98
RFP for Selection of System Integrator for implementation of “Pre-paid customer Smart Metering as pilot project at Zarkawt Feeder for reduction of Transmission & Distribution losses” Power & Electricity Department, Govt. of Mizoram REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL - power.mizoram.gov.in · 1500/- (Rupees Five Thousand Only)in the form of a demand draft drawn in favour of Engineer-in-Chief, Power & Electricity Department,

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

RFP for Selection of System Integrator

for implementation of “Pre-paid

customer Smart Metering as pilot

project at Zarkawt Feeder for reduction

of Transmission & Distribution losses”

Power & Electricity Department, Govt. of Mizoram

REQUEST FOR PROPOSAL

1

NOTICE INVITING TENDER

Reference No. / RFP No.: 1028/1/18 E-in-C/23 dt 8.7.2019

The Power & Electricity Department (hereinafter referred to as P&ED), Govt. of Mizoram is inviting

bids from competent agency for implementation of Pre-paid customer Smart Metering as pilot

project at Zarkawt Feeder for reduction of T&D losses.

This will be pilot implementation for assessing the on-field feasibility/viability of the solution for

state-wide roll-out in Mizoram. The contract period shall be initially for a period of One year

including the implementation andmaintenance period from the date of award of contract. The P&E

Dept. may decide to extend the contract period based on envisaged project requirements and as per

mutual agreement with the selected vendor and other parties involved, if any.

Sno. Item Description

1 Mode of Bid Submission

Offline only

- P&E Dept. will accept bids to be submitted in offline

mode

- Bidders are expected to prepare their documents and

submit their bids to the department.

2 Tendering Authority

Engineer-in-Chief

P&E Dept., New Secretariat Complex, Aizawl, Mizoram

Govt. of Mizoram

3 Tender Document FeeNon-refundable fee of Rs. 1500/- (Rupees Five Thousand

Only) including GST

4Mode of Payment of

Tender Document Fee

Demand Draft in favourof Engineer-in-Chief, Power &

Electricity Department, Govt. of Mizoram, payable at State

Bank of India, Dawrpui Branch, Aizawl, Mizoram

The bidder must submit the original Demand Draft of Rs.

1500/- (Rupees Five Thousand Only) towards tender

document fee to P&E Dept. before the last date ofbid

submission. The bidder must collect a receipt from P&E Dept.

A copy of this receipt must be submitted along with the bid.

7Earnest Money Deposit

(EMD)

Bids must be accompanied by EMD of Rs. 4,66,000/- (Rupees

Four Lakhs and Sixty-SixThousandOnly). For Tenderers

belonging to scheduled tribes/castes only 50% (fifty percent)

of the earnest money mentioned above may be deposited.

The bidder must submit the original EMD to P&E Dept. before

the last date of bid submission. The bidder must collect a

receipt from P&E Dept. A copy of this receipt must be

submitted along with the bid.

2

8Mode of Earnest Money

Deposit (EMD)

Bank Draft drawn in favour of Engineer-in-Chief, Power &

Electricity Department, Govt. of Mizoram, payable at State

Bank of India, Dawrpui Branch, Aizawl, Mizoram

10Other terms related to

EMD

- No interest will be payable on EMD

- Bids without EMD will be considered incomplete

- Payment by cheque will not be accepted

11 Deadline for Bid submission 13:00 hours dt 27.08.2019

12Date & Time of Opening of

Technical Bids14:00 hours dt 27.08.2019

13Date & Time of Opening of

Financial BidsIt shall be communicated at a later date.

14

Websitesfordownloading

RFP, Corrigendum’s,

Addendums etc.

http://power.mizoram.gov.in

15 Bid Validity 120 days from the last date of submission of bids

16Submission of original

DD/PO/EMD

- Bidders are required to submit original Demand

Drafts/EMD to P&E Dept. before the last date of

submission of bids

- The bidder must collect a receipt against each fee

submission from P&E Dept.

- These receipt/s must be submitted along with the bid

- Contact Person for submission of DD/PO/EMD:

o Name:

o Designation:

o Phone:

- Bids without these payment receipts will be considered

incomplete and thus, disqualified from the bidding

process

17 Date of Pre-Bid Meeting - 14:00 hour dt 16.08.2019

16 Venue of Pre-Bid Meeting- Office of Engineer-in-Chief, P&ED, Govt. of Mizoram, New

Capital Complex, Aizawl, Mizoram

This Notice Inviting Tender extended through media, website or written communication or by any

other means, and issuance of Bidding Documents as per “NOTE A” below shall not be construed to

mean that the prospective bidders to whom the Invitation for Bids has been extended and/or

Bidding Documents have been issued is deemed to be an eligible bidder. The eligibility of the bidders

shall be determined as per the provisions of the RFP.

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

experience, and expertise as per the Qualification Requirement mentioned in this document.Before

bidding against this RFP, in order to avoid disqualification, bidder should ensure that:

3

a. They are qualified as per Qualification Requirement (QR) mentioned in this document

b. The offered solution meets the minimum technical requirement as laid down in this

document

The scope of work includes site survey, planning, designing, engineering, assembly

manufacturing, testing, supply, loading, transportation, unloading, insurance, delivery at site,

handling, storage, installation, testing, commissioning and documentation of all

items/material/services required to complete the setup of Advanced Metering Infrastructure / Smart

Metering System for installation, commissioning, and maintenance of 694Pre-paid Smart Metersin

Zarkawt area of Aizawl district. The project is expected to be of one-year duration from the date of

award of contract to the successful bidder.

The above scope of work is indicative, and the detailed scope of work is given in the subsequent

sections of this RFP.

NOTE:

A. Interested Bidders will be required to pay non-refundable tender document fee of INR

1500/- (Rupees Five Thousand Only)in the form of a demand draft drawn in favour of

Engineer-in-Chief, Power & Electricity Department, Govt. of Mizoram, payable at State Bank

of India, Dawrpui Branch, Aizawl, Mizoram.

The Bidder/s are required to submit original Demand Drafts/EMD to P&E Dept. before the

last date of submission of bids. The Bidder/s must collect a receipt against each fee

submission from P&E Dept. These receipt/s must be submitted along with the bid

submission. Bids received without these payment receipts will be considered incomplete

and thus, disqualified from the bidding process.

The Bidding Documents are meant for the exclusive purpose of bidding against this

specification and shall not be transferred to any other party or reproduced or used

otherwise for any purpose other than for which they are specifically issued.

B. The bid shall ONLY be submitted in hard copiesto the P&E Department

C. Bids submitted after the Bid Submission Deadline will not be considered for evaluation and

be summarily rejected.

D. A Single Stage Two Step/Envelope Bidding process will be followed i.e. the bidders will be

required to submit Technical as well as Commercial Bids before bid submission deadline.

During bid evaluation, the Technical Bids will be opened and evaluated first. Commercial

bids of only Technically qualified bidders will be opened for Commercial evaluation.

E. The complete tender document has been published on the

websitehttps://power.mizoram.gov.infor the purpose of downloading.

4

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

process subject to submission of required Tender fees, and Earnest money Deposit (EMD) as

mentioned in the Notice Inviting Tender (NIT) Section table. A copy of receipt of the tender

fees and EMD must be enclosed in a separate envelope along with the 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 due care in submitting the

instruments and collecting receipts from P&E Dept. so that the originals are submitted in

hard copy and photocopy of receipt with the Bid/Proposal before the Bid Submission

Deadline.

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

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

H. 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).

I. P&E Dept., Govt. of Mizoram disclaims any factualor 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 logical bids.

J. Only those bids which will be submitted in the prescribed manner/format will be considered

for further evaluation. Bids not submitted in the prescribed format will be summarily

rejected without further evaluation.

K. Copies of various documents to be enclosed along with the bids must be legible and be self-

attested by the Designated Authorized Representative of the Bidder 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.

L. The Bids can be submitted up to date and time mentioned in the Notice Inviting Tender

(NIT)table.

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

N. 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.

O. Tendering Authority / Purchaser 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/

5

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

Tendering Authority / Purchaser.

P. In case, a dispute arises about interpretation/omission/error in this tender document, bid

submitted, other documents; the decision of Engineer-in-Chief, P&E Dept., Aizawl, Govt. of

Mizoram will be final and binding upon the bidders.

Q. Further in all matters arising out of the provisions of this RFP, the laws of the Union of India

shall be the governing laws and courts of Guwahati High Court, Aizawl Bench shall have

exclusive jurisdiction.

R. All correspondence with regards to this RFP shall be done at the following address,

Name of bid documentation issuance official: C. LIANLUNGA

Designation of the officer: Engineer-in-Chief

Postal Address:

OFFICE OF THE ENGINEER-IN-CHIEF

POWER & ELECTRICITY DEPARTMENT

KAWLPHETHA, NEW CAPITAL COMPLEX,

AIZAWL, MIZORAM-796001

Telephone No: +91-389-2334227

Fax: +91-389-2336339.

For more information, visit our website at http://power.mizoram.gov.in

6

TABLE OF CONTENTS

SECTION 1: Introduction and Objective ................................................................................................................................... 10

1.1 Introduction .................................................................................................................................................................. 10

1.2 Objective ....................................................................................................................................................................... 14

SECTION 2: Qualification Requirements (QR) .......................................................................................................................... 19

2.1 Introduction .................................................................................................................................................................. 19

2.2 Bid qualification requirements...................................................................................................................................... 19

SECTION 3: Instruction to Bidders ........................................................................................................................................... 21

3.1 General Instructions...................................................................................................................................................... 21

3.2 Local/Field Conditions................................................................................................................................................... 21

3.3 Successful Implementation and Good Performance..................................................................................................... 22

3.4 Preparation of bid ......................................................................................................................................................... 22

3.5 Clarifications and Amendments & Deviation from Tender Document ......................................................................... 23

3.6 Submission and Opening of Bids ................................................................................................................................... 24

3.7 Period of validity of bids ............................................................................................................................................... 26

3.8 Signature of bidder ....................................................................................................................................................... 26

3.9 Delay in bid submission................................................................................................................................................. 26

3.10 Receipt of Bids ............................................................................................................................................................ 26

3.11 Withdrawal, Substitution and Modification Of Bids ................................................................................................... 27

3.12 Bid Opening................................................................................................................................................................. 27

3.13 Evaluation and Comparison of Bids............................................................................................................................. 27

3.14 Confidentiality............................................................................................................................................................. 28

3.15 Non-Material Non-Conformities ................................................................................................................................. 29

3.16 Disqualification ........................................................................................................................................................... 29

3.17 Award of contract ....................................................................................................................................................... 30

3.18 Signing of contract agreement.................................................................................................................................... 31

3.19 Reservation of Rights .................................................................................................................................................. 31

3.20 Lack of competition..................................................................................................................................................... 31

3.21 Other general terms of tender.................................................................................................................................... 31

3.22 Special Conditions of Tender ...................................................................................................................................... 32

SECTION 4: Terms and Conditions ........................................................................................................................................... 34

4.1 Definition of Terms ....................................................................................................................................................... 34

4.2 Contract ........................................................................................................................................................................ 35

4.3 Contract Value .............................................................................................................................................................. 35

4.4 Contract period ............................................................................................................................................................. 36

4.5 Implementation Period ................................................................................................................................................. 36

4.6 Termination of Contract................................................................................................................................................ 36

4.7 Fallback Arrangement ................................................................................................................................................... 36

7

4.8 Handing Over on Termination / Project Completion .................................................................................................... 37

4.9 Performance Bank Guarantee (PBG)............................................................................................................................. 37

4.10 Agency to Fully Inform Itself ....................................................................................................................................... 38

4.11 Contract Documents ................................................................................................................................................... 38

4.12 Change of Area or Quantity ........................................................................................................................................ 39

4.13 Grafts and Commissions, etc....................................................................................................................................... 39

4.14 Compliance of Labor Legislations................................................................................................................................ 39

4.15 Safety of system.......................................................................................................................................................... 39

4.16 Patent Indemnity ........................................................................................................................................................ 40

4.17 Insurance and Warranty ............................................................................................................................................. 40

4.18 Remedy of Agency’s Failure to Insurance ................................................................................................................... 40

4.19 Liability for Accidents and Damages ........................................................................................................................... 40

4.20 Maintenance of Facilities and Personnel .................................................................................................................... 41

4.21 Agency’s Rights ........................................................................................................................................................... 42

4.22 Contract Agreement.................................................................................................................................................... 42

4.23 Mode and Terms of Payment...................................................................................................................................... 42

4.24 Penalties / Service Level Agreement (SLA).................................................................................................................. 43

4.25 Implementation and Roll-out Schedule ...................................................................................................................... 44

4.26 Governing Laws and Jurisdiction................................................................................................................................. 45

4.27 Jurisdiction for Legal Proceedings............................................................................................................................... 45

4.28 Settlement of Disputes ............................................................................................................................................... 45

4.29 Conduct of Agency Staff.............................................................................................................................................. 46

4.30 Lien.............................................................................................................................................................................. 46

4.31 Force Majeure Conditions........................................................................................................................................... 46

4.32 Completeness of Contract........................................................................................................................................... 46

4.33 Inspection and Testing ................................................................................................................................................ 47

4.34 Death, Bankruptcy, etc................................................................................................................................................ 47

4.35 Guarantee and Replacement of Defective/Damaged Material................................................................................... 48

4.36 Rules and Regulations ................................................................................................................................................. 48

4.37 Failure to Execute the Contract .................................................................................................................................. 49

4.38 Effective Recoveries .................................................................................................................................................... 49

4.39 Climatic Conditions ..................................................................................................................................................... 49

SECTION 5: Scope of Work....................................................................................................................................................... 50

5.1 Advanced Metering Infrastructure................................................................................................................................ 50

A. Smart Meters........................................................................................................................................................ 52

B. Master Station/Control Centre............................................................................................................................. 52

C. Analytics and Reports ........................................................................................................................................... 55

D. Network Management ......................................................................................................................................... 56

E. Network and Data Security................................................................................................................................... 56

8

F. Customer/Employer Outreach and Education ..................................................................................................... 58

G. Consumer Portal................................................................................................................................................... 58

5.2 Meter Installation at Consumer Premises..................................................................................................................... 58

A. Scope of Meter Installation .................................................................................................................................. 58

5.3 Deployment of Web Based Software Solution along with Cloud Hosting..................................................................... 61

A. Cloud Hosting ....................................................................................................................................................... 61

B. Web Based Software Solution .............................................................................................................................. 61

C. Operation & Maintenance.................................................................................................................................... 63

5.4 Project Management Schedule and Documentation .................................................................................................... 64

A. Project Management............................................................................................................................................ 64

B. Project Schedule................................................................................................................................................... 64

5.5 Training and Capacity Building Requirements .............................................................................................................. 64

5.6 Inception Report ........................................................................................................................................................... 65

SECTION 6: Technical Specifications for Smart Meters............................................................................................................ 67

SECTION 7: Technical Proposal Submission Sheet ................................................................................................................... 68

SECTION 8: Other undertakings ............................................................................................................................................... 84

1. CONFIRMATION OF “NO DEVIATION” IN TECHNICAL / COMMERCIAL TERMS AND CONDITIONS OF THIS TENDER. 84

2. UNDERTAKING FOR VARIOUS INFORMATION FURNISHED ....................................................................................... 85

3. BIDDER’S AUTHORIZATION CERTIFICATE................................................................................................................... 86

4. POWER OF ATTORNEY IN FAVOUR OF AUTHORISED SIGNATORY OF THE BIDDER ................................................... 87

5. FORMAT OF PERFORMANCE BANK GUARANTEE (PBG) ............................................................................................ 88

6. SELF DECLARATION OF NO BLACKLISTING................................................................................................................. 91

SECTION 9: FORMAT FOR FINANCIAL BID SUBMISSION .......................................................................................................... 93

SECTION 10: BILL OF MATERIAL............................................................................................................................................... 97

ANNEXURES

9

10

SECTION 1: Introduction and Objective

1.1 Introduction

The Power & Electricity Department was created in the year 1975 with the Superintending Engineer

under the State PWD till its separation in the early 1980. Before creating a circle, all the activities

related to power development and its distribution within Mizoram were looked after by the Assam

State Electricity Board (ASEB) till March 1975. The Department attained its directorate level (full-

fledged) status in 1983 with the creation of Chief Engineer post. In 2008, the post of Engineer-in-

Chief was created as the Head of the Department.

The Department is functioning as an integrated utility and responsible for generation, transmission,

distribution and dispatching of electric power supply within the state of Mizoram. It is also

responsible for the promotion, development and maintenance of Power Distribution Network

including provision of adequate and reliable power supply in Mizoram.

The per capita consumption of the state as per 2011 Census is 219 kWh and the Department is

currently serving nearly 2 lakhs consumers under various categories. The total installed capacity of

state-owned generating system from Small Hydro Power Stations (SHPs) is 29.35MW and the

capacity of Thermal Plant at Bairabi is 22.92 MW which is kept as standby supply.

The administrative head of the Department is the Secretary (Power) and the technical head of the

Department is Engineer-in-Chief who is assisted by 4 numbers of Chief Engineer. At present, there

are 9 Circles (including Electrical Inspectorate and ZEDA-Zoram Energy Development Agency), 20

Divisions and 51 Sub-Divisions.

The P&ED Mizoram, like other state Power & Electricity Utilities, is using the traditional model of

power generation, transmission, and distribution. The traditional methods of managing Power &

Electricity infrastructure have several drawbacks. Typically, these are manpower intensive, have low

efficiency, prone to errors, and have very high Aggregate Technical & Commercial (AT&C) losses. Due

to such inherent issues, several DISCOMS across India are struggling with high debt, and heavy

financial losses. Thus, the Government of India initiated Ujwal DISCOM Assurance Yojna (UDAY) in

2015 for financial turnaround of power distribution companies. Mizoram is also part of UDAY

scheme. As per a study by P&ED, the AT&C losses for Mizoram is around 27%.

Smart Grid is another revolutionary concept in the field of power and electricity. The traditional

methods in the field of P&E offer only one-way communication, i.e. from generation unit to

transmission unit to distribution unit to the end consumer. However, Smart Grid is a technological

leap in the field of P&E. It allows for two-way communication between all the parties involved

throughout the lifecycle. The concept also involves decentralization of power generation i.e. if a

consumer is generating excess power by own means (through solar, or wind or any other mode of

electricity generation), then this excess power can be fed back to the grid for utilization by other

consumers. The generating user will get paid for generating electricity and it will reflect in user’s

billing record.

11

Smart Grids are also expected to increase revenue collection by DISCOMS by providing the option of

Pre-paid and Post-paid metering system. It is also expected to improve customer satisfaction by

proactively monitoring the system and resolving issues quickly. It will also empower the DISCOMS to

identify and stop power theft/s.

For implementation of Smart Grid program, the traditional P&E infrastructure must be upgraded.

There are several parts of a Smart Grid, including Advanced Metering Infrastructure / Smart

Metering.Advanced Metering Infrastructure, also referred as “Smart Metering”, is the combination

of the electronic meters with two-way communications technology for information, monitor, and

control. Smart Meters are advanced electronic energy measurement devices having the capacity to

collect information about energy usage at various intervals and transmitting the data through a

communication network to utility and receiving instructions from utility as well. In addition to

conventional electronic metering functionality smart meters through its built-in communication

module can undertake load switch activities for disconnecting/connecting the load. Smart meters

transmit readings and other relevant data to central server at periodic interval. Smart metering

system aims to deliver multiple benefits by:

Providing a platform for improved customer service, e.g. timely and accurate readings

support billing without need for estimation

Detailed and in-time information of energy usage for identifying opportunities for energy

savings

Building a platform for future smart grids

Allowing remote connection/disconnection of supply

The basic smart metering system is based on two-way communication (data transferred to and from

the meter). The two-way communication provide data to the utilities however additional

functionalities like power quality monitoring, outage management, load limiting, and remote cut-off

requires availability of ancillary devices at additional cost, similarly for analyzing the data

transmitted by meter for deriving meaningful information an IT system is imperative.

Smart metering is an integrated technology that is expected to pay for itself through reduced AT & C

losses, improved energy savings, and operational efficiencies.The basic functionalities of the Smart

Metering System are listed below.

Remote Meter data reading at configurable intervals (push/pull)

Time of day (TOD)/Time of Use (TOU) metering

Pre-paid/Post-paid functionality

Net Metering/Billing

Alarm/Event detection, notification and reporting

Remote Load Limiter and connection/ disconnection at defined/on demand conditions

Remote firmware upgrade

Integration with other existing systems like Call Centre, Billing & collection software, GIS

mapping, consumer indexing, new connections & disconnection, analysis software, Outage

Management System etc.

Import of legacy data from existing modules/MDAS of RAPDRP where ever possible. The

extent and modalities of integration with the existing system including RAPDRP must be

worked out by the bidder

Security features to prevent unauthorized access to the AMI including Smart meter & meter

data etc. and to ensure authentic

In addition to above following functionalities are also required.

Field replaceable Communication Module (shall be bundled in mete

Pairing with Communication Module

Geo Location Identification

Time Synchronization

Basic Architecture of Advanced Metering Infrastructure (AMI) System

Components of Smart Metering System

Smart Meters: Electronic energy meters, capable of

measurement i.e. with the ability to measure the incoming and outgoing (Import and Export

energy) flow of electricity from a specific location such as a customer’s home or business

Communication Network

(localized to meters in the field) and the Wide Area Network (

communication infrastructure enables two

and utility. There are several different

can be implemented, depending on the metering system selected

Import of legacy data from existing modules/MDAS of RAPDRP where ever possible. The

extent and modalities of integration with the existing system including RAPDRP must be

worked out by the bidder

Security features to prevent unauthorized access to the AMI including Smart meter & meter

data etc. and to ensure authentic

In addition to above following functionalities are also required.

Field replaceable Communication Module (shall be bundled in meter housing)

Pairing with Communication Module

Geo Location Identification

Advanced Metering Infrastructure (AMI) System

Components of Smart Metering System

: Electronic energy meters, capable of two-way communications and two

measurement i.e. with the ability to measure the incoming and outgoing (Import and Export

energy) flow of electricity from a specific location such as a customer’s home or business

Communication Network: It consists of two parts—the Neighborhood

(localized to meters in the field) and the Wide Area Network (NAN to central station)

communication infrastructure enables two-way transmission of data between smart meters

and utility. There are several different ways this field-based communications infrastructure

can be implemented, depending on the metering system selected

12

Import of legacy data from existing modules/MDAS of RAPDRP where ever possible. The

extent and modalities of integration with the existing system including RAPDRP must be

Security features to prevent unauthorized access to the AMI including Smart meter & meter

r housing)

way communications and two-way

measurement i.e. with the ability to measure the incoming and outgoing (Import and Export

energy) flow of electricity from a specific location such as a customer’s home or business

Neighborhood Area Network

AN to central station)—this

way transmission of data between smart meters

based communications infrastructure

13

Meter Data Acquisition System: This software application is designed to aggregate energy

usage and event data from smart meters and manage the Local Area Network

communications infrastructure. This software is generally provided by the metering system

vendor

Meter Data Management System: A software application that stores, validates, edits and

analyses meter reading data prior to releasing it for integration into other operational

systems of utility such as customer billing, load forecasting and outage management

Interfaces and Integration: The system should provide interface for P&ED officials and

administrators to perform daily administration tasks with ease. The system shouldalso

provide for easy integration with other applications like Billing, Consumer Portal, Analytics,

etc. through standard protocols and APIs

Smart meters will enable customers to take advantage of new tools to save energy and money. This

includes:

Mobile Application: This application serves purpose of In-Home Display (IHD) and web

application used by consumer for monitoring usage. The mobile application also provides

recharge facilities for prepaid consumers

The AMI system should support with strong user management, administrative area management

(utility administrative hierarchy like zone, circle, division, sub-division etc.) and flexible tabular,

graphical reporting module.

Project Area Profile

P&ED decided to implement AMI system in Zarkawt area of Aizawl District in Mizoram. AMI System

need to be developed for approximately 694 consumers. Physical area of project coverage is about

5sq.km.

Commercial Information for FY 2017-18

Particulars Unit Data for FY17-18

Annual Energy Input MU 5.60

Annual Billed Energy MU 4.19

Revenue Billed Rs., Lakhs 172.53

Revenue Collected Rs., Lakhs 168.35

Billing Efficiency % 74.81

Collection Efficiency % 97.58

AT&C Loss in the System % 27%

14

1.2 Objective

Through this Pilot Project, the P&ED wants to assess the viability of Advanced Metering

Infrastructure (AMI) / Smart Metering in Mizoram. The department envisages that by using AMI /

Smart Metering, the Aggregate Technical & Commercial (AT&C) losses can be reduced to below 15%,

operational efficiency can be improved, and distribution network can be made future ready for

Smart Grid program. Also, with AMI / Smart Metering, the department would also like to see

improvement in Customer Satisfaction by improving system reliability and forecasting.

Another objective of this Pilot Project is to release manpower from operational activities like Meter

Reading, and defective bill handling, etc. The department would utilize such released/excess

manpower for other critical functions/activities of P&ED.

Other envisaged benefits:

i. Accurate and reliable information network

ii. Identification and segregation of loss-making pockets

iii. Increased transparency and accountability

iv. Empowerment of consumers

v. Prompt resolution of grievances

vi. Real-time tracking of customer satisfaction indices

vii. Improved reliability of power supply

viii. Better network planning based on load flow study

To fulfil these, P&ED envisages that the following activities need to be performed,

Implementation of AMI solution (Smart Meters, Communication, HES, Analytics, Cyber

security, MDM and associated integration, Back End requirements, O&M during project

period)

Set up require backend hardware and integration of AMI meters to the AMI system and to

the legacy system/s

Create a sustainable impact by increasing utility revenues. Hence, some of the priority focus

areas are,

o Better billing efficiency, and increase in customer satisfaction etc.

o Efficient Outage Management System

o Precise and accurate billing

o Asset Management for Metering Infrastructure management

Web Based data analysis and reporting system

Maintenance of the implemented AMI system

Provision for Integration with P&ED Billing/CCC/Feeder monitoring system/DT Metering

system installed under RAPDRP/SCADA/Revenue Management System or any other internal

or external system as per the requirement of P&ED

15

To achieve these objectives with the functionalities mentioned above, the bidder/s shall,

i. Supply, install, commission AMI system including Smart Meter, Communication Modules,

Meter Box and other associated accessories for consumer metering

ii. Deploy of Web Based Application on the Cloud for Meter Data Acquisition, Meter Data

Analysis, Meter Data Management, Report Generation, Integration with P&ED Billing &

other IT Systems and Dissemination of information on Web Portal/Web Application and

Mobile App

iii. Perform site survey for meter installation and for assessing a suitable communication

technology to ensure data availability of all the consumers

iv. Supply the required 4G/3G/2G/GPRS SIMs along with the appropriate data packs for the

contract duration, or supply the necessary equipment and setup of LPWAN network for

communication

v. Deploy required manpower for repair, maintenance, replacement, updating, change

management of the system covering metering infrastructure, IT infrastructure, Hosting &

Software Solution

vi. Depositthe replaced meters and accessories in P&ED’s stores aligned with defined process

which will be informed to the successful bidder

AMI Solution Design Recommendations

The proposed solution should comply with basic design principles listed below.

i. Open and Industry Standards for Interoperability

The proposed solution must have highest degree of interoperability and the solution components

shall be standard-based and adopt an open approach rather than support a specific technology.

ii. Service Oriented Architecture (SOA)

AMI solution components must follow SOA principles to provide specific services using well defined

interfaces. TheAMI solution design shall be based on cross-functional components or subsystems

and shall be implemented in sucha way that there is an opportunity for reuse. The integration

architecture shall be based on the concept of a serviceso that all the applications of the AMI solution

are able to integrate without any complexity.

AMI system is envisaged as a Service driven architecture at the core of it. AMI system features can

beaccessed via any user interface (internal or 3rd party applications) which shall work on top of

these services. Adoptionof open standards are of paramount importance for the robust and scalable

AMI system. Data access must be always through Services, no application will access A MI data

directly from the storage layer or data access layer. For every internal data access also (access

between various modules) there will be services and no direct access will be there to ensure theAMI

system is scalable and secure.

16

iii. Solution integration

The integration middleware should be based on Service Oriented Architecture (SOA) and other

forms ofApplication Program Interfaces (API) and use publish / subscribe mechanism

The integration middleware to be an open architecture based

Implementation and configuration of functional APIs from meter manufacturers and

configuration of headend system/Meter Data Acquisition System

All meter data shall be polled once every 15mins. The duration to polling frequencyshall be

remotely configurable and can be altered as per the requirement of P&ED

The bidder must store and manage the security information related to Smart Meters.

Thisincludes Device Security keys and asset information for processing further business flows

The bidder must support the mass receipt of data of each meters every day and subsequent

update of MDMS with the necessary asset information to complete meter reading

The integration middleware/interface must validate the Data to be integrated

It must maintain integration logs that confirm the success or otherwise of the interface,

complete with controltotals

The integration mechanism adopted must have minimal impact on the existing systems. The

access to data will only be through applicable business rules i.e. the applications will not access

data directly without going through APIs managed by business rules/validation/workflow

Data Migration - Meter Installation Entry

AMI Rollout is mass meter replacement activity, it may require data to be migrated from its legacy

systems as per requirement of the P&ED. The P&ED’s consumer database and MBC (Metering,

Billing, Collection) database shall be updated through the master data provided by the AMI

Implementing Agency.

Data to be migrated will be cleansed, rationalized, transformed (if required) and

reconciled.Conversion programsmay need to be written to handle this task.

The following is the indicative list of the type of data that must be migrated to/from the legacy

system.

All Open transactions at the time of replacement of old meter with Smart meter

Old/New customer/master data

New Meter Data

Events and outage data for analytics, reporting purposes etc.

All meter exceptions and alarms

All user groups and user roles

The bidder must always ensure that the field data (customers, meters, etc.) shall be in sync across

allthe systems both legacy and new

17

Modular Design

The application user interface, logic, data must be separate. The logical design of components, sub-

systems,application systems and databases will be ideally partitioned. These partitions shall have

well-defined interfacesestablished. Logical boundaries are needed to separate components from

each other. Modular design is moreadaptive to changes in internal logic, platforms, and structures. It

is easier to support, is more scalable and supportsinteroperability.

High Availability, Failover and Load Balancing

Proposed Architecture shall have adequate redundancies to have no single point of failure for the

solution. Thesolution tier for critical applications should consist minimum of two nodes clustered on

a fail-over configuration forthe critical components like Web, application and database servers at the

Cloud Data Center. On failure of the primaryapplication server, the ‘failover’ server shall take over

processing, similarly on failure of a database server, the otherserver shall continue seamlessly, thus

providing the desired avail ability.AMI applications shall have the capability to failover to a

redundant or secondary unit upon failure of the primary unit.Likewise, the load on the primary unit

shall be shared with a secondary unit upon the primary unit reaching itscapacity.

Business Continuity and Disaster Recovery

In case if primary cloud site / Cloud DC fails, the business shall continue from Cloud DR site.

Connectivity between primary site and DRsite shall be redundant. In case of Failures of Storage at

Cloud DC, Cloud DR Backups shall be used to restore the Database fromthe last backup taken. This

shall be defined in Backup policy during project execution. The bidder shall propose the backup

strategy and any other additional Bill of Material (BoM) if needed to meet the requirements.

Bidders are expected to keep the above issues in mind and propose technically best alternative to

ensure that thesystem is available for the users in all times by conceptualizing various scenarios and

explaining how their solutionaddresses all the possible scenarios. While the Bill of material proposed

is the bare minimum required to be supplied,AMI Implementing Agency shall propose additional

BOM as may be required to meet the above objectives.

Support for Cloud Enabled Deployment

All servers, applications, and IT componentsshall be hosted in a PrivateCloud environment from

Govt. of India empaneled Cloud vendors under “MeghRaj” cloud initiative of GOI. Theapplication

shall be accessible over VPN and Internet. AMI solution shall be cloud enabled that is technologies

shall supportdeployment on a virtualized platform. The AMI solution shall support:

The ability to deploy and run the application within a private cloud platform to take

advantage of next generation cloud features

Run services in virtualized environments multi-client capable services

Security Zones Deployment

The IT Infrastructure will have multiple security layers to secure the infrastructure from threats. The

proposed deployment should have different security

separate firewall in addition to the external (Perimeter security appliances). The firewall policies

shall be configured based on zone

Zone for Production Servers (Database and

accessible from Internet directly. All user traffic will enter in this security zone after firewall

only. The proposed solution will have provision of dedicated Internal Firewall to secure the

critical production (Database and Application) environment

Web server/Application: This security zone will host all servers that can be accessed from

external users after authentication and traffic filtering. This zone shall host the Web servers,

Access control and sign on servers, Antivirus Server etc.

Testing and Development Zone: This zone will host all servers required for test and

development for applications. This zone will have limited access and it will not have any

direct access to Production Servers Zone and t

P&ED would like to have Smart Meters for

technology. However, actual LPWAN

condition, and most suitable LPWAN

meter data acquisition. A typical design

The IT Infrastructure will have multiple security layers to secure the infrastructure from threats. The

proposed deployment should have different security zones as briefed below and all zones shall have

separate firewall in addition to the external (Perimeter security appliances). The firewall policies

shall be configured based on zone-based requirements.

Zone for Production Servers (Database and Application servers) Zone: This zone shall not be

accessible from Internet directly. All user traffic will enter in this security zone after firewall

only. The proposed solution will have provision of dedicated Internal Firewall to secure the

uction (Database and Application) environment

Web server/Application: This security zone will host all servers that can be accessed from

external users after authentication and traffic filtering. This zone shall host the Web servers,

n on servers, Antivirus Server etc.

Testing and Development Zone: This zone will host all servers required for test and

development for applications. This zone will have limited access and it will not have any

direct access to Production Servers Zone and the activity shall be monitored.

would like to have Smart Meters for RF based two-way communication

actual LPWAN communication technology needs to be decided based on field

LPWAN communication technology in that area shall be selected for

meter data acquisition. A typical design may be,

18

The IT Infrastructure will have multiple security layers to secure the infrastructure from threats. The

zones as briefed below and all zones shall have

separate firewall in addition to the external (Perimeter security appliances). The firewall policies

Application servers) Zone: This zone shall not be

accessible from Internet directly. All user traffic will enter in this security zone after firewall

only. The proposed solution will have provision of dedicated Internal Firewall to secure the

Web server/Application: This security zone will host all servers that can be accessed from

external users after authentication and traffic filtering. This zone shall host the Web servers,

Testing and Development Zone: This zone will host all servers required for test and

development for applications. This zone will have limited access and it will not have any

he activity shall be monitored.

communication with LPWAN

to be decided based on field

on technology in that area shall be selected for

19

SECTION 2: Qualification Requirements (QR)

2.1 Introduction

The Bidders are advised to study the tender document carefully. Submission of Bids shall be deemed

to have been done after careful study and examination of the tender document with full

understanding of its implications.

This section covers the minimum requirement with respect to experience, capability and other

particulars of the Bidder to be considered eligible for participation in the bid for the proposed work.

The BIDDER shall become eligible to bid on satisfying the following “Bid qualification requirements”

and on production of the required documentary evidence/s along with the bid.

2.2 Bid qualification requirements

The Bidder must possess credentials as prescribed in this section. If any bidder fails to fulfil the Bid

Qualification Requirements (BQR), his bid will be treated as non-responsive and no further

correspondence/clarification will be taken into consideration for the same.

It is also intimated that merely meeting the following requirements does not indicate that the

bidders shall be short listed for opening of financial bid. The assessment and shortlisting of technical

bids shall be made based on Technical Bid Assessment criteria.

A. Bid Qualification Requirements

Req.

No.Criteria Supporting Documents Required

1Biddershallbe incorporated under

IndianCompanies Act 1956/2013

Self-attested copy of Incorporation

Certificate

2Bidder shall be in business for over last5 (five)

financial years (FY13-14 or earlier)

Copy of the audited statement of accounts

(PL Account & Balance Sheet) for last 5

years duly certified by a valid Chartered

Accountant

3

Bidder should have average annual turnover of

at least Rs.2Crores (Two Crores Only)in last three

financial years ending on 31-Mar-2019 (i.e. for

the 2016-17, 2017-18, and 2018-19

Copy of the audited statement of accounts

(PL Account & Balance Sheet) duly certified

by a valid Chartered Accountant

4Bidder should have positive net worth as on

31.3.19

Copy of the audited statement of accounts

(PL Account & Balance Sheet) duly certified

by a valid Chartered Accountant

20

5

The Bidder should have not been blacklisted by

any Govt. or Govt. agency in India as on date of

bid submission

Self-Declaration for No Blacklisting on

appropriate non-judicial stamp paper

dulyNotarized

B. Conditions for Consortium

i. The bid, and in case of a successful bid the “Contract Agreement”, shall be signed by all the

partners to be legally binding on all the consortium members

ii. One of the partners shall be nominated as being Lead Partner (partner-in-charge) and this

authorization shall be supported by submitting a power of attorney signed by

legallyauthorized signatories of all the partners

iii. The Lead Partner shall be authorized to incur liabilities and receive instructions for and on

behalf of any and all partner of the Consortium and the entire execution of the contract

including payment shall be done exclusively with the Lead Partner only

iv. All partners of the Consortium shall be liable jointly and severally for the execution of the

contract in accordance with the contract terms and a statement to this effect shall be

included in the authorization as well as in the form of bid and the form of contract

agreement (in the case of a successful bid)

v. In the event of any default by any partner/partners of the Consortium, the

otherpartner/partners shall accept the liability and execute the contract in full without any

additional financial or non-financial liability on the Purchaser (P&ED, Govt. of Mizoram)

vi. Responsibilities in respect of execution of tendered work by the Lead Partner as well as of

each Consortium member shall be clearly indicated in the agreement

vii. The Consortium agreement shall not be cancelled or amended unilaterally without consent

of the purchaser and a statement to this effect should appear in the consortium agreement

viii. A firm can submit only one bid in the same bidding process, either individually as a bidder or

as a partner of a Consortium. A bidder who submits or participates in more than one bid will

cause all the bids in which the bidder has participated to be disqualified

ix. Bids from agents are not acceptable in the case of Consortium and such bids will be treated

as incomplete and non-responsive thus, liable to be summarily rejected

x. The Consortium should satisfy the various requirements stated in this RFP and furnish the

relevant information and documents as specified in this RFP

xi. Original consortium agreement on non-judicial stamp paper duly registered with sub

registrar office of appropriate value satisfying the conditions listed in this RFP shall be

submitted to P&ED, Govt. of Mizoram indicating role and duties of each consortium member

xii. In case of non-furnishing the requisite documents along with the bid, the bid will be

considered as non-responsive / incomplete and the bid will be summarily rejected.

21

SECTION3: Instruction to Bidders

3.1 General Instructions

a. The Power & Electricity Department, Govt. of Mizoram (implementer of the project on

behalf of Govt. Of Mizoram) hereinafter called Employerwill receive bids in respect of

hardware, software, and services as set-forth in this RFP

b. All bids shall be prepared and submitted by bidders in accordance with the terms and

conditions, and instructions listed in this RFP

c. Source of funds: The project is fully funded by P&ED, Govt. of Mizoram

d. All the payments under the contract for which this RFP is issued shall be made by the

Employer {who is also named as Project Implementing Agency (PIA)} named in this RFP

e. For the purpose of implementation of this project, Project Implementation Agency shall be

referred as Employer and the State Government of concerned state where the works are to

be executed shall be referred as ―The Owner

f. The Bidder, in its 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

g. If the bidder has any doubt as to the meaning of any provisions or any portion thereof, the

bidder shall before submission of the Bid, may clarify the same with the Tendering Authority

in writing, well in time before the specified date of opening of Bids so that such doubts may

be clarified

h. Submission of the Bid shall be deemed to be the conclusive proof of the fact that the Bidder

has acquainted himself and agrees with all the instructions, terms and conditions governing

this Tender document unless otherwise specifically indicated / commented by the bidder in

its Bid

i. Bids submitted after the time and date fixed for receipt of bids as set out in this RFP shall be

rejected. The Employer (P&ED, Govt. of Mizoram) will not be liable to return any such

rejected bid in part or full.

3.2 Local/FieldConditions

a. The bidder may in its own interest, before submitting the bid, inspect and examine the

area/s involved and satisfy itself regarding the existing system

b. For ascertaining the existing system, condition’s etc., the bidder may contact the Tendering

Authority

c. 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

d. It will be imperative on each Bidder to fully inform itself of all local conditions and factors,

which may have any effect on the execution of the Contract covered under these documents

and specifications

22

e. Employer shall not entertain any request for clarifications from the Bidders, regarding such

local conditions

f. It must be understood and agreed that such factors have properly been investigated and

considered while submitting the bids/proposals

g. No claim for financial adjustment to the Contract, awarded under these specifications and

documents, will be entertained by Employer

h. Neither any change in the time schedule of the Contract nor any financial adjustments

arising thereof shall be permitted by the Employer, which are based on the lack of such clear

information or its effect on the cost of the Works to the successful Bidder

3.3 Successful Implementation and Good PerformanceAny 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 must be executed within

the ordered price

3.4 Preparation of BidA. Bid Security / Earnest Money Deposit (EMD)

a. The Bidder shall furnish Bid Security / EMD asprescribed in this RFP

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

Engineer-in-chief, P&ED, Govt. of Mizoram within the stipulated date & time, and obtain a

receipt

c. Bid submitted but not accompanied by a copy of the Bid Security / EMD receiptshall be

rejected. In such a case, the bidder will forfeit the tender fee.

d. Adjustments/proposals for acceptance of Bid Security / EMD, if any, already lying with the

Employer (P&ED) in connection with some other bids/orders shall not be entertained. Also,

the Employer (P&ED) will not adjust the Bid Security / EMD under this tender with the

previous dues of bidder if any

e. No interest shall be payable on Bid Security / EMD deposited with the Employer (P&ED)

f. Employer (P&ED) reserves the right to forfeit Bid Security / EMD, if successful bidder has

either not accepted the Work Order or not completed the contractual requirement within

the specified period

B. TenderDocument Fee

The bidders are permitted to download the bid document from P&ED website

http://power.mizoram.gov.in. The bidder may be permitted to download the tender document from

this website but, the bidder must deposit the cost of Tender document fee as mentioned in this RFP

within the stipulated date and time in the office of Engineer-in-chief, P&ED, Govt. of Mizoram and

obtain acknowledgement receipt thereof. The receipt must be attached with the bid at the time of

bid submission.

23

3.5 Clarifications and Amendments & Deviation from Tender DocumentA. Clarifications to the tender document

a. Any prospective bidder may seek clarification/s within 10 days from the date of publication

of tender

b. Verbal clarifications and information given by Employer (P&ED) or any of its employee(s) or

representative(s) shall not in any way be binding on the Employer (P&ED)

c. The bidder is required to carefully examine the Terms & Conditions including specifications

of this Tender document and fully inform itself with all the terms and conditions which may

in any way affect the Work or the cost involved thereof

B. Clarifications to the bid

a. 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 its 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

b. Any clarification submitted by a bidder aboutits bid that is not in response to a request by

the Tendering Authority shall not be considered

c. 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

evaluation of the bids

C. Amendment to tender document

a. 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

b. Any Corrigendum/Addendum issued shall be a part of the Tender document and shall be

published on theP&ED Mizoram portal (www.power.mizoram.gov.in)

c. 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

d. Any change in date of submission and opening of bids would be published through P&ED

Mizoram website and Mizoram tender portal

D. Deviation from bid documents

a. The bidder should comply all requirements set out in the bidding document and NO

TECHNICAL and COMMERCIAL deviation shall be entertained

b. The Bids with deviation from the requirement laid down in this document shall be

considered as non-responsive

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

24

3.6 Submission and Opening of Bids

A. 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.

B. 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 any other 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.

C. Bid submission

The Bid shall be submitted within the specified time and date in printed format onlyto the P&ED,

Govt. of Mizoram in the following manner:

Part- A (Technical Bid): must contain

a. Cover 1: Fees

i. Copy of receipt of submission of Tender document fees

ii. Copy of receipt of submission of Bid Security / EMD

b. Cover 2: Technical Bid

i. Complete Technical Bid comprising information in specified formats and

schedules including details and 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

Qualification Requirements of this tender

Note:

The Tendering Authority may ask any bidder to furnish the documents in original or

copy duly attested by Notary for verification, in physical form on short notice of

three (3) working days

The Tendering Authority may call for a Technical presentation to allow for bidders to

present their technical solution to P&ED and its representatives on short notice of

seven (7) working days

25

Part- B (Financial Bid): must contain

a. The Financial Bid for carrying out the scope of work defined for this project

b. The Financial Bid must be submitted in Microsoft Excel format for Bill of Material

(BOM)

c. The Financial Bid will be opened only for the Bidders shortlisted based onthe

outcome of Technical Bid assessment

d. The date of opening of such Financial Bids will be intimated on the P&ED website

and Mizoram tender website

D. Submission of Bids

a. Bidder shall submit their bid physically in printed format only, which shall be signed and

stamped on each page by the designated authorized representative of the Bidder

E. Filling of Bids

a. Bids shall be submitted 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

b. The Bids which are not in conformity to the schedules and formats of the Tender document

will be considered incomplete and will be summarily rejected

c. No alteration should be made to the format and schedules of the tender document. The

Bidder must comply with all the requirements as laid down in this RFP

d. Tender should be filled in only with ink or typed and must be submitted physically to P&ED.

e. 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

f. The bidder must quote the prices strictly in the manner as indicated herein, failing which bid

will be 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

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

preparation or submission of bids

h. All bids and accompanying documents shall be addressed to Engineer-in-Chief, P&ED, Govt.

of Mizoram

E. Alternative Bids

Alternative bids shall not be considered at all.

F. Bid Prices

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

b. The prices quoted in Bill of Material Excel file (BOM.xls/BOM.xlsx) should be inclusive of

GST/any taxes and other government levies as applicable. The present rates of applicable

26

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

shall be borne by P&ED. In case the GST/taxes/Govt. levies are reduced, the same shall be

adjusted by the successful bidder in the price/cost of material or service

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

SECTION9: FORMAT FOR FINANCIAL BID SUBMISSION, indicating rate and type of each tax

clearly, as per the rates prevailing at the time of bid submission. Any statuary variationand

imposing of new tax by government subsequent to bid submission shall be on P&ED account

3.7 Period of validity of bids

a. The bid validity period is provided in the table mentioned in the Notice Inviting Tender (NIT)

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

rejected

b. 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 its

original offer, the bidder will be required to extend validity period of the Bid Security / EMD

suitably

3.8 Signature of bidder

a. 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

b. Bid by a partnership firm / consortium must be furnished with full names of all partners

c. Bids by corporation/company must be signed by the Authorized representative of the Bidder

with the legal name of the corporation/company

d. Satisfactory evidence of authority (Power of Attorney) of the person signing on behalf of the

Bidder shall be furnished with the bid

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

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

3.9 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 Notice Inviting Tender (NIT). Any bid received by the tendering authority

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

3.10 Receipt of Bids

Bids shall only be submitted in hardcopy physically to P&ED, Govt. of Mizoram.

27

3.11 Withdrawal, Substitution and Modification Of Bids

A bidder cannot withdraw, substitute or modifyits bid after submitting it to the P&ED, Govt. of

Mizoram.

3.12 Bid Opening

a. P&ED 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

b. 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. The bidder who quotesthe lowest

shall be termed as the successful bidder

3.13 Evaluation and Comparison of Bids

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

1st Stage: Qualification Requirement (Part–A) and Evaluation of Technical bid/offer

i. Qualification Requirement- Each bid shall be evaluated to ascertain the qualification of

bidder with respect to the requirements laid down in this RFP

ii. Availability for No-Deviation Certificate - If any deviation is found,thebid shall be declared as

non-responsive

iii. Technical details and proposals submitted by the bidders shall be critically examined in line

with objectives and scope of work mainly but not limited to the following criteria,

1. Schematic diagram showing all the modules and components of the systems covered in

the specification and integration with existing systems

2. Description of the technical solution for achieving the integrations as shown in the

above schematic diagram

3. Compliance to the Functionalities of Solution offered

4. Details of proposed Meters, communication modules, solution architecture, and

associated accessories

5. Adherence with the time period as per schedule of deliveries defined in the RFP along

with the work break down schedule

Note:

P&ED shall prepare the list of qualified bidders based on above criterion and accordingly will be

notified through email of successful bidders and P&ED website for opening of financial bid for

only such Technically Qualified Bidders

The EMD of the technically non-qualified bidders shall be returned within 21 working days from

the date of publishing of the list of technically qualified bidders

28

2ndStage: Financial Bid Evaluation

i. Onlythose bidders who have qualified in Technical Bid evaluation will be considered for

FinancialBid evaluation.

ii. Only those bidders who have quoted for all the componentsof the Financial Bid shall be

considered for evaluation

iii. The Financial Bids which are opened shall be evaluated and the bidders whose total

quote is the lowest shall be ranked as L1 bidder / successful bidder

iv. The Purchaser will correct arithmetical errors during evaluation of Financial Bids on the

following basis,

1. 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

2. 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

3. 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 point 1 and 2listed above

4. 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 point 1 and 2listed above

5. It should also be noted that at time of payment, the prevailing tax/levy rates will be

used as on the date of approval of payment

6. Except as provided in points1 to 4 listed above, Tendering Authority shall reject the

Financial Proposal if the same contains any other computational or arithmetic

discrepancy or error

7. If the Bidder does not accept the correction of errors, its Bid shall be disqualified and

its EMD shall be forfeited

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

“TheBidders having lowest financial quote during Financial Bid Evaluation shall be

considered as the L1 Bidder / Successful Bidder”

9. The EMD of the other technically qualified Bidders shall be returned within 21

working days from the date of award of contract to L1 bidder/ successful bidder

3.14 Confidentiality

a. 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

b. Any attempt by a bidder to influence the tendering authority or other officials of P&ED in the

examination, evaluation, comparison, and post qualification of the Bids or Contract award

decisions shall result in the rejection of its bid and EMD of such bidder shall be forfeited

29

c. 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, the biddermay do so

in writing only

3.15 Non-Material Non-Conformities

a. 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

b. No new information created after opening of bid shall be considered

3.16 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,

a. 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

b. 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 blacklistsuch

bidder/s from submission of Bid to P&ED, Govt. of Mizoramfor next two years from the date

of such instance

c. The Bidder has been disqualified from any other Govt. or Govt. agency in India for any

violation of code of conduct

d. In case of bidder not adhering to the format of financial offer given with this document the

bid may be rejected

e. In case of any misapprehension at bidder level which may lead to wrong price bidding, P&ED

reserves the right to reject the bid or take necessary loading / unloading to arrive at the

correct price as per aspersion of P&ED / tender specification. Accordingly, the bidders are

advised to ask to clarify about any misapprehension before bidding. No excuse shall be

considered in this regard

f. Bidder does not meet the Qualification Requirement (QR) as mentioned in the bidding

document

g. During validity of the bid or its extended period, if any, increases his quoted prices, except

for changes in GST, taxes, and other govt. levies, if any

h. Has submitted a conditional bid or imposed conditions in its bid

i. Has made misleading or false representations in the forms, statements and attachments

submitted in proof of the eligibility requirements

j. Has been black-listed by any utilities in India as on 31.3.19

k. Has submitted bid which is not accompanied by required documentation and Bid Security /

EMD/Tender document fees

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

30

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 under Govt. of Mizoram.

3.17 Award of contract

A. Acceptance of the bid and award of project/contract

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

period of Bid, the Tendering Authority shall inform such Bidder in writing by issuing Letter of

Intent (LOI)

b. The Successful Bidder shall send an acknowledgement the LOI to the P&ED, post which P&ED

shall prepare and send a detailed work order to the Successful Bidder

c. The successful bidder will be required to obtain Special Electrical Contractor License from

Mizoram Electrical Licensing Board before commencement of installation.

d. 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 BID SECURITY/EMD and order may be

placed to L2 bidder (provided he accepts the prices offered by L1 bidder)

e. P&ED shall issue Work Order to the Successful Bidder requiring the successful bidder to do

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

within specified timeline, BID SECURITY/EMD of such Bidder may be forfeited and Tendering

Authority may consider the next ranked bidder to award the project

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 Bank Guarantee (PBG) 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)

withthe P&ED within 15 working days after issue of Contract format by P&ED to the

Successful Bidder. In case any of the party (P&ED 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

f. 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 BID

SECURITY/EMD may be refunded.

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

binding Contract.

31

3.18 Signing of contract agreement

a. The successful bidder will, on receipt of Work Order from the P&ED enter into a contract

with the P&ED by jointly signing the Contract

b. The draft of the contract based on terms and condition, will be forwarded to the successful

bidder for execution by the P&ED

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

must be duly authorized by the Bidding entities

3.19 Reservation of Rights

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

following:

a. Extend the last date & time for submission of the bids

b. Amend the Tender Document at any time prior to the last date & time of submission of Bids

c. To reject any bid without assigning any reasons

d. Terminate or abandon the bidding procedure or the entire project whether before or after

the receipt of bids

e. Seek the advice of external consultants to assist P&ED in the evaluation or review of bids

f. Make enquiries of any person, company or organization to ascertain information regarding

the bidder and its bids

g. 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/s would be a

ground for disqualification of such Bidder from this process.

3.20 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 the Constitution of

Purchaser Advisory Board and Guidelines for Regulating Supply and Purchase of Materials, Govt. of

Mizoram and accordingly measures will be taken.

3.21 Other general terms of tender

a. P&ED 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 P&ED shall be deemed to constitute an agreement

between the Bidder and the P&ED whereby such bid shall remain open for acceptance by

the P&ED 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 P&ED, the bidder shall be bound by the terms of agreement constituted by bidder’s bid

32

and such acceptance thereof by the P&ED, until formal contract of the same bid has been

signed between the successful bidder and P&ED 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 P&ED may be taken, if

satisfactory clarification is not furnished within the prescribed period

d. P&ED will not be responsible for any cost or expenses incurred by the bidder in connection

with preparation or submission of bids

e. P&ED reserves the right to:

i. Reject or accept any bid

ii. Cancel the bid process and reject all applications

iii. P&ED 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

3.22Special 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 P&ED will have liberty to terminate the contract

b. The system and constituent software modules would also need to interface with Billing & Other

existing systems and IT systems that may be procured by P&ED during contract tenure

c. Time is of the essence in this project. The successful bidder is expected to implement the

systems for the project area as per the schedule indicated in RFP

d. The service provider shall maintain the confidentiality of database. A separate NDA (Non-

Disclosure Agreement) shall be signed by the Selected Bidder

e. The bidder shall export all the parameters or specific parameters to any other central or state

government portals as and when instructed by P&ED

f. The vendor shall develop a Web Based project monitoring module comprising the following:

i. It can assign unique ID to each Meter/DCU installation location (based upon certain

parameters) along-with longitude and latitude

ii. The software shall capture communication module ID and its basic details also and pair it

with meter

iii. To update the details of Capital Infrastructure already available at each site, and Capital

Infrastructure installed by the vendor. The software shall have features toidentify all

such details based on Unique ID

iv. To update the details of Capital Infrastructure changed / replaced during the currency of

contract. The history of all infrastructure / item at each site shall be available during the

tenure of contract

v. The vendor as a proof shall update the time stamped photograph of site before and

after installation. Similar function shall be available during replacement / change of

infrastructure / item during the tenure of contract

vi. The software shall have features to generate month wise work done report depicting the

CAPEX and OPEX charges applicable for each installation with option to consolidate at

various level for processing of bills

33

vii. The software shall also automatically calculate and apply penalties if any applicable as

per the penalty clauses

viii. The software shall get verified by the P&ED designated Officers/committee before the

commencement of work

ix. The Software shall have module that shall automatically generate all the reports

substantiating the work done and generating the applicable payment for the calendar

month for that installation, which shall be consolidated at various levels for verification

and payment processing

x. The software which shall capture the details of installation of infrastructure (with type of

Infra) at each site (consumer Meter or DCU). The photograph before installation and

after installation shall have to be uploaded in the software. The bidder shall capture the

details of all the equipment installed at site, if any installed equipment is faulty or non-

functional, the same shall be identified and verified by the concerned field officer of

P&ED before new installation.

34

SECTION 4: Terms and Conditions

The Terms and Conditions of the contract shall prevail and shall be binding on the bidder and any

change or variation expressed or impressed howsoever made shall be in-operative unless expressly

sanctioned by the P&ED. The Bidder shall be deemed to have fully informed itself and to have

specific knowledge of the provisions under Terms and Conditions of this Tender Document

mentioned hereunder:

4.1 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. “P&ED” shall mean the Power & Electricity

Department, Govt. of Mizoram, represented by Engineer-in-Chief 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 or consortium who has submitted the tender in response to this RFP

c. The “Agency / Contractor / Successful bidder” shall mean the Bidder whose Bid has been

accepted by P&ED and shall include its heirs, legal representative, successors and assignees

approved by the P&ED

d. The “Engineer-in-Chief” shall mean the Engineer-in-Chief, P&ED, Govt. of Mizoram

e. The “Engineer” shall mean the Chief Engineer, Dy. Chief Engineer, Superintending Engineer,

Executive Engineer, Assistant Engineer of P&ED or other Engineer or Officer for the time

being or from time to time duly authorized and appointed in writing by the P&ED 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 P&ED 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:

i. Notice Inviting Tender (NIT)

ii. Complete Tender document including its amendments if any

iii. Bid submitted by bidder

iv. BID SECURITY / EMD

v. Letter of Intent and its acknowledgement

vi. Security Deposit/ Performance Bank Guarantee/s

vii. Detailed Work Order

viii. Addenda that may hereafter be issued by the P&ED to the Agency in the form of

letter and covering letters and schedule of prices as agreed between the Agency and

P&ED

ix. The agreements to be entered as per Tender Document

x. Requisite Power of Attorney in favour 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

35

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 the

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 the 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” shall mean the Letter issued by P&ED to the successful bidder for

informing that the bidder is successful after all stages of evaluation for this RFP

o. “Work Order” shall mean P&ED’s letter which may be issued in the way of letter containing

detailed terms and conditions of the work and such other particulars which P&ED 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 Electricity Act, 2003 and related rules applicable in the

State of Mizoram on the date of Letter of Intent with such special modification thereof as

may be specially stipulated by competent State Authoritiesi.e. Engineer-in-Chief, P&ED,

Govt. of Mizoram

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

4.2 Contract

After the selection of successful bidder,P&ED will issue Letter of Intent (LOI) and subsequently a

detailed Work Order (WO) to such bidder. A contract shall be entered between P&ED and the

successful bidder.

4.3Contract Value

Contract Value shall be termed as total order value as quoted / accepted by the Successful Bidder in

the Financial Bid.

36

4.4Contract period

The contract period shall be initially for a period of One (1) year including the Procurement, Setup,

Roll-out, and Maintenance periodfrom the date of award of contract. The contract period may

further be extendable as per mutual agreement.

4.5Implementation Period

The implementation period of project for shall as defined in this document where in all the

hardware, software, resources, etc. should be procured/installed/deployed by the Agency.The

implementation period for this project shall be maximum 6 months from the date of award of

contract. This will be followed by maximum 6 months of maintenance period. While,

implementation and maintenance period are flexible, the total duration of the project shall not

exceed One (1) year.

4.6Termination of Contract

If the services rendered by the Agency fail to meet the bare minimum requirements of P&ED for

three consecutive months after commencement of work then, P&ED will have liberty to terminate

the contract.Bare minimum requirement is,

a. Project Schedule Variance should be less than 10%

b. Project Cost Variance should be less than 10%

c. Implementation part should be completed within 6months

d. Post-implementation, two-way communication using AMI infrastructure and modules should

be provided for at least 80% of the consumers every month

4.7Fallback 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, P&ED shall inter-alia have the right, at any time to

resort to fallback arrangement. Under such arrangement, P&ED 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 the losses suffered due to such failure from the

PBG/s and other holding/s of Agency with P&ED. If the PBG/s and other holding/s of Agency

is/are insufficient, the Agency shall pay the difference to P&ED failing which P&ED shall have

right to recover the sum through legal or other means

b. The P&ED 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 entertained/entered

37

c. The P&ED shall have the right in such circumstances to blacklist/bar/disqualify the Agency

from submission of Bid to the any Govt. Agency in Mizoram at least for two years

4.8 Handing Over on Termination / Project Completion

a. The Contract shall require the Agency to cooperate in handing back the facilities, records,

data backup and documents, software license/s if any with documentations, manuals, etc. to

P&ED after termination of Contract

b. The ownership of all data, information, application, database, software, hardware,

Intellectual Property rights, designs, diagrams, architecture, and Patents, etc. shall be with

P&ED

c. The P&ED shall have full rights without any hinderance/inhibition to use all components of

the system setup under this project for any further enhancement, or development

d. The bidder may not claim any stake in the project after completion of the contract period

e. P&ED may decide to select another bidder for any future enhancement, development or

O&M of the component setup under this project after completion of the bidder’s contract

under this project

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

transition activities to be completed across a transition period of as decided by P&ED (within

the contract period). These activities shall also be applicable in case of reduction in scope of

services if applicable. The successful bidder shall provide knowledge transfer to operations

team through workshop, discussion sessions and response to queries. The bidder should

ensure that its team has handed over administration rights/passwords to the new

operations team as nominated/decided by P&ED

In case P&ED observes the lack of willingness to manage transit/ sharing of information or lack of

support from Agency (selected through this RFP), P&ED shall have absolute discretion to levy severe

penalties and deduct the amount from monthly billing or Performance Bank Guarantee/s.

4.9Performance Bank Guarantee (PBG)

a. A Performance Bank Guarantee (PBG) equivalent to 5% (Five Percent) of the total contract

value shall be furnished by the Successful Bidder within 15 days of receipt of Work Order

from P&ED, through crossed Bank Demand Draft or by way of Bank Guarantee. The

Performance Bank Guarantee shall be valid for three months in addition to the entire

contract period (i.e. Contract time period + 3 months). It will be the responsibility of the

Agency to get its PBG extended, if required. The P&ED may invoke the Performance Bank

Guarantee without giving any information to the Agency if validity of PBG expires in less

than the mentioned time period

b. The Bank guarantee in the prescribed format must be from any Nationalized/Scheduled

Bank. The Agency may furnish Bank Guarantee on stamp paper of Mizoram state and shall

furnish a certificate of Banker that the stamp duty has been paid as per prevailing rules of

Mizoram.

38

4.10 Agency to Fully Inform Itself

The Contract shall be considered to have come into force from the date of its signing. The Agency

shall be deemed to have carefully examined the Tender document including General Conditions,

specifications and schedules. Also, it shall be deemed to have satisfied itself 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 P&ED or any of its

employees shall not in any way relieve the contractor from his responsibility for the supplying of the

Infrastructure, 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 envisaged system.

4.11 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 Mizoram 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 Mizoram

State Non-judicial stamp paper bearing stamp duty as applicable. The expenses of

completing and stamping the Contract shall be borne by the Agency. Such Contract shall be

executed and signed by the authorized signatory of the Agency on each page thereof

c. Such complete agreement forms along with the contract documents together with a “Power

of Attorney” in favour of the Executants shall be required to be returned to the P&ED 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 P&ED shall be sent to the Agency

d. The contract documents shall mean and include the following:

i. Contract agreement

ii. Notice Inviting Tender (NIT)

iii. Complete Tender document including its amendments if any

iv. Bid submitted by bidder

v. BID SECURITY / EMD

vi. Letter of Intent and its acknowledgement

vii. Security Deposit/ Performance Bank Guarantees (PBG)

viii. Detailed Work Order and its annexure/s, if any

ix. Addenda that may hereafter be issued by the P&ED to the Agency in the form of

letter and covering letters and schedule of prices as agreed between the Agency and

P&ED

x. The agreements to be entered as per Tender Document

xi. Requisite Power of Attorney in favour of the authorized signatory of the Bidder

39

4.12Change of Area or Quantity

a. Change of Area - This tender is meant for 694 consumers of P&ED in Zarkawt area of Aizawl

District of Mizoram. The Agency has to setup AMI / Smart Metering for these 694 consumers

as per P&ED requirements

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 contractor in the fulfilment of its obligations under the contract. It is

clarified that the quantity variation of item of final Bills of Material (BOM) shall be allowed

on the awarded unit rates of item after adjudging the field requirement

The P&ED reserves the right to increase or decrease the quantities of items as may be necessary, at

the time of award of contract.During the currency of contract if any addition of new consumers in

the system is intimated, the vendorwill be required to install the entire system and payment shall be

made on unit rate basis. The payment shall be made during the remaining period in equal EMI, for

the total value payable for the total/complete contract period.

4.13Grafts and Commissions, etc.

Any gift, commission, or advantage given, promised or offered by or on behalf of the Agency or his

partner, agent, officers, director, employee or servant or any one on its behalf in relation to the

obtaining or to the execution of this or any other contract with the P&ED, shall, in addition to any

criminal liability which the Agency may incur, result in cancellation of Agency’s contract with P&ED

under this RFP. The Agency shall also be liable to indemnify P&ED of any material or non-material

losses which P&ED incurs due to graft, commission, or any other such action on part of the Agency.

The P&ED then shall be entitled to forfeit the PBG of the Agency and shall not be liable to pay any

outstanding amount/payment under the contract to the Agency.

4.14Compliance of Labor Legislations

a. 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 Rules and Acts of the Govt. of India and

Govt. of Mizoram related to Payment of Wages, Minimum Wages Act, or any other Act,

Rules, Regulations as may be applicable

4.15Safety of system

The Agency shall be fully responsible for upkeep, operation, maintenance, security and safety of

infrastructure, hardware, software, documents, data and other documents and records transferred

to it and developed later. These documents and records shall be maintained in updated condition

and handed over back to P&ED.

40

4.16Patent Indemnity

Royalties and fees for patents covering material/equipment or processes used in executing the work

shall be to the account of the bidder. The bidder shall satisfy all demands that may be made at any

time for such royalties and fees and he alone shall be liable for damages, infringement and shall

keep P&ED indemnified in that regard in the event of any equipment/ material or part there of

supplied by the bidder is involved in any suit or other proceedings held to constitute infringement

and its used is enjoyed, the bidder shall, at his own expenses, either procure for P&ED the right to

continue the use of such equipment/material replace it with a non-infringing material / equipment

or modify it so it become non- infringing.

Bidder shall agree to indemnify the P&ED or/and hold it/them harmless from against all claims,

liability, loss, damage or expense including counsel fees arising from or by reasons of an action or

claimed trade mark patent or copyright infringement or any litigation based thereon with respect to

any part of the quoted items and such obligation shall survive acceptance of and payment for the

items.

4.17 Insurance and Warranty

The Agency at its 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 P&ED

against all perils. The validity of insurance shall be valid till expiry of contract. The Agency shall assist

P&ED in getting any faulty hardware or software replacedtill the time the time of validity of warranty

for such hardware or software.

4.18Remedy of Agency’s Failure to Insurance

If the Agency fails to effect and keep in force insurance referred to in point 4.16 listed above or any

other insurance which he may be required to effect under the terms of contract then the P&ED 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 and deduct the amount so paid by the P&ED as aforesaid from any

money due or which may become due to the Agency or recover the same as debt from the Agency.

4.19Liability for Accidents and Damages

a. The Agency shall be liable for and shall indemnify the P&ED 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. The Agency shall not be liable for any loss or profit or loss of Contract for any claim made

against the P&ED for any injury or damage caused by or arising from the acts of the P&ED or

of any other person or due to circumstances over which the agency has no control

41

c. The Agency’s total liability for loss, damage or injury shall not exceed the total value of the

Contract

d. The Agency will indemnify and save harmless the P&ED against all actions, suits, claims,

demands, costs, or expenses arising in connection with injuries (other than such as may be

attributable to the P&ED 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 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 insurance/s to over such indemnity

e. The Agency shall insure against such liabilities with an insurer approved by the P&ED and

shall continue such insurance, during the whole of the time that any person(s) are employed

by the Agency on the works and shall when required produce to the P&ED such policy of

insurance and the receipt for payment of the current premium

4.20Maintenance of Facilities and Personnel

a. The Agency shall maintain all requisite facilities at Aizawl of its own as required to carry out

the work as per the Tender document

b. Facilities - The Agency shall provide and maintain a controlling office with requisite

infrastructure at Aizawl with proper staff & facilities like telephone with fax, mobile phone,

Internet etc. at its own cost and shall remain open at all reasonable hours to receive

communications

c. Personnel - The Agency shall deploy exclusive supervisory and other personnel for efficient

management of the work under contract. Apart from the personnel specified in the scope of

work. However, this contract is on service model, Agency shall be responsible for smooth &

timely execution of work by appointing enough manpower

i. Manager or an alternate shall be available for communication during 9am to 7pm on

all days

ii. Agency shall not change the Manager/nodal officer, ifemployee has not left the

service

iii. Agency shall immediately inform P&ED about any change of personnel/contact

numbers through Email and post

iv. 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. The format of such ID card shall be approved

by concerned P&ED Officer. The ID card format shall be consisting of key details of

employees and photograph of the concerned personnel along logo of the Agency.

The P&ED will countersign the ID cards and return the ID cards to the Agency for

distribution to the concerned personnel. The IDs shall be handed back to the P&ED

after the completion of work under the contract

d. Nodal Officer for Execution of Project - After award of contract, to interact between the

field offices and Agency, P&ED shall appoint a Nodal Officer. Similarly, the Agency shall

communicate the name of the authorizedperson(s) thatwould act as a Nodal Officer(s) from

Agency’s side

42

4.21Agency’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

b. The Agency’s rights in the area will be working as an agent of P&ED for “Implementation

ofPre-paid customer Smart Metering as pilot project at Zarkawt Feeder for reduction of T&D

losses”

4.22Contract 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 two-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 P&ED against any claims, demands, costs and expenses whatsoever

which may be made against P&ED, because of failure of the Agency or its representatives in

the performance of their duties and negligence, any accident or injury to any person

4.23Mode and Terms of Payment

a. CAPEX CHARGES:CAPEX cost includes Supply and Installation of equipment necessary for

setting up of the Advanced Metering Infrastructure (AMI) for the target consumers. It shall

mainly comprise of the following:

i. Smart Meters

ii. Meter Box

iii. Communication Hub/Gateway

iv. Meter Data Acquisition System / Network Server

v. Meter Data Management System (On cloud)

vi. Server/s (On cloud)

vii. Cable and other accessories

viii. Survey, Installation and Configuration charges

b. Commencement of CAPEX Charges - The payment of CAPEX Charges shall be commenced

after complete Installation / readiness of the sites as defined in Payment Mechanism.In

certain cases, it might be possible that one or more components i.e. Meter, communication

module, Meter box are already available at the site. Under such circumstances, the CAPEX

charges only for the items installed by the bidder and installation and configuration charges

shall be applicable.

c. CAPEX Payment break-up:

43

i. 60% payment of CAPEX in following manner:

1)30% payment against installation and successful two-way communication

setup for installation and Go-Live of 50% of the required quantity

2)Balance payment from the 60% payment admissible as CAPEX shall be made

after complete installation and two-way communication has been setup for

100% of the required quantity

ii. The balance 40% of CAPEX shall be paid in equal monthly installments from the time

of beginning of the maintenance period along with OPEX payments

d. OPEX CHARGES: OPEX cost includes the charges for Internet/GPRS/3G/4G Data

Charges(SIMs) and Operation & Maintenance for the entire contract period

e. Commencement of OPEX Charges - The payment of OPEX Charges shall be commenced after

complete Installation / readiness of all sites and commencement of data collection of the

sites.OPEX payment shall be made to the Agency in equal monthly installments

f. The OPEX payment shall be made in the following manner:

i. The agency shall submit monthly invoice in triplicate to the Engineer-in-chief or any

other Nodal officer nominated by P&ED, as per the rates indicated in the Contract.

The invoice shall be accompanied by the following:

1)Project status report

g. Payment against invoice shall be paid in following schedule

i. The invoice shall be submitted within 7th of every month

ii. The Nodal Officer shall verify the invoice by 15th of every month and send the same

to the Accounts Dept.

iii. The Accounts Dept. shall release the payment against submitted invoice within 15

days

4.24Penalties / Service Level Agreement (SLA)

The following operational penalties shall be applicable on the Bidder and shall be calculated as here

under:

Sno. Particular Extent of Penalty / No Payment

A Monthly Reading of consumers & MIS Report, and Availability of Smart Meters

1 99% and above No penalty

2 Above 95 and below 99%

For CAPEX - No payment towards non-reporting meters

+

For OPEX - 5% penalty on unit rate on total number of non-

reporting meters

3 Above 90 and below 95%

For CAPEX - No payment towards non-reporting of meters

+

For OPEX - 10% penalty on unit

rate on total number of non -reporting meters

4 Below 90% No payment shall be made

44

The penalty shall be calculated strictly as per above slabs.

a. If the defective or damaged materials are not replaced within 1 week from the date of

receipt of the intimation from the purchaser, then a penalty @ Rs. 500 per day shall be

applicable upto maximum of Rs. 5000/-

b. 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 and time wise report of

consumer metercommunication status

c. The nodal officer of the P&ED shall verify and certify the invoice through system generated

reports; bidder shall provide an interface for verification of the invoice in the software to

facilitate the verification authority to compute the availability of meter data on system and

amount of applicable penalty

d. Integration providing Consumer meter consumption data in a desired template of the P&ED

System approved by P&ED

e. All %ages for SLA are to be calculated over calendar month

4.25Implementation and Roll-out Schedule

a. The Agency must submit the plan for customization and roll-out 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

Sno. Activity Time schedule desired

1

Submission of detailed inception report giving the

compliance sheet along with the make and model

of various infrastructure, hardware & software

that are proposed for delivery

Specification of System Architecture and

Software Solution

Within 15 days from the date of

Award of Contract

2

Approval of Inception Report by P&ED

Approval of System Architecture and Software

solution

Within 15 days from the date of

submission of inception report

3 Procurement of all hardware and softwareWithin 2 months from the date

of award of contract

4

Installation and configuration of all components

of AMI / Smart Metering System

Submission of documentation for all installations

and configurations (including login information)

for all components of AMI / Smart Metering

System

Demo of the system to P&ED or P&ED nominated

agency/agents

Within 3 months from the date

of award of contract

45

Submission of reporting templates to P&ED

User Acceptance Testing

UAT Report

Go-Live

Submission of Go-Live report

5 Operations and Maintenance of the system

9 months from Sno. 5 but not

exceeding One year from the

date of Award of project or

issuance of LoI to the Agency

6 Integration with P&ED’s billing/RAPDRP systemsWithin 6 months from the date

of Sno. 2

7 Training of P&ED nominated teamFor last 3 months of Agency’s

contract

8 Knowledge Transfer Report

Exit / Project Completion Report

Within 15 days after completion

of Agency’s contract

Note: Implementation schedule is to be complied with strictly. In case if implementation is

delayed, neither the contract period as specified in this RFP shall be increased, nor any additional

payment shall be made to the Agency.

4.26 Governing Laws and Jurisdiction

The Indian Law shall govern the agreement. Only appropriate courts in Mizoram shall have exclusive

Court Jurisdiction to deal with any matter arising out of or relating to the agreement or otherwise.

4.27 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 Aizawl, Mizoram. All disputes, differences questions whatsoever

arising between the P&ED and the agency upon or in relation to or in connection with the Contracts

shall be deemed to have arisen at P&ED Headquarter only and no court other than court at Aizawl,

Mizoram shall have jurisdiction to entertain or try the same.

4.28 Settlement of Disputes

At anytime any question, dispute or difference what so ever which may arise between P&ED and the

Agency, the same shall be decided by Engineer-in-Chief, P&ED, and Secretary, P&ED or by the

settlement committee constituted by them and shall be final and binding on both the parties.

46

4.29 Conduct of Agency Staff

If any of the Agency’s employees shall, in the opinion of P&ED, is guilty of any misconduct or

incompetence or negligence, then if so, directed by P&ED, the Agency shall at once remove such

employee and replace him by an equally qualified and competent substitute.

4.30 Lien

In case of any lien or claim pertaining to the work and responsibility of the Agency for which P&ED

might become liable, it shall have right to recover such claim amount from the Agency.

4.31Force Majeure Conditions

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/s shall not be invoked by P&ED 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 P&ED 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 P&ED in which case the P&ED

reserves the right to procure the material equipment on order or part thereof from any other source

at the risk and cost of the agency.

4.32 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 agencyas specified in this

document and certified by Engineer-in-Chief, P&ED.

The bidder shall ensure that all Intellectual Property (IP) rights which were created or acquired for

this project must be handed over / transferred in the name of P&ED or its representatives before

final sign-off or project completion report. Any data, system, application, or any custom

development which is done for this project during the tenure of the project by the successful bidder

shall belong to the P&ED. The bidder or consortium partner/s or their representatives or employees

shall not have any ownership of the same.

47

4.33 Inspection and Testing

All the materials which will be supplied shall undergo pre dispatch inspection by P&ED officers /

representative/s. Before supply of items, clearance from P&ED is required. The agency will have to

offer in writing for material inspection. Suppliers will be required to pay for travel, stay, hospitality

and other expenses of inspecting officials performing necessary inspections of materials and

installation.

The designated officer/ representative of P&ED shall on giving seven-days’ notice in writing to the

agency setting out any grounds of objections which agency 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 its bid 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 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.

The purchaser reserves the right of having any inspection of special test of a reasonable nature at

agency’s premises or at contract 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

Engineer-in-Chief 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 consequent to such rejection

andreplacement/rectification shall be borne by the Agency.

4.34 Death, Bankruptcy, etc.

a. If the Agency shall die or dissolve or commit any act or bankruptcy or being a corporation

commence to be wind-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 give notice thereof in writing to the P&ED for one (1) month

during which it shall take all reasonable steps to prevent stoppage of the work, have the

option of carrying out the contracted worksubject to providing such guarantee as may be

required by the P&ED but not exceeding the value of the work provided however that

48

nothing mentioned above shall be deemed to relieve the Agency or his successors of his or

other their obligations under the contract under any circumstances

b. 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 be terminated by the P&ED by notice in writing to the Agency and the same power and

provisions reserved to the P&ED as mentioned in the Tender in the event of taking the work

out of the Agency’s hand’s shall immediately become operative

c. Change of name of the Agency at any stage after Bidding Process, the P&ED shall deal the

same as per prevailing rules of the P&ED

4.35 Guarantee and Replacement of Defective/Damaged Material

a. GUARANTEE

The equipment supplied should be guaranteed for their performance for the entire contract period.

The equipment found defective within the above guarantee period shall be repaired/replaced by the

supplier free of cost within 7days of receipt of intimation.

Details for Guarantee are in meter specifications.

b. REPLACEMENT OF DEFECTIVE/DAMAGED MATERIALS

If 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 7days from the time of intimation of defect/damage to the Agency or its representative

working in Aizawl, Mizoram, at the cost of Agency. In the alternative, the defective or damaged

materials shall be replaced free of cost within 7days from the date of receipt of the intimation from

the purchaser. If the defects or damages are not rectified or replaced within this period, the Agency

shall pay a sum towards liquidated damages, for the delay in rectification/replacement of the

defects or damages.

The penalty will be calculated @ Rs. 500 per daydelay and shall be applicable upto maximum of cost

of damaged material or Rs. 5000/- (whichever is higher).

4.36Rules and Regulations

The job shall be carried out as per the rules, regulations as prevailing in P&ED, which shall be made

available to the Agency. These rules and regulations may be modified by P&ED 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.

49

4.37 Failure to Execute the Contract

Agency failing to execute the order placed on them to the satisfaction of P&ED under terms and

conditions set forth therein, will be liable to make good the loss sustained by the P&ED, 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 Bank Guarantee (PBG).

4.38Effective Recoveries

Any loss, arising due to non-fulfilment of this contract or any other contract, will be recovered from

the Performance Bank Guarantee (PBG) held and or any other amount due to the Agency from the

P&ED from this Contract as well as from other contracts, if any.

4.39Climatic Conditions

The system is for use in various geographical area of P&ED and should be satisfactory for operation

under conditions of Mizoram and shall be able to maintain the desired output and withstand a wide

range of temperature & climatic experience in the area under scope. The system should be able to

operate normally within the specified climatic conditions as per the technical specification given in

the Annexure. 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 P&ED.

50

SECTION5: Scope of Work

5.1 Advanced Metering Infrastructure

The project scope for AMI / Smart Metering solution shall comprise of design, supply, install,

commission, integrate and maintenance of the Advanced Metering Infrastructure (AMI) / Smart

Metering System for 694 consumers of Zarkawt area of Aizawl district in Mizoram. P&ED intends to

achieve two-way communication between consumer energy meter and P&ED servers / software for

AMI management, remote meter reading, remote management of energy meter, allowing or

stopping electricity for consumer/s remotely, network problem identification, load profile, energy

audit and signal for partial load curtailment through deployment of the AMI system with its auxiliary

applications. The total project duration is One (1) year, including design, development, integration,

Go-Live, and Operation & Maintenance period.

Key activities under the bidder scope are,

i. Supply, Installation, Commissioning of Smart Meters with GPRS and RF compatibility

ii. Setting up communication infrastructure for two-way communication between meters and

meter data acquisition system

iii. Meter Data Acquisition System (MDAS)

iv. Meter Data Management System (MDMS)

v. Web application with updated on-line data of consumers etc.

vi. Mobile Application

vii. Integration with P&ED’s related IT application

viii. Analytics

ix. Return of dismantled materials to P&ED

x. Data migration between existing consumer database and MBC (Metering, Billing, Collection)

database shall be updated through the master data acquired through AMI system

The scope of work for the AMI Implementing Agency of this tender shall include, in complete

conformity withsubsequent sections of the specifications, site survey, planning, design, engineering,

supply, manufacturing,transportation and insurance, delivery at site, unloading, handling, storage,

installation, integration, configuration, testing, commissioning, integration, demonstration for

acceptance, training, maintenance and documentation of the following:-

1. Carry out site Survey of site locations to assess the following:

Consumer Indexing

Smart Meter Installation

Provisioning of Communication Network (Internet/3G/4G and RF)

Management of SIM cards pertaining to the 3G/4G network

Management of RF Network

2. Implement and commission AMI system architecture capable of upgrades and scaling as

perP&ED requirementswith robust System security features with due consideration of data

privacy, confidentiality, cyber security, and other related guidelines from Govt. of India, etc.

51

3. Installation, testing and commissioning of the proposed AMI solution

4. Deployment of all the application on Cloud including Meter Data Acquisition System and

Meter Data Management System

5. Integration with existing legacy system and upcoming P&ED systems including Metering,

Billing andCollection Systems

6. Development of Interface with mobile app and web portal/dashboard

7. Returning of Dismantle materials to P&ED’s stores as per agreed SOP (with successful bidder)

8. FMS Support for the project duration - The AMI Implementing Agency shall be responsible for

proper data exchange among Smart meter, MDMS, HES andother operational/ requisite

software as part of fully functional AMI system

The AMI system shall support functionalities as per “Functional Requirements of Advanced Metering

Infrastructure (AMI) in India” issued by the Central Electricity Authority (CEA) in August 2016.

The major components of the AMI system would be:

1) Smart Meters

a. Installation

b. Smart Meter Network Installation and Setup

2) Master Station/Control Centre/Central Computer System/Data Collection Unit (DCU)/Data

Gateway

3) Meter Data Acquisition System

a. Capture Load Profile with Time stamp

b. Capture Voltage& Current

c. Establish communication with gateway and process the data sent by the smart meters

d. Read the raw data received and convert the raw data to actual meter data

e. User Interface to know the details of meter status and data

f. Reporting

g. Request Data

4) Meter Data Management System

a. Energy Usage in billing cycles with TOU

b. Events and generate alarms

c. Energy Accounting

d. Load Analysis/Business Intelligence

e. Monthly sales and revenue

f. Consumer monthly records and consumption

g. Validate the accuracy and performance of meter readings and outage event data

h. Remote connect/disconnect of meters

i. Store all meter reads

j. Provide application programming interfaces (APIs)

5) Integration with Existing Systems

52

6) Analytics and reports

7) Network and Communications

8) Customer/Employee Outreach and Education

A. Smart Meters

AMI meters for the project are advanced solid-state digital devices capable of recording hourly and

sub-hourly data that includes energy consumption and may include voltage and power factor

information.The meter shall calculate both Time of Use (TOU) and Critical Peak Pricing (CPP) rate-

based consumption. The meters shall be based on the specifications finalized by CEA and may have

the following minimum features:

i. Store and communicate requested data as per programmed interval

ii. Detect, resolve abnormal & tamper events and store the same with alert to Employer/Utility

personnel

iii. Inbuilt memory to store all relevant meter data, events for a minimum of 35 days

iv. Facilitate both prepaid and post-paid metering

v. Shall be configurable remotely including remote firmware upgrade

vi. Support remote load management by sending load curtailment signals that can be direct

display/SMS/Web application

vii. Record violation of sanctioned load as per parameters set by Employer/Utility

viii. Load Reconnect / Disconnect switch – Requirements shall be:

Automatic load reconnection/disconnection

All smart meters shall have a supply Disconnect / Reconnect switch / contactor for part/full

load

The AMI system shall support remote disconnect / reconnect of customer supply only via the

supply contactor

When the smart meter performs a disconnect operation, all outgoing power circuits from

the meter shall be disconnected

To confirm the current state of a meter, the AMI system shall support "on-demand"remote

polling of the meter to determine whether the supply is open, or closed/whether meter is

energized or not

The meter shall provide clear local visual indication of the status (open/closed) of the Supply

contactor, consumption.

B. Master Station/Control Centre

Master station /Control Centre will be in the space decided/provided by the EMPLOYER. All

hardware for MDMS will be installed in this premise and the operator(s) will be seated in this centre

to manage the Smart Grid system through their desktops.

53

a) Meter Data Acquisition System (MDAS)

Meter Data Acquisition System, is the critical interface to the field devices, which shall support

Meter Data Acquisition, Two way communication, poll meters for data collection, send remote

firmware upgrades/programmable parameter inputs to meters, send Load Curtailment signals,

Connect/Disconnect and sending of pricing and other signals as generated from the

MDMS/Other Applications to the Smart meter. This will interface with MDMS over SOA/Web

services, and the data exchange models and interfaces shall comply with CIM/XML / IEC

61968/62056.

b) Meter Data Management System (MDMS)

It is the heart of AMI. MDMS shall be a single repository of all meter data. The bidder shall

design this system based on open standards and using SOA principals. It will facilitate the

following:

i. Energy Accounting

This module shall support the following functions:

Generate report of Loss analysis for different groups and categories of consumers on

dailybasis

Generate report of AT&C loss calculation on weekly basis

Generate report for accounting and auditing at Feeder level, Distribution

Transformer level andDCU level

Create graphical re presentation of all results that can be displayed on monitor and

printed asper requirement

ii. Load Research

The proposed load research application shall be using the data of project area LT

network. This should provide the following functions for analyzing:

LT load requirements in short term and long term

Consumer load pattern

This will help the Employer in forecasting their load for short term, as well as plan

network augmentation in long term. The data shall also be analyzed to aid in the day to

day operation.

iii. System Requirements

The minimum requirements of MDMS are listed below.

Rule based Validation, Estimation & Editing (VEE) of consumption data

Detect & publish abnormal consumption events and patterns

Schedule based and on- demand reading from meters

54

Receive tamper events from meters and take appropriate action including sending

alerts

Receive power loss/restoration events from meters and take appropriate action like

alarm generation or work order for maintenance crew

The bidder to describe how the system will receive, store and present data from

non-meter sources, including customer equipment, distribution automation devices,

RE sources, Network components configurable for different pricing plans, including

TOU/CPP

Enterprise class reporting engine. E.g. from Oracle, Microsoft, IBM etc.

Describe how the project is scalable to the system requirements in terms of number

of additional meters and number of additional parameters for each meter

withoutperformance degradation with suitable hardware upgrade

Load analysis / research for decision support

Designed with adequate Cyber Security and Controls

Provide an interface to consumer portal

Provide an interface with already existing IT systems of P&ED – GIS, IT-applications

to minimize data duplicity

c) AMI Network and Communications

i. AMI System Design

The proposed solution (including the communication network and equipment)

should be scalable to support future customer growth for up to 1,00,000 consumers

Detailed design of the communication infrastructure of AMI system should be

provided, which should include but not limited to communication

technology,communication packet sizes, data rates, communication protocols, error

detection andcorrection techniques, network datacapacities, and bandwidth and

margin at fullsystem load (defined as quarter-hourly requests for most recent 5 and

15 minuteinterval data for all meters)

ii. Time Synchronization

Time Synchronization system for all Meters/DCU of the project.

iii. Public Network

In case of use of public network for communication, information regarding the following

parameters must be madeavailable:

Details of the network usage in terms of cost of operation and extended life of the

system

Security

Reliability

55

iv. Expected operating life and performance reliability

System operating life: It is expected to be 15 years for meters and 7 years for rest of

the system

SystemReliability: The system must have enough fault tolerance,

redundancy,failover, self-healing to guarantee system information requirements. A

systematicfailure analysis of all the elements must be done and ensure that there is

no singlepoint of failure which leads to more than 2% of data disruption for not

more than 24hours

Predictive/preventative reliability: Tracking and reporting performance of all

elementsof the AMI system to ensure system reliability and proactively identify

potentialsituations that could become system problems.

v. Equipment siting

The criteria and flexibility in physically siting all the equipment must be listed prior to

deployment of the system.

vi. IT Infrastructure and System Integration

Describe the head end system/ Data concentrator functionality in detail

The proposed head end system/ Data Concentrator should fully support all

functionality described in the scope of work

vii. Interoperability criteria

The proposal should specify the points of interface, where this part of the system

interacts with other elements, like GIS, SCADA, DMS, portal, existing metering,

billing and other IT applications

The project should use standard communication protocols and describe the

protocols used for the system

The system should be able to provide APIs for integration with other

application/systems

viii. Customer Interface

The system shall provide periodic updates to the customers via website, SMS, e-mail,

meter displays etc.

C. Analytics and Reports

56

Business Intelligence tools shall be supplied to generate analytics and reports. The bidder must

suggest and designthe reports in line with redesigned business processes and the details of such

reports are to be included in the technical proposal. The bidder needs to suggest and design reports

for,

Time frames like weekly / daily / monthly / yearly

Exporting to Excel, ASCII files, PDF and HTML or third-party reporting tools like Crystal

Reports

User based templates be created & used for reports

Scheduling to run the reports event-based or time based

Providing for metadata objects to be viewed during reporting

Provide for saving the report /queries for repetitive execution as and when required by the

users

Analysis of historical & consolidated data across systems

D. Network Management

The Agency shall provide a Network Management System with the following functions:

The network monitoring system shall help the computer system operators to easily identify

the problem areas and hence to take necessary corrective action remotely or m annually

The meter and the DCU and communication equipment in the network need to be

monitored and tracked continuously in addition to the other IT networks

The Network Management System shall have visibility of the accessibility of each of the end

equipment, communication devices, and other intermediaries in the network to give the

operator real-time status and alarms in case of any of the nodes and channels being un-

reachable

The equipment to be monitored shall include data concentrators, backbone connectivity,

last mile connectivity, end points, etc.

The monitoring data shall be stored for 1 month and shall include lost packet

information/data

E. Network and Data Security

The following items need to be considered for adequate security at different levels i.e. systems,

data,network, and security and bidder needs to provide,

Systematic description of how data security is maintained from the meters to the system

head end. All elements of the proposed system shall support protection of data,

confidentiality, data integrity and operational security. Physical security to prevent on-site

tampering to be ensured

57

System should enable creation and maintenance of accounts, passwords and functionality

access levels, along with log details

Description of the in-built anti-virus capabilities provided in connection with all proposed

software platforms and solutions

Description of methods to detect and prevent attacks including but not limited to Denial of

Service and Intrusion

i. Access Control

There shall be an identity and access management system which shall control and

log the access control of all users to the smart grid systems

The identity and access management system shall be able to define the access

control levels of each user based on roles, responsibilities or hierarchy

The identity and access management system shall be able to define which user can

access which function of the individual systems. For example, the identity and access

management system shall define which user can initiate a load disconnect function

for a consumer, and therefore rest of the unauthorized users will not be able to

perform load disconnect function

The identity and access management system shall be integrated with rest of the

Centralized Computer Systems

ii. Network Security

Since Centralized Computer System must access external environment through

3G/4G, RF, and Internet cloud it is important to have adequate network security

systems

There shall be intrusion detection and prevention systems deployed at the

centrallayer

There shall also be firewalls which will be a separate system from the

intrusionprevention system

The firewall shall control the demilitarized zones in the data centre and control

room,and the systems and ports which will be open to public network/ VPN

If fixed IP and operator VPN is not available/possible and Dynamic IP is being

used,then the devices shall support SSL/VPN and the data shall be encrypted before

send /received on 3G/4G/RF/last mile network, for devices consisting of Smart

MeterNetwork (SMN)

iii. Systems and Data Security

The systems deployed shall have the application scanning, hardware scanning tools

inorder to identify any vulnerability to mitigate any potential security threats

The application databases shall have exclusive security tools in order to prevent

anypotential attacks like SQL injection etc.

58

The data shall be encrypted wherever supported by

existingsystems/devices/technology

F. Customer/Employer Outreach and Education

The customer data acquired will be the basis of the design of suitable outreach programs to be

executed by EMPLOYER (P&ED) with the help of the bidder if necessary, to address the issues

captured in the survey exercise. These programs will be focused to the class(es) of consumer(s) and

aim at creating awareness of the pilot and its benefit, dispel misgivings, and carry all customers

along with the EMPLOYER/Agency during the implementation of the pilot. The programs shall cover

road shows to attract customer voluntary participation, booklets for general distribution,

compilation of consumer survey data, workshops etc. In all these the bidder is only expected to

design and assist in preparation and the EMPLOYER will execute the programs. The expertise of the

bidder should be made available during these interactions.

This shall also include sending alerts to consumers for higher load withdrawal, non-payment of bills,

etc.

G. Consumer Portal

The bidder needs to design and develop Consumer portal on Open Standards that can be easily

managed byEmployer (P&ED) personnel after completion of Pilot project. The ownership of this

portal and all its components shall be with P&ED. Consumer Portal is one of the most important

components of Smart Grid. The objective of Consumer portal is to provide high quality experience

for the customers and business associates that will provide them a user-friendly portal and will make

it easy for them to communicate with the Employer (P&ED) through the web instead of direct phone

calls or visits. This portal will also act as a source of information for the customers regarding policies

and procedures. This in turn will improve customer satisfaction and reduce work load on the

employee. This will host the web application for,

Display of Load profiles selectable based on organizational hierarchy of the Employer (P&ED)

Display of Reliability Indices selectable based on organizational hierarchy of theEmployee

(P&ED)

Bill payment services

Other Information sharing requirements based on standard Information architecture

Use of Open Standards for easy integration with other application/systems through APIs

5.2 Meter Installation at Consumer Premises

The smart meter installation shall be done by the AMI Implementing Agency as per the meter

installation guidelinesof the P&ED.

A. Scope of Meter Installation

59

The scope of installation work is two-fold and shall include the cost of all labour (electrical, civil and

others), materials,tools and other incidental expenses in connection with additional labour

requirement. The bidder shall seek for approval from P&ED for installing smart meters. The details

are:

i. Meter Inventory Management

Meter management and installation responsibility shall lie with the bidder once meter

installation is approved by P&ED. Any physical damages including fire andtheft and

damages not covered by OEM shall be the responsibility of AMI Implementing Agency.

ii. AMI Site survey (3G/4G/RF feasibility analysis etc.)

The broad scope of site survey will include the following but not limited to,

Capturing complete meter details (Meter type, make, class, serial no., YOM,

attached consumer, etc.)

Conducting feasibility analysis of the last mile connectivity at individual sites and

capture details

Capturing details of newly installed smart meters

The master data populated after AMI site survey shall be in line with the consumer

indexing survey to ensure data consistency and simultaneous update of consumer

indexing

Post completion of Smart Meter installation, it will be the responsibility of the AMI

ImplementingAgency to ensure that the master data of the AMI system is in sync

with that of the existing systems of P&ED, like RAPDRP Systems

iii. Meter Installation

The bidder shall prepare a SOP (standard Operating Procedure) document for meter

installation in consultation with P&ED and Meter installation activity shall adhere to this

document. Installation services shall be performed in a professional and courteous

manner, from initial appointment setup tofinal installation of the meter. Customer

service, effective project team and customer communication are of the

utmostimportance to this project. All site installation personnel employed on this

project will be subject to background checksand shall, always, carry a suitable Govt.

issued photo ID (such as Driving License, Voter Card, Aadhaar etc.) for identification.

Scope of AMI Implementing Agency for meter installation shall include:

Removal of Old Meter & taking down the meter reading

Installation of new smart meters with RF NIC card

Transfer Old & new meter data to the P&ED (P&ED Billing Software)

Provide or capture meter location through GPS

Digital photograph of meter reading before and after installation

Train P&ED personnel in installation of Smart Meters

60

Manage the installation performance

Provide daily, real-time project status updates of installations to P&ED

Most of the installations are meter replacement cases the bidder shall adhere to CEA

Regulations on “Installation and Operation of Meters’, 2006 to be read in conjunction

with amendments dated 04 June 2010 and 26 November 2014.

iv. SIM Card Management

The bidder shall ensure the availability, insertion and management of SIM cards to be

used incommunication gateway. In order to pursue this, following points need to be

ensured by the system Integrator.

Procurement and availability of Machine to Machine (M2M) SIM cardsbefore the

installation starts

The bidder shall be responsible for management of SIM inventory including but not

limited to total installed, in-stock, replaced and rejected/suspended/terminated

SIMs

The bidder shall ensure that the SIM information is available in the head end system

before physical installation is carried out

The bidder shall ensure timely suspension, termination, activation and reactivation

of SIMs and the process shall comply with the prevailing regulations of DoT / TRAI &

shall be approved by P&ED

The bidder needs to monitor the usage, alarm, events and connectivity for the SIM

cards used in AMI solution

Replacement of faulty SIM cards as per the agreed SLA

Provide daily, real-time project status updates of installations to P&ED

61

5.3 Deployment of Web Based Software Solution along with Cloud Hosting

A. Cloud Hosting

The Web Based Application shall be deployed on Cloud and shall be configured to handle the data

and processing requirements of the Meter Data Acquisition, Storing, Archival, Analysis, Reporting,

Information dissemination etc. The Web Application shall be hosted with GOI empaneled cloud

vendors. The required back up and replication shall be also built in. The bidder shall also provide

Cloud Disaster Recovery and Backup services on cloud. The cloud infrastructure shall be scalable,

elastic, robust and secure. In case Cyber Security Audit is required for carrying out the assignment

under the RFP, the same shall be in the scope of selected bidder.

B. Web Based Software Solution

The web-based Software shall have the following features and functionalities:

1. The Web Based Software Solution shall have all the generic functionalities for user

administration

2. The Web Based Software shall support industry standard integration technologies for

integrating with other IT systems like Billing that are existing and any future IT systems that

P&ED may procure. In general, the Web Based Software shall support integration on SOA

architecture and data exchanged through web services

3. The Web Based Software shall also have features for exporting the meter data to otherthird-

party systems on Standard Predefined formats like MIOS format, XML, publish to FTP, Web

Portal etc.

4. The Web Based Software shall have exclusive module for facilitating the capture of

information during installation and commissioning. The module shall capture all the asset

details with asset-coding. The module shall also facilitate uploading of photographs during

the installation and commissioning

5. Capture all the details during installation, commissioning and onward operation and

maintenance. Also capture the GPS co-ordinates of the site/consumer andthe same shall be

stored and updated in the Web Application

6. The Web Based Application shall have interface to view each Consumer Site on open source

GIS tools like Google Maps with different ICONS and colours

7. The Web Based Application shall have module for creating the master list of all the

sitesalong with the required electrical network details and other meta-data of the

installation. The network details like the Feeder, 33kv Sub Station, DT, Sub Division, Division,

Circle,and Zone shall be provided by P&ED

8. The master data module shall also facilitate organizing the site locations as per the

socio(Taluk, constituency etc.) and geographical areas. The information and classifications

shallbe provided by P&ED

9. The Web Based Application shall have Meter Data Acquisition Module which shall

primarilyfacilitate all the functionalities of communicating and acquiring the specified meter

data asper the desired intervals. The raw meter data shall be stored and archived and

62

available forfuture reference.The module shall enable bidirectional communication and shall

support on demand reads in addition to scheduled reads

10. The Web Based Application shall facilitate converting of Meter Data Acquired into a

common database format

11. The Web Based application shall have features to capture the real-time events like

PowerFailure, Outages, Tampers, Load violations etc., further the same hall be disseminated

tovarious stake holders/systems as per the requirement of the system. The required SMS

andemail/messaging platforms shall be made available by the P&ED

12. The Web Based module shall be able to acquire the data continuously in the intervalsof 15

minutes and all the aggregated data made available to the Meter Data management and

analysis module once in every 24 hrs.

13. Theproposed System shall provide continuouson-line monitoring and logging ofessentially,

though not limited to, the following parameters:

Voltage

Current

Active Energy

Reactive Energy

Apparent Energy

Average Power Factor

Frequency

Maximum Load

14. The Web Based Meter Data Management and Analysis module shall provide the

complete360-degree view of the meter data, including and not limited to Load Survey,

Tampering Events,Event Logs, Phase Association, Outages, Blackout periods, Single

Phase & Three phasePower supply etc.

15. The Web Based Application shall have inbuilt tools for Meter Data Validation, Examination &

Estimation

16. The Web Based Application shall be able to generate various predefined reports. Theformats

of the same shall be shared with the successful bidder

17. The Web Based Application shall have an inbuilt reporting tool for custom or on

demandreport generation

18. The Web Based application shall have provision to import data from CMRI

19. The Web Based application shall have various in-built dashboards depicting the real-time

data acquisition status for the project area. The dashboard shall have drill down options

20. Dashboards for supply status indicating the availability of power, single phase, three-

phaseetc. shall be in-built

21. Any Dashboards associated with acquiring of meter data and information dissemination

tovarious stake holder s shall be developed by the vendor without any additional costs

22. The Web Based Software shall have module to capture the various non conformities

basedon the availability of the acquired data and automatically calculate the applicable

penalties.Furtherthe module shall have the complete site monitoringincluding

installation,commission,uptime and the same shall be used in generating the report for

CAPEX andOPEX charges. The module shall assist the officers in invoice validation and bill

63

passing. Themodule shall be verified by the designated officers for its accuracy, security and

reliability

23. Provisionfor automated SMS alerts and email. The alerts would be sent directly torespective

area in-charge and other integrated systems (e.g. Customer Care Centre in caseof events

such as tamper, no power etc. based on system analytics.) as specified by P&ED. The

required SMS gateways shall be provided by P&ED

24. Reading of all the consumers should be captured/ recorded at 00:00 hours on last day

ofevery month along with seamless data integration with the billing system to enable

generation of bills on 1st of every subsequent month

25. Any other software functionality or modification or change associated with the process

ofacquisition of meter data, depiction, consolidation, reporting and dissemination to

variousforms as required by the P&ED shall be implemented during the project tenure

26. Mobile App: A cross platform mobile app for information dissemination and monitoring

shallbe developed by the bidder. The Mobile app shall have facilities for various P&ED

usersto view the summary of meter data acquired, alerts, events, supply status etc., based

onvarious selection parameters. The inputs required for which shall be provided by the

P&ED. A separate mobile application for the consumer will be developed to view energy

usage and billinginformation. The consumer app will provide recharge facilities for prepaid

consumers.

27. The Web Application shall have Ticketing System inbuilt for

complaint/issuerecording,resolution and escalation

C. Operation & Maintenance

a. The Agency shall depute the requisite manpower at appropriate levels across the project

area for upkeep of the Advanced Metering Infrastructure(Meters/DCU/Communication

Modules) installed at sites

b. The Agencymust deploy the requisite manpower at appropriate levels for maintenance of

the software system, undertaking change requests, report generation, etc.

c. The vendor shall manage all the Cloud Infrastructure with desired uptime and maintain high

availability of the same during the contract period

d. The Agency shall pay all the recurring monthly charges associated with the SIM cards

provided and other connectivity charges like for RF and Cloud Hosting

e. The Agency shall install any new installations or site that are being serviced and the required

infrastructure for acquiring the data form the same based on the categoryand type of

installation shall be supplied and commissioned

f. The Agency must maintain and continually monitor the assets installed and see tothat all the

infrastructure is working for providing seamless data acquisition

g. The Agency shall acquire the data within the defined SLA of the RFP

h. The Agency must impart training to the P&ED officers or its nominated representative/s for

using the application as and when required by P&ED

i. The Agency must provide all the user manuals and documentation with respect to

theproject to P&ED. The training and user manuals shall also be made available onlinein the

Web application and shall be updated as when the system is updated orchanged

64

j. Any additional reports required during the tenure of contract shall be developed and made

available online

5.4 Project Management Scheduleand Documentation

A. Project Management

The bidder shall assign a project manager with the authority to make commitments and decisions

that are binding on the Agency. Purchaser will designate a project manager to co-ordinate all

purchaser project activities. All communications between purchaser and the Agency/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.

B. Project Schedule

The project implementation schedule is from date of detailed order. Based upon the desired

schedule as listed in thisRFP, the bidder shall submit a preliminary implementation plan along with

the bid. The detail project implementation schedule shall be submitted by the agency/contractor

after award of contract to agency. The detailed project schedule shall include at least the following

activities:

Site Study

Documents submission and approval schedule

Factory & Site Testing Schedule

Database development schedule

Cloud Hosting & delivery policies, Software development & integration schedule

Installation and configuration schedule

Go-Live schedule

Training schedule

5.5 Training and Capacity Building Requirements

AMI Implementing Agency shall provide training sessions to officers or representatives identified by

P&ED on the following domains (including, but not limited to):

a. Smart meter installation and communication

b. HES and its user interface

c. MDMS and its user interface

d. AMI troubleshooting

e. Analytics software

f. Mobile app/Web Portal

g. Cloud administration services

h. Cyber Security

i. Application administration

65

The primary objective of the trainings is to achieve 100% user adoption through technical and

behavioral competencies. Each training session mentioned above, shall be for 2 days (encompassing

8 working hours per day) and shall be conducted in English language. The AMI Implementing Agency

shall provide a training plan (including training curriculum and calendar) so that there is a proper

transfer of knowledge about the deployed systems to P&ED officers/representatives. The training

shall cover technical, functional aspects.

The AMI Implementing Agency is expected to complete / be involved in the following activities but

not limited to:

i. The AMI Implementing Agency shall conduct a training need analysis to identify the training

requirements of the user group to identify the criteria for training, plans and responsibilities

of the target stakeholders and knowledge sharing strategy

ii. Testing scripts shall be prepared to test the business processes and scenarios of the new

system. The project team members will further develop these testing scripts into training

documents

iii. The training must be conducted at the training facilities of P&ED or at training facility of

OEM/AMI Implementing Agency

iv. The training must be conducted by Instructors of AMI Implementing Agency and OEM. All

costs related to the logistics and contents of the training shall be borne by the AMI

Implementing Agency irrespective of the location of the training

v. The trainings shall be interactive and ensure optimum knowledge transfer hence the

trainings shall mandatorily be given in pre-production or live environment and not in the

form of presentations etc. Training material will be organized by functional process that will

serve as the training documentation for a functional area

vi. The participants nominated by P&ED will be issued a certificate from OEM and AMI

Implementing Agency for attending these courses

vii. The AMI Implementing Agency shall obtain a certificate of completion after each training

workshop

viii. The AMI Implementing Agency shall provide associated documentation for all deployed

systems to ensure a smooth transition from deployment to post-deployment operations and

maintenance of the system

ix. The AMI Implementing Agency shall ensure that the trainers conducting the training shall

have a good work experience in the domain in which he/she is conducting the training. The

AMI Implementing Agency shall provide CVs of the proposed trainers

5.6 Inception Report

a. 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 15 days of awarding the contract.

The inception report shall contain the following:

Detailed methodology/ project report/ modus operandi to be adopted to execute the

contract

Resources with list of man power to be deployed to execute the contract

66

Detailed list of inputs to be required from P&ED

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

Detailed Functional design & specification of the equipment’s to be installed at every

location with GTP (Guaranteed Technical Particulars)

Testing procedure as per the relevant clause of the specification

Detailed methodology of Training system

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

Type of communication system proposed

b. The P&ED on receipt of the inception report will furnish its recommendation for any

modification, if required, within 15 days of receipt the same

67

SECTION 6: Technical Specifications for Smart Meters

Refer Annexure-A, Annexure-B, Annexure-C of the RFP for technical specifications of the required

Smart Meters.

68

SECTION7:Technical Proposal Submission Sheet

Technical offer to be furnished by the bidder on its letter head and each page signed by the

authorized signatory.

An affidavit indicating that all the information, affirmation made in this proposal shall be

complied with shall be provided

The Technical offer shall be given strictly in same sequence of order as given in this

document

To,

The Engineer-in-Chief

Power & Electricity Department

Govt. of Mizoram

Room No. XXXX

Secretariat, New Capital Complex

Aizawl, Mizoram - 796001

SUB: Submission of Bid for “Implementation of Pre-paid customer Smart Metering as pilot project at

Zarkawt Feeder for reduction of T&D losses” against RFP number XXXXX

Dear Sir,

We hereby submit our bid for“Implementation of Pre-paid customer Smart Metering as pilot project

at Zarkawt Feeder for reduction of T&D losses” against RFP number XXXXX.

We, the undersigned, declare that:

A. Declaration

1) We have examined and have no reservations to the Bidding Document, including Addenda

No. YYYYYY (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/Lead Bidder

(consortium))

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

69

7) We understand that the Bids with Deviation from the requirement laid down in this

document shall be considered as Non-Responsive

8) The prices are as mentioned in Bill of Material (BOM)

9) The prices quoted are valid for a period of 120 days from the date of opening of “Financial

bids”

10) The quoted / agreed prices are inclusive of the following applicable Taxes (As per prevailing

rates): YYYY, YYY

Enclose details of taxes included in the prices

S. No. Name of Tax/Charges Rate of Tax/Charges

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) The material supplied by us shall conform your specification

14) We confirm that we agree to adhere to all the commercial terms and conditions as well as

the technical stipulation of your specification and there is No Deviation. Such acceptance

has also been confirmed in prescribed schedules of this offer

15) 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

16) 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

17) We understand that the quantity mentioned in the financial schedule is just for evaluation

purpose, any payment shall be made based on actual numbers

18) We understand that P&ED, Govt. of Mizoram reserves the right to invite detailed proposals

from any private entrepreneur or company; irrespective of the fact whether the company

or entrepreneur has been pre-qualified

19) We also understand that the P&ED, Govt. of Mizoram reserves the right to reject any or all

the bids without assigning any reason thereof

20) We undertake that we shall readily fine-tune the infrastructure setup under this project to

the requirements of P&ED, Govt. of Mizoram. We undertake to carry out all necessary

System Integration work to ensure all the requirements specified andneeded for the

success of this project are met

21) We understand that the prices quoted in the BOM are as defined in the RFP& the financial

evaluation of the L-1 bidder shall be per Bid

22) We agree to abide by all the conditions governing the proposals and decisions of the P&ED,

Govt. of Mizoram

70

B. General Profile of the Bidder

Kindly attach a copy of latest Registration Certificate issued by Registrar of Companies (RoC) to

substantiate the information furnished against general profile of the bidder.

Details Responses

Bidding Entity Nature

(Single Bidder/ Consortium)

In case of consortium, mention Lead Bidder or

Consortium Partner

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

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).

71

C. Financial Capabilities

CERTIFICATE OF FINANCIAL QUALIFICATION

Sno. Financial Year Turnover (In INR)

Whether Net Worth

Positive or NOT

(Select as applicable)

1 FY 2016-17

2 FY 2017-18

3 FY 2018-19

(Turnover / Net Worth/ Net Profit 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 FYs duly signed by the Chartered

Accountant)

72

D. Compliance to Technical Specifications and other requirement of Software

Sno. Particular Compliance (YES / NO)

A Cloud Hosting: The Web Based Application shall be

deployed on Cloud and shall be configured to handle the

data and processing requirements of the Meter Data

Acquisition, Storing, Archival, Analysis, Reporting,

Information dissemination etc. The Web Application shall

be hosted with GOI empaneled cloud vendors. The

required back up and replication shall be also built-in. The

bidder shall also provide the DR services on cloud located

in different seismic zone. The cloud infrastructure shall be

scalable, elastic, robust and secure. In case Cyber Security

Audit is required for carrying out the assignment under

the RFP, the same shall be in the scope of selected

Agency which needs to be necessarily carried out by an

Indian Computer Emergency Response Team (CERTin)

empaneled security auditor

B Web Based Software Solution: The web-based Software shall have the following features

and functionalities:

Sno. Particular Compliance

(YES / NO)

1 The Web Based Software shall support industry standard

integration technologies for integrating with other IT systems

like Billing that are existing and any future IT systems that

DISCOM may procure. In general, the Web Based Software shall

support integration on SOA architecture and data exchanged

through web services

2 The Web Based Software Solution shall have all the generic

functionalities for user administration

3 The Web Based Software shall also have features for exporting

the meter data to other third-party systems on Standard

Predefined formats like MIOS format, CSV, XML, publish to FTP,

Web Portal etc.

4 The Web Based Software shall have exclusive module for

facilitating the capture of information during installation and

commissioning. The module shall capture all the asset details

with asset-coding. The module shall also facilitate uploading of

photographs during the installation and commissioning

5 Capture all the details during installation, commissioning and

onward operation and maintenance. Also capture the GPS co-

ordinates of the site/consumer and the same shall be stored

and updated in the Web Application

73

6 The Web Based Application shall have interface to view each

site on open source GIS tools like Google Maps with different

ICONS and colours

7 The Web Based Application shall have module for creating the

master list of all the sites along with the required electrical

network details and other meta data of the installation. The

network details like the Feeder, 33kv Sub Station, DT, Sub

Division, Division, Circle, and Zone shall be provided by P&ED

8 The master data module shall also facilitate organizing the site

locations as per the socio (Taluk, constituency etc.) and

geographical areas. The information and classifications shall be

provided by P&ED

9 The Web Based Application shall have Meter Data Acquisition

Module which shall primarily facilitate all the functionalities of

communicating and acquiring the specified meter data as per

the desired intervals. The raw meter data shall be stored and

archived and available for future reference. The module shall

enable bidirectional communication and shall support on

demand reads in addition to schedules reads

10 The Web Based Application shall facilitate converting of Meter

Data Acquired into a comm on database format

11 The Web Based application shall have features to capture the

real-time events like Power Failure, Outages, Tampers, Load

violations, etc., further the same shall be disseminated to

various stakeholders / systems as per the requirement of the

system. The required SMS and email/mess aging platforms

shall be made available by the P&ED

12 The data update between MDAS and MDMS shall be in real-

time

13 The proposed System is expected to provide continuous online

monitoring and logging of essentially, though not limited to,

the following parameters:

Voltage

Current

Active Energy

Reactive Energy

Apparent Energy

Average Power Factor

Frequency

Maximum load

14 The Web Based Meter Data Management and Analysis module

shall provide the complete 360degree view of the meter data,

including and not limited to Load Survey, Tampering Events,

74

Event Logs, Phase Association, Outages, Blackout periods,

Single Phase & Three phase Power supply etc.

15 The Web Based Application shall have inbuilt tools for Meter

Data Validation, Examination & Estimation

16 The Web Based Application shall be able to generate

various predefined reports. The formats of the same shall be

shared with the successful bidder

17 The Web Based Application shall have an inbuilt reporting tool

for custom or on-demand report generation

19 The Web Based application shall have various in-built

dashboards depicting the real-time data acquisition status for

the project area. The dashboard shall have drill down options

20 Dashboards for supply status indicating the availability of

power, single phase, three-phase etc. shall be in built

21 Any Dashboards associated with acquiring of meter data and

information dissemination to various stakeholders shall be

developed by the vendor without any additional costs

22 The Web Based Software shall have module to capture the

various non conformities based on the availability of the

acquired data and automatically calculate the applicable

penalties. Further the module shall have the complete site

monitoring including installation, commission, uptime and

the same shall be used in generating the report for CAPEX and

OPEX charges. The module shall assist the officers in invoice

validation and bill passing. The module shall be verified by the

designated officers for its accuracy, security and reliability

23 Provision for automated SMS alerts and email. The alerts

wouldbe sent directly to respective area in-charge and other

integrated systems (e.g. customer care centre in case of events

such as tamper, no power etc. based on system analytics.) as

specified by P&ED. The required SMS gateways shall be

provided by P&ED

24 Reading of all the consumers should be captured/ recorded at

00:00 Hours on the last day of every month along with

seamless data integration with the billing system to enable

generation of bills on 1st of every subsequent month

25 Any other software functionality or modification or change

associated with the process of acquisition of meter data,

depiction, consolidation, reporting and dissemination to

various forms as required by the P&ED shall be implemented

during the project tenure

26 Mobile App: A cross platform mobile app for information

dissemination and monitoring shall be developed by the

75

bidder. The Mobile app shall have facilities for various DISCOM

users to view the summary of meter data acquired, alerts,

events, supply status etc., based on various selection

parameters. The inputs required for which shall be provided by

the P&ED. A separate mobile application for the consumer will

be developed to view energy usage and billing information. The

consumer app will provide recharge facilities for prepaid

consumers.

27 The Web Application shall have Ticketing System inbuilt for

complaint/issue recording, resolution, and escalation

Please provide a summary of versions of various modules, if the proposed solution is a product. Use

following format:

Table D.1: Details of Product Offered

Name of product Module details Version and year of release

Table D.2: Live examples where these products have been implemented

Name of product DISCOM URL

76

E. Approach and Methodology

The Approach and Methodology to be furnished with following parameters:

1) Understanding of Purchaser and its requirement with clear mention of the deliverables. Bidder

should provide schematic diagram showing all the modules & components of the systems

covered in the specification and integration with existing systems.

Bidder should depict complete understanding of the as-is system of the Utility based on the

information provided in the Bid Document. It should also require listing down all the deliverables

that has been planned as a part of the overall project with timelines. Also provide details of prior

interaction with P&ED, if any.

2) Description of the technical solution for achieving the integrations as indicated in the schematic

diagram to be submitted by the bidder.

Please provide details of integration methodology followed by your organization in successfully

implementing similar projects. Also highlight the special steps that your organization/ consortium in

tends to take in order to ensure that the change from current system to proposed one will be

smooth and effective.

3) Project Team Structure

In this section please provide detail of the team that would be deployed by your organization to

execute the project. Please provide details of the team structure in the following format:

Name of Staff Positio

n

assigne

d

Employme

nt status

with the

firm (Full

time / Part

time /

Permanen

t rolls /

Contractu

al)

Educatio

n

(Degree,

Year,

Institutio

n)

Area of

experti

se

Number

of years

of

relevant

experien

ce

Task

assigne

d

Whether

prior

experien

ce of

working

in

Mizoram

A. Professional

Staff

B. Support

Staff

77

Table: Proposed Project Team Structure

4) Resource planning and estimation

Bidder shall provide detailed staffing schedule of the professional and support staff in the following

format:

For Professional Staff the input should be indicated individually; for Support Staff it should

be indicated by category (e.g.: IT administrator, field survey staff etc.)

Months are counted from the start of the assignment. For each staff indicate separately staff

input for off-site and on-site work

Sno. Name of Staff Position Assignment

Week1 Week2 W3 W4.. Wn Total

(In

Weeks)

A. Professional Staff

B. Support Staff

Table8: Proposed Resource Planning and Estimation

5) Risk planning

Bidder shall assess underlying risks in implementation of the Project and detail out the methodology

to mitigate them. It may include development of a risk assessment matrix indicating severity of the

risk, chance of its occurrence and its mitigation approach.

Risk description Risk category Probability% Impact

(High/Medium/Low)

Mitigation

Strategy

Table: Risk Planning

78

6) Detailed work plan with timelines

Sno. Activity Time schedule desired

Confirmation of

time schedule by

bidder (Yes/No)

1 Submission of detailed inception

report giving the compliance sheet

along with the make and model of

various infrastructure, hardware &

software that are proposed for

delivery

Specification of System Architecture

and Software Solution

Within 15 days from

the date ofAward of

Contract

2 Approval of Inception Report by P&ED

Approval of System Architecture and

Software solution

Within 15 days from

the date ofsubmission

of inception report

3 Procurement of all hardware and

software

Within 2 months from

the date of award of

contract

4 Installation and configuration of all

components of AMI / Smart Metering

System

Submission of documentation for all

installations and configurations

(including login information) for all

components of AMI / Smart Metering

System

Demo of the system to P&ED or P&ED

nominated agency/agents

Submission of reporting templates to

P&ED

User Acceptance Testing

UAT Report

Go-Live

Submission of Go-Live report

Within 3 months from

the date of award of

contract

5 Operations and Maintenance of the

system

9 months from S. No. 5

but not exceeding One

year from the date of

Award of project or

Issuance of LoI to the

79

Agency

6 Integration with P&ED’s

billing/RAPDRP systems

Within 6 months from

the date of S.No. 2

7 Training of P&ED nominated team For last 3 months of

Agency’s contract

8 Knowledge Transfer Report

Exit / Project Completion Report

Within 15 days after

completion of

Agency’s contract

80

F. Confirmation of Bid Qualification Requirement

The bidder shall refer SECTION2 of this RFP for details about Bid Qualification Requirements and fill

the confirmation table listed below accordingly.

Req.

No.Criteria

Supporting Documents

Required

Confirmation from bidder

(Yes / No)

1

Bidder shall be incorporated

under Indian Companies Act

1956/2013

Self-attested copy of

Incorporation Certificate

2

Bidder shall be in business for

over last 5 (five) financial years

(FY13-14 or earlier)

Copy of the audited

statement of accounts (PL

Account & Balance Sheet)

for last 5 years duly

certified by a valid

Chartered Accountant

3

Bidder should have average

annual turnover of at least Rs.2

Crores (Two Crores Only) in last

three financial years ending on

31-Mar-2019 (i.e. for the 2016-

17, 2017-18, and 2018-19

Copy of the audited

statement of accounts (PL

Account & Balance Sheet)

duly certified by a valid

Chartered Accountant

4Bidder should have positive net

worth as on 31.3.19

Copy of the audited

statement of accounts (PL

Account & Balance Sheet)

duly certified by a valid

Chartered Accountant

5

The Bidder should have not been

blacklisted by any Govt. or Govt.

agency in India as on date of bid

submission

Self-Declaration for No

Blacklisting on appropriate

non-judicial stamp paper

duly

Notarized

81

G. Facility Management Services (FMS) Plan

The detailed plan for FMS shall be given in accordance with the tender Document. In case of

deviations, the same should be clearly indicated in Deviation sheet.

1. Project Management Practices

Please provide high-level details of the project management practices that will be followed to

manage the project. The project management practices would include (but not be limited to) details

of the following,

Bidder must provide details of how they envisage the contract being managed including

principles such as (but not limited to) joint planning and control mechanisms; regular and

active review meetings; Project management of individual work streams and overall

program management of the entire service; Performance reporting

Bidder should outline its proposed governance structure and designate a Service Manager to

co-ordinate their activities and provide a focal point of contact to which Utility can refer on

any matter concerning the service

Reporting lines and decision-making powers within the bidder’s organization must be

explained

Reporting formats and templates that would be followed by the bidders

Outline the proposed escalation procedures if issues arise

2. Quality Assurance

i. Quality of service - Bidder must provide details of their proposed approach to quality

assurance to ensure the quality of services in accordance with the tender document. This

should include:

a. Responsibility of quality of service

b. How the bidder will ensure quality service is provided

c. How quality will be measured

ii. Does your company (and consortium partner) have any quality certification / Assessment? If

so, please provide your responses for the following:

Description Bidder response

Certification / Assessment Name

Certificate / Assessment issuing authority

When was the certificate / assessment issued?

Does this certification/assessment process involve

periodic reviews and observations/ remarks after such

review? If so, please provide details and specify when

your company is due for its next quality review?

Table15: Details of Certification

82

iii. Please specify your company’s process for product development and enhancements

3. Documentation

Please provide a list and brief description of all user documents that will be provided along with the

software package. This must include the following minimum documents:

System and administration manuals

Technical support handbook

User Manuals

Error Messages and their Meanings

Training Manuals

Analysis & Design Manuals with the relevant data flow diagrams, entity relationship

diagrams, schemas etc.

Additions/ changes to the documents after upgrades, and

Operations Manuals

4. Checklist

Sno. Item Bidder Response (Yes/No)

1 Is the cover letter attached with the bid proposal

2 Is the tender cost attached with the proposal

3 Is the Bid Security attached with the proposal

4 Is the certificate as to corporate principal

5 Is the bidder-company statistics attached with the proposal

6 Is the bid structure according to proposal

7 Is the technical specification requirement of application

packages attached with the proposal

8 Is the hardware technical specifications attached with the

proposal

9 Is the Manufacturer’s Authorization Form attached with the

proposal

10 Is the necessary certificate / authorization for back to back

arrangement with respective OEM vendor for Technical

support, Annual Maintenance / warranty etc. enclosed with the

proposal

11 Is the Approach and Methodology attached with the proposal

12 Is the Project Experience and Confirmation of Pre-Qualification

Requirement attached with the proposal

13 Is the Team Details (CVs) attached with the proposal

14 Is the Details of Key Personnel’s attached with the proposal

15 Is Firm Detail attached with the bid proposal

16 Is the Facility Management Services Plan attached with the

83

proposal

17 Is the Project Management Practices attached with the

proposal

18 Is the Quality Assurance attached with the proposal

19 Is the Documentation Details attached with the proposal

20 Is the Confirmation of No-Deviation and Deviation Sheet

attached with the proposal

21 Is the Supporting Documents to Substantiate Meeting of Pre-

Qualification requirement attached with the proposal

22 Does the bid proposal contain the financial proposal

23 Has the bidder provided project organization structure

24 Has the bidder provided schematic flow of information

25 Are all the pages of the proposal signed by an authorized

representative of the bidder’s firm (in case of consortium, then

from the leading member’s firm)

26 Does the bid contain the name, address and place of business

of the person or persons making the bid and is the bid signed

and sealed by the bidder under his usual signature

27 Is satisfactory evidence of authority of the person signing on

behalf of the Bidder furnished with the bid

28 Is the bidder's name stated on the proposal same as that of the

legal name of the firm

29 Do any / all erasures or other changes in the bid documents

bear the initials of the person signing the bid

30 Are all entries and amendments also signed

31 Are all pages of the attached tender specification document

signed, as a token of acceptance of the terms and conditions,

except those mentioned in the deviation list

(Signature)…….............................

Date :

(Name)........................................

Place :

(Designation)...............................

(Common Seal)……......................

84

SECTION8: Other undertakings

1. CONFIRMATION OF “NO DEVIATION” IN TECHNICAL / COMMERCIAL TERMS AND CONDITIONS

OF THIS TENDER

(To be furnished on Bidder’s Letterhead, In case of consortium both the bidders to comply)

Bidder's Name & Address:

To

The Engineer-in-Chief

Power & Electricity Department

Govt. of Mizoram

Kawlphetha, Secretariat, New Capital Complex

Aizawl, Mizoram - 796001

Dear Sir,

Sub: Confirmation for “No Deviation” in Technical / Commercial terms & conditions of RFP

No.XXXXX for “Implementation of Pre-paid customer Smart Metering as pilot project at Zarkawt

Feeder for reduction of T&D losses”

We hereby confirm that there is no deviation in technical / commercial terms & conditions

stipulated in the bidding documents/RFP/Tender and we agree to adhere the same strictly.

(Signature)……...........................

(Name)...........................

(Designation)..............................

(Common Seal).......................

Date :

Place :

85

2. UNDERTAKING FOR VARIOUS INFORMATION FURNISHED

(To be furnished on appropriate non-judicial Stamp Paper of Rs. 100/- duly notarized)

Bidder's Name & Address:

To

The Engineer-in-Chief

Power & Electricity Department

Govt. of Mizoram

Kawlphetha, Secretariat, New Capital Complex

Aizawl, Mizoram - 796001

Sub: Undertaking for various information against RFP No.XXXXX for “Implementation of Pre-paid

customer Smart Metering as pilot project at Zarkawt Feeder for reduction of T&D losses”

Dear Sir,

We hereby confirm that all the information against this bid and all other Certificates etc. furnished

are correct and if in future P&ED discovers that any information furnished is not true, same may

lead to the rejection of bid or termination of contract.

(Signature)……...........................

(Name)...........................

(Designation)..............................

(Common Seal).......................

Date :

Place :

86

3. BIDDER’S AUTHORIZATION CERTIFICATE

(To be furnished on Bidder’s Letterhead)

To,

The Engineer-in-Chief

Power & Electricity Department

Govt. of Mizoram

Kawlphetha, Secretariat, New Capital Complex

Aizawl, Mizoram - 796001

[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 Bidder:

Verified Signature:

Authorized Signatory:

Seal of Organization:

Date:

Place:

Please attach the board resolution / valid power of attorney in favour of person signing this

authorizing letter.

87

4. POWER OF ATTORNEY IN FAVOUR OF AUTHORISED SIGNATORY OF THE BIDDER

(To be stamped Non-Judicial Stamp Paper of Rs. 500/- duly notarized in name of the Bidding Entity)

88

5. FORMAT OF PERFORMANCEBANK GUARANTEE (PBG)

(To be stamped in accordance with Stamp Act in the name of Engineer-in-Chief, P&ED, Mizoram. 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/Purchased)

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 Bidfor the

performanceof the Contract for………….(insertnameofthe

package/RFP)……………under……… ….(insert Specification No)…………… (hereinafter called "the Bid").

KNOW ALL PERSONS by the se 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 Power & Electricity Department, Govt. of Mizoram

(hereinafter called " the Employer") in the sum of ....................(insert amount ofPerformance Bank

Guarantee in figures & words) ......................... ............................……………. for whichpayment 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) along with 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 to execute the following within

the specified time limit,

a. To sign the Contract Agreement in accordance with Tender document, or

89

b. Other conditions as listed and in accordance with the Tender document

(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 ………..(insert date, which shall be 400days

from the date of Award of Contract to the successful bidder)…….., and any demand in respectthereof

must reach the Bank not later than the above date.

For and on behalf of the Bank,

[Signature of the authorized signatory(ies)]

Signature_______________________

Name_______________________

Designation_______________________

POA Number____________ ___________

Contact Number(s): Tel.______________Mobile______________

Fax Number_______________________

Email __________________ __________

Seal of the Bank_________ _____________

Witness Details:

Signature_______________________

Name_______________________

Address______________________________

Contact Number(s): Tel.______________Mobile______________

Email __________________ __________

90

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., endparagraph of the Bank

Guarantee preceding the signature(s) of the issuing authority(ies) of the Bank Guarantee]:

“Notwithstanding anything contained herein:

1. Our liability under this Bank Guarantee shall not exceed _________ (value infigures)

_________ [____________(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)

__________.”

91

6. SELF DECLARATION OF NO BLACKLISTING

(To be furnished on appropriate non-judicial Stamp Paper of Rs. 100/-, duly notarized)

To,

The Engineer-in-Chief

Power & Electricity Department

Govt. of Mizoram

Kawlphetha, Secretariat, New Capital Complex

Aizawl, Mizoram - 796001

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 P&ED

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 definite period 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 five years

e. does not blacklisted by any of the Central/State power utilities in India for fraudulent and

corrupt practices as on date of bidding

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

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 as on date of bidding, 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 Govt. of Mizoram,

my/ our security may be forfeited in full and our bid, to the extent accepted, may be cancelled.

92

Thanking you,

Signature…………………

In the capacity of………………… ……

Duly authorized to sign Proposal for And on behalf of………………………..

Seal of the Organization:

Date………………….. Place ………………….

93

SECTION9: FORMAT FOR FINANCIAL BID SUBMISSION

To,

The Engineer-in-Chief

Power & Electricity Department

Govt. of Mizoram

Kawlphetha, Secretariat, New Capital Complex

Aizawl, Mizoram - 796001

SUBJECT: “Implementation of Pre-paid customer Smart Metering as pilot project at Zarkawt

Feeder for reduction of T&D losses” against RFP no.:XXXX

Dear Sir,

We have procured the bid documents for engagement of Implementing Agency for “Implementation

of Pre-paid customer Smart Metering as pilot project at Zarkawt Feeder for reduction of T&D losses”

against RFP no.XXXXX.

We are submitting our financial proposal as hereunder:

Meters/Field Equipment/Cloud Data Centre/Software/Hardware Cost (BOM)

Sno. Equipment Unit QuantityPer Unit Cost

(INR)

Total Cost

(INR)

A B C D E F = D*E

1. AMI / Smart Meters related Infrastructure

1.1

Single phase whole

current (10-60A) smart

meter (RF) with meter

box conform to IS 16444

Numbers 644

1.2

Three-phase whole

current (10-100A) smart

meter (RF) with meter

box

Numbers 50

1.3

Data Control/Collection

Unit (DCU) or Data

Collection Gateway

NumbersDepending on

technology

1.4Communication

Modules/NICNumbers

1.5 RF communication unit Numbers

94

Sub-total (Part1)

2. Installation and Commissioning

2.1

Installation and

commissioning of single

phase whole current

smart meter with meter

box and necessary

hardware/accessories,

including transportation

Numbers

2.2

Installation and

commissioning of three

phase whole current

smart meter with meter

box and necessary

hardware/accessories,

including transportation

Numbers

2.3

Installation and

commissioning of three

phase CT smart meter

with meter box and

necessary

hardware/accessories,

including transportation

Numbers

2.4

Installation and

commissioning of

DCU/DCG and necessary

hardware/accessories

Numbers

2.5 Field Survey Lumpsum

2.6 Transport and Insurance Lumpsum

Sub-total (Part2)

3. Hardware and Software

3.1

Meter Data Acquisition

System (MDAS) / Head-

End System (HES)

Lot

3.2

Cloud based MeterData

Management System

(MDMS) capable of

processing raw data,

building of desired

analytics like giving

demand response

Lot

95

signal, taking control /

programming actions

based on pre-set logic,

interface with billing

software being used by

utility

3.3

Centralized Network

Management software

along with Patch Mgmt.

& Identity Mgmt.

Lot

3.4Development of

Consumer PortalLump Sum

3.5Development of Mobile

ApplicationLump Sum

3.6Integration Middleware,

if anyLump Sum

3.7 Other items -

Sub-total (Part3)

4. Software Licenses, if any

4.1 Misc. item -

Sub-total (Part4)

5. Cloud Data Centre hardware and software

5.1

Database and

application server

suitable for MDAS/HES

and MDMS

5.2

Application server for

development, and

testing

5.3 Web server for access

5.4 Network mgmt. server

5.5 Storage

5.6GPS Time

synchronization system

5.7

Firewall with Network

based Intrusion

Prevention System

5.8Other Router / Switch, if

needed

96

5.9 Misc. item -

Sub-total (Part5)

6. UPS and Battery (For Gateway)

6.1

UPSas per requirement

of the proposed

gateway

Numbers

6.2

Battery as per

requirement of the

proposed gateway

Number

Sub-total (Part6)

Grand Total (INR) (All parts)

The quoted prices are inclusive of applicable tax/GST prevailing at the time of submission of this bid.

Any statutory variation and imposing new tax by government shall be on P&ED account.

Name: _________________ ____________

[Authorized Signatory]

97

SECTION10: BILL OF MATERIAL

Following details are to be furnished:

a) Details of cloud computing for hosting of application with infrastructure details to be

furnished

b) Detail data sheet of Application Software indicating compliances of the specifications

c) Details of Manpower, office setup etc.

d) Details of training to be provided

e) Details of connectivity (all type)

f) Any other component critical/required to make the desired system work seamlessly