tender will have to register on

https://www.eproc.rajasthan.gov.in. To participate in online tenders, Bidders will

have to procure Digital Signature Certificate (Type – II or Type – III) as per

Information Technology Act-2000 using which they can sign their electronic bids.

Bidders can procure the same from any CCA approved certifying agency i.e TCS,

Safecrypt, Ncode etc. or they may contact e-Procurement Cell, Department of IT &

C, Government of Rajasthan for future assistance. Bidders who already have a valid

Digital Certificate need not to procure a new Digital Certificate.

Contact No. 0141 – 4022688 (Help desk of RISL - 10.00 AM to 6.00 PM on all

working days)

E-mail: [email protected]

Address: e-Procurement Cell, RISL, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur.

3. Bidders should go through the website https://www.eproc.rajasthan.gov.in should

refer to the website and go through the link “Help For Contractors”, “Information

About DSC”, “FAQ” and “Bidders Manual Kit” and Section-I to know the process for

submitting the electronic bids at the website.

4. The ‘Instructions to bidders’ and other terms and conditions of this tender pertaining

to the bidding process generally follow the guidelines of e-tendering system of the

government of Rajasthan, available at URL https://www.eproc.rajasthan.gov.in.

However, wherever there is any anomaly between the conditions referred to in this

tender document and the GoR e-tendering system, the latter shall be final.

5. The complete tender document has been published on the websites,

www.jaipurdiscom.com and https://www.eproc.rajasthan.gov.infor the purpose of

downloading.

6. The downloaded tender document shall be considered valid for participation in the

bid process subject to submission of required Tender fees, e-Tender Processing Fee&

EMD as mentioned in the NIT Section table. A copy of receipt of the tender fees, e-

Tender Processing Fees & EMD must be enclosed along with the Technical bid/

proposal failing which the bid will be summarily rejected. The last date of submission

of these Original instruments is mentioned in the NIT Table. The Bidder must take

Page 8: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

Page viii of viii

due care in submitting the instruments and collecting receipts from Jaipur Discom so

that the Originals are submitted in hard copy and receipt scans are uploaded with the

Technical Bid, before the Bid Submission Deadline.

7. All the communication/ correspondence including the bid document (Technical and

Financial Bid) should be signed digitally by the Bidder. The Technical and Financial

Bid which is uploaded on eproc portal must be signed and stamped on each relevant

page by the designated Authorized Representative of the bidder. The name,

designation and authority of the designated Authorized Representative of the Bidder

shall be stated in the Bid.

8. No contractual obligation whatsoever shall arise from the tender document/bidding

process unless and until a formal contract is signed and executed between the

purchaser and the successful bidder(s).

9. JVVNL disclaims any factual/ or any other errors in this tender document (the onus is

purely on the individual bidders to verify such information) and the information

provided herein are intended only to help the bidders to prepare a logical bids.

10. Bids will be considered only in the prescribed manner. Bids not submitted in the

prescribed format will be summarily rejected without further evaluation.

11. Copies of various documents to be enclosed along with the bids must be legible and

be self-attested by the authorized signatory with official seal. Claims made by bidder

related to the project experience and other requirements shall be considered only

when appropriate supporting documents are provided.

12. All the communication/correspondence including the Bid (Technical and Financial Bid)

must be signed and stamped on each page by the designated Authorized

Representative of the bidder failing which the bid will be summarily rejected.

13. The Bids can be submitted up to date and time given as specified in the NIT Table.

14. The complete bidding process is defined in the tender document.

15. In case, a bidder imposes conditions which are in addition or at variance or in conflict

with the terms and conditions as specified in this tender document, all such bids will

be summarily rejected.

16. Tendering Authority reserves the complete right to accept or reject in part or full any

or all the bids without assigning any reasons whatsoever. No further discussion/

interaction will be held with the bidders whose bids have been disqualified/ rejected

by the tendering authority.

17. In case, a dispute arises with regard to interpretation/ omission/ error in this tender

document, bid submitted, other documents; the decision of SE (IT), JVVNL, JAIPUR

will be final and binding upon the bidders.

18. Interested bidders may obtain further information from the office of The

Superintending Engineer (IT), Jaipur Vidyut Vitran Nigam Ltd, Old Power

House Banipark, Jaipur.

Superintending Engineer (IT)

Page 9: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

JVVNL

INTENDING ENGINEER (IT)

RFP for DT Metering & AMR of Consumers

INTENDING ENGINEER (IT)

Introduction

RFP for DT Metering & AMR of Consumers

Page 9 of 120 Introduction

Page 10: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 10 of 120

SECTION –I Introduction

1.1 About JVVNL

JAIPUR VIDYUT VITRAN NIGAM LIMITED (Jaipur Discom) is an undertaking of

Government of Rajasthan engaged in supply and distribution of electricity in the

jurisdiction of Jaipur Discom in 12 districts of Rajasthan, namely Jaipur, Dausa,

Alwar, Bharatpur, Dholpur, Kota, Bundi, Baran, Jhalawar, SawaiMadhopur, Tonk and

Karauli.

1.2 Definitions

‘Discom’ or ‘JVVNL’ means Jaipur Vidyut Vitran Nigam Ltd.

‘RFP’ means this Request for Proposal prepared by JVVNL for DT Metering & AMR of

Consumers.

‘Bidder’ means a vendor submitting the proposal in response to this RFP.

‘Contract’ means the agreement signed by successful bidder and the Discom at the

conclusion of bidding process, wherever required.

‘Proposal’ means that Technical/Financial proposal including any documents

submitted by the bidder as per the formats prescribed in the RFP.

‘Successful Bidder’/’L1 Bidder’ means the Bidder/Entity that has bid the lowest in a

tender out of all the pre-qualified bidders, subject to compliance to all the Terms and

Conditions of the RFP, etc.

\

1.3Objective of RFP

To develop DT metering system with AMR & AMR of Consumer with having an

independent web based system. This includes-

1. Initial survey of the system:

A) Identify& analyze the requirement for DT metering With AMR

system. B) Identify& analyze the requirement for Consumer metering with

AMR system.

2. Installation of DT Metering system with AMR: The objective is to implement

an AMR system which will enable the Discom to capture consumption data

from an energy meter. The data can be used for billing purpose, to analyze

usage and manage consumption and to identify and resolve technical issues of its complete network on real time.

Installation of Modem at consumer meters. The objective is to

implement an AMR system covering communication devices, data

acquisition, analysis, and reporting system from consumer meter.

3. Data collection from DT meters & Consumer Meter through AMR.

4. Common Web Based system for generation of reports & data analysis.

5. Monthly Submission/Generation of MIS Reports.

6. Maintenance of AMR system new installations as well as existing AMR system

installed under RAPDRP Scheme.

Page 11: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 11 of 120

7. Integration with Discom Billing/CCC/Feeder monitoring system/DT Metering

system installed under RAPDRP/ SCADA/ Outage information, Revenue

Management System any other internal or external system etc.

8. The connectivity charges for existing AMR system along with new system to

be implemented are in the scope of the bidder.

Through this RFP, Discom aims for following-

The system shall be meant for Data Logging of various essential parameters of all

the Distribution Transformers Meters & Consumer Meter. This system shall be useful

to make the information available online for various stake holders including public

portal, meter data analysis, information dissemination, integration with RAPDRP

system, MIS and Exception reports generation. The System would further facilitate consolidation of various parameters downloaded

from the meters into a database thus enabling generation of various holistic MIS reports for analysis and actions.

Such system will help in improved operational performance efficiency as the faults

can be identified in real time, improvement in billing correction mistakes, lowering of cost for meter reading, Accurate meter reading no more estimates. The overall

impact would be created on AT&C losses of the complete system. Improvement in operational performance will help in reducing consumer complaints related to meter and billing system. AMR data can be used for DT and consumer consumption profiling

which shall help in analyzing the consumption trend and demand forecasting can be

done more accurately. Tampering of meters shall be easy to detect and necessary

action could be taken in shortest of time.

Page 12: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

JVVNL

SECTION

Detailed Scope of Work

RFP for DT Metering & AMR of Consumers

SECTION –IIIINSTRUCTION TO BIDDER

Image Project Scope

Detailed Scope of Work

RFP for DT Metering & AMR of Consumers

Page 12 of 120

IIIINSTRUCTION TO BIDDER

Project Scope

Detailed Scope of Work

Page 13: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 13 of 120

SECTION –II Detailed Scope of Work

2.1 Detailed Scope of Work

JVVNL intend to award the work for the duration of 5 years on SAAS (System as a

Service) Basis which includes:

i. DT Metering with AMR: The objective is to implement an AMR

system covering communication devices, data acquisition, analysis,

reporting system along with metering at DT locations along with all the

required accessories i.e. meter, modem, CT with required rating ,

Meter box , cables etc.

ii. AMR of Consumers: The objective is to implement an AMR system

covering communication devices, data acquisition, analysis, and

reporting system from consumer meter. Category of Consumers: (1)

Large Industrial consumers/HT consumers (2) all Medium Industrial

consumers (3) Small Industrial Consumers (4) NDS consumers above

10 KW (5) Mix Load Consumers

iii. Annual Maintenance Contract of all the meters, modem, CT/PT,

network connectivity and peripheral devices as implemented on DT

and consumers meters as listed in the above two points post

Installation and Commissioning, would be under the scope of the

bidder.

iv. Inclusive of all the new Installations done by the bidder, it shall also be

in the scope of bidder to maintain and manage existing AMR system

i.e. DT and consumer meter, modems, CT/PT, complete AMR system

etc. which have been already installed under R-APDRP scheme.

It shall be in the scope of the bidder to manage and perform all the

necessary function/ activities required to keep the network area alive

to meet the desired SLA.

The details regarding each have been discussed later in the document, below are few

important scope items

a) Requirement for DT Metering includes supply, installation and commissioning

of DT Meters, Modems, periodic data acquisition through AMR and report

generation for DT metering.

b) AMR for consumers include supply, installation and commissioning of

Modems, periodic data acquisition through AMR and report generation for

consumer. The Protocol of the Meters shall be provided to the vendor by the

Designated Officer Likely by MM/M&P wing of JVVNL.

c) Supply of meter for consumer AMR shall be under the scope of JVVNL, the bidder shall arrange for necessary equipment’s and peripheral devices to

make the meters (DLMS/Whole current) supplied by JVVNL compatible and

able to communicate with consumer AMR.

d) Network connectivity charges for the system will be in the scope of the

bidder.

Page 14: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 14 of 120

e) The common AMR application should collect the meter data from DT and

consumer metering 30 mins interval.AMR solution should support with strong

user management, administrative area management (utility administrative

hierarchy like Zone, Circle, Division, Subdivision etc.) and flexible tabular, graphical reporting module.

f) Monthly submission of MIS reports shall be generated by the agency and

submitted in the formats provided under section 2.3 ‘Reporting Requirement

during the contract period.

g) Project also includes maintenance of the newly installed AMR system along

with maintenance of the existing AMR system in place. Details of the existing

system will be discussed later in the document.

• Requirement includes Installation & Commissioning of DT Meters,

Modems, periodic data acquisition through AMR and report

generation on SAAS(System as a Service Support) Model i.e. the

bidder has to supply and install DLMS Meter for DT’s, Meter Box,

CT’s, Modems for DT’s and Consumer Meter , Connectivity, analysis

report generation, Integration with Discom Billing/CCC/Feeder monitoring system/DT Metering system/ SCADA/ Outage

information/RAPDRP System, Revenue Management System any

other internal or external system etc.

Monthly generation of MIS reports during the contract period as per the formats

specified under section 2.3 ‘Reporting Requirements’

• The AMR application should collect the meter data from DT &

Consumer meter on specific interval and validates the parameters.

AMR solution should support with strong user management, administrative area

management (utility administrative hierarchy like Zone, Circle, Division, Subdivision,

Constituency etc.) and flexible tabular, graphical reporting module.

The implementation of project shall be done onOpex model in which payment will be

done after the completion of all the requisite work and signoff from respective sub-

division incharge (SDO) and then submit the invoice to XEN (M&P) of respective

circle.

• Project also includes maintenance of the existing network (work done under

R-APDRP) as well as new installations done by the bidder of AMR system at

DT & Consumer.

Scope & Functional Requirements

The bidder shall provide DT & Consumer AMR system on SaaS basis (System as a

Service). The vendor has to offer an integrated solution for collection of electrical

parameters of selected Distribution Transformer and meter reading of consumer

meters by AMR (Automated Meter Reading) technology along with system for

generating analytics and alerts based on rules defined by Discom.

Page 15: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 15 of 120

Major components the Bidder has to provide in the offered solution:

1. Metering system (for DT only): Bidder has to install meter at DT’s. All

required parameters relevant to DT meter up-keeping like geo tagging,

capacity, shall be captured from DT locations. Meters will be installed on LT

side of DT between DT output and pillar box. This activity also includes any

other small consumables/ hardware required suitable to site condition i.e.

Meter, meter box, CT with required capacity, cable etc. The objective is to

implement an AMR system covering communication devices, data acquisition,

analysis, and reporting system along with metering at DT locations

2. Modem Installation/Commissioning and communication with central server

hosted on Cloud Infrastructure: A separate modem need to be installed on

each site, these modems should have three phase supply, so that modem can

work in availability of any one or more phase. SIMs to be installed by the

bidder and has to ensure that connectivity with the central server hosted on

cloud infrastructure. The data communication schedule to be defined in such

a way that in each 24 hours data of each meter should come at least once.

Bidder can select appropriate methodology; pull or push, server or client etc.

Frequency for data exchange shall be 30Minutes.

DT’s where compatible composite units can be installed as per the appropriate

rating of the DT composite meters can be installed these meters will have

built in CT’s and GSM.GPRS modem.

3. MDAS (Meter Data Acquisition System)& MDM (Meter Data Management) &

Analytics: Design, develop and implement the required web based software

solution for data acquisition, data aggregation ,data storage in common

format ,data dissemination, data display on responsive websites ,data

analysis and depiction in form of dashboards, graphs and MIS reports ,

provision for automated SMS alerts and email. JVVNL will provide the SMS

Gateway for exchange of messages and bidder to provide the central and

email servers.

4. Alert mechanism: Provision for automated SMS alerts and email. The alerts

would be send directly to respective area incharge as specified by JVVNL.

5. Integration with other internal /external systems : Integration with Discom

Billing/CRM/Feeder monitoring system/DT Metering system/ SCADA/ Outage

information/RAPDRP System, Revenue Management System any other

internal or external system etc. The bidder has to provide on with different

portals and utility systems.

a) System should be capable of sending alert messages to respective area

in-charge and customer care center in case of event (CT-missing, PT-

missing, no power) occurs.

b) Real time on demand data should be available for integration with internal

and external systems as per the requirement of JVVNL

Distribution transformer Discom has distribution transformers of various capacity, make and type. Various

common capacity of DTs are 40KVA, 63KVA, 100KVA, 160KVA, 200KVA, 250KVA,

315KVA, 500KVA and 630KVA etc.

Page 16: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 16 of 120

Existing System Approx. 4000number of DT’s are already provided with Meter. The list is provided

later in the document in Appendix A.

Bidder may study the existing system for better understanding of the present status.

All this existing set-up of Meter with modems shall have to be accepted by the bidder

on “As-Is” condition and the same should be kept in running condition so that regular

data shall be available in the offered system as well as existing RAPDRP system

during the entire contract period.

New Installation at DT The Bidder has to install standard energy meter as per technical specification with

DLMS protocol& modem with communication (SIM) on DT after getting approval of

the hardware from Discom.

Bidder has to arrange all the material required for installation including cable, lugs,

housing of meter and modems, LT CTs, fixing clamps etc.

Consumer AMR

(i) Discom has various types of Consumers such as Large Industrial /HT;

SIP; NDS Consumers greater than 10 KW & Medium Industry.

(ii) The bidder has to install modem with communication (SIM) on

Consumer Meter after getting approval of the hardware from Discom.

(iii) Bidder has to arrange all the material required for installation including

cable, lugs, housing of meter and modems, LT CTs, fixing clamps etc.

(iv) For the effective management of project this installation should be done

sub division wise. Bidder shall give the list of subdivisions in order of

priority to the JVVNL for its approval; JVVNL may define its priority of

subdivisions to be taken in phases.

Special Cases Power Distribution is a very vigilant sector with new amendments and changes in the

network take place on every day bases. Under such conditions the bidder shall have

to ensure cooperation and cohesive efficiency with JVVNL to ensure smooth

operation:

1. DT Replacement/Augmentation: In the event of any activity performed on the

DT after the installation of modems by JVVNL under the condition if it is

faulty/single phasing/augmentation or any other reason not mentioned here

but depending on the network requirement, the Discom personals shall recover all the accessories related to AMR(meter, modem, CT or composite

unit etc.) and return to JVVNL store. The bidder shall keep himself updated of

all such events by regularly communicating with the respective personals of

the respective sub-division and recover the material from JVVNL store and

also install working system on the DT. JVVNL will not be liable for any claims

of damages or repair of the system recovered from activity site.

2. Sealing of DT Meters: The bidder shall be provided with meter seals from the Discom which the bidder shall install on every meter and update the details of

the meter seal to JVVNL in requisite format as per the instructions of

concerned M&P wing.

3. Consumer Meter/AMR:For consumer where modems are installed any activity

Page 17: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 17 of 120

performed by JVVNL like meter replacement, meter burnt, release of new

connection under the category specified in the scope, permanent

disconnection, temporary disconnection etc. Discom shall be responsible for

re-connecting the AMR system with new meter. For existing consumers the bidder will be provided with meter seals for sealing the consumer meters at

site and update the seal number to Discom in requisite format.

4. Each month from 1st to 5th, Discom shall furnish details of all the activities

performed in the preceding month on DT like replacement, burnt DT

replacement, augmentation, new installation, removed from network etc. or

consumers meter like meter replacement, meter burnt, new connection,

permanent disconnection, temporary disconnection activities but not limited to as mentioned and would depend upon network requirements. The bidder

needs to respond and work upon and make necessary arrangements for

making such meters to communicate.

5. The meter communicating would be considered to be active/live if the

parameters like Voltage (phase-phase and phase-line), current and power

factor are visible and are as per standard i.e without any malfunctioning.

Page 18: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 18 of 120

2.2 Work Methodology

2.2.1 Methodology

A. For DT sites

(i) Initial Survey: Bidder may survey the existing system for better

understanding of the present status. There are approximately 41,000 nos. of DT

sites which includes different capacities of transformers i.e. 40KVA, 63KVA, 100KVA,

160KVA, 200KVA, 250KVA, 315KVA, 500KVA and 630KVA etc. Count of DT’s capacity

wise are given in Appendix B.

During initial survey bidder should also check mobile network coverage and should

specify the mobile network coverage status.

This field study includes visualization of metering location, LT side cabling condition,

Conductor, LT Power cables, Fuse Unit, Distribution Box, GO Switch, etc. Duly

verified Study report shall be submitted to the Nodal Officer (XEN M&P and SDO) for

approval, which shall be communicated to SE (IT), JVVNL for any further changes in

quantity if required.

The field survey team deployed by the bidder needs to be accompanied by a JVVNL

representative from respective sub-division.

(ii) Installation of Materials: After receipt of Study report, DISCOM shall

approve it and if required JVVNL may amend the Purchase Order accordingly. Once

this is finalized bidder shall start supply of material as well as associated accessories

of appropriate size for carrying out the installation. All required parameters relevant

to DT meter up-keeping like Geo-Tagging, capacity of DT’s, Efficiency etc. shall be

captured from DT locations. Bidder should also log the geographical coordinates

(based on GPS) of the DTs, so that this can be integrated with GIS. For the effective

management of project this installation should be done sub division wise. Bidder

shall give the list of subdivisions in order of priority to the JVVNL for its approval;

JVVNL may define its priority of subdivisions to be taken in phases.

Installation of Meters: Meters will be installed on LT side of DT between DT output

and pillar box. This activity also includes any other small consumables/ hardware

required suitable to site condition.

(iii) Installation of Modem/SIM and its commissioning: A separate modems

need to be installed on each site, these modems should have three phase supply, so

that modem can work in availability of any one or more phase. Composite unit can

be considered for meter, modem and other related accessories in case of DT’s.

SIMs to be installed by the bidder and has to ensure that connectivity with the

central server installed at Cloud is established. The data communication schedule to

be defined in such a way that in each 24 hours data of each meter should come at

Page 19: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 19 of 120

least once. Bidder can select appropriate methodology; pull or push, server or client

etc. Frequency of Sim Communication should be 30 Minutes

(iv) Installation of server and hosting of web portal: The bidder shall furnish

the installation of server, relevant software and web portal as soon as meter

installation starts, web portal should have feature for entering the data gathered

through study. Web portal should have feature of mapping the distribution network

hierarchy.

(v) Data Downloading through CMRI: Sites which are not under network

coverage area should be downloaded through CMRI, web portal should have feature

to load data from CMRI. CMRI Data should be available only on demand of Discom.

Page 20: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 20 of 120

B. For AMR of Consumer

There are approximately 80000nos. of consumer (Appendix-B) having HT, MIP,

SIP, Large Industrial consumer, Mix Load consumers & above 10 KW for NDS

connection. Now, their objective is to implement an AMR system covering

communication devices, acquisition, analysis and reporting system.

(i) Initial Study: Bidder may survey the existing system for better

understanding of the present status. All the installed LT/HT meters are

DLMS compliant & in case any meter is reported by bidder as non-

compliant then the same shall be supplied & installed by Nigam. The

survey shall also be aimed at planning the required shutdowns.

a. All required parameters related to LT/HT consumer meters shall be

captured by contractor.

b. Each meter shall be installed with a GPRS modem by contractor. Also

in case signal strength is not good at any particular location then the

same shall be informed to Nigam for further action at their end.

c. The proposed bill of quantity shall include 5% spares of all items to

cater the delay in procurement and any other unforeseen

circumstances.

d. The initial survey should also list out the number and list of

consumers where AMR system cannot be installed and meter

replacement is required. For such consumers meter replacement and

AMR system installation will be done jointly by the bidder and JVVNL.

(ii) Initial Upkeep of the system with AMR:

Based on the outcome of the above mentioned study and getting the

clearance from Discom for supply of material, one time up-keeping

activity shall be executed to ensure 100% upkeep of LT/HT consumer

AMR system. Report of this activity shall be submitted along with meter

reading to ensure its healthiness.

This one time activity includes:

o Installation of GPRS Modem at each LT/HT consumer end.

This activity also includes any other small consumables/ hardware

(including cable, lugs, housing of modems, fixing clamps etc.) required

for installation should be available.

Consumer Meter will change on availability basis at DISCOM. Bidder has to arrange

Modem as per compatibility

Note: Nigam shall ensure that communication port shall be made available outside

the meter box to read the meter manually in case the same are not read through

AMR.

Page 21: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 21 of 120

(iii) Installation of server and hosting of web portal on Cloud: The

bidder shall furnish the installation of server, relevant software and web

portal as soon as meter installation starts, web portal should have feature

for entering the data gathered through study. Web portal should have

feature of mapping the distribution network hierarchy.

(iv) Data Downloading through CMRI: Sites which are not under network

coverage area should be downloaded through CMRI, web portal should

have feature to load data from CMRI. CMRI data should be available only

on demand from DISCOM.

Note: Supply& installation of SIM card & its monthly recurring charges shall be borne by Contractor till expiry of the contract period. However, purchase

of SIM card shall be in the name of utility. Utility shall assist & provide the

necessary documents for purchasing the SIM card from the one or multiple network service providers.

Page 22: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 22 of 120

C. AMC of the AMR System

Apart from new installations for AMR of DT & AMR of Consumer, bidder has to

maintain existing system. Under existing AMR system approx.4000 nos. meters have

been installed on DTs with AMR facility in Jaipur City & approx. 1000 Modems have

been installed in other 26 RAPDRP towns under Jurisdiction of JVVNL. 4000 Nos of

modems also have been installed on Industrial Consumer meters. Now the objective

is to up keeping the AMR system in working conditions covering communication

devices, acquisition through modems, communication from legacy system i.e.

RAPDRP system. Report of this activity shall be submitted along with meter reading

to ensure its healthiness.

This activity also includes any other small consumables/ hardware required suitable

to site condition.

i. Initial Survey: The bidder is required to do a complete survey of all the

sites and access the requirement of additional work and BOQ required. In

case where the AMR is found working correctly the maintenance of the

system would be in the scope of the bidder till the tenure of the AMC. If

the modem is not working than supply or repair and installation of the

modem will be in the scope of the bidder. In case of AMR for consumer

the supply of meter and CT’s will not be in the scope of the bidder but

installation of meter and CTs will be in the scope of bidder wherever

required. The meters and CT’s would be provided by JVVNL after receipt of

the survey report. Installations would be done subdivision wise, the bidder

would be given list of sub-divisions priority.

ii. Initial Upkeep of the system with AMR: Based on the outcome of above

mentioned study and getting clearance from Discom, for installation of

meter, up-keeping activity shall be executed to ensure 100% upkeep of

LT/HT AMR system

This activity also includes any other small consumables/hardware required suitable

to site conditions.

Note: Nigam shall ensure that communication port shall be made available outside

the meter box to read the meter manually in case the same are not read through

AMR.

Page 23: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 23 of 120

2.2.2Infrastructure to be deployed at the central location as Backup

The bidder shall deploy the requisite hardware like servers, routers, firewalls and

related accessories at a location to be considered as backup location other than

hosting place.

The required hardware for a secure, reliable and high available system shall be

designed and deployed. The hardware sizing has to done keeping in consideration

the data volumes, data archival and also the addition of new sub stations during the

contract period.

The required redundant band width to be provisioned for high availability and quick

data transfers.

2.2.3Design, develop and deploy the web based software solution (Shall be hosted on Cloud) General scope is to Design, develop, install and implement the required web based

software solution for data acquisition, data aggregation, data storage in common

format, data dissemination, data display on responsive website, data analysis and

depiction in form of dashboards, graphs and MIS reports etc., provision for

automated SMS alerts and email.

The minimum specification or functionalities that need to be achieved by the web

based Solution:

i. The system shall be designed and developed as per the latest standards

and technologies on Service Oriented Architecture.

ii. The system shall publish the required service catalogs for information

exchange with third party systems.

iii. The system shall have a web portal for public dissemination of the

information and shall have a full fledge web application for consumption of

DISCOM personnel. The web portal to be designed on responsive

technologies for accessing over mobiles, tablets, laptops etc.

iv. The System shall be secure and shall have user, role based configurable

configuration with required event logging.

v. The system shall expose the required web services to the data

concentrators or data loggers for pushing the meter data and events.

vi. The meter data and event information acquired shall be stored in the data

based with time stamp.

vii. The data obtained from various meters to be processed and stored into a

common data base format.

viii. The meter data obtained shall be processed on real-time basis and

information disseminated on the web site, messages, emails etc.

ix. The system shall analyze the meter data and generate various exception

reports as defined and designed by the DISCOM.

x. The system shall have capability to exchange the meter data acquired with

third party systems through web services in regular interval.

Page 24: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 24 of 120

xi. The system shall have inbuilt facility for device management i.e. to

register, authorize and manage Data Collection and transmission

infrastructure / device.

xii. The System shall have facility to upgrade the firm ware or software of the

Data Collection and transmission infrastructure / device if desired over the

air.

xiii. The entire transaction and events of communication, failure etc., with the

Data Collection and transmission infrastructure / device shall be logged

along with time stamping.

xiv. The system shall have in built user management and administration model

for access control and logging for audit and audit trail.

xv. The system shall have inbuilt comprehensive MIS reports as per the

requirements of the DISCOM with provision to add and modify the same as

and when required.

xvi. The system shall have dashboards to depict the near real time information

emanating from the Data Collection and transmission infrastructure /

device on various critical and essential parameters as desired by the

DISCOM.

xvii. The system shall have built in ticketing system to recording issues,

escalation and resolution.

xviii. The system shall have inbuilt comprehensive help and manuals.

xix. The system shall be secure, high available and responsive.

xx. The required email and SMS gateways shall be procured by the bidder

within the quoted per month charges.

Special Conditions:

• Integrating the proposed System with RAPDRP as per Industry Standards.

• The system (comprising hardware and software) on the cloud which shall be

scalable as the solution offered is on SaaS model and payment is on per

meter reading basis. The requirement of scalability may be arisen due to the

following:

a) Growth of consumer base in the area under this tender.

b) Inclusion of DT with growth aspect.

• The system shall be reliable and consistent with managed service platform.

• The system shall provide a common platform for integration to take place

across a multitude of services.

• The entire System/Solution shall be deployed on Cloud. The sizing, installing,

deployment, maintenance, security, up keeping shall be under the scope of

the vendor. The Cloud service shall be made available with the empanelled /

registered service providers of Government of India for cloud base services.

The copy of agreement shall be made available before the commencement of

work. The generic and specific guidelines issued by State & Central

Government IT departments with respect to Hosting, Security, Vulnerability

etc., have to be adopted and implemented during the tenure of the project.

Discom shall be intimated of the cloud hosting and all related agreements and

certificates.

Page 25: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 25 of 120

• Integration with Discom Billing/CRM/Feeder monitoring system/DT Metering

system/ SCADA/ Outage information, any other internal or external system

etc.

The above requirements are high level and suggestive, the successful bidder

shall gather the requirements and prepare the system requirement

specification and design, develop/configure the software as per the

requirements of Discoms. The bidder shall further update and provide for

additional features and functionalities as and when required by JVVNL

during the contract period.

2.2.4 Further Details/Requirements.

I. Before proceeding with the execution of the aforesaid work, the Bidder

shall fully familiarize himself with the site conditions. It shall be the

responsibility of the Bidder to arrange all inputs required for detailed

engineering and execution. The Bidders are advised to visit the sites,

collect all necessary inputs and acquaint themselves with the

topography, infrastructure etc. The Contractor shall be fully responsible

for providing all equipment, materials, system and services specified or

otherwise which are required for complete implementation of AMR

System. Test Instruments, Spares and Training as per tender

specifications.

The Bidder shall also be responsible for the overall co-ordination with

external agencies, project management, loading, unloading, handling,

transporting to final destination for successful implementation of AMR

System for Discoms as per the scope of work detailed in the tender

Documents.

II. In addition to above, following shall also be covered under the scope in

the manner mentioned hereunder.

a) The number of DT’s & Consumer may increase during the execution

period of project as well during running & maintenance of five

years. All the equipment and associated items required for such

works may increase accordingly shall be supplied &

erected/commissioned. During the contract period i.e. upto expiry

of O&M period , in case of installation of entity from existing

numbers , the bidder shall arrange to include the same in the

system.

b) The System shall be scalable upto200% open-ended and shall be

capable to successfully interface with other systems of purchaser.

c) The bidder will also be responsible for obtaining the required

Internet connectivity for the Central backup Centre, GPRS

/EDGE/3G/LTE/CDMA for field devices from service providers. The

Page 26: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 26 of 120

recurring charges shall be borne by the Bidder. The Purchaser will

however provide the necessary support if required in getting the

clearances.

Although all precautions have been taken to prepare this specification, the

detailed specifications may have contradictory provisions or redundant

provisions at different clauses. In such cases the specifications clause,

which is beneficial to Discom, shall be considered for the interpretation.

Scalability: The entire system including hardware and software shall be designed

and deployed for the capacity 150% of total numbers of meters.

2.2.5 Training of JAIPUR DISCOM Engineers: The bidder is required to provide

One week Training at Circle level ( at Discom premises) to all Engineers

from Junior Engineer to Superintending Engineers shall be provided as one

time activity in depth training to Owners engineers at no cost to JVVNL on all

aspects of the system being supplied. Training module shall be mutually discussed

and finalized to cover Owner’s personnel to operate, append, modify, trouble shoot,

and interface the system with other billing and revenue management through

hardware and software linkages. The bidder shall provide all the documentation and

write up material for trainees.

The training courses shall be structured and supported by “Illustrations,

Video, and Charts. Certified trainers from the vendor’s office shall impart the

developer and system administration training preferably. The bidder shall provide

extensive lecture notes, handouts and other training documents.

2.2.6 Project Management Schedule and Documentation:

i. Project Management: The bidder shall assign a project manager with the

authority to make commitments and decisions that are binding on the

Contractor. Purchaser will designate a project manager to co-ordinate all

purchaser project activities. All communications between purchaser and the

Contractor shall be coordinated through the project managers. The project

managers shall also be responsible for all communications between other

members of the project staffs.

ii. Project Schedule: The project implementation schedule is from date of

detailed order. Based upon this schedule the bidder shall submit a preliminary

implementation plan along with the bid. The detail project implementation

schedule shall be submitted by the contractor after award for purchaser’s

approval, which shall include at least the following activities:

i) Site Study

ii) Documents submission and approval schedule.

iii) Factory & Site Testing Schedule.

Page 27: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 27 of 120

iv) Database development schedule.

v) Cloud Hosting & delivery policies , Software development & integration

schedule.

vi) Installation schedule.

vii) Training schedule.

The project schedule shall include the estimated period for completion of

and its linkage with other activities.

2.2.7 Documentation:

(i) To ensure that the proposed systems conform to the specific provisions and

general intent of the Specification, the bidder shall submit documentation

describing the systems to purchaser for review and approval. Further the bidder

shall also submit the drawings/ documents for all the hardware & software

required for site installation, testing and commissioning and thereafter operation

of the system. The bidder shall obtain approval of purchaser for the relevant

document of each stage before proceeding for manufacturing, system

development, factory testing, site testing, training etc. The schedule for

submission / approval of each document shall be finalized during the discussions

before placement of the contract; this schedule shall be in line to overall project

schedule.

(ii) The bidder shall prepare and submit 3 sets of all the standard and customized

Data Collection and transmission infrastructure / device documents for review

and approval which includes the following.

(a) Function design document.

(b) Hardware description document.

(c) Test equipment user document.

(d) Operation and maintenance document.

(e) Training documentation.

(f) Data base documentation.

(g) Test procedures.

(h) Data requirement sheets of all items.

(i) Cabling details for each site.

2.2.8 INCEPTION REPORT: In order to ensure the better execution of the

proposed work in a scientific and managerial way, the bidder shall furnish

an inception report within 30 days of awarding the contract. The inception

report shall contain the following:

i) Detailed methodology/ project report/ modus operandi to be adopted

to execute the contract.

Page 28: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 28 of 120

ii) Resources with list of man power to be deployed to execute the

contract

iii) Detailed list of inputs to be required from the Discom.

iv) Cleary spell-out the obligation to be completed for execution of the

work.

v) Detailed Functional design & specification of the equipment’s to be

installed at every location with GTP (Guaranteed Technical Particulars).

vi) Testing procedure as per the relevant clause of the specification.

vii) Detailed methodology of Training system.

viii) Break up of total time schedule allowed for completion of supply in

Gantt chart. The Gantt chart shall include milestone of approval of

types and makes.

ix) Type of communication system proposed

The Discoms on receipt of the inception report will furnish its recommendation for

any modification, if required, within 15 days of receipt the same. If no

communication is received from the Discoms within the stipulated period it shall be

presumed that the inception report is in order and you may go ahead to start the

work accordingly.

2.2.9 Exit Management:

In the event of termination or expiry of contract, the bidder shall be responsible for

the following transition activities to be completed across a transition period of

6 months (within the contract period). These activities shall also be applicable in

case of reduction in scope of services if applicable.

a. The successful bidder shall provide knowledge transfer to operations

team through workshop, discussion sessions and response to queries.

b. The successful bidder should provide at least two month of shadow

Operations and Maintenance Support services, where the new operations

team and the successful bidder’s operations team shall work in parallel.

c. The bidder should ensure that its team has handed over administration

rights/passwords to the new operations team.

d. The successful bidder shall ensure that the infrastructure are handed

over to JVVNL in a complete operational condition to the satisfaction of

JVVNL. The AMR system under the scope of contract of the bidder should

be in live condition minimum of 85%. In case successful bidder is unable

to address such issues, JVVNL may invoke the Performance Bank

Guarantee of the Successful Bidder.

Page 29: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 29 of 120

e. The Successful Bidder shall ensure that all the documentation including

diagrams, policies, procedures, asset registers, configuration documents,

original licenses and all other documents in relation to the Works as per

the agreed terms are kept up to date and all such documentation is

handed over to JVVNL.

f. In addition, any information/ data (such as business data, JVVNL specific

information, internal policy documents etc.) gathered or generated by

the successful Bidder during the term of the Contract would be the

property of JVVNL and the same should be handed over to JVVNL in

native format/ decrypted format at the end or termination of the

Contract.

g. JVVNL reserves the right to assign the contract for operations and

maintenance to any third party on the termination or expiry of the

contract.

h. In case JVVNL observes the lack of willingness to manage transit/

sharing of information or lack of support from Service Provider end

(selected through this RFP), JVVNL shall have absolute discretion to levy

severe penalties and deduct the amount from monthly billing or

performance bank guarantee.

i. The transition period begins within the contract period, the bidder shall

continue to be responsive for the in-scope activities under operation and

maintenance support unless specified by JVVNL.

In case JVVNL decides to withdraw any solution component(s)/service component(s)

from the successful bidder’s scope to work during the contract period, the successful

bidder shall have to facilitate the transition of that solution component/service

component in compliance with above clauses.

Page 30: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 30 of 120

2.3 Reporting Requirements

A. Reports formats which are required to be submitted on monthly

basis for Distribution Transformers

A. Operation and reliability report:

B. DT Wise Unbalancing Report

C. Details of under load/overload/unbalance transformers: DT Wise

Unbalancing Report

Page 31: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 31 of 120

4. Area wise DT consumption Report:

5. Exception DT graphs: The system shall generate DT wise/sub division wise/division wise graphs for

• Voltage Profile

• Current Profile

• Load Profile kW/kVA/ kVAR

• Supply Hours

• TOD wise loading pattern

6. System should show DTs on Map along with their communication

status.

Page 32: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 32 of 120

B. Reports formats which are required to be submitted on monthly basis for

consumer meters

1. Consumer meter analysis reports

2. HT Consumers

S.

No. A/C No. Name of consumer Meter No. CD(KVA) MD(KVA)

Page 33: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 33 of 120

3. MIP and NDS Consumers

S.

No. A/C No. Name of consumer Meter No. CD(KVA) MD(KVA)

4. No Load and Black Out Reports

S.No. A/c No. Consumer

Name

Meter

No.

No load

slots %

Black out

slots %

5. Power Factor Profile

S.No. A/c

No.

Consumer

Name

Meter

No.

% of

slots

less

than

0.5PF

% of

slots

between

0.5-

0.7PF

% of

slots

between

0.7-

0.9PF

% of

slots

more

than

0.9PF

Page 34: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 34 of 120

6. Load Utilization Report

S.N

o.

A

/c

N

o.

Consu

mer

Name

Met

er

No.

General Shift (9.00 AM –

5.00 PM)

Outside General Shift

(Remaining duration)

%

of

slo

ts

<C

D

20

%

% of

slots

betw

een

20-

40%

CD

% of

slots

betw

een

40-

60%

CD

%

of

slo

ts

>C

D

60

%

%

of

slo

ts

<C

D

20

%

% of

slots

betw

een

20-

40%

CD

% of

slots

betw

een

40-

60%

CD

%

of

slo

ts

>C

D

60

%

7. Energy Comparison

S.No. A/c No. Consumer

Name

Meter

No.

Energy

calculated

through

billing

data with

MF

Energy

calculated

through

load

survey

data with

MF

8. Industry Wise Consumption Pattern

S.N

o

A/

c

N

o.

Consu

mer

Name

Met

er

No.

Type

of

Indus

try

Supply

Voltage(

KV)

Contr

act

Dema

nd

M

F

Consump

tion

(KWh)

Utilizati

on

Factor

(KWh/

Page 35: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 35 of 120

(KVA) KVA

9. Usage Index

10. Consumption Comparison

11. Tamper Event

Sr.

No

Agency

Ref. No.

A/c

No.

Consumer

Name

Meter

No.

Type of

tamper

No. of

events

recorded

No. of

events

recorded

Sr

.

N

o

Agenc

y Ref.

No.

A/

c

No

.

Consum

er Name

Mete

r No.

M

F

C

D

M

D

A

D

AD/C

D

AD/M

D

MD/C

D

Sr

.

N

o

Agenc

y Ref.

No.

A/

c

No.

Consume

r Name

Mete

r No.

Current

Consumptio

n

Last month

consumptio

n

Last yr.

consumptio

n of the

current

month

Page 36: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 36 of 120

upto the

month

during

the

month

12. Summary Report

Page 37: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 37 of 120

13. Wiring Verification Report

Sr

.

N

o

Agen

cy

Ref.

No.

A/

c

No

.

Consum

er

Name

Met

er

No.

Met

er

mak

e

Met

er

type

Interv

al

period

Phase

sequen

ce

RT

C Wiring

status

1 2 3 4 5 6 7 8 9 10 11

OK

No

load

conditi

on

Page 38: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 38 of 120

SECTION –III Qualification requirements (QR)

The Bidder must possess following credentials prescribed as Pre-Qualification

Criteria. If any bidder fails to fulfil the Qualification Requirement (QR), his bid will be

treated as non-responsive and no further correspondence/clarification will be taken

into consideration for the same.

Note:

1. In case of non-furnishing the requisite documents along with the bid, the

bid will be considered as non-responsive and bid may be summarily

rejected.

2. Irrespective of meeting the above qualification requirements, none of

the consulting companies engaged by Jaipur Discom as on date for IT

Projects can bid for this tender.

S.

No.

Criteria Supporting Documents Required

For Companies / Partnership Firms/ Joint Venture/ Consortium

1 Bids can be submitted by an

individual firm or joint ventures/

consortium of two firms/Companies

incorporated under applicable

Companies Act / Partnership Firm

incorporated under applicable

Partnership Act.

Self-Declaration along with the

following:

• Copy of Self-Attested Incorporation

Certificate in case of Company

• Copy of Self-Attested Partnership

Deed

• Copy of Self-attested latest Income

Tax Return

2 The bidder ( Single) / Lead Bidder (

JV) should be an Information

Technology Services Company /

OEM ( Modem/DCU/Meter)

Company registered in India as per

Indian Companies ACT and should

have been providing services to

power utilities / Transmission

companies / Generation companies /

E-Governance in India for the past 5

years

Certificate of Incorporation, MOU,

AOA and other relevant certificate to

substantiate the same.

.

3. The bidder ( Single) / Lead bidder

(JV) shall have experience of

providing System Integration

Services on service model involving

supply, deployment of Hardware,

Software Development & Manpower

Proof of Work Orders & Performance

Certificates /work completion

Certificates to be submitted.

Page 39: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 39 of 120

S.

No.

Criteria Supporting Documents Required

to power distribution/ Transmission

companies / Generation companies /

E-Governance in India in any one of

services like SCADA/ Meter Data

Downloading & generating Reports,

Meter Data Management, Meter Data

Acquisition AMR system in last 5

years.

Experience of bidder as Consortium

Member or sub contract Works shall

not be considered

4. The Lead bidder should be

ISO 9001:2008 (Quality Management

System)

Valid Certificates should be

submitted.

5. The bidder ( Single) / Lead bidder

(JV) should have a total turnover of

Rs 300 Crores of last three financial

years ending on 31-Mar-2017 (i.e.

for the 2014-15 ,2015-16& 2016-17)

provided that in any case the

annual turnover in any year is not

less than of 100 Crore

In case of consortium / Joint Venture,

the lead bidder should meet

minimum 75% of the Turnover

requirement.

Copy of the audited statement of

accounts (PL Account & Balance

Sheet) duly certified by the Chartered

Accountant to be submitted as a

proof of turnover.

6. The Bidder should have not been

black listed by any of Department/

Corporations/ Undertakings/

institutions etc. of Govt. of

Rajasthan.

Self-Declaration for No Blacklisting

7. The bidder (single)/Lead bidder (JV)

should possess Class ‘A’ electrical

contractor licenses issued by

Electrical Inspector of Govt. of Rajasthan or Equivalent.

Valid certificate to be submitted

8. All offered material should be fully

type tested (where ever applicable)

at any independent NABL accredited

test lab as per relevant standards.

The type test report shall not be

more than 3 years old from the date of opening of bid.

Valid certificates should be submitted

Page 40: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

JVVNL

Instructions to Bidder

RFP for DT Metering & AMR of Consumers

Instructions to Bidder

RFP for DT Metering & AMR of Consumers

Page 40 of 120

Instructions to Bidder

Page 41: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 41 of 120

SECTION –IV INSTRUCTION TO BIDDER

4.1 GENERAL INSTRUCTIONS

� Tendering authority will receive bids in respect of services as set forth in the

accompanying Tender document.

� All bids shall be prepared and submitted in accordance with terms and conditions

of this Tender Document.

� The Bidder, in his own interest is requested to read very carefully these

instructions and the terms and conditions as incorporated in General Conditions

of Contract and Technical specification before filling and submitting the Bids.

� If the bidder has any doubt as to the meaning of any provisions or any portion

thereof, he shall before submitting the Bid, may refer the same to the Tendering

Authority in writing, well in time before the specified date of opening of Bids so

that such doubts may be clarified.

� Submission of the Bid shall be deemed to be the conclusive proof of the fact that

the Bidder has acquainted himself and is in agreement with all the instructions,

terms and conditions governing this Tender document unless otherwise

specifically indicated/ commented by him in his Bid.

� Bids submitted after the time and date fixed for receipt of bids as set out in the

invitation to Bid shall be rejected and returned to the bidders.

� The works referred herein shall cover the entire scope of the proposal which

include DT Metering & AMR of consumer.

4.2 Areas for DT Metering & AMR of Consumer

� There are three type of areas for DT metering & AMR of Consumers (i) RAPDRP

towns(25 Towns excluding DF area) , (ii) Towns having population more than

15000 as per census 2011 (37 Towns) & (iii) Villages having population more

than 5000( 325 Nos.).

� No claim from Bidder or Agency for change in the bid or terms & conditions of the

contract shall be entertained on the ground that the conditions are different than

what were contemplated by them at the time of submitting the bids.

4.3 SUCCESSFUL IMPLEMENTATION AND GOOD PERFORMANCE

� Any work if specifically not mentioned but reasonably implied for the successful

implementation and good performance of the proposed work is deemed to be

included and has to be executed within the ordered price.

4.4 PREPARATION OF BIDDING DOCUMENT

(i) Earnest Money Deposit (EMD)

Page 42: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 42 of 120

a. The Bidder shall furnish EMD as prescribed in NIT section.

b. The Bidder shall deposit/submit the EMD in prescribed format to the

Accounts Officer (IT&RE), JVVNL, Jaipur within the stipulated date &

time, and obtain a receipt.

c. Bid uploaded but not accompanied by a copy of the receipt for

depositing EMD shall be rejected and the Bid will not be opened.

d. In case of bidders who are declared as non-responsive, EMD will be

refunded on production of the original receipt within 15 working days

after opening of financial bid.

e. Adjustments/proposals for acceptance of EMD, if any, already lying

with the Discom in connection with some other bids/orders shall not be

entertained. Also, the Discom will not adjust the EMD under this tender

with the previous dues of bidder if any.

f. No interest shall be payable on EMD.

g. Jaipur Discom reserves the right to forfeit EMD, if successful bidder

either has not accepted the work order or not completed the

contractual requirement within the specified period.

(ii) Tender Document Fee & Tender Processing Fee

a. The bidders are permitted to download the bid document from

websites https://www.eproc.rajasthan.gov.in, www.jaipurdiscom.com

but must pay the cost of Tender document fee and e-Tender

processing fee as mentioned in NIT table within the stipulated date &

time in the office of Accounts Officer (IT&RE), Jaipur and obtain

acknowledgement thereof. Such processing fee shall be sent to RISL

by AO (IT&RE).

4.5 CLARIFICATIONS AND AMENDMENTS & DEVIATION FROM

TENDER DOCUMENT

(i) CLARIFICATIONS TO THE TENDER DOCUMENT

� Verbal clarifications and information given by the Discom or his employee(s)

or his representative(s) shall not in any way be binding on the owner.

� The bidder is required to carefully examine the Terms & Conditions including

specifications of this Tender document and fully inform himself as to all the

terms and conditions which may in any way affect the Work or the cost

involved thereof.

(ii) CLARIFICATIONS TO THE BID

� To assist in the examination, evaluation, comparison and post qualification of

the bids, the Tendering Authority may, at its discretion, ask any bidder for a

clarification of his bid. The Tendering Authority’s request for clarification and

the response shall be in writing or e-mail of the Authorized Signatory of the

Bidder.

Page 43: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 43 of 120

� Any clarification submitted by a bidder with regard to his bid that is not in

response to a request by the Tendering Authority shall not be considered.

� No change in the prices or substance of the bid shall be sought, offered, or

permitted, except to confirm the correction of arithmetic errors discovered by

the tendering authority in the evaluation of the Bids

(iii) AMENDMENT OF TENDER DOCUMENT

� At any time prior to the deadline for submission of the Bids, if the Tendering

Authority deemed it necessary to amend the Tender document, it shall do so

by issuing appropriate Corrigendum/Addendum.

� Any Corrigendum/Addendum issued shall be a part of the Tender document

and shall be published on the website of Jaipur Discom & e-proc portal.

� To give prospective Bidders reasonable time to take a

Corrigendum/Addendum into account in preparing their Bids, the tendering

authority may, at its discretion, extend the deadline for the submission of the

Bids.

� Any change in date of submission and opening of bids would be published

through Jaipur Discom’s website and e-proc portal.

(iv) DEVIATION FROM BID DOCUMENTS

� The bidder should comply all requirements set out in the bidding document

and NO TECHNICAL and COMMERCIAL Deviation shall be entertained.

� The Bids with Deviation from the requirement laid down in this document

shall be considered as NON Responsive.

� The offer must have ‘No Deviation’ certificate as per bid document.

4.6 SUBMISSION AND OPENING OF BIDS

(i) COST OF BIDDING

The Bidder shall bear all the risks and costs associated with the preparation and

submission of its Bid, and the Tendering Authority shall not be responsible or liable

for those risks and costs, regardless of the conduct or outcome of the bidding

process.

(ii) LANGUAGE OF BIDS:

The Bid, as well as all correspondence and documents relating to the Bid exchanged

by the Bidder and the Tendering Authority, shall be written only in English Language.

Supporting documents and printed literature that are part of the Bid may be in

another language provided they are accompanied by an accurate translation of the

relevant passages in English, in which case, for purposes of interpretation of the Bid,

such translation shall govern.

Page 44: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 44 of 120

(iii) BIDS ARE TO BE SUBMITTED IN TWO PARTS

The Bid shall be submitted within the specified time on

https://www.eproc.rajasthan.gov.in in electronic format in the following manner:

Part- A (Technical Bid): will contain

a) Cover 1: Fees (to be uploaded in pdf format)

(i) Copy of receipt of submission of Tender document fees

(ii) Copy of receipt of submission of Tender processing fee

(iii) Copy of receipt of submission of EMD (DD & BG)

b) Cover 2: Techno-Commercial Bid (to be uploaded in pdf format):

(i) Complete Technical Bid comprising information in specified formats

and schedules (Except the price schedule) including details & design

of the proposed system(s) to meet out the work requirement together

with its capabilities.

(ii) Supporting documents to ascertain the eligibility / qualification as per

the QR requirements of this tender

The Tendering Authority may require any bidder to furnish the

documents in original or copy duly attested by Notary as the case

may be for verification, in physical form on short notice of three

working days.

Part- B (Financial Bid): will contain

a) The Financial Bid is to be submitted in excel file of BOQ.

Note:-

• The Financial Bid shall be for the scope of work defined for this project.

• The Financial Bid will be opened only for the Bidders shortlisted on the basis

of Technical Bid.

• The date of opening of such Financial Bids will be intimated on the eproc

website

4.7 SUBMISSION OF PROPOSALS

� Bidder shall submit their bid in electronic format, which shall be digitally signed

and further signed & stamped on each page by the designated authorized

representative of the Bidder. Bidder shall procure Digital Signature Certificate

(DSC) as per the provisions mentioned in Note 2 of the NIT table.

� Physical submission of bids is not allowed. If asked by Tendering Authority

the bidder is required to submit original technical bid in hardcopy which shall be

the exact replica of online bid submitted. In case of any discrepancy between

online and hardcopy Bid, the Bid submitted online shall prevail.

(i) FILLING OF BIDS

Page 45: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 45 of 120

a. Bids shall be submitted on e-portal with the formats and schedules given in

the Tender document duly filled in. The completed formats and schedules

shall be considered as part of the contract documents in case the same Bidder

becomes Successful Bidder. The Bids which are not in conformity to the

schedules and formats of the Tender document, may not be considered.

b. No alteration should be made to the format and schedules of the tender

document. The Bidder must comply entirely with the Tender document.

c. Tender should be filled in only with ink or typed and must be submitted online

after signing digitally.

d. All additions, alterations and over-writing in the bid must be clearly signed by

the authorized representative of the bidder otherwise bid shall be summarily

rejected.

e. The bidder must quote the prices strictly in the manner as indicated herein,

failing which bid is liable for rejection. The rate/prices shall be entered in

words as well as in figures. These must not contain any additions, alterations,

over-writing, cuttings or corrections and any other marking which leave any

doubt and further may result in rejection of such Bid.

f. The Tendering Authority will not be responsible to accept any cost involved in

the preparation or submission of bids.

g. All bids and accompanying documents shall be addressed to SE(IT), Jaipur

Discom.

(ii) ALTERNATIVE BIDS

a. Alternative bids shall not be considered at all.

(iii) BID PRICES

a. All the prices should be quoted only in Indian Rupees (INR) Currency.

b. The prices quoted in BOQ.xls should be exclusive of GST and other

government levies as applicable. The present rates of applicable taxes shall

be indicated by the bidder in its Bid, which is subject to statuary variation and

shall be borne by Discom.

c. The bidder will furnish the break-up of the quoted price in Financial Bid

according to theFormat for Financial Bid Submission, indicating rate and type

of each tax clearly, as per the rates prevailing within 7 days before the bid

date. Any statuary variation and imposing of new tax by government

subsequent to bid submission/currency of Contract shall be on Discom

account.

d. The quantity of DT meters& modems under scope mentioned against

DISCOMs is on average basis and may increase or decrease, however the

payment shall be made as per the actual work made during the month.

Page 46: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 46 of 120

4.8 PERIOD OF VALIDITY OF BIDS

� The bid validity period is provided in the table mentioned in the NIT section. Bids

mentioning a shorter validity period than specified are likely to be summarily

rejected.

� Tendering Authority may ask for extension in validity period. The Bidder will be

at liberty to accept it or not. In case Bidder agrees to extend the validity period

without changing his original offer, he will be required to extend validity period of

the Bank Guarantee submitted against the EMD suitably.

4.9 SIGNATURE OF BIDDER

� The bid must contain the name, address and place of business of the Bidder and

must be signed and sealed by the designated Authorized Representative of the

Bidder. The name of such person should also be typed or printed below the

signature.

� Bid by a partnership firm must be furnished with full names of all partners.

� Bids by corporation/ company must be signed by the Authorized representative

of the Bidder with the legal name of the corporation/ company.

� Satisfactory evidence of authority (Power of Attorney) of the person signing on

behalf of the Bidder shall be furnished with the bid.

� The Bidder's name stated on the proposal shall be exact legal name of the firm.

� Bids not conforming to the above requirements of signing shall be disqualified.

4.10 DELAY IN BID SUBMISSION

� The tendering authority shall not consider any bid that arrives after the deadline

for submission of bids as indicated in the NIT. Any bid received by the tendering

authority after the deadline for submission of bids shall not be accepted.

4.11 RECEIPT OF BIDS

� Bids shall only be received through https://www.eproc.rajasthan.gov.in website.

4.12 WITHDRAWAL, SUBSTITUTION AND MODIFICATION OF

BIDS

� A Bidder may substitute or modify its bid after it has been submitted before the

deadline prescribed for submission of bids as per the e-tendering process but

bidder cannot withdraw his bid after submitting it once.

Page 47: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 47 of 120

4.13 BID OPENING

� Jaipur Discom shall perform the Bid opening at the specified place, date and time

in the presence of bidders or their authorized representatives who may choose to

be present.

� Only the bids of those bidders who qualifies post the Technical Bid evaluation

shall be eligible for Financial Bid opening. The date and time of Financial Bid

opening to the technically qualified Bidders would be intimated later.

4.14 EVALUATION AND COMPARISON OF BIDS

The evaluation of bids will be made in the following two stages:

1st stage: Technical Bid Evaluation –

a. Qualification Requirement - Each bid shall be evaluated to ascertain the

qualification of bidder with respect to the requirements laid down in this RFP.

b. Technical Proposal - Technical proposal shall be complete in all respect as

mentioned in Technical Proposal section of this document. Incomplete bids

will be treated as Non Responsive.

.The bidders who qualify the stage 1 shall be short listed for opening of financial

offer.

2rd Stage: Financial Bid Evaluation

a. The Financial Bids which are opened shall be evaluated.

b. The Purchaser will correct arithmetical errors during evaluation of Financial

Bids on the following basis:

(i) If there is a discrepancy between the unit price and the total price

that is obtained by multiplying the unit price and quantity, the unit

price shall prevail and the total price shall be corrected, unless in

the opinion of the Purchaser there is an obvious misplacement of

the decimal point in the unit price, in which case the total price as

quoted shall govern and the unit price shall be corrected;

(ii) If there is an error in a total corresponding to the addition or

subtraction of subtotals, the subtotals shall prevail and the total

shall be corrected; and

(iii) If there is a discrepancy between words and figures, the amount in

words shall prevail. However, where the amount expressed in words

is related to an arithmetic error, the amount in figures shall prevail

subject to (i) and (ii) above.

(iv) If there is a discrepancy between percentage and figures related to

various taxes or levies, the percentage shall prevail over figure

mentioned. However, where the amount expressed in percentage is

related to an arithmetic error, the amount in figures shall prevail

subject to (i) and (ii) above. It should also be noted that at time of

payment against, the prevailing tax/levy rates will be used as on

the date of approval of payment

Page 48: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 48 of 120

(v) Except as provided in sub-clauses (i) to (iv) herein above,

Tendering Authority shall reject the Price Proposal if the same

contains any other computational or arithmetic discrepancy or error.

c. If the Bidder does not accept the correction of errors, its Bid shall be

disqualified and its EMD shall be forfeited

d. The bids will be evaluated and awarded as per the evaluation criteria that

“The Bidders having lowest financial quote during Financial Bid Evaluation

shall be considered as the L1 Bidders”.

e. The EMD of the other technically qualified Bidders shall be returned within 15

working days from the date of signing of Contract by the Discom with the

successful Bidder.

4.15 CONFIDENTIALITY

� Information relating to the examination, evaluation, comparison, and post

qualification of Bids, and recommendation of contract award, shall not be

disclosed to Bidders or any other persons not officially concerned with such

process until publication of the Contract award.

� Any attempt by a bidder to influence the tendering authority or other officials of

Discom in the examination, evaluation, comparison, and post qualification of the

Bids or Contract award decisions shall result in the rejection of his bid.

� From the time of Bid opening to the time of Contract award, if any Bidder wishes

to contact the Tendering Authority on any matter related to the Bidding process,

he is allowed to do so in writing.

4.16 NON-MATERIAL NON-CONFORMITIES

� Provided that a bid is substantially responsive, the Tendering Authority, to rectify

omission in the bid related to requisite documents may request the bidder to

submit the necessary information or documentation provided that the required

information was in existence as on date of opening of bid. No new information

created after opening of bid shall be considered.

4.17 DISQUALIFICATION

� Tendering authority may at its sole discretion and at any time during the

processing of bid, disqualify any bidder/ bid from the bid process on following

grounds:

(i) Any action on the part of the bidder to revise the rates/prices and

modification in technical or commercial substance of Bid, at their

own.

(ii) Submission of any supplementary information unless & otherwise

asked for at his own instance after the opening of the Bid may

result in rejection of the Bid and also debar him from submission of

Bid to the Discom at least for one year.

Page 49: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 49 of 120

(iii) In case of bidder not adhering to the format of financial offer given

with this document the bid / offer may be rejected / non-

responsive.

(iv) In case of any misapprehension at bidder level which may lead to

wrong price bidding, Discom reserve the right to reject the bid or

take necessary loading / unloading to arrive the correct price as per

aspersion of Discom / tender specification. Accordingly the bidders

are advised to ask to clarify about any misapprehension before

bidding. No excuse shall be considered in this regard.

(v) Does not meet the Qualification Requirement (QR) as mentioned in

the bidding document.

(vi) During validity of the bid or its extended period, if any, increases his

quoted prices.

(vii) Has imposed conditions in his bid.

(viii) Has made misleading or false representations in the forms,

statements and attachments submitted in proof of the eligibility

requirements.

(ix) Has submitted bid which is not accompanied by required

documentation and EMD/Tender document fees/Processing fees.

(x) Submission of incomplete or vague technical proposals will be

treated as Non Responsive.

Note: Bidders may specifically note that while processing the bid documents, if it is

found, expressly or implied, that some bidders may have compounded in any

manner whatsoever or otherwise joined to form a cartel resulting in delay/ holding

up the processing of bids then the bidders so involved are liable to be disqualified for

the contract as well as for a further period of two years from participation in any of

the bids floated by any department, Govt. of Rajasthan.

4.18 AWARD OF CONTRACT

a. After the selection of the Successful Bidder by the Tendering Authority within the

validity period of Bid, shall inform such Bidder in writing by issuing Letter of

Intent (LOI).

b. The Successful Bidder shall send an acknowledgement the LOI to the Discom,

post which Discom shall prepare and send a detailed work order to the Successful

Bidder. In case, the Successful Bidder refuses to accept LOI, and not intent to

perform the scope of work, the offer shall be rejected with forfeiture of its EMD

and order may be placed to L2 bidder (provided he accepts the prices offered by

L1 bidder).

c. Discom shall issue Work Order to the Successful Bidder requiring him to do the

following things within specified timeline. If the Bidder fails to do the following

things within specified timeline, EMD of such Bidder may be forfeited and

Tendering Authority of Discom may consider the next ranked bidder.

Page 50: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 50 of 120

(i) Written Letter of Acceptance of Work Order along with duly signed and

sealed copy of such Work Order as token of such acknowledgement within 7

working days.

(ii) Submission of Performance Guarantee as required to be submitted under

the Contract within 15 working days.

(iii) Signing of the Contract (based on the terms & conditions of this Tender

Document) with the Discom within 15 working days after issue of Contract

format by Discom to the Successful Bidder. In case any of the party

(Discom and the Successful Bidder) is unable to sign the Contract within 15

working days, it shall inform the other party in advance regarding the same

along with the reason and suitable time for signing of the Contract.

d. Decision on bids shall be taken within original validity period of offers. If the

decision on acceptance or rejection of a bid cannot be taken within the original

bid validity period due to unavoidable circumstances, all the bidders shall be

requested to extend validity period of their bids up to a specified date. It is

discretion of bidder to accept the extension or not. Those bidders who do not

accept shall be discontinued from the bid process and their EMD may be refunded.

e. Until a formal Contract is prepared and signed, the Work Order/ LOI shall

constitute a binding Contract.

4.19 SIGNING OF CONTRACT

� The successful bidder will, on receipt of Work Order from the Discom enter into a

contract with the DISCOM by jointly signing the Contract.

� The Contract will be signed within fifteen days thereafter. The person to sign the

Contract must be duly authorized by the Bidding entities.

4.20 RESERVATION OF RIGHTS

� To take care of unexpected circumstances, Tendering Authority shall reserve the

rights for the following:

(i) Extend the last date & time for submission of the bids.

(ii) Amend the Tender Document at any time prior to the last date &

time of submission of Bids.

(iii) To reject any bid without assigning any reasons.

(iv) Terminate or abandon the bidding procedure or the entire project

whether before or after the receipt of bids.

(v) Seek the advice of external consultants to assist Jaipur Discom in

the evaluation or review of bids.

(vi) Make enquiries of any person, company or organization to ascertain

information regarding the bidder and its bids.

(vii) Reproduce for the purposes of the procedure the whole or any

portion of the bids despite any copyright or other intellectual

property right that may subsist in the bids.

Note: Direct or indirect canvassing on the part of the Bidder or his representative

would be a ground for disqualification of such Bidder from this process.

Page 51: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 51 of 120

4.21 LACK OF COMPETITION

� A situation may arise where, after evaluation of Bids, the Tendering Authority

may end-up with one responsive bid only. In such a situation, the Tendering

authority shall act as per RTPP Rule 2013, CLAUSE 68, “Lack of

Competition” will be applicable and accordingly measures will be taken.

4.22 GENERAL

a. Discom does not bind itself to accept the lowest or any bid or any part of the bid

and shall not assign any reason(s) for the rejection of any bid or a part thereof.

b. The fact of submission of bid to the Jaipur Discom shall be deemed to constitute

an agreement between the Bidder and the Discom whereby such bid shall remain

open for acceptance by the Discom and Bidder shall not have option to withdraw

his offer, impair or derogate the same. If the Bidder is notified during the period

of validity of bid that his bid is accepted by the Discom, he shall be bound by the

terms of agreement constituted by his bid and such acceptance thereof by the

Discom, until formal contract of the same bid has been signed between him and

Discom in replacement of such agreement.

c. The successful bidder will have to sign the contract agreement for the proper

fulfilment of the contract. In case of ambiguous or contradictory terms and

conditions mentioned in the Tender Document/ Bid, interpretations as may be

advantageous to Discom may be taken, if satisfactory clarification is not

furnished within the prescribed period.

d. Discom will not be responsible for any cost or expenses incurred by the bidder in

connection with preparation or submission of bids.

e. Jaipur Discom reserves the right to:

a. Reject or accept any bid.

b. Cancel the bid process and reject all applications.

c. Jaipur Discom shall neither be liable for any action nor be under any

obligation to inform the bidders of the grounds for any of the above

actions.

Note: Discom has given Kota & Bharatpur City on Distribution Franchise

basis, So DT Metering & AMR of Consumers would not be required in above

cities area.

4.23 SPECIAL CONDITIONS of TENDER

a. If the services of the vendor are not as per the awarded work for three

consecutive months after commencement of work then Discom will have liberty

to terminate the contract.

b. Reporting tools for generation of MIS, Reports, Dashboards to help DISCOM

Officers and Management for monitoring and in taking decisions for optimizing

operations and enhancing customer satisfaction etc.

Page 52: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

JVVNL

contract, in case of any such notification in the event of such determination the

purchaser may affect the purchase

the risk and cost of the tenderer/supplier

Text…

Terms and Conditions

RFP for DT Metering & AMR of Consumers

contract, in case of any such notification in the event of such determination the

purchaser may affect the purchase of the material not supplied from elsewhere at

the risk and cost of the tenderer/suppliereading

Image

Terms and Conditions

RFP for DT Metering & AMR of Consumers

Page 52 of 120

contract, in case of any such notification in the event of such determination the

of the material not supplied from elsewhere at

Terms and Conditions

Page 53: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 53 of 120

SECTION –V Terms and Conditions

The Terms and Conditions of the contract shall prevail and shall be binding on the

Agency and any change or variation expressed or impressed howsoever made shall

be in operative unless expressly sanction by the Jaipur Discom. The Bidder shall be

deemed to have fully informed himself and to have specific knowledge of the

provisions under terms and Conditions of this Tender Document mentioned

hereunder:

5.1 DEFINITION OF TERMS

a. In constructing these general conditions and the annexed specification, the

following words shall have the meaning here in assigned to them unless there is

anything in the subject of context in consistent with such construction. “Jaipur

Discom” shall mean the Jaipur Vidyut Vitran Nigam Limited or JVVNL,

represented by Chairman/Managing Director and shall include their legal personal

representative, successors and assignees.

b. The ““Bidder” shall mean and include one or more persons or any firm or any

company or body in corporate who has submitted the tender in response to

“Invitation of Tender”.

c. The “Agency / Contractor / successful bidder ” shall mean the Bidder whose Bid

has been accepted by Discom and shall include its heirs, legal representative,

successors and assignees approved by the Discom.

d. The “Chairman/Managing Director” shall mean the Chairman/Managing Director,

Discom.

e. The “Engineer” shall mean the Chief Engineer, Dy. Chief Engineer,

Superintending Engineer, Executive Engineer, Assistant Engineer, Discom or

other Engineer or Officer for the time being or from time to time duly authorized

and appointed in writing by the customer to act as engineer or Inspector for the

purpose of the contract. In case where no such engineer has been so appointed,

the word “Engineer” shall mean the Discom or his duly authorized representative.

f. “Works” mean and include the work or works to be done by the Agency under the

contract.

g. The “Contract” shall mean and include the following:

1. Notice Inviting Tender

2. Complete Tender document including its amendments if any.

3. Bid submitted by bidder.

4. EMD.

5. Letter of Intent and its acknowledgement.

6. Security Deposit/ Performance Guarantees.

7. Detailed Work order.

Page 54: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 54 of 120

8. Addenda that may hereafter be issued by the Discom to the Agency in the

form of letter and covering letters and schedule of prices as agreed

between the Agency and the Discom.

9. The agreements to be entered as per Tender Document.

10. Requisite Power of Attorney in favor of the authorized signatory of the

Bidder.

h. The “Specification” shall mean the specification; specific conditions annexed to

the General Conditions, the contract schedule, and the annexure thereto, if any.

i. The Month shall mean, English calendar month i.e. period of 30 days and week

shall mean a period of 7 days.

j. The “Site” shall mean the place or places named in the contract and include,

where applicable, the lands and buildings upon or in which the works are to be

executed.

k. “Acknowledgement of Letter of Intent” shall mean the Bidder’s letter conveying

his acceptance of it being successful bidder and its intent to perform the contract.

l. “Acknowledgement of Work Order” shall mean the Bidder’s letter conveying his

acceptance of the tender as per the terms and conditions as been stated therein.

m. The “Contract Price shall mean the sum named in or calculated in accordance

with the provisions of the contract purchase or any amendments thereto.

n. “Letter of Intent” Letter issued by Discom to the successful bidder informing him

that the bidder is successful bidder.

o. “Work Order” shall mean the Discom’ letter which may be issued in the way of

letter containing detailed terms and conditions of the work and such other

particulars which the Discom may like to convey to the Agency pending signing of

a formal written Contract.

p. “Writing” shall include any manuscript type written or printed statement under or

over signature or seal as the case may be.

q. The Work “Codes” shall mean the Indian Electricity Act/Electricity Supply act and

Indian Electricity Rules and the rules made there under applicable in the State of

Rajasthan on the date of Letter of Intent with such special modification thereof as

may be specially stipulated by competent State Authorities i.e. Chief Electrical

Inspector of Rajasthan.

r. Works importing “PERSON” shall include firms, Companies, Corporations and

other bodies whether incorporated or not.

s. Words importing the singular only shall also include the plural and vice version

where the context requires.

t. Terms and expressions not herein defined shall have the same meaning as one

assigned to them in the Indian Contract Act (Act IX of 1872) and falling that in

the General Clause Act, 1897).

5.2 CONTRACT

Page 55: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 55 of 120

� After the selection of successful bidder Discom will issue Letter of Intent and

subsequently a detailed Work Order to such bidder. A contract shall be entered

into between Discom and the successful bidder.

5.3 CONTRACT VALUE

� Contract Value shall be termed as total order value as quoted / accepted by the

Successful Bidder in the Financial Bid.

5.4 CONTRACT PERIOD

� The contract period shall be initially for a period of 5 years from the date of

award of contract. The contract period may be extended for 2 years, on mutual

agreement.

5.5 TERMINATION OF CONTRACT/ APPOINTMENT

A. Termination for Default

a. The Purchaser may, without prejudice to any other remedy for breach of

Contract, by Notice of default sent to the Supplier, terminate the Contract in

whole or in part if the Supplier fails to deliver any or all of the Goods or

Related Services within the period specified in the Contract, or within any

extension thereof granted by the Purchaser

b. If the Supplier, in the judgment of the Purchaser has engaged in corrupt,

fraudulent, collusive, or coercive practices in competing for or in executing

the Contract; or

c. Any representation made by the bidder in the proposal is found to be false or

misleading

d. If the Supplier commits any breach of the Contract and fails to remedy or

rectify the same within the period of two weeks (or such longer period as the

Purchaser in its absolute discretion decide) provided in a notice in this behalf

from the Purchaser as specified in the SLA.

e. In the event the Purchaser terminates the Contract in whole or in part, the

Purchaser may procure, upon such terms and in such manner as it deems

appropriate, Goods or Related Services similar to those undelivered or not

performed, and the Supplier shall be liable to the Purchaser for any additional

costs for such similar Goods or Related Services. However, the Supplier shall

continue performance of the Contract to the extent not terminated.

f. If the implementation schedule of work is delayed for more than 30 days

beyond the stipulated time then Discom will have liberty to terminate the

contract.

g. If the services of the vendor are not as per the awarded work for three

consecutive months after commencement of work then Discom will have

liberty to terminate the contract.

Page 56: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 56 of 120

B. Termination for Insolvency

The Purchaser may at any time terminate the Contract by giving Notice to the

Supplier if the Supplier becomes bankrupt or otherwise insolvent. In such event,

termination will be without compensation to the Supplier, provided that such

termination will not prejudice or affect any right of action or remedy that has

accrued or will accrue thereafter to the Purchaser.

C. Termination for Convenience

The Purchaser, by Notice sent to the Supplier, may terminate the Contract, in

whole or in part, at any time for its convenience. The Notice of termination shall

specify that termination is for the Purchaser’s convenience, the extent to which

performance of the Supplier under the Contract is terminated, and the date upon

which such termination becomes effective.

5.6 FALL BACK ARRANGEMENT

a. In the event of failure of the Agency to fulfil its obligations, duties and

responsibilities as per the terms & conditions of the Contract, Discom shall

inter-alia have the right, at any time to resort to fall back arrangement. Under

such arrangement, Discom shall take charge of all facilities and systems

whether in operation or under execution after giving suitable notice as

provided in the Contract and can recover from the BGs & other holding of

agency with Discom, the losses suffered due to such failure. If the BGs &

other holding of agency is insufficient, the Agency shall pay the difference to

Discom failing which Discom shall have right to recover the sum through legal

or other means.

b. The Discom shall have the right in such circumstances to manage the system

itself after taking charge of the facilities as above or through any other

agency as it may deem fit and no claim of Agency for compensation in this

respect shall be entered.

c. The Discom shall have the right in such circumstances to

blacklist/bar/disqualify the Agency from submission of Bid to the any

Discom(s) at least for one year.

5.7 TRANSITION / PROJECT COMPLETION

a. The Contract shall require the Agency to cooperate in handing back the

facilities, records, data backup and documents, in good working order to

Discom after termination of Contract.

b. Upon termination of the Contract, the Agency’s authority to act in the area

shall immediately cease. In order to smoothen the handing over process and

not hampering the work, Discom shall arrange to award the Contract to other

firm or may execute the work departmentally at-least 6 months before expiry

of this Contract, the Agency/Discom staff may require to work along with the

new agency for remaining period of Contract to enable the new agency to

understand the process.

Page 57: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 57 of 120

5.8 PERFORMANCE BANK GUARANTEE

a. A Performance Bank Guarantee equivalent to 10% (Five percent) of Contract

value shall be provided by the Successful Bidder within 15 days of receipt of

Work Order from Discom, in cash or by crossed Bank Draft or by way of Bank

Guarantee. The Performance Bank Guarantee shall be valid for three months

in addition to the entire contract period. In case if the successful bidder

provides a Performance Bank Guarantee for shorter duration (not less than 12

months) then it would be the sole responsibility of the Successful Bidder to

get the Performance Bank Guarantee extended well in advance to maintain

the validity time. Discom may invoke the Performance Bank Guarantee

without giving any information if validity of such Performance Security

expires.

b. The Bank guarantee in the prescribed format must be from the branch of any

Nationalized/Scheduled Bank located in Rajasthan. The Agency may furnish

Bank Guarantee on stamp paper of Rajasthan state and shall furnish a

certificate of Banker that the stamp duty has been paid as per prevailing rules

of that Rajasthan State.

5.9 AGENCY TO INFORM HIMSELF FULLY

a. The Contract shall be considered to have come into force from the date of its

signing. The contractor shall be deemed to have carefully examined the

Tender document including General Conditions, specifications and schedules.

Also it shall deemed to have satisfied himself with the nature and character of

the work to be executed and where necessary, of the site conditions and

other relevant matters and details. Any information thus had or otherwise

obtained from the Discom or the Engineer shall not in any way relieve the

contractor from his responsibility for the supplying of the hardware, software

and other equipment and executing the work in terms of the contract

including all details and incidental works and supply all accessories or

apparatus which may not have been specifically mentioned in the contract but

necessary for ensuring complete erection and safe and efficient working of the

equipment.

5.10 CONTRACT DOCUMENTS

a. The order placed under this Tender document shall be governed by the terms

and conditions as incorporated in this Tender document and as given in the

detailed work order. The terms and conditions as specified in this Tender

document if differ from the terms indicated in the detailed work order the

later shall prevail.

b. The contract shall for all purposes be construed according to the Laws of India

and subject to jurisdiction of Rajasthan Courts only. For the due fulfilment of

the contract, the Agency shall execute the Contract in the prescribed form, in

prescribed number of copies on Rajasthan State Non-judicial stamp paper

bearing stamp duty as applicable. The expenses of completing and stamping

the Contract shall be borne by the Contractor. Such Contract shall be

Page 58: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 58 of 120

executed and signed by the authorized signatory of the Agency on each page

thereof.

c. Such complete agreement form along with the contract documents together

with a “Power of Attorney” in favor of the Executants shall be required to be

returned to the Discom within a period of 15 days from the receipt of order

duly signed on each page. One copy of the executed agreement duly signed

by the Discom shall be sent to the supplier for his reference.

d. The contract documents shall mean and include the following: -

(i) Contract agreement

(ii) Notice Inviting Tender

(iii) Complete Tender document including its amendments if any.

(iv) Bid submitted by bidder

(v) EMD.

(vi) Letter of Intent and its acknowledgement.

(vii) Security Deposit/ Performance Guarantees.

(viii) Detailed Work order& its annexure.

(ix) Addenda that may hereafter be issued by the Discom to the Agency

in the form of letter and covering letters and schedule of prices as

agreed between the Agency and the Discom.

(x) The agreements to be entered as per Tender Document.

(xi) Requisite Power of Attorney in favor of the authorized signatory of

the Bidder.

5.11 CHANGE OF QUANTITY/AREA

a. Change of Area: This tender is meant for entire Jaipur Discom, list of

existing sub-division is given in Scope of Work, and however

creation/merging/splitting of sub-divisions may take place as per requirement

of JVVNL. The Vender has to provide his services in all areas as per JVVNL

requirement.

b. Change of Quantity - The quantities set out are only tentative and

estimated quantities of work. They are not to be taken as the actual and

correct quantities of the work to be executed by the contract or in fulfilment

of his obligations under the contract. It is clarified that the quantity variation

of particular item of final BOQ based on joint survey with NIGAM officers

during commencement period submitted with inception report shall be

allowed on the awarded unit rates of particular item after adjudging the field

requirement and due approval of the competent authority.

If required the owner reserves the right to increase or decrease the quantities

of items as specified in the accompanying technical specifications as may be

necessary, at the time of award of contract or during the execution of the

contract. Any item can be deleted in total, if not required during execution.

It is clarified that the maximum 20% quantity variation of particular item of

final BOQ based on joint survey with NIGAM officers during commencement

period submitted with inception report shall be allowed.

5.12 GIFTS AND COMMISSIONS ETC.

Page 59: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 59 of 120

� Any gift, commission, or advantage given, promised or offered by or on behalf of

the contractor or his partner, agent, officers, director, employee or servant or

any one on his or their behalf in relation to the obtaining or to the execution of

this or any other contract with the Discom, shall be, in addition to any criminal

liability which it may incur, subject of any loss or damage to the Discom resulting

from any cancellation. The Discom shall then be entitled to deduct the amount so

payable from any moneys otherwise due to the Agency under the contract.

5.13 COMPLIANCE OF LABOUR LEGISLATION:

� The Agency shall discharge its liability of employer in respect of personnel to be

engaged for delivering service under this Contract, as laid out in EPF and MP Act,

1952 ESI Act, 1948 (in ESI implemented area), workmen’s compensation act,

1923 (in non ESI implemented area) contract labour (R&A) Act, 1970, Payment

of Wages Act, 1936, Minimum Wags Act, 1948 or any other Act, Rules,

Regulations as may be applicable. The Agency is required to get separate code

under the provision of EPF and ESI Acts, if not already taken and deposit the

employer’s contribution along with employee subscription, as per rule and submit

copy of challans at the time of claiming payment, as per Tender document, failing

which an amount equivalent to employer’s contribution and employees

subscription shall be deducted from his each bill and deposited with the

concerned authorities. The Agency shall be solely responsible for any

consequences arising out of breach of any applicable legislations.

5.14 SAFETY OF SYSTEM

� The Agency shall be fully responsible for upkeep, operation, maintenance,

security and safety of discom system, data, documents and records transferred

to it and developed later. These documents and records shall be maintained in

updated condition and handed over back to Discom in good working order on

completion of the contract or time to time basis as per scope of works as and

when required by the Discom. Agency shall compensate to Discom any loss

suffered by Discom due to default of the agency in this respect.

5.15 INSURANCE

� The agency at his own cost shall arrange, secure and maintain all insurance

(Equipment &manpower) as pertinent to the works and obligatory in terms of law

to protect its interest and interest of Discom against all perils. The validity of

insurance shall be valid till expiry of contract

5.16 REMEDY ON AGENCY’S FAILURE TO INSURANCE

� If the Agency fails to effect and keep in force insurance referred to in clause 16

hereof or any other insurance which he may be required to effect under the

terms of contract then the Jaipur Discom may effect and keep in force any such

insurance and pay such premium(s) as may be necessary for that purpose and

from time to time deduct the amount so paid by the Discom as aforesaid from

Page 60: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 60 of 120

any money due or which may become due to the Agency or recover the same as

debt from the Agency.

5.17 LIABILITY FOR ACCIDENTS AND DAMAGES

a. The Agency shall be liable for and shall indemnify the Discom in respect of all

injury to person or damage to property resulting from the negligence of the

Agency or his workman or from defective work but not from any other cause.

b. Provided that the Agency shall not be liable for any loss or profit or loss of

Contract or any other claim made against the Discom not already provided for in

the contract, not for any injury or damage caused by or arising from the acts of

the DISCOM or of any other person or due to circumstances over which the

agency has no control, not shall his total liability for loss, damage or injury under

this clause exceed the total value of the Contract.

c. The Agency will indemnify and save harmless the Discom against all actions, suits,

claims, demands, costs, or expenses arising in connection with injuries (other

than such as may be attributable to the Discom or his employees) suffered prior

to the date when the work shall have been taken over hereof by persons

employed by the agency on the work, whether at common law or under the

workman's compensation Act-1923 or any other statute in force at the date of

contract relating to the question of the liability of employees for injuries suffered

by employees and will if called upon to do so take out the necessary policy or

policies of insurances to over such indemnity.

d. The Agency shall insure against such liabilities with an insurer approved by the

Discom and shall continue such insurance, during the whole of the time that any

person(s) are employed by him on the works and shall when required produce to

the Discom, such policy of insurance and the receipt for payment of the current

premium.

5.18 PROJECT OFFICE AND PERSONNEL

a. Project Office :

The Agency should have a project office in Jaipur for project management & other

related communications.

b. Personnel:

(i) The Agency shall deploy exclusive supervisory and other personnel

for efficient management of the work under contract. However this

contract is on service model, Agency shall be responsible for smooth

& timely execution of work by appointing sufficient number of

manpower.

(ii) Agency shall immediately inform the Discom about any change of

personnel/contact numbers through Email and post.

(iii) Agency shall issue identification cards (ID card) to all its personnel

engaged in the work under the contract. The identification card duly

signed by authorized signatory of managerial position of the agency.

Page 61: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 61 of 120

5.19 AGENCY’s RIGHTS

a. The Agency will be given rights to operate in the area during the Contract period

for carrying out the work, which shall cease to exist on completion of the said

period or on termination of the Contract.

5.20 CONTRACT AGREEMENT

a. The Contract shall set out specific events of default by one party that will entitle

the other party to terminate the Contract. The party committing an event of

default, which is capable of being remedied, will be given a reasonable

opportunity to remedy the default.

b. The Contract can however be otherwise terminated by either party by giving six-

month notice and on terms to be mutually agreed which may include payment of

suitable compensation for losses suffered by the other party due to such

termination.

c. Agency shall indemnify Discom against any claims, demands, costs and expenses

whatsoever which may be made against it, because of failure of the Agency or its

representatives in the performance of their duties and negligence, any accident

or injury to any person.

5.21 Proof of concept

The Agency shall arrange proof of concept with 10% of DTs & 10% of consumers of

each category of consumer meter of selected sub-divisions before final roll out. A

designated team of JVVNL comprising members of IT, M&P and O&M officers will

witness and approve the proof of concept as per specification. You have to arrange

demonstration / Testing of system ascertaining compliances of various features of

system or the entire solutions provided by you before deployment and incorporate

requirements of Discom pertaining to work.

5.22 MODE & TERMS OF PAYMENT

The agency has to submit quarterly invoice to the Nodal officer (XEN M&P of

respective circle) for verification in following manner:-

After verification the invoice shall be sent to concern circle accounts officer for

Payment.

Total amount per unit cost (including OPEX) for 5 years shall be paid as under:

I. First payment: First payment shall be made after successful demonstration

of POC as per requirement of specification and payment shall be made on

Installation and Commissioning against Installation & Commissioning

certificate dully verified by concern AEN(O&M) & confirmation of Data

acquisition at the AMR web based system for minimum 15 days period

continuously.

II. The agency shall submit sub-division wise quarterly invoice to XEN (M&P), as

per the rates indicated in the contract.

Page 62: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 62 of 120

III. The payment will be made on per meter reading basis, for the number of

meters/modems maintained in the system for that particular month.

IV. Payment shall commence after verification by nodal officer XEN (M&P).

V. The invoice shall be accompanied by the following:-

a. Monthly MIS report in the format approved by JVVNL

b. Communication status of modem with respect to total installations

done

c. System generated report

Based on verified Invoices, Payment shall be made by Circle Account Officer.

• Sites which are not in network coverage area should be read manually at least

once in a month. While this reading network coverage status to be captured and

updated in system.

• After fulfillment of each of the terms & condition(complete Go live of a particular

subdivision in terms of meter reading of all the DTs & Consumers etc.) , the

service agency shall raise bills of the payable amount in the name of the Nodal

officer, JVVNL.

• The Service Agency shall raise an invoice, no later than the tenth working day of

the subsequent month, covering the Contract service charges payable by the

Discom.

• The invoice shall be submitted by hand in three copies marked Original to Nodal

office, JVVNL copy, and Service Agency copy. When the invoice is delivered, the

Discom shall acknowledge receipt by signing, dating and stamping.

• The Nodal officer, JVVNL upon receipt of the complete invoice and accompanying

documentation, shall verify the invoice within 7 (Seven) Working Days and send

it to accounts for processing of payment.

• The payment shall be released within 30 working days post verification of the

invoice.

• Following documents shall be submitted along with the invoice

a. A certificate/undertaking to the effect that proof of GST charges at

actual as has been claimed and other relevant documents for

reimbursement of charges paid by the supplier on behalf of the

purchase, have been enclosed with the original invoice.

b. Acceptance letter of contract agreement, BGs (one time).

c. The system generated reports for verification of SLA and applicable

penalties.

d. Other documents/proof of service rendered during the month.

5.23 PENALTIES

The following operational penalties shall be applicable on the Bidder:

a. Penalty shall be calculated on the circle basis and as under:

Sr. No. Particular Extent of penalty / No Payment

A Monthly AMR Reading & MIS

Report

Page 63: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 63 of 120

1 Upto 85% No penalty

2 Below 85% and Upto 80%

No payment towards non reporting

DT /consumer Meters + 5% penalty

on unit rate on total number of non-

reporting DTs/consumer meter.

3 Below 80% and Upto 75%

No payment towards non reporting

DT /consumer Meters + 10% penalty

on unit rate on total number of non-

reporting DT /consumer Meters.

4 Below 75% and Upto 70%

No payment towards non reporting

DT /consumer Meters + 15% penalty

on unit rate on total number of non-

reporting DT /consumer Meters.

5 Below 70% and Upto 65%

No payment towards non reporting

DT /consumer Meters + 25% penalty

on unit rate on total number of non-

reporting DT /consumer Meters.

6 Below 65% of Total DT Meters of Circle No payment shall be made

The penalty shall be calculated strictly as per above slabs and no benefit should be given for the preceding slabs Daily

B Data Communication of the SIM

1 Communication of SIM for at least 21

days in a month No penalty

2 Communication of a SIM is less than 21

days per month Rs. 200/- per month per SIM

Penalty Holiday: No Penalty shall be levied for Six months after roll out

of System in First Circle.

b. A penalty @0.5 % of contract price per week shall be levied for delay in

execution of the work as per implementation schedule. Penalty will be maximum 10% of contract price.

c. Calculation for % availability per meter: Instances to be recorded every 30

mins

Number of instances communicated per meter per month (assuming month

days to be 30): 1440 per meter

d. In order to count a meter as ‘communicated meter’ the bidder shall have to

maintain connectivity and healthiness of the system such that 85% of the

total instances are communicated per meter.

e. The total count of ‘communicated meters’ should be 85% of the total meters

worked upon i.e new installations as well as existing AMR system in the

particular sub-division to avoid any penalty till the implementation phase.

f. Post implementation phase the bidder has to maintain connectivity and

provide reading for all the meters DT/consumer as per the scope of the work

to meet the desired SLA.

Note :

(i) DTs /consumer which are not in network coverage area shall not be considered

for penalty provision. However, data of these DTs/consumer should be

Page 64: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 64 of 120

downloaded through CMRI at least once in a month.

(ii) The firm shall furnish the daily communication report of the SIM along with the

payment invoices. The web portal should have such feature to get date wise

report of DTs/consumer meter communication status.

(iii) The designated officer of the Discom shall verify and certify the invoice through system generated reports; you shall provide an interface

for verification of the invoice in the software to facilitate the verification authority to compute the availability of sub-division wise meter data on system and amount of applicable penalty.

(iv) Integration Providing DT/Consumer meter consumption data in a desired

template of the DISCOM System approved by JVVNL.

5.24 IMPLEMENTATION AND ROLLOUT SCHEDULE

a) The Agency has to submit the plan for customization and rollout of the scope

of the work as per the terms and conditions of the award.

b) Penalty will be levied for delay in execution and rollout as per the Penalties

given in this Tender document.

c) Timeline for various modules will be as follows

S. No. Particular of

activity

Time schedule

desired

Time Schedule as per

Bidder

1 Furnishing

detailed Road

Map

Within 15 days from the

date of Awarding

Contract

2 Submission of

detailed

inception and

survey report

Within 90 Days from

the date of Work Order

3 Approval of

survey report

and revised

quantity.

Within 30 Days from

the date of submission

of survey report.

3 Commencement

of Supply of

Material which

shall be at least

20% of Ordered

quantity

Within 30 Days from

the approval of survey

report

4

Demonstration

of proof of

concept (on

minimum 500

DT & 500

Consumer

meter of a sub-

Within 45 days from the

approval of survey

report

Page 65: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 65 of 120

S. No. Particular of

activity

Time schedule

desired

Time Schedule as per

Bidder

division)

5 Commencement

of Installation

Within 60 Days from

the date of approval of

survey report and to be

completed within next

270 Days.

7 Commencement

of Report

generation

After complete

installation in a

particular Subdivision.

d) The Implementation Agency shall have alternate arrangements to continue to

execute the work in case of breakdown of their own system.

5.25 Governing Laws and Jurisdiction

The Indian Law shall govern the agreement. Only appropriate courts in Jaipur shall

have exclusive Court Jurisdiction to deal with any matter arising out of or relating to

the agreement or otherwise.

5.26 JURISDICTION FOR LEGAL PROCEEDINGS

The contract shall be governed by the laws of India for the time being in force and be

subject to the court of competent jurisdiction at respective Discom HQ. All disputes,

differences questions whatsoever arising between the Discom and the agency upon

or in relation to or in connection with the Contracts shall be deemed to have arisen

at Discom Head Quarter only and no court other than court at Jaipur, Rajasthan shall

have jurisdiction to entertain or try the same.

5.27 Settlement of Disputes

In any time any question, dispute or difference what so ever which may arise

between respective Discom and the Agency, the same shall be decided by CMD/MD

of Discom, or by the settlement committee constituted by him and shall be final and

binding on both the parties.

The Discom have constituted settlement committee to settle the disputed cases. For

the disputed amount up to Rs. 3.00 Lac the case may be referred to the CE level

settlement committee and if the disputed amount is more than Rs. 3.00 Lac the case

shall be referred to the corporate level settlement committee. The non-refundable

fees for referring the case to the settlement committee are as given below or

prescribed time to time:

Page 66: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 66 of 120

• Reference fee for CE level settlement committee - Rs. 500/-

• Reference fee for corporate level settlement committee-Rs. 3000/-

• Fee for review of cases by corporate level settlement committee- Rs. 5000/-

• The settlement committee fees as shown above or prevailing at that time shall

be deposited in cash with the concerned AO.

5.28 Conduct of Agency’s Staff

If any of the Agency’s employees shall, in the opinion of Discom, is guilty of any

misconduct or incompetence or negligence, then if so directed by Discom, the

Agency shall at once remove such employee and replace him by an equally qualified

and competent substitute.

5.29 LIEN

In case of any lien or claim pertaining to the work and responsibility of the Agency

for which Discom might become liable, it shall have right to recover such claim

amount from the Agency.

5.30 Force Majeure Condition

If at any time during the currency of the Contract the performance in whole or in

part be prevented or delayed by reason of any war hostility acts of public enemy,

civil commotion, sabotage, fire floods, explosion, epidemics, quarantine restrictions,

strikes, lockouts or acts of god (hereinafter referred to as Events) then provided

Notice and adequate proof of the production/dispatch having suffered on account of

these events is given within 21 days from the date of occurrence thereof the

provision of penalty Clause of this specification shall not be invoked by Discom

provided further that the deliveries under the contract shall be resumed, as soon as

practicable after such event (s) has ceased to exist and the decision of the Discom as

to whether the deliveries have been so resumed or not shall be final and conclusive

provided further that in case the strike/lockout prolongs beyond a period of seven

days, the supplier shall immediately inform about the same to the Discom in which

case the Discom reserves the right to procure the material equipment on order or

part thereof from any other source at the risk and cost of the supplier.

5.31 Completeness of Contract

The contract shall be considered completed on termination of the contract period

after full handing over of data, documents or material and clearing all dues towards

the agency.

Page 67: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 67 of 120

5.32 Inspection and Testing

All the materials which will be supplied shall undergo pre dispatch inspection by

JVVNL officers. Before supply of items, clearance from JVVNL is required. The agency

will have offered the materials in writing for material inspection.

The designated officer/ representative of Discom shall on giving seven days, notice in

writing to the contractor setting out any grounds of objections which he may have in

respect of the work, be at liberty to reject any drawing and all or any plant, or

workmanship connected with such work which in his opinion are not in accordance

with the contract or are in his opinion defective for any reason whatsoever.

The bidder shall state in his tender the places of inspection.

The vendor shall intimate at least 7 days in advance through notice(s) about the

readiness of material for dispatch commensurate with specific delivery schedule so

as to enable the purchaser to depute his representative for inspection testing and

checking of the material/equipment. For this purpose the date of receipt of the letter

in the office of the purchasing authority shall be deemed as the date of call for

inspection and not the date mentioned in the letter and the date of dispatch. In case,

material/equipment is not found ready by the representative of the purchaser

deputed for inspection to with tolerance of (-) 10% or if the inspection is not got

carried out by any, the extent of the quantity indicated in the inspection call reasons

on account of the supplier an amount of Rs.7500/- only for the supplier’s work

located in Rajasthan and an amount of Rs.15000/- only for the Supplier’s works

located outside Rajasthan will become payable by the supplier on this account to the

Accounts Officer(TW), JVVNL, Jaipur. The supplier will deposit the amount with the

Account Officer (TW), JVVNL, and Jaipur immediately under intimation to this

purchasing authority, failing which the subsequent call for inspection shall not be

entertained.

The purchaser reserve to him the right of having any inspection of special test of a

reasonable nature at contracts premises or at sites in addition to those prescribed in

applicable standards and the enclosed technical specification.

Unless the inspection is specifically waived no material shall be dispatched without

inspection and clearance for dispatch by the purchase’s representative.

The purchaser reserves the right to reject all or any part of the material being

manufactured of awaiting dispatch, due to any defect or deviations from the

standard specifications prescribed as observed during the Inspection. In case of any

dispute/difference in this regard the decision of the Chief Engineer shall be final and

binding.

The purchaser also reserves the right to get the material/equipment tested in any

recognized Government Laboratory & claiming any compensation or rejecting the

material/equipment, if not found in accordance with the specification. All charges

Page 68: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 68 of 120

consequent to such rejection and replacement/rectification shall be borne by the

supplier.

5.33 Death Bankruptcy Etc

• If the Agency shall die or dissolve or commit any act or bankruptcy or being a

corporation commence to be wound up except for reconstruction purpose or

carry on hits, business under a receiver, the executors successors, or other

representatives in law of the state of the Agency or any such receiver,

Liquidator, or any persons to whom to the contract may become vested shall

forth-with given notice thereof in writing to the Discom and shall for one (1)

month during which he shall take all reasonable steps to prevent stoppage of

the work have the option of carrying out the Discom subject to his or their

providing such guarantee as may be required by the Discom but not

exceeding the value of the work for the time being remaining relieve

unexecuted provided however that nothing above said shall be deemed to

relieve the Agency or his successors of his or other their obligations under the

contract under any circumstances. In the event of stoppage of the work the

period of the option under this clause shall be seven (7) days only. Provided

that, should the above option be not exercised, the contract may by

terminated by the Discom by notice in writing to the Agency and the same

power and provisions reserved to the Discom as mentioned in the Tender in

the event of taking the work out of the Agency’s hand’s shall immediately

become operative.

• Change of name of the Agency at any stage after Bidding Process, the Discom

shall deal the same as per prevailing rules of the Discom.

5.34 Guarantee and Replacement of Defective/Damaged

Materials

GUARANTEE:

This contract is on service model hence the entire AMR of DT metering

/consumer should be guaranteed for satisfactory operation and good

workmanship for specified Contract Period.

However, the equipment’s supplied should be guaranteed for their

performance for a minimum period of five years from the date of

commissioning or five and half years from the date of receipt in stores

whichever date is earlier. The equipment found defective within the above

guarantee period shall be repaired/replaced by the supplier free of cost within

one month of receipt of intimation.

The supplier shall also furnish an undertaking that there shall be no drift in

the accuracy class of the meter for a minimum period of 10 years from the

date of supply.

REPLACEMENT OF DEFECTIVE/DAMAGED MATERIALS

Page 69: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 69 of 120

Notwithstanding anything contained in the above liquidated damages clause

when the whole or part of the materials are found to be defective/damaged or

are not in conformity with the specification or sample, such defects or

damages in the materials supplied shall be rectified within 120 working hours

from the time of intimation of defect/damage either at the point of destination

or at the supplier’s works, at the cost of supplier, against proper security and

acknowledgement. In the alternative, the defective or damaged materials

shall be replaced free of cost within 120 working hours from the date of

receipt of the intimation from the purchaser of such defects or damages. If

the defects or damages are not rectified or replaced within this period, the

supplier shall pay a sum towards liquidated damages as per liquidated

damages clause given above, for the delay in rectification/replacement of the

defects or damages

5.35 Rules and Regulations

The job shall be carried out as per the rules, regulations as prevailing in Discom,

which shall be made available to the Agency. These rules and regulations may be

modified by Discom from time to time and would be intimated to the Agency for

incorporating during the currency of Contract.

The Agency will also follow the labour regulations and the directions of Government

and other authorities enforcing the regulations and comply with any other relevant

legislation in force from time to time

5.36 Failure to Execute the Contract

Agency failing to execute the order placed on them to the satisfaction of Discom

under terms and conditions set forth therein, will be liable to make good the loss

sustained by the Discom, consequent to the placing of fresh orders elsewhere at

higher rate, i.e. the difference between the price accepted in the contract already

entered into and the price at which fresh orders have been placed. This is without

prejudice to the imposition of Penalty/ Liquidated Damages and forfeiture of

Performance Security.

5.37 Effecting Recoveries

Any loss, arising due to non-fulfilment of this contract or any other contract, will be

recovered from the Performance Security held and or any other amount due to the

Agency from the Discom from this Contract as well as from other contracts.

5.38 Climatic Conditions

Page 70: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 70 of 120

The system are for use in various geographical area of respective Discom and should

be satisfactory for operation under tropical conditions of Rajasthan and shall be able

to maintain the desired output and withstand a wide range of temperature & climatic

experience in the area under scope.

� The ambient temperature will be within the range of + 0 Degree Centigrade

to + 55 Degree Centigrade.

� The altitude will be less than 500 meters.

� The maximum & minimum atmospheric humidity will be in the range of

95%.& 10 % respectively.

� Average Number of thunderstorm days per annum is 65.

� Average Number of dust storm days per annum is 15.

� Average Number of rainy days per annum is 65.

� Average annual rainfall is 100 cm.

The climatic conditions are prone to wide variation in ambient condition and

equipment’s offered under this specification shall be suitable for installation at any of

the location in the area of respective Discom.

Page 71: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 71 of 120

Section- VI Installations Terms & Conditions

A. For DT metering :

1.0 SCOPE

The scope of installation work should include the following:

Survey should be carried out to find out the actual / estimated requirement of

Power cable for DT metering and other required material as well as to collect

the detail about present status of distribution transformer before installation of

new metering hardware.

2.0 INSTALLATION TERMS & CONDITIONS: � Complete List with details of all DT metering points with in the territory of

JVVNL, where survey / installation work are to be carried out shall be

furnished to successful contractor along with order.

� All the available relevant data & existing database at Utility end in soft & hard

copy shall be provided.

� JVVNL shall appoint a project coordinator / nodal officer for day to day

activities.

� Prior to commencement of work, JVVNL shall issue necessary Identity Card to

Bidder’s / contractor’s staff enabling access of Distribution Transformers

during project execution period.

� Necessary shut downs as & when required shall be arranged by JVVNL as per

work schedule and advance intimation also provide.

� If any civil work required at any site during installation that including proper

earthing, shall be carried out by the JVVNL.

� Supervisor with adequate academic qualification and experience shall be

made available by contractor for a group of teams for on-site technical

assistance and conflict resolution.

� Contractor should submit a work completion report considering the details of

material consumed in line with DT meters.

� Supply of SIM card & its recurring charges shall be in contractor scope.

� If site inspection reveals that power in DT metering arrangement is not

available due to any other problem in network (like DT failure, HT Fuse blown,

Any discontinuity in network…etc.) not related to metering arrangement,

same shall be reported immediately to concern JE for its further rectification.

Once utility confirms that it has repaired, the site should be revisited for

further repairing of DT metering arrangement.

� Physical access to DT metering for its maintenance, shall be arranged by

utility.

� Following Safety Points shall be adhered in site:

o All installation work should be done in OFF-LINE condition.

o All outdoor field installation work shall be done only during daylight &

when it’s not raining.

o Work shall be executed with proper insulated tools.

o Proper safety arrangements taken while working at site.

Page 72: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 72 of 120

o Installation shall be carried out on pre define installation procedures.

� Contractor shall not be responsible for metering in case of damage of

Distribution Transformers. Contractor shall provide necessary information

enabling JVVNL to replace DT to resume metering if it comes to know during

field visit.

Exclusions

� Any relocation/ shifting of the installed work.

� Any civil work required to be carried out during installation that including

earthing.

� Electrical isolation arrangements for carrying out the work.

� Any up-gradation of the supplied product is not included in the scope of this

contract.

� Any maintenance activities if it is not related to DT metering (DT Grounding

etc.) are excluded from the scope of this contract.

3.0 Inputs provided by utility:

The following shall be facilitated by utility for carrying out the above

requirements:

� Permission to the agency to visit DT locations for survey and subsequent

inspection/ installation of metering systems as required

� Local assistance for gathering details of meter details etc.

� Local shutdown for installation of metering systems etc. as required.

� Monthly feedback of meters installed & commissioned at utility end, with date of

commissioning.

� Details of all DT locations together with details of which Circle/ Division it belongs

to.

� Changes in network configuration/ short duration changes (with date/time) from

substations for the reporting month shall be provided on a weekly/ monthly

basis.

� Changes of DTs switched from one feeder to the other (with date/time) as logged

in control rooms for the reporting month shall be provided on a weekly/ monthly

basis.

� DTs permanently disconnected from any feeder with date of disconnection.

� DTs upgraded in any feeder with date (when a DT is replaced by another DT of

higher/ lower capacity).

� Soft copy of database with their connectivity to each Feeder/DT with Feeder/DT

name/code, address and last 6 months meter readings with meter reading dates.

� Complete single line diagram of the HT network from 11 KV feeder to DT.

� Master Data shall be provided to contractor.

Page 73: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 73 of 120

B. For LT/HT consumer sites:

In case of LT/HT consumer meters need to capture the details whether the

meters are functional and DLMS compliant, suitable modem mounting

arrangement is available or not.

In case of existing meter box is not suitable to mount modem in such cases

separate modem mounting box shall be provided which should be made up of

transparent polycarbonate material/SMC.

Quantity of such boxes shall be derived from the survey outcome.

4.0 INSTALLATION TERMS & CONDITIONS:

� Complete List with details of all LT/HT consumer metering points with in

the territory of JVVNL, where survey / installation work are to be carried

out shall be furnished to successful contractor along with order.

� All the available relevant data & existing database at Utility end in soft &

hard copy shall be provided.

� JVVNL shall appoint a project coordinator / nodal officer for day to day

activities.

� Prior to commencement of work, JVVNL shall issue necessary Identity Card

to Bidder’s / contractor’s staff enabling access of Distribution Transformers

during project execution period.

� Necessary shut downs as & when required shall be arranged by JVVNL as

per work schedule and advance intimation also provide to effected

consumers.

� The modem shall be powered from the same PT supply from where the

meter is connected.

� For LT&HT consumer meter’s sealing, JVVNL staff members shall

accompany contractor team members for seal opening/ re-sealing or

Contractor shall be authorized for the same.

� Supervisor with adequate academic qualification and experience shall be

made available by contractor for a group of teams for on-site technical

assistance and conflict resolution.

Page 74: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 74 of 120

� Contractor should submit a work completion report considering the details

of material consumed in line with LT/HT consumer meters.

� Supply of modem SIM card & its recurring charges shall be in contractor

scope. However, SIM card shall be in the name of JVVNL only.

5.0 Inputs provided by utility:

The following shall be facilitated by utility for carrying out the above

requirements:

� Permission to the agency to visit LT/HT consumers for survey and

subsequent inspection/ installation of metering systems as required

� Local assistance for gathering details of meter details etc.

� Monthly feedback of meters installed & commissioned at utility end, with

date of commissioning.

� Details of all LT/HT consumers with details of which Circle/ Division it

belongs to.

� Changes in network configuration/ short duration changes (with date/time)

from substations for the reporting month shall be provided on a weekly/

monthly basis.

� Soft copy of consumer database with their connectivity to each name/code,

address, K No., category, sanctioned demand, meter details (make, serial

no, no. of digits & MF), and last 6 months meter readings with meter

reading dates.

� Complete single line diagram of the HT network from 11 KV feeder to DT

including HT consumers & LT network from DT with details of Consumers

connected to each pole.

� Master Data/ HT and LT consumer Billing transaction Data shall be

provided to contractor.

Page 75: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 75 of 120

Section- VII Technical Specification

Please refer Volume –II (technical specification) of tender document.

Page 76: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 76 of 120

SECTION VIII ANNEXURES COVERING FORMATS OF

SUBMISSION OF BIDS

ANNEXURE 1 FORMAT FOR COVERING LETTER OF BID

Cover Letter

(To be furnished by the bidder on the letter head. It has to be submitted complete

with all enclosures).

The Superintending Engineer [IT]

Jaipur Vidyut Vitran Nigam Limited Old Power House Premises

Near Ram Mandir Jaipur-302 006

SUB: Submission of Bid “SUPPLY, INSTALLATION AND COMMISSIONING OF (I) DT

METERS & MODEMS ON DISTRIBUTIONS TRANSFORMER & (II) MODEMS ON

CONSUMER’S METER, MONTHLY METER READING THROUGH AMR, REPORT

GENERATION & DATA ANALYSIS FOR PERIOD OF 5 YEAR & (III) AMC OF THE

SYSTEM FOR 5 YEARS” against TN-62

Dear Sir,

We hereby submit our bid ““SUPPLY, INSTALLATION AND COMMISSIONING OF (I)

DT METERS & MODEMS ON DISTRIBUTIONS TRANSFORMER & (II) MODEMS ON

CONSUMER’S METER, MONTHLY METER READING THROUGH AMR, REPORT

GENERATION & DATA ANALYSIS FOR PERIOD OF 5 YEAR & (III) AMC OF THE

SYSTEM FOR 5 YEARS” against TN-62.

We, the undersigned, declare that:

1) We have examined and have no reservations to the Bidding Document,

including Addenda No. (if Any):

2) We offer to supply in conformity with the Bidding Document and in

accordance with the delivery schedule, and the specifications mentioned in

the bid document.

3) We are submitting our bids for with complete set of enclosures.

4) We are submitting our Bid as Single Bidding Company.

5) We agree for execution of tendered work as per the terms & conditions as

specified in this Tender Document.

6) We hereby confirm that the bid comply all requirements set out in the bidding

document and NO TECHNICAL and COMMERCIAL Deviation are contained in

the Bid.

7) We understand that the Bids with Deviation from the requirement laid down

in this document shall be considered as NON Responsive

Page 77: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 77 of 120

8) The prices are as mentioned in BOQ.

9) The prices quoted are valid for a period of 90 days from the date of opening

of “Financial- bids”

10) The quoted / agreed prices are exclusive of the following applicable Taxes

/GST (As per prevailing rates):

Enclose details of taxes included in the prices

S. No. Name of Tax/Charges Rate of Tax/Charges/GST

11) We have noted the standard terms of payment and undertake to abide by the

same.

12) The execution of work shall strictly be in accordance with work completion

schedule as given in the Tender Document. In case we fail to execute the

work as indicated therein as per the tender specifications, the penalty

provisions shall be applicable as per provisions of the Contract.

13) We confirm that we agree to adhere to all the commercial terms and

conditions and there is No Deviation. Such acceptance has also been

confirmed in prescribed schedules of this offer.

14) We confirm that we are qualified for bidding in terms of Qualification

Requirements specified in the bidding documents and have submitted the

requisite Qualification Certificate & data / documents with the bid.

15) Until a formal contract is prepared and executed, this together with your

written acceptance thereof in your notification of award shall constitute a

binding contract between us.

16) We understand that the quantity mentioned in the financial schedule is just

for evaluation purpose, any payment shall be made on the basis of actual

numbers.

17) We understand that Jaipur Discom/Discom reserves the right to invite detailed

proposals from any private entrepreneur-company; irrespective of the fact

whether the company or entrepreneur has been pre-qualified.

18) We also understand that the Jaipur Discom reserves the right to reject any or

all of the bids without assigning any reason thereof.

19) We understand that the prices quoted in the BOQ are as defined in

the RFP & the financial evaluation of the L-1 bidder shall be per Bid

Document.

20) We agree to abide by all the conditions governing the proposals and decisions

of the Jaipur Discom.

Name

Signature with Stamp

Date

Page 78: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 78 of 120

ANNEXURE – 2: GENERAL PROFILE OF THE BIDDER

(To be furnished on Bidder’s Letterhead. In case of consortium, must be on each

members letter head)

Kindly attach a copy of latest RoC to substantiate the information furnished against

general profile of the bidder

Details Responses

Bidding Entity Nature

Full legal name of the firm

Year of establishment

Registered Office Address

Address for Correspondence

Authorized person(s) to be contacted

Telephone number(s)

Email id

Fax number

Names, Addresses, Contact Emails and Mobile Nos. of

the Key Management Personnel of Firm such as

MD/Directors/CEO, etc.

Type of the firm Private limited/Public

limited/Government sector /other

Whether registered under companies act, Partnership

Act, or any other act applicable for registration of

Firms in India

Registration Number & Date

Field organization and resources to be deployed for

the proposed job

No. of Projects executed in Utilities in past 5-years.

Page 79: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 79 of 120

We hereby certify that the above information is correct.

(Please enclose the ownership structure of the company, Incorporation Certificate,

MOA, AOA duly attested by Company Secretary/ Director of the Company).

Page 80: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 80 of 120

ANNEXURE – 3: FINANCIAL CAPABILITIES

(To be furnished on Bidder’s Letterhead. In case of consortium, must be on each

members letter head)

CERTIFICATE OF FINANCIAL QUALIFICATION

S. No Financial Year Turn Over(In INR)

1 FY 2014-2015

2 FY 2015-2016

3 FY 2016-2017

(Turnover shall be as per the currently applicable accounting standards prescribed by

Institute of Chartered Accountants of India)

We hereby certify that the above information is correct.

(Signature of the Statutory Auditor of the Bidder)

(Note: Enclose audited Financial Statements/ Annual Report of the aforementioned

FYs duly signed by the Chartered Accountant. If audited balance sheets for the FY

2016-17 are not readily available then the provisional balance sheets signed and

certified by the company Charted Accountant shall be submitted.).

Page 81: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 81 of 120

ANNEXURE–4 Compliance to the Requirement mentioned in

Detailed Scope of Work

Refer to Detailed Scope of Work for details. Bidder to submit the undertaking that

the proposed solution shall cover the scope of work along with supportive reports

and tools for calculating associated penalties.

We hereby confirm that the above information is correct.

(Signature of the Statutory Auditor of the Bidder)

Page 82: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 82 of 120

ANNEXURE–5 Approach and Methodology

The Approach and Methodology to be furnished with following parameter:

i. Schematic diagram showing all the modules & components of the

systems covered in detailed scope of work.

ii. Description of the technical solution

� Please provide details of methodology followed by your organization in

successfully implementing similar projects. Also highlight the special steps that

your organization/ consortium intends to take in order to ensure that the change

from current system to proposed one will be smooth and effective.

Page 83: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 83 of 120

ANNEXURE–6 detailed work plan with timelines

Please refer following required Completion Schedule. Bidder has to submit his/her

implementation approach to meet the implementation deadline.

S. No. Particular of

activity

Time schedule desired Time Schedule as per

Bidder

1 Furnishing

detailed Road

Map

Within 15 days from the

date of Awarding

Contract

2 Submission of

detailed

inception and

survey report

Within 90 Days from

the date of Work Order

3 Approval of

survey report

and revised

quantity.

Within 30 Days from

the date of submission

of survey report.

3 Commencement

of Supply of

Material which

shall be at least

20% of Ordered

quantity

Within 30 Days from

the approval of survey

report

4

Demonstration

of proof of

concept (on

minimum 500

DT & 500

Consumer

meter of a sub-

division)

Within 45 days from the

approval of survey

report

5 Commencement

of Installation

Within 60 Days from

the date of approval of

survey report and to be

completed within next

270 Days.

7 Commencement

of Report

generation

After complete

installation in a

particular Subdivision.

Page 84: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 84 of 120

ANNEXURE–7 Project Experience and Confirmation of Pre -

Qualification Requirement

Project E

� Bidder shall provide details of similar projects (as mentioned in Eligibility

Criteria,) which have been successfully completed during the last 3 financial

years.

� Please do not supply the names of clients who are no longer using your

product/system.

� The bidder is required to submit the details of Pre-Qualification documents in

the table no 12 & 13 as the case may be.

� Bidders need to submit the details as per the format in the table provided.

Table: The details of the same should be included in the following format and

necessary supporting documents should be attached

Table11: Details of Project Experience

SI.

No

Nam

e of

proje

ct

Brief Scope

necessarily

including

role played

by Bidder,

modules

implemente

d, sector

classificatio

n

Owner

of

Project

assign

ment

(Client

name)

Cost of

assignm

ent

Date of

Awarded

commenc

ement

Date of

comple

tion

Was

assignme

nt

satisfacto

rily

complete

d

Was it a

Power

Sector

Project?

(Y/N)

Provide

Detail

Note:

1. In case of non-furnishing the requisite documents along with the bid,

the bid will be considered as non-responsive and bid may be

summarily rejected.

2. Irrespective of meeting the above qualification requirements, none of

the consulting companies engaged by Jaipur Discom as on date for IT

Projects can bid for this tender.

Page 85: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 85 of 120

Table 12: QUALIFICATION REQUIREMENT

S.

No.

Criteria Supporting Documents Required

For Companies / Partnership Firms/ Joint Venture/ Consortium

1 Bids can be submitted by an

individual firm or joint ventures/

consortium of two firms/Companies

incorporated under applicable

Companies Act / Partnership Firm

incorporated under applicable

Partnership Act.

Self-Declaration along with the

following:

• Copy of Self-Attested Incorporation

Certificate in case of Company

• Copy of Self-Attested Partnership

Deed

• Copy of Self-attested latest Income

Tax Return

2 The bidder ( Single) / Lead Bidder (

JV) should be an Information

Technology Services Company /

OEM ( Modem/DCU/Meter)

Company registered in India as per

Indian Companies ACT and should

have been providing services to

power utilities / Transmission

companies / Generation companies /

E-Governance in India for the past 5

years

Certificate of Incorporation, MOU,

AOA and other relevant certificate to

substantiate the same.

.

3. The bidder ( Single) / Lead bidder

(JV) shall have experience of

providing System Integration

Services on service model involving

supply, deployment of Hardware,

Software Development & Manpower

to power distribution/ Transmission

companies / Generation companies /

E-Governance in India in any one of

services like SCADA/ Meter Data

Downloading & generating Reports,

Meter Data Management, Meter Data

Acquisition AMR system in last 5

years.

Experience of bidder as Consortium

Member or sub contract Works shall

not be considered

Proof of Work Orders & Performance

Certificates /work completion

Certificates to be submitted.

4. The Lead bidder should be

ISO 9001:2008 (Quality Management

System)

Valid Certificates should be

submitted.

5. The bidder ( Single) / Lead bidder Copy of the audited statement of

Page 86: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 86 of 120

S.

No.

Criteria Supporting Documents Required

(JV) should have a total turnover of

Rs300Crores of last three financial

years ending on 31-Mar-2017 (i.e.

for the 2014-15 ,2015-16& 2016-17)

provided that in any case the

annual turnover in any year is not

less than of 150 Crore

In case of consortium / Joint Venture,

the lead bidder should meet

minimum 75% of the Turnover

requirement.

accounts (PL Account & Balance

Sheet) duly certified by the Chartered

Accountant to be submitted as a

proof of turnover.

6. The Bidder should have not been

black listed by any of Department/

Corporations/ Undertakings/

institutions etc. of Govt. of

Rajasthan.

Self-Declaration for No Blacklisting

7. The bidder (single)/Lead bidder (JV)

should possess Class ‘A’ electrical

contractor licenses issued by

Electrical Inspector of Govt. of

Rajasthan or Equivalent.

Valid certificate to be submitted

8. All offered material should be fully

type tested (where ever applicable)

at any independent NABL accredited

test lab as per relevant standards.

The type test report shall not be

more than 3 years old from the date

of opening of bid.

Valid certificates should be submitted

Page 87: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 87 of 120

ANNEXURE – 8: SCHEDULE OF DEVIATIONS

Technical Deviations

S. No JVVNL’S specification clause Deviation sought by the bidder

1

2

3

4

5

Commercial Deviations

S. No JVVNL’S specification clause Deviation sought by the bidder

1

2

3

4

5

6

7

Page 88: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 88 of 120

ANNEXURE – 9:CONFIRMATION OF “NO DEVIATION” IN

TECHNICAL / COMMERCIAL TERMS AND CONDITIONS OF THIS

TENDER

(To be furnished on Bidder’s Letterhead.)

Bidder's Name & Address:

To

The Superintending Engineer (IT)

Jaipur Vidyut Vitran Nigam Limited

Old Power House Premises

Near Ram Mandir, Banipark

Jaipur-302 006

Dear Sirs,

Sub: Confirmation for “No Deviation” in Technical / Commercial terms & conditions of

TN-62

We hereby confirm that there is no deviation in technical / commercial terms &

conditions stipulated in the bidding documents and we agree to adhere the same

strictly.

(Signature)……...........................

Date :

Place :

(Name)...........................

(Designation)..............................

(Common Seal).......................

Page 89: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 89 of 120

ANNEXURE-10: UNDERTKAING FOR VARIOUS

INFORMATIONFURNISHED

(To be furnished on appropriate non-judicial Stamp Paper of Rs. 100/-, duly

notarized)

Bidder's Name & Address:

To

The Superintending Engineer (IT)

Jaipur Vidyut Vitran Nigam Limited

Old Power House Premises

Near Ram Mandir, Banipark

Jaipur-302 006

Dear Sir,

Sub: Undertaking for various information against TN-65___

We hereby confirm that that all the information against all the Annexures and all

other Certificates etc. furnished are correct and if in future Discom discover that any

information furnished is not true, same may lead to the rejection of bid or

termination of contract.

(Signature)……...........................

Date :

Place :

(Name)...........................

(Designation)..............................

(Common Seal).......................

Page 90: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 90 of 120

ANNEXURE-11: BIDDERS’S AUTHORIZATION CERTIFICATE

(To be furnished on Bidder’s Letterhead.)

To,

The Superintending Engineer (IT)

Jaipur Vidyut Vitran Nigam Limited

Old Power House Premises

Near Ram Mandir, Banipark

Jaipur-302 006

[Reference No. ]

I/ We <Name/ Designation> hereby declare/ certify that <Name/ Designation> is

hereby authorized to sign relevant documents on behalf of the company/ firm in

dealing with Tender/ NIT reference No. ______________________ dated

_________. He/ She is also authorized to attend meetings & submit technical &

commercial information/ clarifications as may be required by you in the course of

processing the Bid. For the purpose of validation, his/ her verified signatures are as

under.

Thanking you,

Name of the Bidder: -

Verified Signature:

Authorised Signatory: -

Seal of the Organization: -

Date:

Place:

Page 91: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 91 of 120

Please attach the board resolution / valid power of attorney in favour of

person signing this authorizing letter.

Page 92: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 92 of 120

ANNEXURE 12: POWER OF ATTORNEY IN FAVOUR OF

AUTHORIZED SIGNATORY OF THE BIDDER

(To be stamped Non-Judicial Stamp Paper of Rs. 500/- duly notarized in name of the

Bidding Entity)

Page 93: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 93 of 120

ANNEXURE 13: FORMAT OF BANK GUARANTEE FOR EMD

(To be stamped in accordance with Stamp Act, the Non-Judicial Stamp Paper should

be in the name of the issuing Bank)

Bank Guarantee No.: ........................…

Date: ...................……...

To: (insert Name and Address of Employer)

WHEREAS M/s. …. (insert name of Bidder)…… having its Registered/Head Office at

….. (insert address of the Bidder) ……….. (hereinafter called "the Bidder") has

submitted its Bid for the performance of the Contract for………….(insert name of the

Package)……………under………….(insert Specification No)…………… (hereinafter called

"the Bid")

KNOW ALL PERSONS by these present that WE …….. (insert name & address of the

issuing bank) ……… having its Registered/Head Office at …..…….(insert address of

registered office of the bank)…….. (hereinafter called "the Bank"), are bound unto

Jaipur Vidyut Vitaran Nigam Limited (hereinafter called "the Employer") in the sum of

....................(insert amount of Bid Security in figures & words)..........................

............................……………. for which payment well and truly to be made to the

said Employer, the Bank binds itself, its successors and assigns by these presents.

Sealed with the Seal of the said Bank this ............... day of ............... 20....

THE CONDITIONS of this obligation are:

(1) If the Bidder withdraws its bid during the period of bid validity specified by the

Bidder in the Bid Form; or

(2) If the Bidder does not accept the corrections to arithmetical errors identified

during preliminary evaluation of his bid pursuant to Tender document; or

(3) If, as per the requirement of Qualification Requirements the Bidder is required to

submit any Undertaking/Agreement and he fails to submit the same, duly

attested by Notary Public of the place(s) of the respective executant(s)

alongwith the Bid within ten days from the date of intimation of post – bid

discussion; or

(4) in the case of a successful Bidder, if the Bidder fails within the specified time

limit

Page 94: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 94 of 120

(i) to sign the Contract Agreement, in accordance with Tender document, or

(ii) to furnish the required performance security, in accordance with the

Tender document. or

(5) In any other case specifically provided for in the Tender document.

We undertake to pay to the Employer up to the above amount upon receipt of its

first written demand, without the Employer having to substantiate its demand,

provided that in its demand the Employer will note that the amount claimed by it is

due to it, owing to the occurrence of any of the above-named CONDITIONS or their

combination, and specifying the occurred condition or conditions.

This guarantee will remain in full force up to and including ……….. (insertdate, which

shall be the date 180 days from the date of Technical Bid Opening)…….., and any

demand in respect thereof must reach the Bank not later than the above date.

For and on behalf of the Bank

[Signature of the authorised signatory(ies)]

Signature_______________________

Name_______________________

Designation_______________________

POA Number_______________________

Contact Number(s): Tel.______________Mobile______________

Fax Number_______________________

email ____________________________

Seal of the Bank______________________

Witness:

Signature_______________________

Name_______________________

Page 95: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 95 of 120

Address______________________________

Contact Number(s): Tel.______________Mobile______________

email ____________________________

Note:

1. The Bank Guarantee should be in accordance with the proforma as provided.

However, in case the issuing bank insists for additional paragraph for limitation

of liability, the following may be added at the end of the proforma of the Bank

Guarantee [i.e., end paragraph of the Bank Guarantee preceding the

signature(s) of the issuing authority(ies) of the Bank Guarantee]:

Quote

“Notwithstanding anything contained herein:

1. Our liability under this Bank Guarantee shall not exceed _________ (value

in figures)____________ [_____________________ (value in

words)____________].

2. This Bank Guarantee shall be valid upto ________(validity

date)__________.

3. We are liable to pay the guaranteed amount or any part thereof under this

Bank Guarantee only & only if we receive a written claim or demand on or

before ________ (validity date) __________.”

Unquote

Page 96: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 96 of 120

ANNEXURE 14: FORMAT OF BANK GUARANTEE FOR

PERFORMANCE SECURITY

Will be provided to the Successful Bidder

Page 97: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 97 of 120

ANNEXURE-15: SELF DECLARATION-NO BLACKLISTING

(To be furnished on appropriate non-judicial Stamp Paper of Rs. 100/-, duly

notarized)

To,

The Superintending Engineer (IT)

Jaipur Vidyut Vitran Nigam Limited

Old Power House Premises

Near Ram Mandir, Banipark

Jaipur-302 006

In response to the NIT Ref. No. _____________________________ dated

___________ for {Project Title}, as an Owner/ Partner/ Director/ Auth. Sign. Of

____________________________________, I/ We hereby declare that presently

our Company/ firm _________________, at the time of bidding: -

a. possess the necessary professional, technical, financial and managerial resources

and competence required by the Bidding Document issued by the Discom;

b. have fulfilled my/ our obligation to pay such of the taxes payable to the Union

and the State Government or any local authority as specified in the Bidding

Document;

c. is having unblemished record and is not declared ineligible for corrupt &

fraudulent practices either indefinitely or for a particular period of time by any

State/ Central government/ PSU/ UT.

d. does not have any previous transgressions with any entity in India or any other

country during the last three years

e. does not blacklisted by any of the Central/State power utilities in India for

fraudulent and corrupt practices

f. is not insolvent in receivership, bankrupt or being wound up, not have its affairs

administered by a court or a judicial officer, not have its business activities

suspended and is not the subject of legal proceedings for any of the foregoing

reasons;

Page 98: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 98 of 120

g. does not have, and our directors and officers not have been convicted of any

criminal offence related to their professional conduct or the making of false

statements or misrepresentations as to their qualifications to enter into a

contract within a period of three years preceding the commencement of the

contract, or not have been otherwise disqualified pursuant to debarment

proceedings;

h. does not have a conflict of interest as mentioned in the bidding document which

materially affects the fair competition.

i. will comply with the code of integrity as specified in the bidding document.

If this declaration is found to be incorrect then without prejudice to any other action

that may be taken as per the provisions of the applicable Act and Rules thereto

prescribed by GoR, my/ our security may be forfeited in full and our bid, to the

extent accepted, may be cancelled

Thanking you,

Signature…………………

In the capacity of………………………

Duly authorised to sign Proposal for And on behalf of………………………..

Seal of the Organization: -

Date…………………..

Place………………….

Page 99: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 99 of 120

Bid

Financial Offer: Guiding Note

NOTE: BIDDER IS REQUIRED TO READ CAREFULLY THE

FOLLOWING BEFORE QUOTING THE PRICES

i) The format enclosed herewith is to be used to quote the price. No other format shall be

used.

ii) The price bid in the other formats may be rejected.

iii) No cover letter is required to be enclosed with the price bid .

iv) The total quoted price should be inclusive of all taxes and duties as per the prevailing

taxes and duties with the details of applicable taxes. In case of any variation in taxes and

duties or introduction of new taxes and duties/ statuary variations, the same will be in

JVVNL account.

viii) In the event the enclosures, as requested, in the financial bid are not submitted by the

bidder then the bid will be considered as non responsive.

Price schedule is for reference purpose only. Bidder has to quote the price in BOQ.xls only.

Please do not fill the prices here.

S.No PARTICULARS Unit Total

Quantity**

Rate Per Unit

per Month

Period

(in

months)

Amount

(in Rs

for 5

Years)

1

2

- - -

The quoted prices are exclusive of applicable service tax/GST any statutory variation

and imposing new tax by government shall be on Discom account.

Note:

Page 100: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 100 of 120

a. The above is the format for the submission of the financial bid.

b. The bidders shall submit the financial bid in desired file format i.e., .xls.

c. The prices quoted in the BOQ are as defined in the RFP & the financial

evaluation of the L-1 bidder shall be as per RFP.

Page 101: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 101 of 120

Appendix A (Meter Details)

Details of already installed Meters at Distribution Transformers.

DT METERING REPORT SE(JCC)

DT METER INSTALLED

Sr.No. Circle Name

Div. Code

Sub

Div. code

GIL GPIL HPL TOTAL

1 JCC

CD-1

AI 125 0 125

2 JCC A2 174 90 42 306

3 JCC A3 0 124 124

4 JCC A4 0 100 100

5 JCC A5 101 70 171

6 JCC

CD2

B1 50 74 124

7 JCC B2 125 0 125

8 JCC B3 0 48 48

9 JCC B4 0 50 50

10 JCC

CD3

C1 0 2 2

11 JCC C2 0 38 38

12 JCC C3 0 9 9

13 JCC C4 0 74 74

14 JCC

CD4

D1 75 0 75

15 JCC D2 75 0 75

16 JCC D3 0 163 163

17 JCC D4 100 0 100

18 JCC

CD5

E1 0 57 57

19 JCC E2 0 91 91

20 JCC E3 30 50 80

21 JCC E4 66 0 66

22 JCC E5 38 0 38

23 JCC

CD6

F1 0 25 100 125

24 JCC F2 83 0 83

25 JCC F3 100 347 447

26 JCC F4 0 224 75 299

27 JCC F5 0 170 170

28 JCC

CD7

G1 0 125 138 263

29 JCC G2 125 56 181

30 JCC G3 0 75 20 95

31 JCC G4 0 147 100 247

TOTAL INSTALLED 1267 2209 475 3951

Page 102: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 102 of 120

Details of Already installed modems for AMC

Existing Modem

Town 33 KV Feeder

Meter

DT Feeder Meter

LIP Other consumer

RF Grand Total

Alwar 203 178 381

Baran 6 6

Bari 20 20

Bayana 5 21 26

Bharatpur 87 34 2 123

Bhawani Mandi 3 6 9

Bhiwadi 626 192 818

Bundi 9 20 29

Chomu 1 2 5 10 18

Dausa 36 16 2 54

Deeg 1 2 3

Dholpur 37 25 62

Gangapur City 4 11 15

Hindaun 4 10 14

Jaipur 1 3951 787 1154 5893

Jhalawar 7 13 20

Jhalrapatan 3 18 21

Kaman 7 1 8

Karauli 1 13 14

Khairthal 38 12 50

Kota 113 185 298

Kotputli 54 16 70

Lakheri 7 5 12

Newai 34 10 44

Ramganj Mandi 8 12 20

Swaimadhopur 2 19 21

Tonk 21 8 2 31

Grand Total 1 3951 1 2099 2012 16 8080

On 2 Nos. of Selected Feeder 1000

Total 9080

Page 103: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 103 of 120

Appendix B

Jaipur Vidyut Vitran Nigam LTD

MT Wise Information of DTs and High Value Consumers For Dt Metering and AMR of RAPDRP Town

S. No.

District_Name Name of Sub-

Division Name of Town

No. of Consumer's

Total NDS >=10 KW

SIP MIP LT

MIP HT

HT Total

1 Alwar Bhiwadi Bhiwadi 3520 962 1628 858 215 800 4463

2 Alwar Khairthal Khairthal 186 89 204 50 10 36 389

3 Alwar Alwar Alwar 2009 1424 1556 145 40 70 3235

4 Bharatpur Bharatpur Bharatpur 0 0

5 Bharatpur Kaman Kaman 127 50 173 17 0 0 240

6 Bharatpur Deeg Deeg 187 24 62 12 0 1 99

7 Bharatpur Bayana Bayana 146 37 42 5 1 0 85

8 Dholpur Bari Bari 128 27 257 53 27 1 365

9 Dholpur Dhaulpur Dhaulpur 469 88 412 92 39 43 674

10 Karauli Hindaun Hindaun 801 75 291 98 1 6 471

11 Karauli Karauli Karauli 457 153 1526 69 5 7 1760

12 Sawai Madhopur

Gangapur City Gangapur City 154

192 333 20 13 7 565

13 Sawai Madhopur

SawaiMadhopur SawaiMadhopur 416

386 477 26 5 4 898

14 Dausa Dausa Dausa 425 255 243 18 9 7 532

15 Jaipur Kotputli Kotputli 370 148 134 5 3 0 290

16 Jaipur Chomu Chomu 1210 9 294 25 3 4 335

17 Jaipur JCC Jaipur 12309 17945 21295 4582 1114 1009 45945

18 Tonk Niwai Niwai 650 151 831 90 50 64 1186

19 Tonk Tonk Tonk 966 237 343 12 8 20 620

20 Bundi Lakheri Lakheri 330 52 423 19 5 10 509

21 Bundi Bundi Bundi 687 128 198 15 13 8 362

22 Kota Kota Kota 0 0

23 Kota Ramganj Mandi Ramganj Mandi 267 26 134 40 0 0 200

24 Baran Baran Baran 772 173 600 36 23 17 849

25 Jhalawar Jhalawar Jhalawar 173 55 107 123 3 6 294

26 Jhalawar Jhalrapatan Jhalrapatan 105 53 244 285 12 4 598

27 Jhalawar BhawaniMandi BhawaniMandi 139 42 82 5 0 2 131

Total Jaipur Discom 27003 22781 31889 6700 1599 2126 65095

Page 104: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 104 of 120

Jaipur Vidyut Vitran Nigam LTD

MT Wise Information of DTs and High Value Consumers For Dt Metering and AMR of IPDS Town

Sr. No. District Town DT

Count

Consumer

NDS>=10KW SIP MIP LT

MIP HT

HT Total

1 Alwar Behror 358 75 109 96 45 71 396

2 Alwar Tijara 123 61 497 18 1 0 577

3 Alwar Rajgarh 57 32 97 68 0 16 213

4 Alwar Kherli 69 33 78 6 0 0 117

5 Alwar KG Bas 144 150 85 9 1 245

6 Bharatpur Nagar 90 63 738 31 2 1 835

7 Bharatpur Nadbai 92 68 567 36 9 16 696

8 Bharatpur Kumher 99 56 578 13 5 6 658

9 Bharatpur Bhusawar 22

46 419 17 8 26 516

10 Bharatpur Weir 27

11 Dhaulpur Rajakhera 86 37 745 12 4 3 801

12 Dausa Bandikui 187 52 148 19 0 219

13 Dausa Lalsot 375 57 35 0 0 92

14 Karauli Todabhim 147 137 860 7 3 3 1010

15 Jaipur Viratnagar 24 5 11 0 1 0 17

16 Jaipur Shahpura 84 18 2 5 0 1 26

17 Jaipur Renwal 122 29 130 51 0 2 212

18 Jaipur Sambhar 58 21 46 2 0 2 71

19 Jaipur Phulera 91 32 62 5 4 2 105

20 Jaipur Jobner 41 21 15 1 0 0 37

21 Jaipur Bagru 132 88 390 47 18 22 565

22 Jaipur Chaksu 146 71 78 6 0 5 160

23 Tonk Malpura 175 52 91 29 14 186

24 Tonk Todaraising

h 30 19 53 3

0

75

Page 105: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 105 of 120

Jaipur Vidyut Vitran Nigam LTD

MT Wise Information of DTs and High Value Consumers For Dt Metering and AMR of IPDS Town

Sr. No. District Town DT

Count

Consumer

NDS>=10KW SIP MIP LT

MIP HT

HT Total

25 Tonk Deoli 77 47 65 5 5 122

26 Tonk Uniara 50 19 30 6 3 58

27 Bundi Nainwa 90 51 618 6 1 5 681

28 Bundi Indragarh 15 52 423 19 5 10 509

29 Bundi Keshoraipa

tan 23

54 266 3 3 2 328

30 Bundi Kaprain 48

31 Kota Kaithoon 162 20 142 0 2 164

32 Kota Sangod 31 12 28 7 0 47

33 Baran Mangrol 122 24 102 5 0 0 131

34 Baran Anta 170 27 3 3 0 0 33

35 Baran Chhabra 134 19 29 16 0 1 65

36 Jhalawar Aklera 87 33 282 8 4 4 331

37 Jhalawar Pirawa 46 18 222 3 3 2 248

Grand Total 4110 1599 8044 562 116 225 10546

Information of DTs & High Value Consumers for DT Metering and AMR of Villages

(population 5000 & above as per census 2011 (Jaipur Discom))

S.N

Distri

ct

nam

e

Tehsil

/ P,S

Name

Villages

name

Name of

Sub-

Division

No. of DTs of Capacity in KVA No. of Consumer's

100

&

Abov

e

6

3 40 25 16 5

>10

KW

NDS

SIP

M

I

P

HT

1 SWM Baman

was

Amawar

a

AEN

(O&M),

Bamanw

as

0 0 0 4 3 4 2 3 0 0

2 SWM Baman

was

Bamanw

as Patti

Khurd

AEN

(O&M),

Bamanw

as

5 2 0 2 2 2 0 1 0 0

3 SWM Baman

was Piplai

AEN

(O&M),

Bamanw

as

0 0 0 21 6 11 6 9 0 0

4 SWM Baman

was

Bamanw

as Patti

AEN

(O&M), 4 0 0 4 2 3 0 0 2 0

Page 106: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 106 of 120

Information of DTs & High Value Consumers for DT Metering and AMR of Villages

(population 5000 & above as per census 2011 (Jaipur Discom))

S.N

Distri

ct

nam

e

Tehsil

/ P,S

Name

Villages

name

Name of

Sub-

Division

No. of DTs of Capacity in KVA No. of Consumer's

100

&

Abov

e

6

3 40 25 16 5

>10

KW

NDS

SIP

M

I

P

HT

Kalan Bamanw

as

5 SWM Boni Peepald

a

AEN

(O&M),

Bonli

4 1 0 1 2 3 8 6 0 0

6 SWM Boni Malarna

Chaur

AEN

(O&M),

Bonli

4 2 0 7 3 3 2 2 0 0

7 SWM Boni Khirni

AEN

(O&M),

Bonli

6 3 1 12 2 2 5 4 0 0

8 SWM Boni Malarna

Doongar

AEN

(O&M),

Bonli

4 3 0 17 12 2 1 1 0 0

9 SWM Ganga

pur Syaroli

AEN (A-

II), GGC 0 0 0 12 10 12 1 7 0 0

10 SWM Ganga

pur

Chooli

(Rural)

AEN (A-

I), GGC 0 1 0 5 12 10 0 3 0 0

11 SWM Ganga

pur Sewa

AEN (A-

II), GGC 3 6 2 3 4 1 1 12 0 0

12 SWM Ganga

pur Piloda

AEN (A-

II), GGC 0 0 0 13 12 42 3 20 0 0

13 SWM Ganga

pur

Khandee

p

AEN (A-

II), GGC 1 0 0 3 3 6 0 4 0 0

14 SWM Ganga

pur

Udai

Kalan

(Rural)

AEN (A-

I), GGC 6 1 0 8 10 1 0 1 1 0

15 SWM Ganga

pur

Wazeer

pur

AEN (A-

II), GGC 11 6 4 19 9 0 4 36 0 0

16 SWM Khand

ar Todra

AEN

(O&M),

Khandar

0 1 1 18 14 1 0 0 0 0

17 SWM Khand

ar

Bahrawa

nda

Khurd

AEN

(O&M),

Khandar

4 0 1 16 16 4 7 3 0 0

18 SWM Khand

ar Chhan

AEN

(O&M),

Khandar

4 1 0 14 2 0 0 3 0 0

19 SWM Khand

ar

Kasba

Khandar

AEN

(O&M),

Khandar

16 5 4 4 3 0 12 14 1 0

20 SWM SWM Kundera AEN(A-

II), SWM 0 1 0 11 7 2 2 3 0 0

Page 107: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 107 of 120

Information of DTs & High Value Consumers for DT Metering and AMR of Villages

(population 5000 & above as per census 2011 (Jaipur Discom))

S.N

Distri

ct

nam

e

Tehsil

/ P,S

Name

Villages

name

Name of

Sub-

Division

No. of DTs of Capacity in KVA No. of Consumer's

100

&

Abov

e

6

3 40 25 16 5

>10

KW

NDS

SIP

M

I

P

HT

21 SWM SWM Sarsop AEN(A-

II), SWM 2 1 1 5 7 11 1 5 0 0

22 SWM SWM Isarda AEN(A-

II), SWM 2 2 1 2 10 0 6 4 0 0

23 SWM SWM Khilchip

ur

AEN(A-

II), SWM 0 6 9 3 0 3 2 3 1 0

24 SWM SWM Kushtala AEN(A-

II), SWM 2 3 1 10 5 5 3 9 0 0

25 SWM SWM Shiwar AEN(A-

II), SWM 11 1 0 10 6 1 6 10 1 0

26 SWM SWM Bhagwat

garh

AEN(A-

II), SWM 4 1 0 2 0 0 13 10 0 0

27 SWM SWM Soorwal AEN(A-

II), SWM 0 8 6 9 0 7 3 15 0 0

28 SWM SWM

Chauth

Ka

Barwara

AEN(A-

II), SWM 17 7 3 10 12 2 18 24 0 0

Total SWM 110 62 34 24

5

17

4

13

8 106 212 6 0

1 KOTA DIGOD Digod Sultanpu

r 5 3 4 15 16 0 5 3 3 0

2 KOTA DIGOD Barod Sultanpu

r 0 6 2 9 0 0 4 6 0 1

3 KOTA DIGOD Sultanp

ur

Sultanpu

r 23 18 3 14 5 6 3 6 0 0

4 KOTA LADPU

RA

Mandan

a R. Kota 8 3 1 9 7 1 81 20 1 4

5 KOTA PIPALD

A

Peepald

a Kalan Itawa 0 0 0 19 5 1 1 17 1 0

6 KOTA PIPALD

A Ayana Itawa 1 1 0 4 12 15 2 14 0 0

7 KOTA PIPALD

A Khatauli Itawa 9 5 1 36 53 1 8 35 0 0

8 KOTA PIPALD

A Itawa Itawa 35 9 1 22 10 1 12 125 7 0

9 KOTA R.MAN

DI Julmi R. Mandi 2 3 2 19 17 2 2 12 3 1

10 KOTA SANGO

D

Bapawar

Kalan Bapawar 10 1 1 9 2 1 18 34 0 1

11 KOTA SANGO

D Kanwas Kanwas 8 0 1 2 6 0 4 18 1 0

Total Kota 101 49 16 15

8

13

3 28 140 290

1

6 7

Page 108: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 108 of 120

Information of DTs & High Value Consumers for DT Metering and AMR of Villages

(population 5000 & above as per census 2011 (Jaipur Discom))

S.N

Distri

ct

nam

e

Tehsil

/ P,S

Name

Villages

name

Name of

Sub-

Division

No. of DTs of Capacity in KVA No. of Consumer's

100

&

Abov

e

6

3 40 25 16 5

>10

KW

NDS

SIP

M

I

P

HT

1 JPDC Amber

Nagal

Susawat

an

KKD 1 3 0 33 7 12 3 10 1 0

2 JPDC Amber Jairamp

ura Jaitpura 2 2 1 4 9 5 0 3 1 0

3 JPDC Amber Khorabe

esal B.Pipli 9 9 7 7 10 0 3 6 0 0

4 JPDC Amber Mundot

a Jaitpura 0 0 1 10 4 7 1 5 0 0

5 JPDC Amber Jahota A-I

Chomu 4 3 2 8 2 0 3 2 0 0

6 JPDC Amber Chonp B.Pipli 0 3 2 1 0 0 1 0 0 0

7 JPDC Amber Roondal A-II

Chomu 0 0 0 13 1 0 0 3 0 0

8 JPDC Amber

Manpur

a

Manche

ri

A-II

Chomu 3 1 4 9 1 4 0 4 4 0

9 JPDC Amber Achrol KKD 12 3 1 4 5 1 12 39 3 0

10 JPDC Bassi Jatwara Bassi 4 0 0 1 3 0 0 4 0 0

11 JPDC Bassi Toonga Bassi 9 4 0 30 17 1 6 43 0 1

12 JPDC Chaksu Chandlai Chaksu 6 3 6 24 6 3 2 16 0 0

13 JPDC Chaksu

Kot

Khawad

a

Chaksu 9 4 2 18 1 0 4 11 0 0

14 JPDC Chomu Kishanp

ura

Govindg

arh 2 0 0 0 5 2 1 3 1 0

15 JPDC Chomu Nangal

Koju

A-II

Chomu 1 0 0 4 0 0 0 2 0 0

16 JPDC Chomu Hathnod

a

A-II

Chomu 0 0 0 5 0 1 0 2 0 0

17 JPDC Chomu Singod

Kalan

Govindg

arh 0 0 2 4 0 0 1 3 0 0

18 JPDC Chomu Anantpu

ra Jaitpura 0 1 1 8 4 6 0 5 2 0

19 JPDC Chomu Cheeth

wari

A-II

Chomu 1 2 0 5 0 3 0 2 1 0

20 JPDC Chomu Nangal

Bharda

A-II

Chomu 1 0 0 10 1 1 2 1 0 0

Page 109: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 109 of 120

Information of DTs & High Value Consumers for DT Metering and AMR of Villages

(population 5000 & above as per census 2011 (Jaipur Discom))

S.N

Distri

ct

nam

e

Tehsil

/ P,S

Name

Villages

name

Name of

Sub-

Division

No. of DTs of Capacity in KVA No. of Consumer's

100

&

Abov

e

6

3 40 25 16 5

>10

KW

NDS

SIP

M

I

P

HT

21 JPDC Chomu Jaitpura Jaitpura 3 4 5 17 0 0 4 24 2 0

22 JPDC Chomu Niwana A-II

Chomu 2 3 2 8 2 5 0 5 1 0

23 JPDC Chomu Harota A-II

Chomu 1 2 0 23 13 13 2 15 1 0

24 JPDC Chomu Tigariya A-II

Chomu 1 5 1 7 1 0 1 3 0 0

25 JPDC Chomu Samod A-I

Chomu 4 4 4 11 2 0 5 8 1 0

26 JPDC Chomu Udaipuri

ya

A-II

Chomu 3 4 0 17 1 0 3 13 2 0

27 JPDC Chomu Itawa

Bhopji

A-II

Chomu 5 3 1 5 3 0 1 6 1 0

28 JPDC Chomu Kaladera Kaladera 12 11 6 12 14 1 11 30 9 0

29 JPDC Chomu Morija A-I

Chomu 4 2 6 13 3 0 3 5 0 0

30 JPDC Chomu Khejroli Govindg

arh 8 1 2 11 1 0 15 29 2 0

31 JPDC Dudu Bichoon Dudu 2 0 5 7 2 1 15 5 0 0

32 JPDC Dudu Sakhoon Dudu 2 2 4 28 51 7 10 17 0 1

33 JPDC Dudu Mauzam

abad Dudu 3 2 1 28 24 7 11 4 0 0

34 JPDC Dudu Boraj Dudu 3 5 0 2 0 0 10 12 3 2

35 JPDC Dudu Dudu Dudu 20 7 10 22 50 5 47 55 3

5 5

36 JPDC J.Ramg

arh

Khawa

Raniji

J.Ramga

rh 0 0 7 44 47 10 0 17 0 0

37 JPDC J.Ramg

arh Booj

J.Ramga

rh 0 0 3 21 12 1 0 1 0 0

38 JPDC J.Ramg

arh Andhi

J.Ramga

rh 8 2 1 26 4 0 7 29 3 1

39 JPDC J.Ramg

arh Tala KKD 4 2 2 7 0 0 3 11 2 0

40 JPDC Jaipur Begas Bagru 0 4 0 1 1 0 0 2 0 0

41 JPDC Jaipur Pachar Kalwar 1 3 3 7 4 0 3 15 3 0

42 JPDC Jaipur Hathod Kalwar 4 3 6 12 1 6 22 28 1

1 1

Page 110: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 110 of 120

Information of DTs & High Value Consumers for DT Metering and AMR of Villages

(population 5000 & above as per census 2011 (Jaipur Discom))

S.N

Distri

ct

nam

e

Tehsil

/ P,S

Name

Villages

name

Name of

Sub-

Division

No. of DTs of Capacity in KVA No. of Consumer's

100

&

Abov

e

6

3 40 25 16 5

>10

KW

NDS

SIP

M

I

P

HT

43 JPDC Jaipur Vijaypur

a Kanota 7 13 10 16 15 5 3 3 0 0

44 JPDC Jaipur Kalwar Kalwar 20 9 7 38 3 2 15 13 1

8 1

45 JPDC Jaipur Boytawa

la

BADPEE

PLI 7 21 10 28 12 1 7 15 6 2

46 JPDC Jaipur Niwaroo Kalwar 17 14 44 29 2 0 31 32 1

8 0

47 JPDC Kotput

ali Saroond Kotputli 4 1 0 7 3 2 2 8 0 1

48 JPDC Kotput

ali Baneti Kotputli 8 4 4 13 11 2 3 1 0 0

49 JPDC Kotput

ali Dantil Kotputli 2 1 2 6 0 0 1 3 0 0

50 JPDC Kotput

ali Nareda Kotputli 4 3 2 1 0 0 7 7 0 0

51 JPDC Kotput

ali

Bhainsla

na Paota 5 2 0 3 5 0 1 7 0 1

52 JPDC Kotput

ali

Bhonaw

as Paota 0 0 0 11 13 10 2 0 0 0

53 JPDC Kotput

ali Pathreri Paota 0 0 0 6 5 2 1 2 0 0

54 JPDC Kotput

ali Khelna Paota 0 0 0 2 2 1 1 1 0 0

55 JPDC Kotput

ali Karoli Paota 0 0 0 3 7 0 2 1 0 0

56 JPDC Kotput

ali

Pachhod

ala Paota 0 1 2 0 0 0 2 0 0 0

57 JPDC Kotput

ali Mandha Paota 1 0 2 1 0 0 1 2 0 0

58 JPDC Kotput

ali

Bhuree

Bharaj Paota 0 0 0 4 8 8 0 0 0 0

59 JPDC Kotput

ali

Bhankha

ri Paota 2 3 0 6 0 1 3 6 0 1

60 JPDC Kotput

ali

Barnaga

r Paota 6 0 0 5 4 0 3 10 1 0

61 JPDC Kotput

ali

Pragpur

a Paota 8 3 3 6 3 3 12 7 2 0

62 JPDC Kotput

ali Paota Paota 48 60 23 32 19 5 60 39

1

9 3

63 JPDC Phagi Madhor

ajpura Phagi 1 7 8 27 47 8 11 33 0 1

Page 111: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 111 of 120

Information of DTs & High Value Consumers for DT Metering and AMR of Villages

(population 5000 & above as per census 2011 (Jaipur Discom))

S.N

Distri

ct

nam

e

Tehsil

/ P,S

Name

Villages

name

Name of

Sub-

Division

No. of DTs of Capacity in KVA No. of Consumer's

100

&

Abov

e

6

3 40 25 16 5

>10

KW

NDS

SIP

M

I

P

HT

64 JPDC Phagi Chauru Phagi 0 0 0 6 12 4 1 29 0 0

65 JPDC Phagi Renwal

Manji Phagi 16 2 1 32 36 7 19 15 1 0

66 JPDC Phagi Phagi Phagi 10 8 11 9 11 3 24 29 1 0

67 JPDC Phuler

a Bhadwa Renwal 1 3 3 1 0 0 4 3 1 0

68 JPDC Phuler

a

Hingoniy

a Jobner 3 1 1 5 0 0 8 7 1 0

69 JPDC Phuler

a Hirnoda

SAMBHA

R LAKE 1 1 2 2 1 3 4 3 0 0

70 JPDC Phuler

a

Bhainsa

wa Jobner 0 0 0 9 6 3 4 2 0 0

71 JPDC Phuler

a

Manda

Bhimsin

gh

Renwal 2 2 2 0 0 0 5 2 0 0

72 JPDC Phuler

a Asalpur

SAMBHA

R LAKE 3 1 3 3 4 1 7 14 5 8

73 JPDC Phuler

a Badhal Renwal 2 3 4 29 6 7 6 55 2 0

74 JPDC Phuler

a

Narayan

a Dudu 18 4 1 17 9 2 45 46 3 1

75 JPDC Sangan

er

Shri

Ram Ki

Nangal

Sangane

r 5 3 2 14 22 12 0 1 0 0

76 JPDC Sangan

er

Dahmi

Kalan

Sangane

r 1 2 1 6 1 3 2 0 0 0

77 JPDC Sangan

er Goner

Sangane

r 11 1 1 14 6 2 2 3 1 0

78 JPDC Sangan

er Muhana

Sangane

r 7 3 1 10 8 0 3 1 9 0

79 JPDC Sangan

er Watika

Sangane

r 12 4 2 24 28 13 4 6 4 0

80 JPDC Shahp

ura

MANOH

ARPUR

SHAHPU

RA 10 3 4 14 8 4 136 3 2 0

81 JPDC Shahp

ura Khori

SHAHPU

RA 1 1 0 32 33 10 24 9 0 0

82 JPDC Shahp

ura Dhanota Radawas 2 0 0 18 4 11 2 21 0 0

83 JPDC Shahp

ura Amarsar Radawas 5 2 0 21 8 2 3 38 0 0

84 JPDC Shahp Radawa Radawas 4 1 0 17 4 7 3 20 0 0

Page 112: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 112 of 120

Information of DTs & High Value Consumers for DT Metering and AMR of Villages

(population 5000 & above as per census 2011 (Jaipur Discom))

S.N

Distri

ct

nam

e

Tehsil

/ P,S

Name

Villages

name

Name of

Sub-

Division

No. of DTs of Capacity in KVA No. of Consumer's

100

&

Abov

e

6

3 40 25 16 5

>10

KW

NDS

SIP

M

I

P

HT

ura s

85 JPDC Shahp

ura Devan

SHAHPU

RA 1 3 4 5 1 0 0 1 0 0

86 JPDC Shahp

ura

Bilandar

pur Radawas 3 1 0 2 0 1 1 11 0 0

87 JPDC Shahp

ura Kareeri Radawas 2 1 0 11 4 3 3 7 0 0

88 JPDC Viratna

gar Bhabroo

Viratnag

ar 3 1 2 4 0 1 3 3 0 0

89 JPDC Viratna

gar Med

Viratnag

ar 7 1 0 5 3 3 6 6 1 0

JPDC Viratna

gar Antela

Viratnag

ar 5 2 0 1 0 1 4 7 0 0

Total JPDC 429 30

3

26

0

10

82

68

6

25

5 703

103

0

1

8

4

30

1 JWR 1 Gangdh

ar Dag 16 1 1 5 9 2 3 25 3 1

2 JWR 2 Dag Dag 4 6 0 14 2 0 5 12 0 0

3 JWR 3 Ratlai Ratlai 6 6 1 15 2 4 5 5 0 0

4 JWR 4 Asnawar J.Patan-

R 9 4 2 14 9 2 7 11 0 0

5 JWR 5 Panwar Khanpur 8 2 0 7 12 0 5 1 3 0

6 JWR 6 Sarola

Kalan

Sarola

Kalan 7 8 9 10 11 12 13 14

1

5 16

7 JWR 7 Mishroli B.Mandi 9 7 6 19 7 0 3 21 1 0

8 JWR 8 Raipur J.Patan-

R 19 4 1 11 6 2 13 25 1 0

9 JWR 9 Sunel Sunel 7 0 0 6 13 2 0 9 8 0

10 JWR Khanpur Khanpur 9 1 2 7 6 1 7 13 1 0

11 JWR M.Than

a M.Thana 36 16 4 27 12 1 16 32 1 1

12 JWR Bakani Bakani 18 5 0 27 18 1 6 49 2 1

13 JWR Chomeh

la Dag 16 4 1 25 7 1 9 11 2

Total JLWr 14 2 2 3 13 2 3 43 3 0

Page 113: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 113 of 120

Information of DTs & High Value Consumers for DT Metering and AMR of Villages

(population 5000 & above as per census 2011 (Jaipur Discom))

S.N

Distri

ct

nam

e

Tehsil

/ P,S

Name

Villages

name

Name of

Sub-

Division

No. of DTs of Capacity in KVA No. of Consumer's

100

&

Abov

e

6

3 40 25 16 5

>10

KW

NDS

SIP

M

I

P

HT

1 Daus

a 1

Panditp

ura

AEN

(O&M)

Bandikui

0 0 0 26 34 8 0 2 0 0

2 Daus

a 2

Gurha

Katla

AEN

(O&M)

Baswa

4 3 1 13 4 4 6 8 1 0

3 Daus

a 3 Arniya

AEN

(O&M)

Bandikui

1 0 0 2 0 1 0 2 0 0

4 Daus

a 4 Baswa

AEN

(O&M)

Baswa

9 5 0 9 5 1 14 23 5 0

5 Daus

a 5 Alooda

AEN

(O&M)

Nangal

1 3 0 5 0 0 3 2 0 0

6 Daus

a 6 Paparda

AEN

(O&M)

Nangal

0 0 0 18 3 0 4 3 0 0

7 Daus

a 7 Sainthal

AEN (A-I)

Dausa 3 1 0 11 0 0 8 5 1 0

8 Daus

a 8

Khawa

Raoji

AEN

(O&M)

Nangal

0 1 0 6 0 0 3 1 0 0

9 Daus

a 9 Lawan

AEN (A-

II) Dausa 8 1 1 22 0 0 6 18 0 0

10 Daus

a 10

Bhandar

ej

AEN (A-I)

Dausa 8 2 0 1 1 0 13 5 1 0

11 Daus

a 11

Suratpur

a

AEN (A-I)

Lalsot 0 0 0 2 7 1 1 2 0 0

12 Daus

a 12

Bilona

Kalan

AEN (A-I)

Lalsot 0 2 2 2 2 5 2 1 0 0

13 Daus

a 13 Khatwa

AEN (A-I)

Lalsot 0 1 1 0 0 1 0 2 0 0

14 Daus

a 14

Ramgar

h

Pachwar

a

AEN (A-

II) Lalsot 4 1 2 35 27 9 3 5 0 0

15 Daus

a 15

Mandaw

ari

AEN (A-I)

Lalsot 7 2 2 7 0 0 10 12 1 0

16 Daus

a 16 Didwana

AEN (A-

II) Lalsot 1 3 2 36 4 3 2 4 1 0

17 Daus

a 17 Paota

AEN

(O&M) 1 0 3 55 37 46 1 4 1 0

Page 114: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 114 of 120

Information of DTs & High Value Consumers for DT Metering and AMR of Villages

(population 5000 & above as per census 2011 (Jaipur Discom))

S.N

Distri

ct

nam

e

Tehsil

/ P,S

Name

Villages

name

Name of

Sub-

Division

No. of DTs of Capacity in KVA No. of Consumer's

100

&

Abov

e

6

3 40 25 16 5

>10

KW

NDS

SIP

M

I

P

HT

Mahwa

18 Daus

a 18

Ramgar

h

AEN

(O&M)

Mahwa

0 0 1 25 37 8 2 1 0 0

19 Daus

a 19 Santha

AEN

(O&M)

Mahwa

1 1 4 26 18 9 2 5 0 0

20 Daus

a 20 Torda

AEN

(O&M)

Sikrai

0 0 0 28 34 0 2 4 0 0

21 Daus

a 21

Udaipur

a

AEN

(O&M)

Sikrai

3 4 8 12 17 6 5 24 0 0

22 Daus

a 22 Manpur

AEN

(O&M)

Sikrai

1 4 5 24 32 6 3 3 0 0

23 Daus

a 23 Sikrai

AEN

(O&M)

Sikrai

1 11 24 38 25 6 0 58 2

5 0

24 Daus

a 24

Bahrawa

nda

AEN

(O&M)

Sikrai

1 1 3 11 25 11 5 2 0 0

25 Daus

a 25

Sikandar

a

AEN

(O&M)

Sikandra

17 49 24 10

4

12

2 15 24 326

4

7 3

26 Daus

a 26

Geejgar

h

AEN

(O&M)

Sikrai

3 7 1 17 10 25 10 20 2 1

Total Dausa 74 10

2 84

53

5

44

4

16

5 129 542

8

5 4

1 Bund

i 1

Dhanesh

war Talera 3 7 1 5 4 2 2 5 0 0

2 Bund

i 2

Matoon

da

A-II

Bundi 0 7 2 2 1 1 2 2 1 0

3 Bund

i 3 Dabi Talera 10 18 3 10 1 2 50 19

1

8 4

4 Bund

i 4 Gothra Hindoli 3 2 0 2 0 1 3 12 0 0

5 Bund

i 5 Hindoli Hindoli 12 0 0 6 0 4 5 38 4 0

6 Bund

i 6 Karwar Nainwa 5 3 3 5 4 0 16 3 0 0

Page 115: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 115 of 120

Information of DTs & High Value Consumers for DT Metering and AMR of Villages

(population 5000 & above as per census 2011 (Jaipur Discom))

S.N

Distri

ct

nam

e

Tehsil

/ P,S

Name

Villages

name

Name of

Sub-

Division

No. of DTs of Capacity in KVA No. of Consumer's

100

&

Abov

e

6

3 40 25 16 5

>10

KW

NDS

SIP

M

I

P

HT

7 Bund

i 7 Dei Nainwa 18 5 5 15 11 0 7 8 3 3

Total Bundi 51 42 14 45 21 10 85 87 2

6 7

1 Bhar

atpur 1

Brahma

wad Bayana 8 2 1 4 3 5 3 7 0 0

2 Bhar

atpur 2

Jagheen

a ( Rural

)

A-III 0 0 2 63 36 56 4 24 0 0

3 Bhar

atpur 3

Janooth

ar Deeg 0 0 1 39 25 5 0 14 1 0

4 Bhar

atpur 4 Bahaj Deeg 1 0 0 23 13 6 1 3 0 0

5 Bhar

atpur 5 Sinsini Kumher 0 0 0 22 21 16 1 4 0 0

6 Bhar

atpur 6 Jurhara Kaman 6 6 3 10 10 3 0 26 5 0

7 Bhar

atpur 7 Awar Kumher 0 0 0 14 18 4 1 1 0 0

8 Bhar

atpur 8 Rarah A-III 6 0 2 8 8 2 0 4 3 0

9 Bhar

atpur 9 Gunsara Kumher 0 0 0 6 14 2 0 2 0 0

10 Bhar

atpur 10

Santroo

k A-III 0 0 0 7 14 7 0 0 4 0

11 Bhar

atpur 11 Ajan Kumher 0 0 0 8 14 10 0 3 0 0

12 Bhar

atpur 12 Kawai Nadbai 0 0 0 1 20 43 9 1 0 0

13 Bhar

atpur 13

Sundraw

ali Nagar 0 0 0 6 9 9 0 0 0 0

14 Bhar

atpur 14

Seekri

Chak

No. 1

Nagar 20 4 1 6 8 0 9 45 2 1

15 Bhar

atpur 15

Seekri

Chak

No. 2

Nagar 21 3 2 8 10 1 11 42 4 0

16 Bhar

atpur 16 Sanwler Kaman 0 0 0 10 26 12 0 4 0 0

17 Bhar

atpur 17 Kathaul Kaman 0 0 1 11 15 15 0 4 0 0

18 Bhar

atpur 18

Gopalga

rh Kaman 0 3 1 17 13 1 1 13 1 0

Page 116: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 116 of 120

Information of DTs & High Value Consumers for DT Metering and AMR of Villages

(population 5000 & above as per census 2011 (Jaipur Discom))

S.N

Distri

ct

nam

e

Tehsil

/ P,S

Name

Villages

name

Name of

Sub-

Division

No. of DTs of Capacity in KVA No. of Consumer's

100

&

Abov

e

6

3 40 25 16 5

>10

KW

NDS

SIP

M

I

P

HT

19 Bhar

atpur 19 Pahari Kaman 4 8 0 15 13 9 0 35 4 0

20 Bhar

atpur 20 Sahsan Kaman 0 0 6 24 62 10 0 7 0 0

21 Bhar

atpur 21

Kaithwa

ra Nagar 0 0 0 19 29 20 3 10 0 0

22 Bhar

atpur 22

Khan

Surjapur

Roopwa

s 0 0 0 7 13 6 2 6 0 2

23 Bhar

atpur 23 Rudawal

Roopwa

s 7 11 2 19 13 2 8 27 7 0

24 Bhar

atpur 24 Khanuan

Roopwa

s 4 0 2 11 6 3 4 7 2 1

25 Bhar

atpur 25

Khera

Thakur

Roopwa

s 0 0 0 2 15 18 0 1 0 0

26 Bhar

atpur 26

Uchchai

n

Roopwa

s 12 1 3 8 3 1 25 27 3 1

27 Bhar

atpur 27 Rupbas

Roopwa

s 19 5 2 18 17 6 5 33 6 3

28 Bhar

atpur 28

Chhokar

wara

Kalan

Chhonka

rwara 3 1 0 6 13 5 4 11 0 0

29 Bhar

atpur 29 Sarsaina

Chhonka

rwara 0 0 0 15 10 5 1 5 0 0

30 Bhar

atpur 30 Pathena

Chhonka

rwara 0 0 0 8 17 7 2 13 0 0

31 Bhar

atpur 31 Nithar Weir 1 3 2 7 3 10 0 5 0 0

32 Bhar

atpur 32 Halena Weir 0 0 0 20 21 8 10 14 0 0

33 Bhar

atpur 33

Ballabhg

arh Weir 1 0 0 12 8 5 0 9 0 0

Total Bharatpur 113 47 31 45

4

52

0

31

2 104 407

4

2 8

1 Bara

n

Palayath

a 4 3 0 12 0 0 4 6 0 0

2 Bara

n Bargaon 0 0 0 15 18 24 8 0 0 0

3 Bara

n Badora 0 1 0 21 9 2 2 4 0 0

4 Bara

n

Fatehpu

r 3 1 4 3 3 6 0 0 0 0

5 Bara

n Koyla 4 3 2 2 0 5 0 0 0 0

Page 117: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 117 of 120

Information of DTs & High Value Consumers for DT Metering and AMR of Villages

(population 5000 & above as per census 2011 (Jaipur Discom))

S.N

Distri

ct

nam

e

Tehsil

/ P,S

Name

Villages

name

Name of

Sub-

Division

No. of DTs of Capacity in KVA No. of Consumer's

100

&

Abov

e

6

3 40 25 16 5

>10

KW

NDS

SIP

M

I

P

HT

6 Bara

n Sarthal 3 0 0 63 28 2 2 11 0 1

7 Bara

n

Harnaw

ada

Shahji

9 5 4 29 51 0 7 9 1 1

8 Bara

n

Kishang

anj 10 4 1 53 44 0 6 9 0 0

9 Bara

n

Naharga

rh 10 6 1 24 22 0 3 8 0 0

10 Bara

n

Bhanwa

rgarh 7 7 1 6 11 0 7 2 0 0

11 Bara

n Bohat 0 0 0 7 14 8 2 14 0 0

12 Bara

n Seeswali 13 6 3 18 11 2 8 22 1 0

13 Bara

n

Kasba

Thana 4 3 3 6 5 1 1 7 0 0

14 Bara

n Deori 3 7 0 15 19 2 1 5 0 0

15 Bara

n Danta 8 9 1 18 15 0 0 3 0 0

Total Baran 78 55 20 29

2

25

0 52 51 100 2 2

1 KARA

ULI Karauli Jhareda R-II 0 1 1 6 3 12 1 16 0 0

2 KARA

ULI Karauli

Akbarpu

r

3 KARA

ULI Karauli

Dhindho

ra Suroth 1 0 1 7 2 10 3 7 0 0

4 KARA

ULI

Hindau

n Katkar

5 KARA

ULI

Hindau

n Suroth Suroth 11 4 1 40 32 7 15 22 2 0

6 KARA

ULI

Hindau

n

Kailadev

i

7 KARA

ULI

Hindau

n

Mandrai

l

8 KARA

ULI

Hindau

n Sop NDT 0 0 0 12 14 0 0 0 0 0

9 KARA

ULI Karauli Kemla NDT 0 0 0 9 15 7 2 7 0 0

10 KARA

ULI

Manda

ral Shahar NDT 0 0 0 9 14 3 6 14 0 0

Page 118: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 118 of 120

Information of DTs & High Value Consumers for DT Metering and AMR of Villages

(population 5000 & above as per census 2011 (Jaipur Discom))

S.N

Distri

ct

nam

e

Tehsil

/ P,S

Name

Villages

name

Name of

Sub-

Division

No. of DTs of Capacity in KVA No. of Consumer's

100

&

Abov

e

6

3 40 25 16 5

>10

KW

NDS

SIP

M

I

P

HT

11 KARA

ULI Nadoti Nadoti NDT 3 3 2 10 5 3 6 6 1 0

12 KARA

ULI Nadoti

Garhmo

ra NDT 0 0 0 16 42 7 4 14 0 0

13 KARA

ULI Nadoti

Gurha

Chandra

ji

NDT 3 4 0 19 42 10 4 17 0 0

14 KARA

ULI Nadoti Narauli

15 KARA

ULI Nadoti

Nangal

Sherpur

16 KARA

ULI Nadoti

Jahanna

gar

Morda

0 0 0 52 82 39 0 22 0 0

17 KARA

ULI

Sapotr

a Nisoora

18 KARA

ULI

Toda

bhim Bonl

19 KARA

ULI

Toda

bhim Mahswa 0 0 0

90

0 74 29 0 20 0 0

20 KARA

ULI

Toda

bhim

Moondi

ya 0 0 0 17 61 67 0 26 0 0

21 KARA

ULI

Toda

bhim Jhareda

22 KARA

ULI

Toda

bhim

Dhindho

ra

23 KARA

ULI

Toda

bhim Suroth

Total Karauli 18 12 5 10

97

38

6

19

4 41 171 3 0

1 TON

K Deoli

Nagar

Fort

AEN

(O&M)

Deoli

3 2 1 16 18 1 3 2 0 0

2 TON

K Deoli Anwa

AEN

(O&M)

Deoli

1 5 0 29 2 0 4 4 0 0

3 TON

K Deoli

Thanwal

a

AEN

(O&M)

Deoli

0 0 6 10 1 0 1 0 0

4 TON

K Deoli Rajmahal

AEN

(O&M)

Deoli

1 1 0 13 13 2 2 3 1 0

5 TON

K Deoli Nasirda

AEN

(O&M) 3 2 4 14 4 0 2 8 0 0

Page 119: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 119 of 120

Information of DTs & High Value Consumers for DT Metering and AMR of Villages

(population 5000 & above as per census 2011 (Jaipur Discom))

S.N

Distri

ct

nam

e

Tehsil

/ P,S

Name

Villages

name

Name of

Sub-

Division

No. of DTs of Capacity in KVA No. of Consumer's

100

&

Abov

e

6

3 40 25 16 5

>10

KW

NDS

SIP

M

I

P

HT

Deoli

6 TON

K Deoli Deoli

AEN

(O&M)

Deoli

7 3 1 13 2 1 2 1 2 0

7 TON

K Deoli Dooni

AEN

(O&M)

Deoli

0 0 1 37 40 2 6 14 1 0

8 TON

K

Malpura

Nagar

AEN

(O&M)

Malpura

0 0 0 16 21 3 2 5 0 0

9 TON

K

Malpura

Tordi

AEN

(O&M)

Malpura

3 1 1 0 0 1 7 13 0 1

10 TON

K

Malpura

Lamba

Hari

Singh

AEN

(O&M)

Malpura

7 0 0 17 3 0 5 14 1 1

11 TON

K

Malpura

Lawa

AEN

(O&M)

Malpura

2 5 3 11 1 3 4 13 0 0

12 TON

K

Malpura

Chand

Sen

AEN

(O&M)

Malpura

1 2 0 4 0 0 3 7 0 1

13 TON

K

Malpura

Pachewa

r

AEN

(O&M)

Malpura

3 3 4 5 7 0 6 14 1 0

14 TON

K

Malpura

Diggi

AEN

(O&M)

Malpura

9 4 2 8 2 2 9 19 0 0

15 TON

K Newai Jhilai

AEN (A-I)

Newai 4 2 0 11 1 0 2 15 1 0

16 TON

K Newai

Niwai

(Rural)

AEN (A-I)

Newai 11 6 0 15 0 2 32 17 1 0

17 TON

K Tonk Peeplu

AEN (A-II)

Tonk 4 6 1 20 10 2 12 5 3 0

18 TON

K uniara Shop

AEN

(O&M)

Uniara

1 3 8 1 5 3 1 2 0 0

19 TON

K uniara Banetha

AEN

(O&M)

Uniara

4 2 0 5 11 7 2 9 0 0

TOTAL TONK 64 47 26 24

1

15

0 30 104 166

1

1 3

Jaipur Discom 1052 72

1

49

2

41

52

27

77

11

86

146

6

304

8

3

7

8

61

Page 120: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

RFP for DT Metering & AMR of Consumers

JVVNL Page 120 of 120

Details of Mix Load Consumer In Jaipur Discom

S. No Circle_NAME Regular

Consumers

Disconnected

Consumers ( Service Status= D/P)

Total Consumers

1 Alwar 80 38 118

2 Bharatpur 53 12 65

3 Dausa 22 8 30

4 JCC 108 135 243

5 JPDC,Jaipur 54 29 83

6 Jhalawar 29 8 37

7 Kota 73 17 90

8 SWM 27 14 41

9 Dholpur 14 8 22

10 Baran 41 12 53

11 Bundi 28 9 37

12 Karauli 31 13 44

13 TONK 17 27 44

Total 577 330 907

Page 121: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

1 | P a g e

Request for Proposal

“SUPPLY, INSTALLATION AND COMMISSIONING OF (I) DT

METERS & MODEMS ON DISTRIBUTION TRANSFORMER & (II) MODEMS ON CONSUMER’S METER , MONTHLY METER READING

THROUGH AMR, REPORT GENERATION & DATA ANALYSIS FOR PERIOD OF 5 YEAR & (III) AMC OF THE SYSTEM FOR 5 YEARS

on SAAS (System As a Service Basis).”

Tender No.62

Volume-II

(Technical Specification)

Page 122: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

2 | P a g e

Table of contents

S.No. Content Page No.

1 Technical specification of 3 Phase, 4 wire, 40-200 AMP LT Electronic Tri-vector DLMS Compliant Category-A Meter with inbuilt CTs and inbuilt GSM/GPRS modem

3

2 Technical specification of 3 Phase 4 Wire AMR compatible 3 x 240V LT TVM -/5A for DT ,DLMS Compliant Category-A Meter

16

3 Technical specification of GSM/GPRS modem 43

4 Technical Specification for LT Resin Cast Ring CT of ratio 400/5A, 600/5A, 800/5A with a set of 4 nos. LTCTs

47

5 Technical specification for SMC DTC meter boxes comprising meter & modem box and CT box

51

6 MINIMUM TECHNICAL SPECIFICATIONS OF HARDWARE TO BE DEPLOYED AT BACKUP DATA CENTRE:

58

Page 123: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

3 | P a g e

Technical specification of 3 Phase, 4 wire, 40-200 AMP LT Electronic Tri-vector DLMS Compliant Category-A Meter with inbuilt CTs and inbuilt GSM/GPRS modem

1. OBJECTIVE & SCOPE This specification shall cover design, engineering, manufacture, assembly, inspection, testing at

manufacturers works before dispatch, supply and delivery at destination anywhere in Rajasthan,

Class 1.0 accuracy class static 3 phase–4 wire three-vector energy meter. The meter shall be

suitable for measurement of energy and power, demand requirement in an AC

balanced/unbalanced system over a power factor range of zero lag to unity. These meters should

have additional communication port for wireless remote meter reading.

2. CLIMATIC CONDITION

The meters to be supplied against this specification should be capable of performing and maintaining required accuracy under extreme hot, cold, tropical and dusty climate and solar radiation typically existing in the state of Rajasthan (India). The meter shall be required to operate satisfactorily and continuously under the following tropical climate conditions: - a) Maximum ambient air temperature : 55o C b) Maximum ambient air temperature in shade : 45o C c) Maximum temperature attainable by the meter exposed to Sun. : 60 o C d) Minimum ambient temperature in shade : (-) 5 o C e) Average daily ambient air temperature : 40 o C f) Maximum relative humidity. : 95%. g) No. of months of tropical monsoon condition : 4 Months h) Maximum attitude above mean sea level : 1000 Mtrs i) Average rain fall. : 10-100 cms. j) Maximum wind pressure : 200Kg/Sq.mtr k) Isoceranic level (days/ year) : 40 l) Seismic level (Horizontal Accn.) : 0.30 g. m) Permitted noise level : 45 db.

3. APPLICABLE STANDARDS Meter shall be of accuracy Class 1.0 for active/ reactive / apparent energy and conform to

relevant clauses of following standards or report: -

IS 13779: 1999 Specification for A.C Static Transformer operated Watt Hour & VAR – Hour meters, Class 1.0

IS-15959 Indian Standard – Data Exchange for Electricity Meter Reading, Tariff and Load Control – Companion Specification. Category ‘A’ for Energy Accounting and Audit metering.

IEC 62053-21 Electricity metering: Data exchange for meter reading, tariff and load control-Part-21: Direct local data exchange.

IEC 62052-11 Electricity Metering Equipment (AC)-General Requirements, tests and test conditions-Part 11: Metering equipment

CBIP Technical Report No. 304 Specification for A.C. Static Electrical Energy Meters.

Page 124: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

4 | P a g e

Unless otherwise specified elsewhere in this specification the static meters shall conform to the

latest version available of the standard as specified above.

4. Supply System

Rated Voltage (Vref) : 3 x 240V - Phase to Neutral Current Rating (Ib) : 40A Maximum Current Rating (Imax) : 200A (500 % of Ib)

Meters shall be suitable for 3 phase 4 wire connections for balanced and unbalanced loads at all power factors.

5. Power Factor Range

The meter shall be suitable for full power factor range from Zero (lagging) through unity to Zero

(leading).

6. Power Supply Variation

The meter should be suitable for working with following supply system variations: Specified operating range : 0.8 to 1.15 V ref. Limit range of operation : 0.7 to 1.3 V ref.

Frequency : 50 Hz +/- 5% 7. Accuracy

Class of accuracy of the meter shall be 1.0 and shall comply with IS 13779 specifications.

8. Power Consumption (i) Voltage circuit: The active and apparent power consumption in each voltage circuit including

the power supply of meter at reference voltage, reference temperature and reference frequency shall not exceed 1.5 Watt per phase and 10 VA per phase respectively.

(ii) Current circuit: The apparent power taken by each current circuit at basic current, reference

frequency and reference temperature shall not exceed 1 VA per phase. However, the bidder can offer meters which can withstand higher variations. The limits of error for +20% to -40% Vref shall be as under:

S.No. Influence quantities Value of

current Power

factor Limits of variation in

% error

1. Voltage variation between – 40% to +20%

Ib Ib

1 0.5 lag

0.7 1.0

2. 10% of 3rd harmonic in current circuit

0.6 Ib 0.6Imax

UPF UPF

0.6 0.6

9. Running with No – Load

When 70% and 120% of rated voltage is applied with no current flowing in currentcircuit, the test

output of the meter shall not produce more than one pulse /count. The minimum test period for

this test shall be as per relevant clause 8.3.2of IEC 62053-21-2003.

10. Starting Current The meter should start registering the energy at 0.4% Ib and unity power factor.

11. Maximum Current

The rated maximum current of the meter shall be 500% I basic current (Ib).

Page 125: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

5 | P a g e

12. General and Construction Requirements

i) Meters shall be designed and constructed in such a way so as to avoid causing any danger

during use and under normal conditions. However the following should be ensured: -

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 and water.

ii) All the materials and electronic power components used in the manufacture of the meter shall

be of highest quality and reputed make to ensure higher reliability, longer life and sustained accuracy.

iii) The meter shall be designed with application specific integrated circuits. iv) All insulating materials used in the construction of meters shall be non- hygroscopic, non-

ageing and of tested quality. All parts that are likely to develop corrosion shall be effectively protected against corrosion by providing suitable protective coating

v) The meter shall have an operation indication device such as a blinking LED/LCD. The

operation indicator shall be visible from the front window. vi) The meter shall conform to the degree of protection IP 54for protection against ingress of

dust, moisture and vermins. vii) The meter-base & meter-cover shall be made of high grade high-grade and good

quality engineering plastic. viii) The meter shall have provision in such a way that secondary cable of distribution

transformer shall be directly passed through the meter for measurement. A set of piercing screws shall be used in the meter for voltage connection.

ix) The meter shall be suitable to accommodate aluminum cable up to 160 mm2 for a 200A

current carrying capacity. x) The meter connection arrangement should be such that so there is no need to remove

insulation for connecting cable for current measurement. Design should support thread through concept where connecting cable directly passed through the meter for measurement.

xi) As the cable directly passed through the meter, the offered meter should not have provision

for meter terminal connection as well as terminal block similar to conventional meters. This shall help in reducing the meter circuit tampers.

xii) The entire design and construction shall be capable of withstanding stresses likely to

occur in actual service and rough handling during transportation. The meter shall be convenient to transport and immune to shock and vibrations during transportation and handling.

xiii) The meter shall be designed with application specific integrated circuits. The electronic

components shall be mounted on the printed circuit board using latest Surface Mount Technology (SMT).

Page 126: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

6 | P a g e

13. Sealing Arrangement of the Meter

Reliable sealing arrangement should be provided to seal the meter and avoid fiddling or tampering by unauthorized persons. For this, two (2) nos. seals on meter cover and one no. (1) seal on MD reset button shall be provided. All the above seals should be provided on front side only. Rear side sealing arrangement shall not be preferred.

14. Manufacturing Activities i. The meter should employ latest technology such as Application Specific Integrating Circuit (ASIC)

to ensure reliable performance. The mounting of components on the PCB (Printed Circuit Board) must be SMT (Surface Mounted Technology) type by deploying automatic SMT pick and place machine and reflow solder process. The electronic components used in the meter shall be of high quality such that the meter shall remain in the accuracy class for at least up to 10 years. Further, the Bidder should own or have assured access (through hire, lease or sub-contract) of the afore-mentioned facilities.

ii. Quality should be ensured at the following stages:

� AT PCB manufacturing stage, each board shall be subjected to computerized bare board

testing. � At insertion stage, all components should undergo computerized testing for conforming to

orientation. � Complete assembled and soldered PCB should undergo functional testing using Automatic

Test Equipments (Testing Jig). � Prior to final testing and calibration, meter can be subjected to accelerated ageing test to

eliminate infant mortality.

iii. The calibration of meters shall be done in-house.

15. Marking of Meter Every meter shall have name plate on 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 nameplate shall be as follows: -

1. Manufacturer's name and trade mark. 2. Type Designation. 3. Number of phases and wires. 4. Serial number. 5. Year of Manufacture. 6. Reference voltage. 7. Current Rating (Ib/Imax). 8. Principal unit(s) of measurement. 9. Meter constant (imp/KWh, KVArh, KVAh). 10. Class index of meter. 11. Purchase Order Number & Date. 12. Guaranteed Period 13. Bar Coding of serial number, month & year of manufacture of the meter 14. Sign of insulation 15. ISI mark with license number 16. DLMS Meter- Category-A

16. Salient Features The meter shall have the following additional salient features: (i) It should be possible to check the healthiness of phase voltages by displaying all the voltages

on the meter display.

Page 127: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

7 | P a g e

(ii) The meter display shall have phase indicators to indicate the status of phase voltages, which shall keep coming with every display.

(iii) The meter should work accurately irrespective of phase sequence of the mains supply. (iv) The meter should remain powered up and functional even when either of any two phases or any

one-phase alongwith neutral is available to the meter. (v) The meter should continue to record accurately as per prevailing electrical conditions even if

the neutral of potential supply gets disconnected. (vi) The meter shall either remain immune to tamper using permanent magnetic field of 0.27 Tesla

or if the metering gets affected then meter shall record energy at Imax, rated voltage and unity P.F. as per CBIP 304 and also logged the same as event.

(vii) Meter shall have Scroll Lock facility to display any one desired parameter continuously from display parameters, which will keep on displaying till the lock is released.

(viii) The meter should continue to function even if any spurious signals are injected on the neutral of the meter, such as D.C signals through diodes etc.

(ix) The meter reading count should increase by one digit every time the meter is read successfully through HHU or computer or any other device and be available at BCS end. The count shall not increase through HHU operations as instantaneous parameters view and other similar HHU operations, which do not download any data from meter memory.

(x) Cumulative Programmable Count: Meter should be capable to display the Cumulative Programmable Count. This count should increase by one digit whenever there is any programmed or meter data change in the meter through HHU or computer or any other device and be available at BCS end as well as on meter display. This count should not increment on any data read only communication.

(xi) The meter shall be capable of detecting condition of power-off if mains supply is not present. It shall record such occurrence and restoration of power failures as separate events in the meter memory with date and time stamp. Snapshot of electrical parameters is not necessary during this condition.

(xii) The meter shall have provision to be read in the absence of power through an external /internal source as per provision of Annex G14 of IS 14697/1999 such that it should not be possible to damage the internal circuitry of the meter by applying any voltage on /through the device /port provided for powering up the meter in the absence of power supply. The bidder should explain the method adopted by them for this purpose in their offer. Minimum 20 such events (either off or on) shall be logged in meter memory and be available for downloading through a CMRI for viewing at the BCS end. These events shall be logged in a separate compartment on rollover, first-in, first-out basis. Electrical values snap shots shall not be required for the logging of Power -off / Power - on events.

(xiii) The Meter shall record active/apparent energy in forward direction even if one or more CT’s are reversed. The current vector direction shall always be considered as positive(import) for the computation of 3 phase active energy, which shall be added in the main active (import) energy register and KVAh computation shall be based on reactive lag and lead energy.

(xiv) The meter should be compatible to GSM/GPRS/CDMA technology for remote metering. The meter should be compatible to data exchange for electricity meter reading/tariff/load control as per IS: IS-15959.

17. Display of measured value: The measured value(s) shall be displayed on seven segments, seven digit Liquid Crystal Display (LCD) display unit/register, having minimum character height of 10 mm for main digits. Dot- Matrix type LCD displays shall not be acceptable. The data should be stored in non-volatile memory. The non-volatile memory should retain data for a period of not less than 10 years under unpowered condition. Battery back-up memory shall not be considered as NVM. It should be possible to easily identify the single or multiple displayed parameters through symbols/legend on the meter display itself or through display annunciators.

Page 128: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

8 | P a g e

The register shall be able to record and display starting from zero, for a minimum of 1500 hours, the energy corresponding to rated maximum current at reference voltage and unity power factor. The register should not roll over in between this duration.

18. Meter Serial Number

In addition to providing serial number of the meter on the display plate, the meter serial number shall also be programmed into meter memory for identification through CMRI/meter reading print out.

19. Modem IMEI

IMIE of modem should also be programmed in meter memory this should be validated during data downloading.

20. Display Sequence The meter shall display the required parameters as per Table No. 22 of IS 15959 for

Category ‘A’.

Above Listed 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 along with the

respective values on the display.

21. Output Device

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 one common LED for kWh, kVArh and optionally kVAh with the provision of selecting the parameter being tested. Alternatively, test output device in the form of separate LEDs for kWh, kVArh and optionally kVAh is also acceptable. The relation between test output and the indication on display shall comply with the marking on the name plate (imp per kWh/kVArh/kVAh). The bidder shall state the necessary number of pulse count(s) to ensure measurement accuracy of at least 1/10th of class of the meter at the different test points. The resolution of the test output pulse(s) should be sufficient to enable conduction of the starting

current in less than 10 minutes and accuracy test at the lowest load with desired accuracy within

5 minutes.

22. QUANTITIES TO BE MEASURED:

The meter shall be able to provide the following data in line with Category ‘A’ type as per IS

15959 - Indian Companion Specification.

a) Instantaneous Parameters b) Block Profile / Load Survey data c) Abstract quantities d) Name Plate Details e) Programmable parameters

Page 129: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

9 | P a g e

f) Event Conditions The meter shall be able to measure and provide the parameters listed in the guideline

document. The OBIS code for each parameter shall be as identified as per DLMS /COSEM

protocol in line with Indian companion standard. The OBIS code shall be displayed alongwith

each display so that the relevance can be easily noticed.

23. Communication Support

(a) Local communication port:

The energy meter shall have a galvanically isolated IEC 1107 optical communication port

located in front of the meter for data transfer to or from a hand held Data Collection Device.

The sealing provision should be available for optical port.

(b) Remote Communication Mode for data retrieval from meter:

For remote meter reading, compatible GSM/GPRS modem and suitable accessories shall be

provided for automatic and remote data transfer from energy meters installed location. The

GSM/GPRS modem shall be an integral part of the meter. The modem shall be accessible only

after opening the front cover of the meter.

For placing the SIM Card, a SIM Card Holder shall be provided and shall be accessible by

removing the terminal cover. A data enabled SIM card shall be procured by bidder

(Separately from the Service Provider) for the location where the meter is to be fitted.

24. DATA DOWNLOADING CAPABILITY

Meter shall support a minimum baud rate of 9600 on optical communication port. Complete data as covered in IS 15959, It shall be possible to read selective data from the meter. The selectivity shall be between number of parameters, number of days of load survey, billing histories, event logs in order to reduce the overall meter reading time. Bidder shall explain the selectivity offered in their offer.

25. Maximum Demand (MD) Registration

Meter shall continuously monitor and calculate the average demand in Active & Apparent during the integration period set and the maximum, out of these, shall be stored along with date and time when it occurred in the meter memory. The maximum registered value shall also be made available on meter-display. The rising demand under the current integration period should be displayed along with the elapsed time. The integration period shall be set as 30 minutes, on real- time basis.

26. Maximum Demand Reset

The resetting of MD shall be automatic at predefined date & time. The meter shall display the maximum demand reset count.

27. Load Survey Requirements

For category “A” meter, load survey parameter shall be current-IR, current-IY, Current-IB, block

energy-KWh and block energy-KVAh. Load survey period shall be 45 days with 30 minutes

integration period.

These load survey can be retrieved with the help of Meter Reading Instrument on local

interrogation or remotely using the remote communication interface.

It shall be possible to select either demand or energy view at the BCS end. The above load

survey data should be available in the form of bar charts as well as in spreadsheets. The web

Page 130: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

10 | P a g e

based portal shall have the facility to give complete load survey data both in numeric and graphic

form.

The load survey data, abnormality event information and instantaneous parameters data shall all

be retrievable through the meter's communication port from a common meter reading instrument

(CMRI)/ Hand Held Unit and shall be transferred (downloaded) to a PC with Windows based

software to get complete details in numerical and/or graphic form. The necessary base computer

software (BCS) for this purpose shall be provided by the supplier with complete details. However

JVVNL will only use web based portal BCS can be used as fall back arrangement.

The meter shall have sufficient non-volatile memory for recording history of energy parameters

for last twelve billing cycles (Bill date shall be 00 hrs of the 1st date of the calendar month by

default – programmable) and information should be made available at the web portal.

28. Self Diagnostic Feature

The meter shall be capable of performing self diagnostic check to monitor the circuits for any malfunctioning to ensure integrity of data memory location all the time. The meter shall have indications for unsatisfactory /non-functioning/malfunctioning of the meter.

29. Abnormality Events Detection

The meter should have features to detect the occurrence and restoration of, at least, the following common ways of abnormalities:

a) Potential failure: The meter shall be capable of detecting and recording occurrences and restoration of potential failure (one phase/two phases) which can happen due to intentional / accidental disconnection of potential leads.

b) Voltage High / Voltage Low: In case the any phase voltage remains less than 0.75 Vref or

above 1.15 Vref by for a predefined period, the meter shall log such incidences with date & time. This abnormal condition shall be logged only when all the three-phase voltage is available.

c) Current Polarity Reversal: The meter shall be capable of detecting and recording occurrences and restoration of current polarity reversal of one or more phases which can be happen due to wrong connection.

d) Current Unbalance: The meter shall be capable of detecting and recording occurrences and restoration of current unbalance as an event. The above information should be possible to download from the meter through hand held unit and available at BCS end. The current unbalance more than 30 % should be recorded as an event in the meter memory.

e) Voltage Unbalance: The meter shall be capable of detecting and recording occurrences and

restoration of voltage unbalance as an event. The above information should be possible to download from the meter through hand held unit and available at BCS end.

f) Power on/off: The meter shall be capable to record power on /off events in the meter

memory. All potential failure should record as power off event.

Minimum 300 events (including occurrence & restoration) of all types of abnormality event with date and time shall be available in the meter memory on first-in, first-out basis. It shall be possible to retrieve the event data alongwith all related snap- shots' data through the meter's optical port and through radio with the help of a hand held unit (HHU) and download the same to the BCS where it shall be available for viewing. All this information shall be available in simple and easily understandable format.

Page 131: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

11 | P a g e

30. Event Detection Logic

Properly designed meter event logic should be provided. There shall be preferably separate compartments for logging of one or more related events for convenience in analyzing the event data. The bidder should explain the events details in each compartment under their offer. The logging of various events in each compartment should be such once one or more compartments have become full, the last event pertaining to the same compartment shall be entered and the earliest (first one)-event should disappear. Thus, in this manner each succeeding event shall replace the earliest recorded event, compartment wise. Events of one compartment/category should overwrite the events of their own compartment/category only.

31. SOFTWARES (BCS) Software for reading, down loading meter data, as well as configuration change activity in meter shall be as per Table 31 of IS-15959: Presently following TOD time-zones are required:- 1. 05.00 Hours to 06.00 Hours 2. 06.00 Hours to 09.00 Hours. 3. 09.00 Hours to 18.00 Hours 4. 18.00 Hours to 23 .00 Hours. 5. 23.00 Hours to 05.00 Hours (a) Platform: The BCS should be executable on MS WINDOWS 95/98/2000/XP/VISTA or higher operating system. The BCS shall be suitable to run on IBM PC or compatible hardware platform. (b) The Data Transfer:

It should be possible to transfer the data to and from HHU through serial interface/port. The data transfer shall be in the desired format, which suits to billing software of the Nigam.

(c) Security:

The BCS shall have multi level password for data protection and security. The first level shall allow the user to enter the system. The different software features shall be protected by different passwords. The configuration of passwords shall be user definable. The software installed on one PC shall not be copiable on to another PC.

32. 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 guidelines document prepared by CEA & CPRI. It shall be compatible to the DLMS compliant energy meters that are to be supplied on the basis of this specification. The HHU (@ 1% of the meter installed quantity) shall be supplied by the bidder at the time of completion of project.

33. INSPECTION:

The purchaser’s representative may carry out the inspection during manufacture and before dispatch. The supplier shall keep the purchaser informed in advance, about the manufacturing programme so that the purchaser can arrange for inspection. The manufacturer shall grant free access to the purchaser’s representative at a reasonable time, when the work is in progress. Inspection and acceptance of any equipment under this specification by the purchaser shall not relieve the supplier of his obligation of furnishing the equipment in accordance with the specification and shall not prevent subsequent rejection if the equipment is found to be defective. All acceptance tests including other special tests as given in this specification and inspection shall be gone at the place of the manufacturer unless otherwise especially agreed upon by the Bidder and Purchaser at the time of purchase. The purchaser reserves the right to insist for witnessing the acceptance/routine testing of the bought out items. The supplier shall give 15 days advance intimation to enable the purchaser to depute his representative for witnessing the acceptance and routine tests. Material shall be dispatched only after getting the dispatch authorization from the purchaser or his authorized

Page 132: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

12 | P a g e

representative, after successful inspection/testing. The bidder shall afford the inspectors representing the purchaser all reasonable facilities without charge, to satisfy him that the equipment is being furnished in accordance with this specification during stage inspection, if any, and final inspection.

The recommended sampling plan and the criteria for acceptance of the lot shall be as per IS: 13779:1999 for the type of meters covered in this specification.

34. PACKING: a) The equipments shall be suitably packed in order to avoid damage or disturbance during transit or handling. Each meter may be suitably packed in the first instance to prevent ingress of dust and moisture and then placed in cushioned carton of a suitable material to prevent damage due to shocks during transit. The lid of the cartoon may be suitably sealed. A suitable number of sealed cartons may be packed in a case of adequate strength with extra cushioning, if considered necessary. The cases may then be properly sealed against accidental opening in transit. The packing cases may be marked to indicate the fragile nature of the contents. b) The following information shall be furnished with the consignment : - Name of consignee. - Details of consignment. - Destination. - Total weight of consignment. - Sign showing upper/lower side of the crate. - Sign showing fragility of the material. - Handling and unpacking instructions. - Bill of material indicating contents of each package and spare materials.

35. TESTS:

The test reports/certificate/records for all type tests specified having been successfully performed on the type of the meter offered shall be submitted with the tender. The bidder shall clearly bring out the deviations from this specification clause whether on account of tests or manufacturing process or features incorporated in the meter. The tender lacking with above information and without supporting test reports for meter meeting the requirement of tests laid in this specification are likely to be rejected. a) Type tests : The Energy meter compatible with DLMS protocol offered shall be fully type tested at any NABL accredited test laboratories as per relevant standards. The bidder shall furnish two sets of type test reports along with the bid. The Type test reports shall not be more than two years old from the date of opening of bid. Beside above bidder should also submit the test report from CPRI, Bangalore along with the bid for the latest version of the “Indian standard on data exchange for electricity meter reading, tariff and load control – companion specification” IS 15959 released by BIS. b) Acceptance tests : The Supplier in the presence of the Purchaser’s representative shall carry out all acceptance tests as stipulated in the relevant standards. The following additional tests shall also be carried out on meters from each lot offered for inspection as per the relevant standards on selected samples: - Shock test. - Vibration test. - Magnetic Induction of External Origin, and -Verification of tamper and fraud detection features and threshold values as per specifications and subsequent agreement between the Supplier and Purchaser. Note: Where testing facilities do not exist at the Supplier’s works for shock and vibration testing as per the relevant standards, these two tests may be carried out in accordance with the provisions of IS: 3010 with latest amendments. c) Routine test :

All routine tests as stipulated in the relevant standards shall be carried out and routine test certificates/reports shall be submitted to the Purchaser for approval and also placed inside individual meter packing. 36. Tamper Logics Persistence time: 5 Min. and Restoration Time: 1 Min

Page 133: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

13 | P a g e

Page 134: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

14 | P a g e

Guaranteed Technical Particulars: 3 Phase, 4 Wire, 40-200 AMP. LT Electronic Trivector Meter

with inbuilt CT’s and inbuilt GSM/GPRS modem for DT, DLMS Compliant Category-A Meter

Sr.

No.

Item Bidder’s Particular

1 Type

2 Application

3 Rated Voltage

4 Rated Current

5 Frequency

6 Overload capacity

7 Minimum starting current in % of base

current

8 Loss in potential circuit

9 Loss in current circuit

11 Accuracy Class

12 Total Weight of meter

13 H.V. withstand

14 Insulation Resistance

15 Standard to which the meter confirm

16 Type of Energy Registration Mechanism.

17 MD Reset Mechanism

18 Insulation Test

( Voltage 50Hz for 1Min)

19 Working range: Voltage

20 Type of load (linear, non linear, balanced

/unbalanced at any P.F.)

21 Display details

i. Display parameters

ii. Period of display of each parameter

Page 135: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

15 | P a g e

iii. Display scroll-lock facility

22 Power on in absence of supply

23 Load Survey capability

a. Parameter Logged

b. Logging interval

c. No. of days of Load Survey

24 Capability for fraud Prevention & detection

25 Sealing and Locking Arrangement

26 Type of communication: Local-Optical port &

built in GSM/GPRS communication port

Page 136: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

16 | P a g e

Technical specification of 3 Phase 4 Wire AMR compatible 3 x 240V LT TVM -/5A for DT ,

DLMS Compliant Category-A Meter

1. SCOPE:

(i) This specification covers the design, engineering, manufacture, assembly, inspection, testing at manufacturers works before dispatch, supply and delivery at site/FOR destination anywhere in vicinity of Class 0.5S accuracy static LT Tri-vector Meters with DLMS protocol for Energy accounting, audit metering, boundary & tariff purpose along with software and interface cableas per requirement given in this specification. The LT Tri-vector meter should be suitable for connection with 4th CT provided in neutral or without 4th CT in neutral circuit. 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.

(ii) It is not the intent to specify completely herein all the details of the design and construction of material. The material shall, however, conform in all respects to high standards of engineering, design and workmanship and shall be capable of performing for continuous commercial operation in a manner acceptable to the purchaser, who will interpret the meanings 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 LT TVM shall becomplete with all accessories, software and components necessary for their effective and trouble free operation. Such components shall be deemed to be within the scope of Bidder's supply irrespective of whether those are specifically brought out in this specification and/or the commercial order or not.

(iii) The meter shall be ISI mark & bidder shall furnish the details of ISI license at the time of bid or within 60 days from the date of opening of bid.

2. STANDARDS APPLICABLE: Unless otherwise specified elsewhere in this specification, the performance and testing of the meters shall conform to the following Indian/International Standards and all related Indian/International standards to be read with up to dateand latest amendments/revisions thereof:

IS 14697: 1999 Specification for A.C Static Transformer operated Watt Hour & VAR – Hour meters, class 0.5s

CBIP Technical Report No. 304 Specification for A.C. Static Electrical Energy Meters.

IS 15959 (Companion specification) DLMS Indian Companion Standard – Category ‘A’ for Energy accounting and audit metering

IEC 62053-22-2003 IEC 62052-11-2003

AC Static Watt-hour Meters for Active Energy, class 0.2S & 0.5S

CBIP Technical Report No.111 Revised July 1996

Specification for Common Meter Reading Instrument.

IS: 9000 Basic Environmental Testing Procedures for Electronic & Electricalitems.

IEC 62056 Open protocol standard for(DLMS/ COSEM) communication of meter datas.

IS: 15707 Testing, Evaluation, Installation and maintenance of AC Electricity meters - Code of Practice

Meters matching with requirements of other national or international standards, which ensure equal or better performance than the standards mentioned above, shall also be considered. When the equipment offered by the tenderer conforms to standards other than those specified above, salient points of difference between standards adopted and the standards specified in this specification shall be clearly brought out in the relevant schedule and copy of such standards along with their English translation shall invariably be furnished along with the offer.

Page 137: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

17 | P a g e

3. CLIMATIC CONDITIONS:

The meters to be supplied against this specification should be capable of performing and maintaining required accuracy under extreme hot, cold, tropical and dusty climate and solar radiation typically existing in the state of Rajasthan (India). The meter shall be required to operate satisfactorily and continuously under the following tropical climate conditions: - a) Maximum ambient air temperature : 55o C b) Maximum ambient air temperature in shade : 45o C c) Maximum temperature attainable by the meter exposed to Sun. : 60 o C d) Minimum ambient temperature in shade : (-) 5 o C e) Average daily ambient air temperature : 40 o C f) Maximum relative humidity. : 95%. g) No. of months of tropical monsoon condition : 4 Months h) Maximum attitude above mean sea level : 1000 Mtrs i) Average rain fall. : 10-100 cms. j) Maximum wind pressure : 200Kg/Sq.mtr k) Isoceranic level (days/ year) : 40 l) Seismic level (Horizontal Accn.) : 0.30 g. m) Permitted noise level : 45 db. 4. SUPPLY SYSTEM:

Rated Voltage (Vref) 3 x 240 V - Phase to Neutral (3 phase 4 wire system) (For LTTVM)

3 x 415 V - Phase to Phase Rated current (Ib) 3 x -/5 Amps (Connected through CT) Multiplying factor to arrive at actual primary values wherever applicable shall be calculated from the CT and PT ratio of the installed CTs and PTs/CT ratio of the installed CT’s. 5. POWER FACTOR RANGE: The meter shall be suitable for full power factor range from zero (lagging) through unity to zero (leading). The meter should work as an active energy import and export and reactive (lag and lead) energy meter. 6. POWER SUPPLY VARIATION:

The supply system shall be 3x415V Phase to Phase, 3 phase 4 wires. The extreme power supply variations for which an operating meter should withstand without damage and without degradation of its meteorological character-statics when it is subsequently operated under its normal operating conditions shall be as follows: Specified operating range - 0.8 to 1.15 V ref. Limit range of operation - 0.7 to 1.20 V ref. Frequency - 50 Hz. +/- 5%. However, the bidder can offer meter, which can withstand higher variations. Thelimit of power supply variations should be as per IS: 14697-1999.

7. ACCURACY: Class of accuracy of the meter shall be 0.5S. The accuracy should not drift with time.

8. POWER CONSUMPTION: (i) Voltage circuit: The active and apparent power consumption in each voltage circuit including the power supply of meter at reference voltage, reference temperature and reference frequency shall not exceed 1.0 Watt per phase and 8 VA per phase respectively. (ii) Current circuit: The apparent power taken by each current circuit at basic current, reference frequency and reference temperature shall not exceed 1 VA per phase.

Page 138: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

18 | P a g e

9. STARTING CURRENT:

The meter should start registering the energy at 0.1% Ib and unity power factor. 10. MAXIMUM CURRENT:

The rated maximum current of the meter shall be 200% Ib. 11. ENERAL AND CONSTRUCTIONAL REQUIREMENTS:

(i) Meters shall be designed and constructed in such a way so as to avoid causing any danger during use andunder normal conditions. However, the following should be ensured: - 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 and water. e) Protection against fraud. f) Protection against Pilferage.

(ii) All the materials and electronic power components used in the manufacture of the meter shall be of highest quality and reputed make to ensure higher reliability, longer life and sustained accuracy.

(iii) (a) The manufacturer should use application specific integrated circuit (ASIC) for metering functions. (b) The meter should not have any form of mechanical adjustment such as trim-pots, potentiometer etc. for calibration. The meter shall be factory calibrated and no adjustment of calibration shall be possible at site by any means. (c) The electronic components shall be mounted on the printed circuit board using latest Surface Mount Technology (SMT). The PCB material should be made of glass epoxy FR-4 grade conforming to relevant standards or better grade.

(iv) All insulating materials used in the construction of meters shall be nonhygroscopic, non ageing and of tested quality. All parts that are likely to develop corrosion shall be effectively protected against corrosion by providing suitable protective coating.

(v) The meter shall have test out put device in the form of calibrating LED accessible from the front and capable of being monitored conveniently with suitable testing equipment.

(vi) The meter shall conform to the degree of protection IP 51 of IS: 12063/IEC: 60529 for protection against ingress of dust, moisture and vermin.

(vii) The meter shall either remain immune to tamper using permanent magnetic field of 0.27 Tesla or if the metering gets affected then meter shall record energy at Imax, rated voltage and unity P.F. as per CBIP 304 and also logged the same as event.

(viii) The meter should continue to function even if any spurious signals are injected on the neutral of the meter such as D.C signals through diodes etc. and /or High Frequency Signals.

(ix) The meter shall be supplied with a transparent extended terminal-block cover (ETBC). (x) The meter shall have two push buttons, one for forward scrolling and other for reverse scrolling

of different parameters available in push button mode. (xi) Meter Base And Cover:

(a) The meter -base, meter cover; terminal block and ETBC shall be made of unbreakable, high grade, flame retardant polycarbonate with thickness more than 2.0 mm, and of good dielectric and mechanical strength. The material of meter base & terminal block shall be glass reinforced. (b)Meter cover and extended terminal block cover (ETBC) should be injection moulded in UV stabilized polycarbonate in natural color. The ETBC shall be kept fully transparent and the meter cover except the window portion shall be semi-transparent / non-transparent/corrugated. The moulded meter case and terminal cover(s) should not change in color, shape, size, and dimensions, when subjected to 200 hours on UV ageing test. It should withstand 650 deg. C glow wire test and heat deflection test as per ISO 75. (c) The manufacturer shall emboss on the base/cover(s), the name of the material they have used in an abbreviated form e.g. PCFR 10 GF (to denote that they have used polycarbonate flame retardant 10 % glass filled polycarbonate).

Page 139: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

19 | P a g e

(d) The window portion shall be of transparent, unbreakable, silicon coated, scratch resistant surface UV stabilized polycarbonate material for easily reading all the displayed values/parameters, nameplate details and calibrating LED. It should not fade in course of time and become opaque causing inconvenience in reading. The window portion shall be ultrasonically welded with the meter cover such that it cannot be removed undamaged without breaking the cover. (e) The meter cover shall be ultrasonically welded with the meter base. The sample meter to be sent along with bid may not be ultrasonically welded with the meter base, as at the time of sample testing it has to be opened to ascertain conformity of meter as per specification. However, before commencement of supply, sample has to be got approved with ultrasonically welded meter by the successful bidder

(xii) Terminal Block: (a) The detachable terminal block shall be moulded type made of non-hygroscopic, flame retardant material having good dielectric and mechanical strength. The moulded terminal block shall be made from best quality phenol formaldehyde or 10-20% glass filled polycarbonate material or any equivalent/better material conforming to FH-1 of IS 11731 (Part-I) having adequate insulating properties and mechanical strength with brass inserts for connecting terminals. The terminal block should satisfy all the conditions specified in IEC-62052 & IS-14697 and shall be made from best quality phenol formaldehyde or 10-20% glass filled polycarbonate material or any equivalent/better material. The glass filled polycarbonate should fulfill the requirement of following tests

(i) The flame retardant rating of VO as per UL94 testing. (ii) The glow wire temperature of 960 deg. C as per IS-11000 (part-2/Sec-1) or IEC 695-2-1. (iii) Heat deflection temperature (HDT) test of 135 deg. C. (iv) Ball pressure test at 125 deg. C.

(b) The terminal block, the ETBC and the meter case shall ensure reasonable safety against the spread of fire and shall not be ignited by the thermic overload of live parts in contact with them (c) The current circuit conductors of a meter shall be connected to its current terminals inside the meter terminal block adopting procedure prescribed either B-1 or B-2 of the recommended methods under Clause 6.4-Annexure-B of IS-14697. Any other method which meets this requirement in a better manner/way shall also be considered. The bidder should elaborate the arrangement adopted. (d) The meter terminal block shall have tin- plated brass terminals. The terminals shall have suitable construction with barriers and transparent cover to provide firm and safe connections of incoming and out going leads. The terminal screws shall have flat bottom so as not to pierce in the external conductors. The terminals shall be of suitable rating to carry continuously Imax current and made of electroplated (or tinned) brass and shall be of replaceable type. Any other provision which meets this requirement in a better manner/ wayshall also be considered. The bidder should elaborate the procedure adopted. e(1) The manner of fixing the external conductors to the terminal block shall ensure adequate and durable contact such that there is no risk of loosening or undue heating. Screw connections transmitting contact force and screw fixings, which may be tightened and loosened several times during the life of the meter, shall screw into the body of brass terminal. All parts of each terminal shall be such that the risk of corrosion is minimized. Two screws shall be provided in each current terminal for effectively clamping the external leads or thimbles. Each clamping screw shall engage a minimum of three threads in the terminal. The ends of screws shall not pierce and cut the conductors used. Electrical connection shall be so designed that contact pressure shall not be transmitted through insulating materials. If the manner of fixing of terminals is through thimbles /lugs/reducer type terminals. The supplier shall supply a set of the same along with each meter. (2) The internal diameter of the terminal hole shall be minimum 4.0mm. The holes in the insulation material of the terminal block, which form an extension of the terminal holes, shall be of sufficient size to accommodate the insulation of the conductors also. The clearance and creepage distance shall not be less than the values specified in clause 6.6 of IS 14697:1999.

Page 140: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

20 | P a g e

Further, the supporting webs between two terminals of the terminal block should be sufficiently high to ensure that dust does not bridge the two neighboring terminals or a flash over does not take place. f) The fixing screw(s) used on the ETBC for fixing and sealing of extended terminal cover shall be held captive on the terminal cover. g) To facilitate sealing, a raised support arrangement with minimum 2 mm hole nearby sealing screws, which shall constitute an integral part of the terminal cover or a slot type arrangement underneath/alongside the sealing screw, shall be provided.

(xiii) The termination of current circuit wires inside the meter (i.e. CT primary conductor) on the terminal block shall be through lugs and washers of proper size. The loop length of the primary current circuit should be kept minimum. Alternatively the CT primary conductor may be flattened to form a ‘lug’ like shape for proper termination on terminal block without using lug or any other better arrangement may also be provided.

(xiv) The meter shall have minimum three fixing holes, one at the top and other two inside the terminal block. The top hole shall be key-hole type on the back of the meter base so that the hanging-screw is not accessible after fixing of the meter and it shall not be possible to remove the meter from the hanging screw without removing the terminal cover and screw(s) from the terminal block. Any alternate better arrangement shall also be considered for acceptance. The lower fixing holes shall be provided under the extended terminal cover. A set of fixing screws shall be supplied with each meter.

(xv) Extended terminal block cover shall be provided to ensure that the internal parts are not accessible for tampering etc. without breaking the seals. The ETBC shall be extended by Minimum 30 mm below the terminal block. A firm connection shall be established with in the meter case to energies the voltage circuit. Arrangement for display, optical port, auxiliary supply source, push buttons for manual mode, meter nameplate and display sequence should be made in such a manner that it is accommodated in size of 170 mm(W) x 140 mm (H) from opposite side of ETBC. This is required for facilitating of fixing of the LT Tri-vector meter in LT panel box.

12. MANUFACTURING ACTIVITIES: All the material, electronics and power components, ICs used in the manufacture of the meter shall be of highest quality and repudiated make to ensure higher reliability, longer life and sustained accuracy. The verification of the components shall be carried out at manufacturer works before offering material beforeinspection. (i) The meter should employ latest technology such as Application Specific Integration Circuit (ASIC)

to ensure reliable performance. The mounting of component on the PCB (Printed Circuit Board) must be SMT (Surface Mounted Technology) type by deploying the automatic SMT pick and place machine and reflow soldering process. The electronic component used in the meter shall be of high quality such that the meter shall remain in the accuracy class for atleast up to 10 years. Further, the Bidder should own or have assured access (through hire, lease or subcontract) of above facilities.

(ii) Quality should be ensured at the following stages: a) At PCB manufacturing stage, each board shall be subjected to computerized bare board testing. b) At insertion stage, all components should under go computerized testing for conforming to design parameters and orientation. c) Complete assembled and soldered PCB should undergo functional testing using Automatic Test Equipments (Testing Jig) d) Prior to final testing and calibration, all electronic components of the meter shall be subjected to accelerated ageing test to eliminate infant mortality.

(iii) The calibration of meters shall be done in house. (iv) The bidders should submit the list of all major components used in meter along with the offer. (v) A detailed list of bought-out items, which are used in the manufacture of the meter, should be

furnished indicating the name of firms from whom these items are procured. The bidder shall also give the details of quality assurance procedures followed by him in respect of the bought-out items.

Page 141: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

21 | P a g e

13. SEALING ARRANGEMENT OF THE METER:

At least two sealing screws shall be provided for proper fixing of meter cover so that access to the working parts shall not be possible without breaking the seals. One screw provided on left side shall be used by manufacturer to provide his own sealing with high quality double anchor polycarbonate seal bearing laser etched monogram of JVVNL along with meter serial number and other provided on right side by purchaser, which should be left unsealed. Provision shall also be kept for one no. seal on terminal cover. All the sealing screws shall be captive type so that they cannot be detached when they are in open condition. The holes in the head of sealing screw shall be of min. 2mm dia. The sealing screws for meter base and cover shall be unidirectional and slot less (2 No.) .Two No. tamper indicative paper seal(s) on either side of the meter case shall be provided by the manufacturer. For this, at least two (2) Nos. seals on meter body and provision for, one (1) no. seal on meter terminal cover and one (1) no. seal on communication port shall be provided. For the above sealing arrangement for the purchaser, the manufacturer shall provide at least one seal on the meter body at the factory after calibration and testing. Provision for all the seals should be provided on front side only. Rear side sealing arrangement will not be accepted. The Suppliers in their offer should explain the sealing arrangement. 14. 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 Table 30 of IS:15959. Every meter shall have nameplate beneath the meter cover such that the nameplate cannot be accessed without opening the meter cover and without breaking the seals of the meter cover and the nameplate shall be marked indelibly. The nameplate marking should not fade or otherwise be adversely affected by UV exposure with lapse of time. The TVMs shall have also marking of “DLMS Meter “on name plate.

15. CONNECTION DIAGRAM & TERMINAL MARKINGS: The connection diagram of the meter shall be clearly shown for 3 phase 4 wire system as well as 3 phase 3 wire system/ with or without installation of 4th CT in neutral line, on inside portion of the terminal cover and shall be of permanent nature. The meter terminals shall also be marked and this marking should appear in the above diagram. 16. SOFTWARES (BCS):

i) Software for reading, down loading meter data, as well as configuration change activity in meter shall be as per Table 31 of IS-15959. Presently following TOD time-zones are required in LT TVMS:- 1. 05.00 Hours to 06.00 Hours 2. 06.00 Hours to 09.00 Hours. 3. 09.00 Hours to 18.00 Hours 4. 18.00 Hours to 23 .00 Hours. 5. 23.00 Hours to 05.00 Hours ii) The meter data should download with the speed of 9600BPS. Any future up gradation made by the supplier in any of the above software shall also be provided free of cost. (a) Platform:

The BCS should be executable on MS WINDOWS 95/98/2000/XP/VISTA or higher operating system. The BCS shall be suitable to run on IBM PC or compatible hardware platform. (b) The Data Transfer: It should be possible to transfer the data to and from HHU through serial interface/port. The data transfer shall be in the desired format, which suits to billing software of the Nigam. (c) Security:

Page 142: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

22 | P a g e

The BCS shall have multi level password for data protection and security. The first level shall allow the user to enter the system. The different software features shall be protected by different passwords. The configuration of passwords shall be user definable. The software installed on one PC shall not be copiable on to another PC. 17. SALIENT FEATURES:

The meter shall have the following additional salient features: (xv) It should be possible to check the healthiness of phase voltages by displaying all the voltages

on the meter display. (xvi) The meter display shall have phase indicators to indicate the status of phase voltages, which

shall keep coming with every display. (xvii) The meter should work accurately irrespective of phase sequence of the mains supply. (xviii) The meter should remain powered up and functional even when either of any two phases or

any one-phase alongwith neutral is available to the meter. (xix) The meter should continue to record accurately as per prevailing electrical conditions even if

the neutral of potential supply gets disconnected. (xx) The meter shall either remain immune to tamper using permanent magnetic field of 0.27 Tesla

or if the metering gets affected then meter shall record energy at Imax, rated voltage and unity P.F. as per CBIP 304 and also logged the same as event.

(xxi) Meter shall have Scroll Lock facility to display any one desired parameter continuously from display parameters, which will keep on displaying till the lock is released.

(xxii) The meter should continue to function even if any spurious signals are injected on the neutral of the meter, such as D.C signals through diodes etc.

(xxiii) The meter reading count should increase by one digit every time the meter is read successfully through HHU or computer or any other device and be available at BCS end. The count shall not increase through HHU operations as instantaneous parameters view and other similar HHU operations, which do not download any data from meter memory.

(xxiv) Cumulative Programmable Count: Meter should be capable to display the Cumulative Programmable Count. This count should increase by one digit whenever there is any programmed or meter data change in the meter through HHU or computer or any other device and be available at BCS end as well as on meter display. This count should not increment on any data read only communication.

(xxv) The meter shall be capable of detecting condition of power-off if mains supply is not present. It shall record such occurrence and restoration of power failures as separate events in the meter memory with date and time stamp. Snapshot of electrical parameters is not necessary during this condition.

(xxvi) The meter shall have provision to be read in the absence of power through an external /internal source as per provision of Annex G14 of IS 14697/1999 such that it should not be possible to damage the internal circuitry of the meter by applying any voltage on /through the device /port provided for powering up the meter in the absence of power supply. The bidder should explain the method adopted by them for this purpose in their offer. Minimum 20 such events (either off or on) shall be logged in meter memory and be available for downloading through a CMRI for viewing at the BCS end. These events shall be logged in a separate compartment on rollover, first-in, first-out basis. Electrical values snap shots shall not be required for the logging of Power -off / Power - on events.

(xxvii) The METER shall record active/apparent energy in forward direction even if one or more CT’s are reversed. The current vector direction shall always be considered as positive(import) for the computation of 3 phase active energy, which shall be added in the main active (import) energy register and KVAh computation shall be based on reactive lag and lead energy.

(xxviii) The meter should be compatible to GSM/GPRS/CDMA technology for remote metering. (xxix) The meter should be compatible to data exchange for electricity meter reading/tariff/load

control as per IS: IS-15959. 18. DISPLAY OF MEASURED VALUES: The measured value(s) shall be displayed on seven segments, seven digits Liquid Crystal Display (LCD) display unit/register; having minimum character height of 8 mm. LCD to be of ‘STN’ (super

Page 143: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

23 | P a g e

tested kneumatics) type construction suitable for temperature 70 Deg.C continuously. The data should not be lost in the event of power failure and should be storedin non-volatile memory. The non-volatile memory should retain data for a period of not less than 10 years under un-powered condition i.e. the non-volatile memory shall have a storage life (without use) of ten (10) years. Battery backup memory will not be considered as NVM. It should be possible to easily identify the single or multiple displayed parameters through symbols/legend on the meter display itself or through display annunciator along with a separate legend plate fixed on the front face of the meter cover. The register shall be able to record and display starting from zero, for a minimum of 1500 hours, the energy corresponding to rated maximum current at reference voltage and unity power factor. The register should not roll over in between this duration. 19. METER SERIAL NUMBER:

In addition to providing serial number of the meter on the display plate, the meter serial number shall also be programmed into meter memory for identification through HHU/meter reading print out. 20. DISPLAY SEQUENCE:

“The meter shall display the required parameters as per IS: 15959” for Category A-type meters. (A) QUANTITIES TO BE MEASURED & DISPLAYED

The meter shall be capable of measuring and displaying the following electrical quantities within specified accuracy limits for poly phase balanced or unbalanced loads: a) Instantaneous Parameters as per IS: 15959, such as phase and line voltages, currents, power factors, overall kVA, kW, kVAr, power factor, frequency etc as per details given in the table below and enclosed annexure. b) Block Load Profile Parameters such as kVAh/kWh/kVArh (lag/lead)/Maximum Demand (MD) in kW/kVA/power factor/phase and line voltages/currents etc (minimum 5 parameters) as per details given in the table below and enclosed annexure. c) Daily Load Profile Parameters such as cumulative energy kWh (import/export)/cumulative kVAh (while kW- import/export)/cumulative energy kVArh as per details given in the table below and enclosed annexure. In addition to above the meter shall also record the Name plate details, programmable parameters (readable as profile), occurrence and restoration of tamper events along with the parameters as per Clause No. 28 of this Specification.

(B) DEMAND INTEGRATION PERIOD The maximum demand integration period may be set at 30 minute. Meter shall be programmable for integration period of 15 minutes also. (C) MD RESET It should be possible to reset MD by the following: a) Auto reset at 24:00 hrs at the end of each billing cycle . (D) 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 specifications which shall be used for remote access through suitable Modem GPRS/CDMA) 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.

(E) 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 guidelines document prepared by CEA & CPRI. It shall be compatible to the

Page 144: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

24 | P a g e

DLMS compliant energy meters that are to be supplied on the basis of this specification. The HHU (@

1% of the meter installed quantity) shall be supplied by the bidder at the time of completion of project. (F) 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. Tamper details shall be stored in internal memory for retrieval by authorized personnel through either of the following: ii) HHU. ii) Remote access through suitable communication network. Minimum 200 numbers of events (occurrences & restoration with date & time) should be available in the meter memory. 21. OUT PUT DEVICE: 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 one common LED for kWh, kVArh and optionally kVAh with the provision of selecting the parameter being tested. Alternatively, test output device in the form of separate LEDs for kWh, kVArh and optionally kVAh is also acceptable. The relation between test output and the indication on display shall comply with the marking on the name plate (imp per kWh/kVArh/kVAh). The bidder shall state the necessary number of pulse count(s) to ensure measurement accuracy of at least 1/10th of class of the meter at the different test points. The resolution of the test output pulse(s) should be sufficient to enable conduction of the starting current in less than 10 minutes and accuracy test at the lowest load with desired accuracy within 5 minutes. 22. AUXILIARY POWER: The auxiliary power shall be drawn from all the three phases and the meter should be able to remain powered up with availability of any two phases or any one phase and neutral. Alternative power packs one percent of ordered quantity for taking reading during power down conditions shall be supplied free of cost.

23. (A)MAXIMUM DEMAND (MD) REGISTRATION:

The meter shall continuously monitor and calculate the average demand in KVA during the integration period set and the maximum, out of these, shall be stored along with date and time when it occurred in the meter memory. The maximum registered value shall also be made available on meter-display. The maximum demand will be computed from the main apparent energy register. The rising demand under the current integration period should be displayed along with the elapsed time. The integration period shall be set as 30 minutes, on real time basis starting from 00.00 H The principle of maximum demand calculation used by the Bidder should be explained in the offer.

(B)Maximum Demand Registration and MD resets : Meter shall continuously monitor and calculate the average maximum demand of each demand interval time of 30 minutes on real time basis and maximum of these in a calendar month shall be

Page 145: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

25 | P a g e

stored. The maximum demand shall automatically reset at 24.00 hrs. of the last date of each calendar month for which minimum 30 years calendar shall be programmed by the manufacturer. The cumulative kWh should also be recorded at 24.00 hrs. On the last date of each calendar month for previous 6 months.

24. MAXIMUM DEMAND RESET:

The auto reset facility of MD at pre-defined date & time shall be provided. The meter shall log on in the meter memory, average value of voltage & current for 15/30 minutes integration period, the maximum demand reset count, which should increment by one digit every time the MD is reset.

25. LOADS SURVEY CAPABILITY & BILLING POINT REQUIREMENTS:

For category “A” meter, load survey parameter shall be current-IR , current-IY, Current-IB, block Energy-KWh and block Energy-KVAh. Load survey period shall be 45 days with 30 minutes integration period. Meter Serial Nos. should be printed in each page of load survey sheet. The BCS parameters should not be editable. The programmable parameters shall be as per table No. 31 of IS: 15959.

26. HARMONICS MEASUREMENTS:

The accuracy of the meter shall not be affected by harmonics circulating in the system of magnitudes within permissible limits stipulated in relevant ISS/ IEC/CBIP Standards and CEA Regulations-2004. The meter shall display Total Energies as per IS: 15959 and same shall be logged in meter

memory and be capable to download at BCS end through HHU.

27. TAMPER AND FRAUD PROTECTION:

The meter shall at least be immune to tampers elaborated in IS:14697(Annexure G-10). The meter should have features to detect the occurrence and restoration of, at least, the following common ways of tamper and fraud: a) Missing Potential: The meter shall be capable of detecting and recording phase wise occurrences and restoration events of missing potential (one phase or two phases) as on meter terminals which can happen due to intentional / accidental disconnection of potential links (leads) with date and time, along with the total number of such events for all phases. Absence of one or more phase voltage from mains side should not be recorded as missing potential. b) Neutral Disturbance: The meter shall be capable of detecting occurrences and restoration of injection of spurious signals on the neutral of the meter, such as DC signals through diodes etc., which affect the meter functionality and energy recording. c) Current Reversal: The meter shall be capable of detecting and recording phase wise occurrences and restoration of current reversal of one or more phases. d) CT Short (Bypass) & Current Circuit Open (Failure): The meter shall be capable of detecting and recording occurrences and restoration of shorting (bypassing) and opening (failure) of any one or two phases of current circuit when the meter is connected to a 3 phase 4 wire system or 3 phase 3 wire system. The No-load condition should not be recorded as tamper. e) Current Unbalance: The meter shall be capable of detecting and recording occurrences and restoration of current unbalance as a tamper event only the threshold values for voltage, current and power factor etc. for the purpose of logging occurrence and restoration of various type of tamper shall be as per threshold. f) Magnetic Influences:

Page 146: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

26 | P a g e

The meter should record the presence of abnormal external magnetic fields along with date and time. Snapshots (numerical values) of voltage, current, power factor and energy (kWh) readings as well as the date and time of logging of the occurrence and restoration of all tamper events, subject to meter-memory space as described herein under, should be logged in the meter-memory and available for retrieving through the meter's optical port via CMRI and downloading to the BCS. g) Cover Open Tamper – If the meter cover is opened, the meter shall log this as tamper and shall display “Open” with date and time of such opening and should not restore in any condition (in power on as well as power off condition) in blinking display on the LCD alongwith other display parameters, so that it is immediately noticed by the meter reader and same shall be downloaded in CMRI. h) High voltage and high frequency- The accuracy of the meter should not be affected with the application of abnormal voltage/ frequency generating device such as spark dischager of approximately 35 KV. The meter shall be tested by feeding the output of such device(s)to meter in any of the following manner for 10 minutes:- i) On phase and neutral terminals. ii) On any connecting wires of the meters. iii) Voltage discharge with 0 to 10mm spark gap. iv) Spark on meter body. v) At any place in load circuit. The accuracy of the meter shall be checked before and after the application of above device(s) with site conditions.

28. TAMPER LOGIC:

Properly designed meter tamper logic should be provided the tamper logic should be capable discriminating the system abnormalities from source side and load side and it should not log / record tamper due to source side abnormality. There shall be three separate compartments for logging of different types of tampers as follows: Compartment No. 1: 40% of total tamper memory space shall be allocated for the current related tampers. Compartment No. 2: 40% of total tamper memory space shall be allocated for the potential related tampers . Compartment No. 3: 20% of total tamper memory space shall be allocated for the other tampers i.e. magnetic influence and neutral disturbance related tampers etc. Minimum 200 events (Occurrence & restoration as separate event) of all types of tampers with date & time shall be available in the meter memory on first in, first out basis. Other tampers as per IS: 15959

29. TAMPER PERSISTENCE TIME:

The persistence time for logging/ registration of an occurrence of a tamper should be 5 minutes +/- 10 seconds. The persistence time for logging of restoration of tamper should not be more than 60 seconds.

30. ACCURACY REQUIREMENT:

The accuracy of parameters measured by meters shall be tested in accordance with the relevant standards described in clause 2 of this specification. For apparent energy, accuracy testing shall be done in accordance with the provisions of Annexure G-7 of IS: 14697-1999. Time accuracy of the meter should be as per Annexure G-18 of IS: 14697-1999.

31. ELECTRICAL REQUIREMENT:

The electrical requirement of the meter shall be as specified in the relevant Standards described in clause 2 of this specification.

32. ELECTROMAGNETIC COMPATIBILITY AND INTERFERENCE:

Page 147: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

27 | P a g e

The meter shall meet EMI/EMC requirement as specified in the relevant Standards described in clause 2 of this specification and shall also be protected against radiated interferences from either magnetic or radio frequency sources.

33. MECHANICAL REQUIREMENT:The meter shall be capable of meeting the mechanical

requirement as specified in the relevant standards described in clause 2 of this specification. 34. CLIMATIC INFLUENCE REQUIREMENT:

The meter shall meet the requirement of dry heat / cold / damp heat / cold /damp heat cyclic test as per the relevant standards described in clause 2 of this specification.

35. MINIMUM TESTING FACILITIES:

The tenderer should have the necessary testing facility for carrying out the following tests: - i. AC voltage test. ii. Insulation resistance test. iii. Test of limits of errors. iv. Test of meter constant. v. Test of starting condition. vi. Test of no load condition. vii. Repeatability of error test. viii. Test for power consumption ix. Vibration test. x. Tamper conditions-as per purchaser specification. xi. Shock test.

Notes: - a) Manufacturer should possess fully computerized Meter Test Bench system for carrying out the relevant routine/acceptance tests as well facility to generate Test Reports for each and every meter tested. b) Manufacturer should have duly calibrated Electronic Reference Standard (ERS) meter of class 0.05accuracy or better. Where testing facilities do not exist at the Supplier’s Works for Shock and Vibration Testing as per the relevant standards, these two tests may be carried out in accordance with the provisions of IS: 13010 with latest amendments. 36. TESTS:

The test reports/certificate/records for all type tests specified having been successfully performed on the type of the meter offered shall be submitted with the tender. The bidder shall clearly bring out the deviations from this specification clause whether on account of tests or manufacturing process or features incorporated in the meter. The tender lacking with above information and without supporting test reports for meter meeting the requirement of tests laid in this specification are likely to be rejected. a) Type tests :

The Energy meter compatible with DLMS protocol offered shall be fully type tested at any NABL accredited test laboratories as per relevant standards. The bidder shall furnish two sets of type test reports along with the bid. The Type test reports shall not be more than two years old from the date of opening of bid. Beside above bidder should also submit the test report from CPRI, Bangalore along with the bid for the latest version of the “Indian standard on data exchange for electricity meter reading, tariff and load control – companion specification” IS 15959 released by BIS. b) Acceptance tests :

The Supplier in the presence of the Purchaser’s representative shall carry out all acceptance tests as stipulated in the relevant standards. The following additional tests shall also be carried out on meters from each lot offered for inspection as per the relevant standards on selected samples: - Shock test. - Vibration test. - Magnetic Induction of External Origin, and

Page 148: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

28 | P a g e

-Verification of tamper and fraud detection features and threshold values as per specifications and subsequent agreement between the Supplier and Purchaser. Note: Where testing facilities do not exist at the Supplier’s works for shock and vibration testing as per the relevant standards, these two tests may be carried out in accordance with the provisions of IS: 3010 with latest amendments. c) Routine test :

All routine tests as stipulated in the relevant standards shall be carried out and routine test certificates/reports shall be submitted to the Purchaser for approval and also placed inside individual meter packing. 37. QUALITY ASSURANCE PLAN:

The Bidder shall invariable furnish the following information along with bid, failing which his bid shall be liable for rejection. Information shall be separately given for individual type of material offered. (i) 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 in presence of Bidder’s representative and copies of test certificates.

(ii) Information and copies of test certificates as in (i) above in respect of bought out accessories. (iii) List of manufacturing facilities available. (iv) Level of automation achieved and list of areas where manual processing exists. (v) List of areas in manufacturing process where stage inspections are normally carried out for

quality control and details of such tests and inspections. (vi) List of testing equipment available with the bidder for final testing of equipment specified and

test-plant limitations, if any, vis-à-vis the type, special acceptance and routine tests specified in the relevant standards and this specification. These limitations shall be very clearly brought out in a separate schedule of deviations from specified test requirements.

The successful bidder shall within 30 days of placement of order, submit following information to the purchaser: (i) List of raw materials as well as bought out accessories and the names of sub-suppliers selected

from those furnished along with offers. (ii) Type test certificates of the raw materials and bought our accessories if required by the

purchaser. (iii) Quality assurance plan (QAP) with hold points for purchaser’s inspection. The quality assurance

plan and purchasers hold points shall be discussed between the purchaser and bidder before the QAP is finalized.

The contractor shall operate systems, which implement the following: i) Hold point: A stage in the material procurement or workmanship process beyond which work shall not proceed without the documental approval of designated individuals or organizations. The purchaser’s written approval is required to authorize work to progress beyond the hold points indicated in quality assurance plans. ii) Notification Point: A stage in the material procurement or workmanship process for which advance notice of the activity is required to facilitate witness. If the purchaser does not attend after receiving documented notification in accordance with the agreed procedures and with the correct period of notice then work may proceed. The successful bidder shall submit the routine test certificates of bought out accessories and central excise passes for raw material at the time of routine testing if required by the purchaser and ensure that Quality Assurance requirements of this specification are followed by the sub-contractors. The Quality Assurance programme of the contractor shall consist of the quality systems and quality plans with the following details: i) Quality System : - The structure of the organization. - The duties and responsibilities assigned to staff ensuring quality of work. - The system for purchasing, taking delivery and verification of materials. - The system for ensuring quality workmanship.

Page 149: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

29 | P a g e

- The system for retention of records. - The arrangements for contractor’s internal auditing. - A list of administration and work procedures required to achieve and verify contract’s quality requirements. These procedures shall be made readily available to the project manager for inspection on request. ii) Quality Plans : - An outline of the proposed work and programmed sequence. - The structure of the contractor’s organization for the contract. - The duties and responsibilities assigned to staff ensuring quality of work. - Hold and Notification points. - Submission of engineering documents required by the specification. - The inspection of materials and components on receipt. - Reference to the contractor’s work procedures appropriate to each activity. - Inspection during fabrication/construction. - Final inspection and test. 38. INSPECTION:

The purchaser’s representative may carry out the inspection during manufacture and before dispatch. The supplier shall keep the purchaser informed in advance, about the manufacturing programme so that the purchaser can arrange for inspection. The manufacturer shall grant free access to the purchaser’s representative at a reasonable time, when the work is in progress. Inspection and acceptance of any equipment under this specification by the purchaser shall not relieve the supplier of his obligation of furnishing the equipment in accordance with the specification and shall not prevent subsequent rejection if the equipment is found to be defective. All acceptance tests including other special tests as given in this specification and inspection shall be gone at the place of the manufacturer unless otherwise especially agreed upon by the Bidder and Purchaser at the time of purchase. The purchaser reserves the right to insist for witnessing the acceptance/routine testing of the bought out items. The supplier shall give 15 days advance intimation to enable the purchaser to depute his representative for witnessing the acceptance and routine tests. Material shall be despatched only after getting the dispatch authorization from the purchaser or his authorized representative, after successful inspection/testing. The bidder shall afford the inspectors representing the purchaser all reasonable facilities without charge, to satisfy him that the equipment is being furnished in accordance with this specification during stage inspection, if any, and final inspection. 39. NUMBER OF SAMPLES AND CRITERIA FOR CONFORMITY: The recommended sampling plan and the criteria for acceptance of the lot shall be as per Annexure-E of IS: 14697:1999 for the type of meters covered in this specification. 40. PACKING: a) The equipments shall be suitably packed in order to avoid damage or disturbance during transit or handling. Each meter may be suitably packed in the first instance to prevent ingress of dust and moisture and then placed in cushioned carton of a suitable material to prevent damage due to shocks during transit. The lid of the cartoon may be suitably sealed. A suitable number of sealed cartons may be packed in a case of adequate strength with extra cushioning, if considered necessary. The cases may then be properly sealed against accidental opening in transit. The packing cases may be marked to indicate the fragile nature of the contents. b) The following information shall be furnished with the consignment : - Name of consignee. - Details of consignment. - Destination. - Total weight of consignment. - Sign showing upper/lower side of the crate. - Sign showing fragility of the material. - Handling and unpacking instructions. - Bill of material indicating contents of each package and spare materials.

Page 150: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

30 | P a g e

41. DOCUMENTATION:

All drawings shall conform to International Standards Organization(s) ISO) ‘A’ series of drawings sheet/Indian Standards Specifications IS: 656. All drawings shall be in ink and suitable for microfilming. All dimensions and data shall be in S.I. Units. List of drawings and documents: - The bidder shall furnish the following along with bid: i) Two sets of drawings showing clearly the general arrangements, fitting details, electrical connections etc. ii) Technical leaflets (User’s Manual) giving operating instructions for the meter. The manufacturing of the equipment shall be strictly in accordance with the approved drawings and no deviation shall be permitted without the written approval of the purchaser. All manufacturing and fabrication work in connection with the equipment prior to the approval of the drawing shall be at the supplier’s risk. Approval of drawings/work by purchaser shall not relieve the supplier of his responsibility and liability for ensuring correctness and correct interpretation of the drawings for meeting the requirements of the latest revision of application standards, rules and codes of practices. The equipment shall conform in all respects to high standards of engineering, design, workmanship and latest revisions of relevant standards at the time of ordering and purchaser shall have the power to reject any work or materials which in his judgment is not in full accordance therewith. The successful Bidder shall, within weeks of placement of order, submit three sets of final versions of all the drawings as stipulated in the purchase order for purchaser’s approval. The purchaser shall communicate his comments/approval on the drawings to the supplier within two weeks. The supplier shall if necessary modify the drawings and resubmit three copies of the modified drawings for their approval. The supplier shall within two weeks submit 30 prints and 2 good quality report copies of the approved drawings for purchaser’s use. Eight sets of operating manuals/technical leaflets shall be supplied to each consignee for the first instance of supply. One set of routine test certificate shall accompany each dispatch consignment. The acceptance test certificates, in case pre-despatch inspection or routine test certificates, in cases where inspection is waived, shall be got approved from the purchaser. 42. GENERAL INFORMATION:

(a) Frequent changes in specifications during currency of contract will be avoided and if required the same shall be effected on mutually agreed basis.

(b) For any further query regarding DLMS protocol refer to document IS:15959 for Data Exchange for Electricity meter reading, tariff and load control.

(c) Nigam is not averse to deciding tenders on differential prices to getbetter quality meters. (d) Rates of new firms will not form basis for rates of regular suppliers.

43. Tamper Logics for LT-TVM Persistence time: 5 Min. and Restoration Time: 1 Min.

Page 151: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

31 | P a g e

Page 152: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

32 | P a g e

GUARANTEED PARTICULAR FOR 3 PHASE 4 WIRE LT TRIVECTOR METER OFACCURACY

CLASS 0.5S WITH DLMS PROTOCOL CATEGORY “A”.

S N. Description Requirement as per

specifications

Technical Particulars offered

1 a) Name and address of

manufacturer

b) Type /designation of meter

offered.

c) Class of accuracy of

i. KWh Recording ii) KVArh Recording iii) KVAh Recording iv) KVA MD Recordin

Class 0.5S

Class 0.5S

Class 0.5S

Class 0.5S

d) Standard applicable IS:14697 / IEC:60687

/CBIP-304 & as per

IS:15959

e) Whether meter bears BIS

certification mark

2 Type of meter (i.e. No. of

element)

3 Phase 4 wire LT, 3

element type meter.

3

a) Reference Voltage 240V(Phase to neutral)

b) Basic current 5 Amps.

c) Maximum continuous current 10 Amps.

d) Power supply variation:

Whether meter is suitable for

working with following supply

system variation.

Offered meters are capable

to work satisfactorily under

following range:

i. Specified operating range 0.8 to 1.15 V of Vref.

i. Limit range operation 0.7 to 1.2 V of Vref.

ii. Frequency range 50 Hz ±5% Hz. (Ref.

freq.50Hz)

e) Power factor range 0 lag – unity – 0 lead.

f) Ambient temperature range (-)5°C to (+) 60°C

g) Whether meter base and

cover are ultrasonically

welded.

h) Material used for meter

housing

Engineering plastic

material will be used for

meter base, cover,

terminal block housing and

terminal block cover.

Terminal block cover will

be transparent.

i. Meter Base

ii. Meter Cover

iii. Terminal Block Housing

iv. Terminal Block Cover

Page 153: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

33 | P a g e

S N. Description Requirement as per

specifications

Technical Particulars offered

(Transparent)

i) Whether components on the

PCB are surface mounted?

All components on the PCB

will be of SMT type.

j) Whether all parts that are

likely to develop corrosion

are effectively protected

against corrosion? If so,

name the type of treatment

for this purpose.

Yes, protected with

conformal coating on

electronic component.

k) Whether sealing arrangement

provided on front side of

meter for following:

Following type of sealing

arrangement will be

provided for offered

meters:

i. Meter Body Arrangement of two seals

(can be sealed by

purchaser on front side)

ii. Terminal cover Arrangement of two seals

(can be sealed by

purchaser on front side)

iii. M.D. reset button (only if

button provided)

Communication port

M.D. reset push button not

provided

Arrangement of one seal

through optical cover,

which can be sealed by

purchaser

iv. Sealing arrangement should

be explained by the bidder in

their offer.

l) Whether name plate provided

on meter bear the

information as per IS:15959

All the information as

required in col.1 will be

provided on meter rating

plate.

m) Whether meter serial No is

i. Programmed into meter memory for identification through HHU.

ii. Available on meter display.

iii. Available through bar code with month & year.

i) Yes to be programmed into meter memory for identification through HHU.

ii) Yes required. iii) Yes, required

n) Insulation resistance As per the CBIP Report

No.304/ IEC62052-11-

2003

o) A.C. (rms) withstands voltage

for current circuits and metal

case.

As per the CBIP Report

No.304/ IEC62052-11-

2003

Page 154: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

34 | P a g e

S N. Description Requirement as per

specifications

Technical Particulars offered

p) Burden and watt loss of

voltage circuit per phase.

As per the CBIP Report

No.304 or IEC62052-11-

2003

q) Burden of current circuit per

phase.

As per the CBIP Report

No.304 or IEC62052-11-

2003

r) Size and material of current/

potential /neutral terminal

Brass M-3/M-4 size of

screws will be provided for

voltage, current & neutral

terminals.

s) Terminal hole size for current Approx. 4.5mm ±0.6mm

t) No. & size & material of

screws for each current

terminal

Two numbers M-4 size of

screws

u) Size of terminal hole for

potential terminal.

Appx. 3.0 mm ±0.5mm

v) No. and size and material of

screws for each potential

terminal.

Two numbers of M-3 size

w) Whether earthing terminal

provided outside or inside the

meter body.

x) Overall dimension of meter

with ±% tolerance.

y) Weight of the meter. As per design

z) Short time current withstands

capability.

As per CBIP Report No.304

or IEC:62052-11-2003

Za) Minimum centre-to-centre

distance between adjacent

terminals.

Minimum centre-to-centre

distance between adjacent

terminals will be 11.4mm

4.

A) Whether display parameters

are available If Yes, please

also describe method of

displays:

Parameters will be

displayed as per IS:15959

5 i)

ii)

iii)

iv)

Whether meter is provided

with test output accessible

from the front of the meter?

Details of test output

deviceprovided for kWh,

KVARh& KVAH.

Necessary number of pulse

count(s) to ensure

measurement of accuracy of

Yes, to be Provided in the

form of a blinking LED.

To be Provided in the form

of single LED for all the

three vectors.

Pulses for load >10% & for

load <10% to be provided.

Yes, It shall be possible to

Page 155: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

35 | P a g e

S N. Description Requirement as per

specifications

Technical Particulars offered

at least 1/10 of class of

meter.

Whether it is possible to

satisfactorily conduct

accuracy test at lower load in

less than 5 minutes and

starting any test in less than

10 minutes.

conduct accuracy test at

lower load within its limits

6 Whether meter is provided

with a galvanically isolated

communication port suitable

for data transfer through

either CMRI or a remote

device or both

Yes, galvanically isolated

communication port is to

be provided through CMRI

and through external

modem over telephone

line.

7.

a)

b)

Memory

Type (Non volatile or battery

backed)

Non volatile memory

retention time in absence of

power

Non volatile memory

Minimum 10 Years

8. Whether meter remains in

powered up condition in the

event of non availability of

any one of three potential

and or neutral i.e. with any

two potentials and neutral?

Yes, meter will remain

powered up as long any

two live wires are

connected to the meter

including neutral or not.

9. Maximum demand

registration & load survey

capability

i) Integration period for maximum demand in KVA

ii) calculation – real time or other explain

iii) Whether load survey for minimum 45 days with integration period of 30 minutes & 22 days for 15 minutes integration period is provided for minimum five parameters for different categories.

30 minutes, block

integration period

Real time basis

For category “A” meter,

load survey parameter

shall be current-IR,IY,IB,

block energy-kWh and

block energy-kVAh. Load

survey period shall be 45

days with 30 minutes

integration period.

Page 156: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

36 | P a g e

S N. Description Requirement as per

specifications

Technical Particulars offered

iv) Whether load survey is provided in terms of bar chart as well as in spreadsheet?

Yes, to be provided in the

term of bar chart as well

as in spreadsheet.

10. Whether following additional

parameters are made

available for viewing /

printing at the BCS end

i) Meter reading count ii) MD reset count iii) Billing parameters as per

IS:ETD 13 (6211) iv) Number of power failures

and cumulative Power failure duration

Yes, to be provided

11. Whether meter is capable

of registering

i) TOD energy consumption & apparent demand (KVA)?

ii) In built capacity for total time zones. How many zones presently defined.

iii) Is it possible to change time period for TOD zones through BCS with authentic pass word

Refer Annexure E Table

No. 29 of IS:15959

Eight TOD energy &

demand registers.

Yes, It shall be possible

through BCS with

authentic password.

12. Whether meter is capable

to measure and register

i) Total energy i.e. fundamental + Harmonics energy?

ii) Whether BP active, Reactive and apparent energy are total

13.

Whether meter is capable of

performing complete self

diagnostic check to ensure

integrity of data memory

location all the time? Explain

how.

Yes, NVM fail flag shall be

available at BCS

14. Whether meter is capable of

detecting following common

ways of tampering:

i) Missing Potential. ii) Neutral disturbance

Yes

Yes

Page 157: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

37 | P a g e

S N. Description Requirement as per

specifications

Technical Particulars offered

iii) CT Polarity Reversal iv) CT short (Bypass)/ Open. v) Current unbalance vi) Magnetic Influence vii) Cover Open tamper

Yes

Yes

Yes (if unbalance is greater than 30%)

Yes

Yes

15. i) Whether meter functions

even if any one phase is not

available.

Ii) Whether meter functions even if the spurious signals are injected on the neutral of the meter such as DC signals through diodes etc.

Yes, the meter should

functions as long as any

two wires are connected to

the meter terminals.

Yes, the meter functions

even if the spurious signals

are injected on the neutral

of the meter such as DC

signals through diodes etc.

16 Whether snap shots

(numerical values) of voltage,

current, Power factor &

energy(KWH) reading at the

time of logging and

restoration any tamper event

are available at the BCS end

to analyze the recorded

tamper events?

Yes, snap shots of

individual voltages,

current, power factors,

active energy at the time

of tampering logging shall

be available at BCS.

17 Minimum number of tamper

events, which the meter can

record. Explain tamper logic.

Compartment no.1:-

40% of total tamper

memory for the current

related tampers.

Compartment No. 2:-

40% of total tamper

memory for the potential

related tampers.

Compartment No. 3:-

20% of total tamper

memory for the other

tampers.

18 Whether meter is designed in

such a way that it would not

record tamper under known

Yes

Page 158: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

38 | P a g e

S N. Description Requirement as per

specifications

Technical Particulars offered

system abnormal condition?

19 i) Persistence time for logging/ occurrence of tamper.

ii) Persistence time for logging restoration of tamper.

5 minutes

Tampers will be restored

with in 60 seconds.

20 Energy measurement details:

-

a) Type of registering

mechanism

b) No. of digits in registering

mechanism

c) Starting current at

minimum rated voltage

and unit power factor( %

of Ib)

d) Percentage error at unit

power factor:

i) 5% of rated current.

ii) 20 to 200% of rated current.

e) Percentage error at 0.5

lag. Power factor:

i) 10% of rated current. ii) 20 to 200% of rated

current.

f) Percentage error with ±

5% variation in frequency at:

Electronic non-volatile

memory & LCD display

Seven digit and additional

characters for annunciation

of displayed parameters.

0.1% of Ib. As per

applicable standard.

Percentage error at unit

power factor:

As per applicable standard

As per applicable standard

Percentage error at 0.5 lag

power factor:

As per applicable standard

As per applicable standard

Percentage error with ±

5% variation in frequency

at:

As per applicable standard

As per applicable standard

Page 159: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

39 | P a g e

S N. Description Requirement as per

specifications

Technical Particulars offered

i) Unity P.F.

ii) 0.5 Lag. P.F.

g) Change of error due to

variation in voltage.

A) At 20% above rated voltage, unity P.F. &

i) Rated current.

ii) 10% rated current.

B) At 20% below rated voltage, unity P.F. &

i) Rated current.

ii)50% rated current.

iii) 10% rated current.

h) Change of error due to self

heating at rated current and

rated voltage and-

i) Unit PF

ii) 0.5 lag P.F.

i) Change of error under influence of external A.C. and D.C. magnetic field as per IS and specifications.

Change of error due to

variation in voltage.

As per applicable standard

As per applicable standard

As per applicable standard

As per applicable standard

21 Year since when the design

offered is in vogue.

22 Reference of certification

mark/license

Page 160: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

40 | P a g e

S N. Description Requirement as per

specifications

Technical Particulars offered

23 Is the meter capable of

recording correctly both

under balance/ unbalanced

load conditions?

Yes

24 The requisite details and

description of facility to read

meter in the absence of

power.

In absence of power,

meter can be read through

an external battery pack

through inductive coupled

arrangement as per IS.

25 Miscellaneous

a) Is the meter independent of phase sequence i.e. can the meter record correctly even if the phase sequence of supply is changed.

b) Is the meter capable of recording correctly under low load conditions. If so up to what % of full load.

c) Is the resetting of demand and read facility dependent on availability of main power supply?

d) Whether Meter software residing in the meter is suitable for communication with CMRI confirming to CBIP Technical Report No. 111?

e) Whether meter reading count increase by one number every time the meter is read successfully.

f) Whether meter is capable to withstand phase to phase voltage between any phase & neutral

g) Whether meter terminal cover is of extend type and transparent

h) What type of indication provided for ascertaining healthiness of individual phases

i) Whether meter continuous to operate satisfactorily in absence on neutral

Yes

As per relevant standard

Yes

Yes

Yes

Yes

Yes

Yes

Yes

Meter can be read in

condition of total power

failure through external

battery pack

Yes shall be available at

BCS end

Yes

Yes

Yes

Yes

Yes required

Page 161: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

41 | P a g e

S N. Description Requirement as per

specifications

Technical Particulars offered

j) What arrangement does the meter have for transferring data to CMRI & reading parameter on display in condition of total power failure

k) Whether snap shot for following parameter are available at the time of registration of occurrence / restorations of any tamper voltage

i) Voltage ii) Current

iii) Power factor

iv) Energy reading( kWh I )

l) Whether sample of offered meter has been furnished along with tender offer? If Yes give detail such as serial no. type etc.

26.

Principle of operation of the

meter outlining the method

and stages of computation of

various parameters starting

from input voltage and

current signals including the

sampling rate application.

It shall be supplier specific

Details shall be mentioned

27. Method adopted to transform

voltage and current to the

desired low values with

explanation on devices used

such as CT. PT or potential

divider as to how they can be

considered superior in

maintaining ratio and phase

angle for variation of

influence quantities and

during its service period.

Detail shall be mentioned.

28. Detail of memory used in the

meter if applicable should be

furnished by the

manufacturer

Non-volatile memory

suitable to meet

requirement of this offer.

Page 162: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

42 | P a g e

S N. Description Requirement as per

specifications

Technical Particulars offered

29 Details of programmable

parameters facilities under

the following categories:

i) Factory Programmable

ii) User Programmable

All the feature’s available

in meter are factory

programmable except user

programmable features.

Following are user

programmable

a) Real time clock date and time

b) Demand Integration period

c) Profile capture period. d) Single-action schedule

for billing dates e) Activity calendar for

time Zones etc.

30 Whether meter cover is

ultrasonically welded with

meter base

i) Sample with offer not require US welded. ii) Sample before commencement and supplies against PO required US welded

Page 163: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

43 | P a g e

TECHNICAL SPECIFCATION OF GSM/GPRS modem

Modem Specifications: The modem shall be suitable for communication with electronic energy meter. The modem shall be used for remote meter reading of electronic energy meters via GPRS infrastructure. Various features of intelligent GPRS modem are described as below:

(i) Power Supply Section:

a. The modem shall have three phase AC input supply and should be capable of proper functioning within the power supply range of 50 to 540V AC, 50 Hz.

b. Withstand capacity against surges should be upto 10 KV.

(ii) Communication Interface: a. The RS232 output shall be provided on a 9-pin female connector for connection to

electronic energy meter’s optical/ serial communication port through suitable communication cable.

b. Communication to external world using GPRS.

(iii) GSM / GPRS Section:

a. The modem shall operate in Dual Band GSM 900/1800MHz. b. The modem shall be compliant with ETSI Phase 2 Standard.

� Class4 (2W) @ 900 MHz � Class 1 (1W) @1800 MHz

c. Circuit switch data transmission rate up to 14.4 Kbit/Sec. d. GPRS class B and Multi slot class 10 support e. Packet Channel Support: PBCCH f. Coding Schemes: CS1 to CS4

(iv) RF section:

a. SMA (F) interface shall be provided on the enclosure for Antenna connection. b. Gain of Antenna should be of 5 dbi.

(v) SIM Card Section:

a. For placing the SIM Card, a SIM card holder shall be provided on the modem and shall be accessible from outside without opening the modem enclosure.

b. The SIM Card supported shall be of 3V Interface. c. SIM card holder shall be provided with suitable sealing provision on the device cover.

(vi) Network Identification Section:

a. The modem shall perform auto network registration at power up. b. Three different coloured LEDs shall be provided on the modem which shall depict the

current functioning status. � Power / Network Registration / Signal strength - RED colour � Data transfer between Meter and Modem - Yellow colour � Data transfer on GSM / GPRS - Green Colour

(vii) IS/IEC Specifications:

The modem shall meet the following IS/IEC specifications:

1 Impulse voltage test IEC61000-4-5(95-03) 2 AC voltage test IS13779:1999 3 Insulation resistance test IS13779:1999 3 Electrostatic Discharge (ESD) IEC61000-4-2(1995-

Page 164: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

44 | P a g e

02) 4 Electromagnetic radiated HF susceptibility IEC61000-4-3(1995-

02) 5 Fast transient Burst test IEC61000-4-4(1995-

02) 6 Radio Interface Measurement (CS) IS6842 7 Surge Immunity test IEC61000-4-6 9 Dry Heat Test IS-13779:1999 10 Cold Test IS-13779:1999 11 Damp Heat Cyclic Test IS-13779:1999

12 Vibration test IS-13779:1999 13

Shock test IS-13779:1999

14 Spring Hammer test

IS-13779:1999

(viii) Environmental specifications:

a. Operating temperature range : -10 degrees to +55 degree b. Humidity : 95% RH (non – condensing)

(ix) Mechanical Specifications:

a. Mounting Arrangement: A suitable wall mounting arrangement shall be provided. b. The modem shall comply with IP51 rating. c. Sealing Arrangement: The base and top cover shall have a suitable sealing arrangement d. The modem shall be housed in an enclosure of engineering plastic.

(x) Memory:

a. The modem shall have minimum memory of 256 KB.

(xi) Functional specifications: The modem should be an intelligent device and capable of providing the following functionalities on GSM/ GPRS network with suitable AMR Software: a. The modem should establish the communication channel between meter and Central

station software for data transfer. b. It shall be possible to configure the modem to work with any make of meter in

transparent mode. c. It shall be possible to configure the modem for communication media (GPRS), Baud rate,

and GPRS settings (i.e. APN number, user name and password) d. Modem shall send SMS on power off and power on condition.

(xii) INSPECTION:

The purchaser’s representative may carry out the inspection during manufacture and before dispatch. The supplier shall keep the purchaser informed in advance, about the manufacturing programme so that the purchaser can arrange for inspection. The manufacturer shall grant free access to the purchaser’s representative at a reasonable time, when the work is in progress. Inspection and acceptance of any equipment under this specification by the purchaser shall not relieve the supplier of his obligation of furnishing the equipment in accordance with the specification and shall not prevent subsequent rejection if the equipment is found to be defective. All acceptance tests including other special tests as given in this specification and inspection shall be gone at the place of the manufacturer unless otherwise especially agreed upon by the Bidder and Purchaser at the time of purchase. The purchaser reserves the right to insist for witnessing the acceptance/routine testing of the bought out items. The supplier shall give 15 days advance intimation to enable the purchaser to depute his representative for witnessing the acceptance and routine tests. Material shall be despatched only after getting the dispatch authorization from the purchaser or his authorized

Page 165: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

45 | P a g e

representative, after successful inspection/testing. The bidder shall afford the inspectors representing the purchaser all reasonable facilities without charge, to satisfy him that the equipment is being furnished in accordance with this specification during stage inspection, if any, and final inspection.

(xiii) Type tests : The GSM/GPRS modem shall be fully type tested at any NABL accredited test laboratories as per relevant standards. The bidder shall furnish two sets of type test reports along with the bid. The Type test reports shall not be more than two years old from the date of opening of bid. Beside above bidder should also submit the test report from CPRI, Bangalore along with the bid.

Page 166: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

46 | P a g e

Guaranteed Technical Particulars for GSM/GPRS modem

Sr.

No.

Item Bidder’s Particular

1. Operating Band - Dual Band EGSM 900/1800 MHz

2. GPRS class B and Multislot class 10 support

3. Interface with electronic energy meter - RS232 D type 9F connector

4. Dual band external antenna of 5 dBi gain with SMA connector

5. Three phase power supply input (50 V to 540 Volts AC, 50 Hz)

6. Surge withstand capacity - 10 kV

7. Enclosure material - Engineering plastic

8. Sealing - The modem base and top cover shall have suitable arrangement for sealing.

9. Modem should be provided with three different coloured LED’s indicating its functioning status; LED’s should be visible externally.

10. SIM card holder – to be accessible from outside without opening the modem enclosure

11. Internal Memory – 256 KB

12. IP-51

13. SMS on power off and power on condition

Page 167: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

47 | P a g e

TECHNICAL SPECIFICATION FORRESIN CAST RING TYPE LT CURRENT TRANSFORMER

1. SCOPE The scope of specification covers supply and delivery of set of 4 nos. of Resin cast LT Current transformer (CT), of accuracy class 0.5s for each meter / Distribution transformer. CT’s should be suitable to mount indoor type inside box. All requisite cable (copper) to be required to complete the system operative is to be included in the prices of CTs also. The wiring of CTs shall terminate to meter.

2. APPLICABLE STANDARDS

The offered CTs shall comply with IS: 2705/1992 (Part- I & II) and the latest version thereof.

3. TYPE AND RATING OF L.T.CURRENT TRANSFORMERS a) Nominal system voltage : 415 Volts b) Highest system voltage : 660 Volts c) Insulation level (HVPF test : 3 KV voltage for 1 minute) d) Frequency : 50 Hz e) Transformation ratios : 400/5A, 600/5A & 800/A f) Type : Ring Type g) Rated output : 5VA h) Class of accuracy : 0.5s i) Short time thermal current : Minimum 5 K Amp. for one second j) Rated continuous thermal current : 120% of the rated primary current k) Instrument security factor : Shall not exceed 5. l) Ratio(current)error max. :Shall not exceed the values prescribed in IS:2705/1992. m) Phase angle error max. : Shall not exceed the values prescribed in IS2705/1992 n) Temperature rise : Shall not exceed the values prescribed in IS:2705/1992. o) Current Density (max.) : 1.6 A/ Sq. mm of copper conductor p) Secondary Cross-section area (Minim) : 1.55 Sq. mm of copper conductor q) CTs should be suitable for indoor installation inside the box.

The CT ratio shall be selected in such a way that CTs shall carry about 70-80% load on full load of

DT.

4. GENERAL TECHNICAL DESCRIPTION OF RESIN CAST RING TYPE L.T. CURRENT

TRANSFORMERS: i) The current transformer shall have an opening in the center to accommodate a primary

conductor which may be cable / bus-bar. The current transformers shall have rated burden as 5 VA burden for all ratios and class of accuracy as 0.5s. The terminals should be complete with connecting screws, nuts and washers. The secondary terminals of LT CTs shall be tin plated brass (with maximum current density of 1.6 Amp. / Sq. mm.)

ii) The current transformers shall be of Resin cast type. The L.T. current transformers shall be complete with transparent terminal cover on secondary terminals along with proper sealing arrangement independently. CTs are to be supply duly mounted in Box in such case all required Hardware such as lugs mounting nut bolt washers shall be in the scope of bidder.

iii) The minimum internal diameter of the CTs should be 50 mm for 400/5A, 60mm for 600/5A

and 85mm for 800/5A current rating. iv) The polarity marking on the CT primary & secondary side should be engraved. v) One sealing arrangement should be provide with proper alignment.

Page 168: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

48 | P a g e

vi) Plastic sealing cover on the secondary terminal side should have opening on only one side with two hole of size 5 mm dia max. for taking out secondary connection from one side only.

vii) For tightening the secondary connection wires in addition to one nut should be provide. viii) The colour of shall be intimated at the time of order, generally it shall be brick red. ix) CTs having BIS certification shall be Preferred.

5. GUARANTEED TECHNICAL PARTICULARS AND DRAWINGS:

Guaranteed technical particulars in the proforma enclosed with the specification shall be furnished along with the detailed general arrangement, dimensional drawing showing fixing arrangements, connection diagrams etc., with the tender. Particulars, which are subject to guarantee, shall be clearly marked. The offers without complete guaranteed technical particulars and detailed drawings shall not be considered.

6. INSTRUCTIONS MANUALS: The successful tenderers shall have to supply ten sets of operating and maintenance instruction manuals along with the erection manuals and requisite sets of drawings of the equipments, covered by this specification, if required. One set of above manuals and drawing shall also be sent along with each set of LTCT.

7. TESTS: 7.1. Each equipment shall comply with and shall be subjected to all routine tests prescribed in

relevant IS: 2705/1992. 7.2. Certified copies of test reports of all tests obtained from any NABL testing laboratory on

similar equipment as per relevant standard in respect of various equipment included in this specification shall be furnished along with the tender. The type test report shall not be older than 3 years from date of opening of tender.

7.3. In the event of order, the tenderers shall have to get conducted temperature rise test at 120% of rated primary current and instrument security current test on one equipment for each CT ratio in the presence of our inspecting officer as per latest relevant IS without any extra charges.

7.4. In case short time current test reports on similar equipments as offered is not furnished with the offer, the offer shall not be considered. The tenderer shall furnish the type test report preferably for the lowest/lower ratio(s) CTs and they shall have to furnish the necessary calculations on the basis of type test reports furnished to show that the offered L.T. CTs of various CT ratios are capable to withstand short circuit level as required.

7.5. Routine tests as per relevant standard along with accuracy test as per clause 7.1 of IS:2705 (Part.II) shall be carried out on each equipment covered by this specification in the presence of purchaser's representative. All tests reports shall be submitted and got approved from the purchaser before dispatch of the equipment.

8. COMPLETENESS OF EQUIPMENT:

Any fittings, accessories of material which may have not been specifically mentioned in this specification, for LT CTs covered under the scope of this enquiry, but which are usual or necessary for the equipment shall be deemed to have been included in this specification. All equipments shall be complete in all respects whether such details are mentioned in the specification or not.

9. NAME PLATE AND MARKING:

The ratio, VA burden, class of accuracy, name of manufacturer/monogram & year of manufacturing shall be double etching on the nameplate of CT. The ratio & polarity should be embossed on the body of the LT CTs. In addition name plate of anodized aluminum indicating the necessary details, year of manufacture etc. it shall be provided in such a manner that the

Page 169: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

49 | P a g e

information is clearly visible and effectively secured against removal having markings as per requirement of ISS.

10. INSPECTION: The purchaser’s representative may carry out the inspection during manufacture and before dispatch. The supplier shall keep the purchaser informed in advance, about the manufacturing programme so that the purchaser can arrange for inspection. The manufacturer shall grant free access to the purchaser’s representative at a reasonable time, when the work is in progress. Inspection and acceptance of any equipment under this specification by the purchaser shall not relieve the supplier of his obligation of furnishing the equipment in accordance with the specification and shall not prevent subsequent rejection if the equipment is found to be defective. All acceptance tests including other special tests as given in this specification and inspection shall be gone at the place of the manufacturer unless otherwise especially agreed upon by the Bidder and Purchaser at the time of purchase. The purchaser reserves the right to insist for witnessing the acceptance/routine testing of the bought out items. The supplier shall give 15 days advance intimation to enable the purchaser to depute his representative for witnessing the acceptance and routine tests. Material shall be despatched only after getting the dispatch authorization from the purchaser or his authorized representative, after successful inspection/testing. The bidder shall afford the inspectors representing the purchaser all reasonable facilities without charge, to satisfy him that the equipment is being furnished in accordance with this specification during stage inspection, if any, and final inspection.

11. Type tests : The CTs shall be fully type tested at any NABL accredited test laboratories as per relevant standards. The bidder shall furnish two sets of type test reports along with the bid. The Type test reports shall not be more than three years old from the date of opening of bid.

Page 170: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

50 | P a g e

GUARANTEED TECHNICAL PARTICULARS

FOR RING TYPE LT CURRENT TRANSFORMER

S.

N.

Description Technical Particulars

1 Manufacturers name & country of Origin

2 Type , Designation

3 Type of C.T.s

a Insulation material - Resin cast

b Any other type / details

4.a Nominal system voltage

b Highest system voltage

5 Insulation level :

6 High voltage power frequency with stand

west voltage on

a Primary windings

b Secondary windings

7 Frequency

8 Transformation ratio (s)

9 Rated output in VA

10 Class of accuracy : 0.5s

11 Short time current rating : 5 KA for 1 Sec.

12 Rated continuous thermal current

13 Instrument security factor less than 5

14 Ratio ( current ) error ( Max. )

15 Phase angle error ( Max. )

16 Max. temperature rise of windings over

ambient temperature over 50 Deg. C

17 Detail of secondary windings

a Material of conductor

b No. of turns

c Any other details

18 Details of terminal cover with sealing

19 Whether type test certificates enclosed

20 Approx. weight and size

21 Over all dimensions

22 Class of Insulation :

23 Insulation material used

24 ISI Certificates no & Validity

Page 171: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

51 | P a g e

TECHNICAL SPECIFICATION FOR SMC DTC METER BOXES COMPRISING METER & MODEM

BOX AND CT BOX MANUFACTURED FROM THERMOSETTING PLASTIC

1) SCOPE:

Specification covers the supply, installation, design, manufacturing & testing of anti-corrosive,

dust proof, rust proof, shock proof, self extinguishing property, resistant to heat, vermin & water

proof distribution transformer meter boxes made of thermosetting plastic i.e. Glass reinforced

polyester sheet moulding compound (SMC) confirming to IS : 13410 (1992) and attached

technical specification, drawing and IS : 14772:2000.

2) CONSTRUCTION OF METER AND MODEM MOUNTING BOX:

a) The meter & modem box will comprise of moulded single base and doors. The construction the

box shall be of single base type. The meter & modem box shall generally comply with the

provision of IS-14772. The boxes shall be suitable for outdoor/indoor application. Meter & modem

box shall have minimum inside size of 450 mm (H) X 375 mm (W) X 200 mm (D) and thickness

minimum 2.0 mm. However Box dimensions should be compatible for offered product by bidder.

Colour of the box shall be off white. The thickness of the box shall not be less than 2.0 mm on all

sides including door. The top surface of meter & modem box shall have tapering shape for easy

flow of rainwater.

b) The meter & modem box shall have a groove all round to hold soft rubber gasket with

corresponding tongue in door to ensuer tongue & groove type sealing arrangement in addition to

gasket sealing for protection against entry of dust and water.

c) The door shall rest on the base of box in such a way that any access from outside to the meter is

not possible. The door in closed position should be overlapped on collar of base such that direct

entry of screwdriver or tool is not possible.

d) The box shall confirm to ingress protection level IP-55.

e) All corners of the meter & modem box should be round and not pointed ones. Meter mounting in

the box shall be fitted with raised SMC sheet to facilitate mounting of meter and suitable

arrangement for modem mounting. Bidder should provide drawing of meter box along with bid.

f) The box should be capable to house of LT TVM and 1 No. GPRS modem along with antenna fixing

arrangement. Door with locking arrangement should be provided. There shall be a terminal

connector of good quality to give 3 phase 4 wire supply to modem.

g) Meter & modem box cover shall be fitted to base by concealed hinges. The SMC box shall be

closed by metallic ’U’ clamp of minimum 0.8 mm (± 0.1mm) thickness for holding and locking of

the door. The “U” clamp shall have one hole through which it is possible to seal the box for

sealing purpose.

h) For meter reading the box should have a window with toughened/triplex glass fixed with S.S.

frame from inside. The box should have a window of size 140mm X 120mm provided with glass

or transparent polycarbonate sheet.

i) 2 Nos pole mounting brackets/strip having holes minimum 6 mm diameter shall be provided on

back side of meter box for fixing of box on the pole along with fixing arrangement.

Page 172: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

52 | P a g e

j) For CT secondary & power supply of modem cable entry 1 Nos. holes having dia of hole minimum

19mm shall be provided on bottom of box with good quality Engineering Plastic / HDPE gland

having dia of minimum 19mm.

k) One no. earth bolt of 6mm diameter x 25mm length with 2 nos. nuts and 2 nos. washers plus a

spring washer shall be provided. The earthing arrangement shall be of M.S. with zinc passivated.

Earthing symbol is to be provided near the earthing bolt.

l) All metal parts shall be zinc passivated.

3) CONSTRUCTION OF CT MOUNTING BOX:

a) CT box shall comprise of moulded single base and doors. The construction of the box shall be of single base type. The CT box shall generally comply with the provision of IS-14772. The boxes shall be suitable for outdoor application. CT box shall have minimum inside size of 570mm (H) X 280mm (W) X 215mm (D) and thickness minimum 2.0mm as per enclosed drawing. Colour of the box shall be off white as per GTP. The thickness of the box shall not be less than 2.0mm on all sides including door. The top surface of CT box shall have tapering shape for easy flow of rainwater. Current rating of CT Box shall be :

i. 400/5A ii. 600/5A iii. 800/5A

b) The CT box shall have a groove all round to hold soft rubber gasket with corresponding tongue in

door to ensure tongue & groove type sealing arrangement in addition to gasket sealing for protection against entry of dust and water.

c) The door shall rest on the base of box in such a way that any access from outside to the CT is not possible. The door in closed position should be overlapped on collar of base such that direct entry of screwdriver or tool is not possible.

d) The box shall confirm to ingress protection level IP-55.

e) All corners of the CT box should be round and not pointed ones. CT mounting in the box shall be fitted with raised detachable SMC mounting sheet of 4 mm thickness with alternate horizontal and vertical slot arrangement / or any other suitable arrangement so as to facilitate mounting of various Ratings of CTs.

f) The box should be capable to house of LT CTs 4 nos. door with locking arrangement should be provided. CT box cover shall be fitted to base by concealed stainless steel strip hinges.

g) The SMC CT box shall be closed by Metallic ’U’ clamp of minimum 0.8 mm (± 0.1mm) thickness for holding and locking of the door. The “U” clamp shall have minimum 2 mm diameter hole through which it is possible to seal the box for sealing purpose.

h) 2 Nos pole mounting brackets/strip having minimum holes of 6 mm diameter shall be provided on back side of CT box for fixing of box on the pole along with fixing arrangement. (These sizes shall be larger to meter mounting brackets).

i) Right side 4 nos. and left side 4 nos. minimum dia 25 mm hole for cable entry and exit purpose shall be provided with good quality Engineering Plastic / HDPE gland having dia of 25 mm as shown in the drawing. However hole size shall change as per current rating of CT ratio. For 800A Right side 8 nos. and left side 8 nos. glands shall be provided. One no. gland should be provide at bottom side for CT/PT control cables.

Page 173: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

53 | P a g e

j) One no earth bolt of 6 mm diameter X 25 mm length with 2 nos nuts and 2 nos. washers plus a

spring washer shall be provided. The earthing arrangement shall be of M.S. with zinc passivated. Earthing symbol shall be provided near the earthing bolt.

k) All metal parts shall be zinc passivated.

4) GUARANTEED TECHNICAL PARTICULARS:

Guaranteed technical particulars are given in enclosed annexure

5) TYPE TEST CERTIFICATE:

The bidder shall submit type test report as per IS- 14772-2000 & IS-13410 :1992 from CIPET,

Ahmedabad/ERDA, Baroda along with the offer. Type Test Certificate should not be older than 5

years as on the date of tender opening.

6) ROUTINE TEST: Manufacturer has to carryout routine test during production to check the essential requirements

which are likely to vary during production. Manufacturer has to keep records of the same and to

be produced for verification of inspector when asked at the time of inspection of lot

7) ACCEPTANCE TEST: The acceptance tests shall be carried out on randomly selected samples as per annexure-.

8) TYPE TEST Type test report as per requirement of this Specifications shall be furnished before

commencement of supply.

9) RAW MATERIALS The manufacturer has to submit the test certificate for the material used in the lot offered and

document for purchase of raw material.

10) FACILITY

The bidder shall have facility to test the box for routine tests and acceptances as per IS-14772:

2000 and IS –13410 at their works. The bidder has to submit list of Machinery & Equipment/

Testing instrument etc.

11) INSPECTION AND TESTING

The bidder has to offer the boxes for inspection at his works before dispatch. The manufacture

will offer all facilities to inspectors without any charge.

12) DESPATCH The SMC (A) meter & modem boxes (B) CT boxes shall be so dispatched as to ensure that no

damage occurs during transport where they may be subject to rough handling.

13) TENDER SAMPLE

A sample of Meter Box and CT Mounting box as per specifications shall have to be submitted to

SE (M&P), Jaipur.

Page 174: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

54 | P a g e

GUARANTEED TECHNICAL PARTICULARS OF METER & MOODEM MOUNTING BOX

METER AND MODEM MOUNTING BOX

Sr.

No.

PARTICULARS DETAILED PARTICULARS TO BE OFFERED BY

BIDDER

1 Maker’s name To be intimated by the supplier

2 Material Glass reinforced polyester sheet moulding

compound

3 Grade of material SMC confirming to IS:13410:1992 grade S

1

4 Properties of material of construction of meter box

Flame retardant

test

As per IS-11731 (Min FV0)

Exposure to flame Self-extinguishing Degree of

protection

IP-55 as per IS-12063/87

Heat distortion

temp.

1500C (min) as per IS:13411

5 Inside dimension of

meter box

To be mentioned by the supplier

a. height 450 mm (min)

b. width 375 mm (min)

c. depth 200 mm (min)

d. thickness 02 mm (min)

6 Earthing

arrangement

Earthing bolt One no. of earthing bolt of MS with 2 nuts

and 2 washers shall be provided on RH

side of box. Earthing sign has to be

provided near to earthing bolt.

Dia& length of

earthing bolts

Dia 6 mm length 25 mm

7 Locking

arrangement

For holding & locking of door with base two

nos (min.) of “U” shaped clamps to be

provided

8 Manufacturer short

name &Jdvvnl

company logo shall

be printed on the

front side of the

box

To be provided on the front side of the box

9 Sealing

arrangement

Holes for wire seal

Page 175: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

55 | P a g e

10 Cable entry holes Cable entry holes 1 nos with minimum 0

19MM polymeric gland on bottom of the

box.

11 Colour of box Off white Off White

12 Window having

triplex glass

Window size 140mm X 120 mm

13 Fixing of glass Fitted from inside in such a way that it can

not be replaced without opening door (with

metallic frame all around)

14 Connector for PT Provision for 3Ph 4W terminals for modem

power supply

Page 176: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

56 | P a g e

TECHNICAL PARTICULARS OF CT MOUNTING BOX

No.

PARTICULARS DETAILED PARTICULARS TO BE OFFERED BY

BIDDER

1 Maker’s name To be intimated by the supplier

2 Material Glass reinforced polyester sheet

moulding compound

3 Grade of material SMC confirming to IS:13410:1992

grade S 1

4 Properties of material of construction of meter box

Flame retardant test As per IS-11731 (Min FV0)

Exposure to flame

(ref std IS:4249)

Self-extinguishing

Degree of protection IP-55 as per IS-12063/87 Heat distortion

temp.

1500C (min) as per IS:13411

5 Inside dimension of

meter box

To be mentioned by the supplier

a. height 570 mm (min) b. width 280 mm (min) c. depth 215 mm (min)

d. thickness 02 mm (min)

6 Earthing

arrangement

Earthing bolt One no. of earthing bolt of MS with 2

nuts and 2 washers shall be provided on

RH side of box. Earthing sign has to be

provided near to earthing bolt.

Dia& length of

earthing bolts

Dia 6 mm length 25 mm

7 Locking

arrangement

For holding & locking of door with base

two nos (min.) of “U” shaped clamps to

be provided

8 Manufacturer short

name &Jdvvnl

company logo shall

be printed on the

front side of the box

To be provided on the front side of the

box

9 Sealing

arrangement

Holes for wire seal

10 Cable entry holes Cable entry holes right side 4 nos and

cable exit polymeric gland. Additionally

1 no. minimum dia 19 mm bole at

bottom side for CT secondary wires.

11 Colour of box Off white

Page 177: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

57 | P a g e

12 CT mounting

arrangement

CT mounting in the box fitted with

raised SMC mounting sheet of 4mm

thick.

TEST REQUIREMENT FOR METER, MODEM & CT METER BOX

TEST REQUIREMENT FOR METER, MODEM & CT METER BOX Reference standards

ROUTINE TEST

Protection against electric shock IS 14772

Provision for earthing - Do -

ACCEPTANCE TESTS (Random samples 10 nos. to be selected)

Marking (name, trade mark) - Do -

Protection against electric shock - Do -

Provision for earthing - Do -

Construction and dimension verification - Do -

Heat distortion temperature (min 1500C) (on any one sample) IS: 13411

Self extinguishing (on any one sample) IS: 4249

TYPE TEST

Marking IS: 14772

Dimensions - Do -

Protection against electric shock - Do -

Provision for earthing - Do -

Construction - Do -

Resistance to ageing, to humid conditions, ingress of solid objects and to harmful ingress of water

- Do -

Mechanical strength - Do -

Resistance to heat - Do -

Resistance to insulating material to abnormal heat and fire - Do -

Resistance to rusting - Do -

Resistance of tracking - Do -

Heat distortion temperature (min 1500) IS 13360 (Part VI sec III)

Self extinguishing IS: 4249

Material identification CIPET

Page 178: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

58 | P a g e

MINIMUM TECHNICAL SPECIFICATIONS OF HARDWARE

TO BE DEPLOYED AT BACKUP DATA CENTRE:

1. Server : 2 Nos.

2. 2 x Intel® Xeon® E5- 2620v3 Processor, [2.4GHz/6-core/15MB Cache/85W

]

3. 64 GB DDR4 8SFF (2.5 inch) Hot Plug SAS/SATA

4. H240 Smart HBA without key

5. DVD -Writer

6. Ethernet 1Gb 2-port i350

7. HP iLO [Firmware: HP iLO 4] with 2GB NAND

8. 2*800W/ 900W Gold HtPlgPwr

9. HP 1TB 6G SATA 7.2k 2.5in SC MDL HDD

10. Warranty 5 years 24*7 onsite Hardware Support

11. MS Windows 2012 Server Std R2 (64 Bit) HP ROK

2. Work Stations: 4 Nos.

S.No. Feature Details

1 Processor 6th Generation Intel® i3 - 6100 ( 3.7

Ghz , 3M , 2133 2C CPU )

2 Chipset Chipset compatible with the processor /

H110

3 Motherboard OEM Motherboard

4 Memory 4 GB DDR 4 RAM expandable to 32GB;

Two DIMM slots

5 Hard Disk Drive 1TB HDD, 7200 RPM

6 Graphics Integrated Graphics

Page 179: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

59 | P a g e

7 Audio High Definition Integrated Audio with

Internal Speaker

8 Ethernet Integrated Gigabit (10/100/1000 NIC)

LAN

9 Slots Min.3 PCI Slot

10 Bays (2) 3.5” Internal drive bays

(1) ODD bay

11 Ports Rear I/O

Min. 2 Nos. USB 2.0 ports, & 2 Nos. USB

3.0 Ports

(1) VGA video port;

(1) RJ-45 network connector

(2) RS-232 serial port

(1) Parallel Port

3.5mm audio in/out jacks

PS/2 keyboard and mouse ports

Front I/O

(2) USB 2.0 ports

3.5mm headphone/microphone combo

jack

12 Form Factor MT ( Micro Tower)

13 Keyboard/Mouse USB 104 keys keyboard (Same make as

Page 180: RFP Ver - Rajasthanenergy.rajasthan.gov.in/content/dam/raj/energy/...Page iv of viii Abbreviations S/N Abbreviation Full Form 1 AMR Automatic Meter Reading 2 CE Chief Engineer 3 CVC

60 | P a g e

PC)

USB Button Scroll Mouse (Same make as

PC)

14 Operating System Preloaded Genuine Microsoft Windows 10

Pro 64-bit

15 Monitor 18.5 Inch LED Monitor ( HP Make )

16 Diagnostic Tool BIOS Diagnostics

17 Security TPM 1.2 Security Chip

SATA port disablement (via BIOS)

Serial, parallel, USB enable/disable (via

BIOS

Support for chassis padlocks and cable

lock devices

18 Other software Anti Virus, Window Office Professional

3. Printers

A4 Laser Printer

(A4 Size) – Up to 15 ppm, 600x600 dpi, black up to 5,000 pages per month duty

cycle, Duplex printing support

4. Networking Equipment and connectivity as per requirement

Standard 24 port switch with 10/100/1000 mbps speed

5. Furniture

Vendor shall arrange appropriate furniture of reputed make to house all

hardware.