STATE LOAD DESPATCH CENTRE, JABALPUR Document...STATE LOAD DESPATCH CENTRE, JABALPUR TENDER...

141
1 M.P. POWER TRANSMISSION CO. LTD. STATE LOAD DESPATCH CENTRE, JABALPUR TENDER SPECIFICATION NUMBER PROJECT LD-04/2014-15 FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF AVAILABILITY BASED TARIFF(ABT), OPEN ACCESS(OA) AND MIS SYSTEM FOR SLDC, MPPTCL,JABALPUR. TENDER COST Rs 10000.00 + Rs 150.00 (POSTAL CHARGES) OFFICE OF CHIEF ENGINEER (LD) STATE LOAD DESPATCH CENTRE, MPPTCL, NAYAGAON, RAMPUR, JABALPUR – 482 008 (M.P.) WEBSITE http://www.sldcmpindia.com

Transcript of STATE LOAD DESPATCH CENTRE, JABALPUR Document...STATE LOAD DESPATCH CENTRE, JABALPUR TENDER...

1

M.P. POWER TRANSMISSION CO. LTD.

STATE LOAD DESPATCH CENTRE, JABALPUR

TENDER SPECIFICATION NUMBER PROJECT LD-04/2014-15

FOR

SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF AVAILABILITY BASED TARIFF(ABT), OPEN ACCESS(OA) AND MIS

SYSTEM FOR SLDC, MPPTCL,JABALPUR.

TENDER COST Rs 10000.00 + Rs 150.00 (POSTAL CHARGES)

OFFICE OF CHIEF ENGINEER (LD) STATE LOAD DESPATCH CENTRE, MPPTCL,

NAYAGAON, RAMPUR, JABALPUR – 482 008 (M.P.)

WEBSITE http://www.sldcmpindia.com

- 1 -

MADHYA PRADESH POWER TRANSMISSION COMPANY LIMITED STATE LOAD DESPATCH CENTRE, Nayagaon, Rampur, Jabalpur Telephone: (0761)2970089 Fax: (0761) 2664343/2970119 e-mail [email protected]

No. 07-05/174/ Jabalpur, dated 25.03.2015

TENDER NOTICE Sealed Tenders are invited for supply, installation, testing and commissioning of ABT, OA & MIS System for SLDC, Jabalpur.

S. No.

Tender No.

Particulars Cost of Tender Document (`.)

Due Date of Opening

1 LD-04 /2014-15

Supply, Installation, Testing & Commissioning of Availability Based Tariff, Open Access & MIS system

10000.00 (Rs. Ten thousand Only) plus Rs 150.00 if desired by post, by Crossed bankers cheque/ DD in favour of RAO, MPPTCL-SLDC, Jabalpur.

05.05.2015 At 15:30 Hrs

The Tender Notice and tender document is also available on SLDC website (www.sldcmpindia.com) and MPPTCL website (www.mptransco.nic.in). bidder may download the tender document from websites, however, bids shall be considered only, if tender cost is deposited by the bidder before opening of tender.

CHIEF ENGINEER (SLDC) SLDC, MPPTCL Jabalpur

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

Tender document S.No ............... ………. issued to .................. … …. ………………………. ….. ……………………….. ………………… ……………

Cost of Tender document Rs................. Received vide DD No........................... SIGNATURE & SEAL OF

ISSUING OFFICER

- 2 -

STATE LOAD DESPATCH CENTRE M.P.POWER TRANSMISSION COMPANY LIMITED,

JABALPUR M.P.

TENDER FORM (To be furnished by the bidder)

The undersigned hereby tender and offer (subject to Company’s conditions of tendering) the State Load Despatch Centre, MPPTCL, Jabalpur (MP) (hereinafter referred to as ‘SLDC, MPPTCL,Jabalpur’) to Supply, Installation, Testing And Commissioning Of ABT, OA and MIS system to do the several works and things which are described or referred to in the enclosures and schedules to the specification LD -01/2015, copies of which are annexed hereto and which under the terms thereof are to be supplied, executed and done by the bidder in a thoroughly good and workman like manner and to perform and observe the provisions and agreements or the part of the contract contained in or reasonably to be inferred from the said tender documents for the sums and at the rates set out in schedules annexed hereto. It is confirmed that (i) Questionnaire for Commercial terms and conditions (ii) Questionnaire for technical specification of Project Management software and (iii) All other conditions-where ever described in the tender document have been replied in full giving clear details. It has been noted that in case any reply is not given or any reply is incomplete/ambiguous, the Company will have the right to take the same to be advantageous for the Company. Company’s decision in this regard will be final. The Bidder will have no right to furnish any technical or commercial clarification after opening of the offer, which may in any way alter the offered prices. Dated this .............day of.............................. Bidder’s Signature Bidder’s Address

- 3 -

SECTION I

GENERAL CONDITIONS & INSTRUCTIONS TO THE BIDDERS

- 4 -

SECTION – I TABLE OF CONTENTS

CLAUSE NO. TITLE

PAGE NO.

1.0 INTRODUCTION AND GENERAL DESCRIPTION 5 2.0 SCOPE OF WORK 5-7 3.0 DETAILED SPECIFICATION 7 4.0 GOODS TO BE PROCURED 7 5.0 PROCEDURE FOR THREE PART BIDDING 7-11 6.0 TENDER OPENING PROCEDURE 11-12 7.0 VALIDITY OF OFFER 12-13 8.0 BID EVALUATION AND QUALIFICATION CRITERIA 13-16 9.0 BUY BACK OF EXISTING SYSTEM 16 10.0 COMPLETENESS OF OFFER 17 11.0 TERMS OF PAYMENT 17-18 12.0 DELIVERY/TIME FOR COMPLETION 18 13.0 PENALTY 18 14.0 SECURITY DEPOSIT 18-19 15.0 RESPONSIBILITY FOR SAFE DELIVERY AT SITE 19 16.0 PERFORMANCE GUARANTEE 19 17.0 SUBMISSION OF MANUALS 19 18.0 INSPECTION AND TEST CERTIFICATES 20-21 19.0 TESTS AT SITE 21 20.0 FAKE INSPECTION CALL 21 21.0 COMPLETENESS OF EQUIPMENT 21 22.0 WORKMANSHIP 21 23.0 PACKING & FORWARDING 22 24.0 TERMINATION 22 25.0 FORCE MAJEURE 22 26.0 TRANSPORT 22 27.0 FREIGHT AND TRANSIT INSURANCE 23 28.0 PROVISION OF EXTENSION ORDER 23 29.0 REPLACEMENT OF DEFECTIVE SUPPLIES 23 30.0 PLACE OF MANUFACTURE, TESTING AND INSPECTION 23 31.0 GUARANTEE AND GENERAL PARTICULARS OF THE EQUIPMENT 23 32.0 RECOVERIES FOR LIABILITIES AGAINST OTHER CONTRACTS 23 33.0 TRAINING 24 34.0 LITIGATION HISTORY 24 35.0 PREFERENCE FOR COMPLETE OFFERS 24 36.0 COMPLIANCE WITH OTHER CONDITIONS 24 37.0 CORRUPT PRACTICES 25 38.0 DEPARTURE FROM THESE CONDITIONS & SPECIFICATIONS 25 39.0 POWER OF ATTORNEY 25 40.0 JURISDICTION 25 41.0 PURCHASE OF TENDER DOCUMENT 25 42.0 DATE OF OPENING OF TENDER 25

- 5 -

GENERAL CONDITIONS & INSTRUCTIONS TO THE BIDDERS 1.0 INTRODUCTION AND GENERAL DESCRIPTION: The State Load Despatch Centre (SLDC) is an apex body to ensure integrated operation of the power system in a State. The State Load Despatch Centre is responsible for optimum scheduling and dispatch of electricity within State, in accordance with the contracts entered into with the licensees or the generating companies operating in that State. As per Madhya Pradesh Electricity Regulatory Commission (MPERC) Balancing & Settlement Code (BSC) 2009 notified on 30th Oct’2009 which came into force in the State of M.P. w.e.f. 1st November 2009, various activities related to Scheduling & Despatch, Meter Data Collection & Analysis, Energy Accounting and exchange of information through Web Server etc. are performed under Intra State ABT regime. To fulfill its responsibility SLDC is equipped with ABT system which was supplied and commissioned by M/s Kalkitech Communication Technologies Pvt. Ltd., Bangalore. The system is fully operational since 31.03.2008. The ABT system mainly comprises of application software & associated hardware for scheduling, metering and energy accounting of Intra State Entities. Similarly, SLDC is also having Automatic Meter Reading (AMR) system supplied & commissioned by M/s Secure Meters Ltd, Udaipur and SCADA/EMS system supplied and commissioned by M/s Alsthom India Ltd. The SLDC intends to replace the existing ABT system with state of art technology based ABT, OA & MIS system which shall be required to be integrated with the existing AMR and SCADA/EMS system. The functional requirement, system architecture and other software and hardware requirement of the proposed system is detailed in section-II. The bidders are requested to under stand the functional requirement in detail and if required, they may visit SLDC for any clarification/ understanding of existing ABT,SCADA/EMS system, AMR system.

2.0 Scope of the work The scope of work under this specification shall include complete conformity with all the relevant sections of this specifications. This includes overall Project Management on Turnkey basis having Survey, Planning, Design, Engineering, Documentation, Integration, Supply, Delivery at site, Unloading, Insurance, Storing, Handling, transportation to final location, Installation, Testing, Demonstration for acceptance, parallel operation with the existing ABT system, and Commissioning of ABT, OA & MIS system, implementing and maintaining the system during performance guaranty period and transfer skill to run the system to SLDC, MPPTCL personnel through training and subsequent comprehensive maintenance of the system during one year guaranty period and six year AMC period.

MPPTCL invites offers from reputed firms, having strong R & D and state-of-the art

production facilities for ABT, OA & MIS system with experience in supply, installation, and commissioning of complete ABT, OA & MIS system to execute this Project. The scope of the project includes the implementation of ABT, OA & MIS system for SLDC, MPPTCL, Jabalpur as follows:

- 6 -

a) Installation of ABT, OA & MIS system with required functionalities, software and hardware as

detailed in technical specification at SLDC, Jabalpur and Backup data server at Bhopal.

b) Integration of ABT, OA & MIS system with SCADA/EMS, AMR System of SLDC for data interchange.

c) Comprehensive Maintenance of the supplied system as per specification for a period of six years after one year guaranty period.

d) Development of complete Database, displays and reports.

e) Buy back of the existing system is mandatory.

f) Cyber security, audit certification with the guidelines specified by “CERT.in”. by a third party recognized by “CERT.in” before acceptance of the system as well as renewal of cyber security audit certificate during complete AMC period.

g) Arranging type test, factory acceptance test, site acceptance test in consultation with SLDC.

(h) Parallel operation of the ABT, OA & MIS system with the existing ABT system for a specified duration.

i) Training to SLDC, MPPTCL personnel.

j) Auxiliary Power System Comprising of UPS with Battery set is available at SLDC, Jabalpur and hence shall not be under the scope of bidder.

k) Supply of Spares identified under AMC along with main items to meet the contingency during guaranty performance period and during AMC period.

l) All cabling, wiring, and interconnections to the equipments being supplied and to be integrated.

m) Integration of all the supplied equipments. n) Additional Hardware, software and services, if any, necessary to ensure compatibility with

existing equipment

o) The system is required for integration upto 3000 ABT meters, without addition of any further hardware and upgradation of software.

p) Should the Bidder elect to subcontract installation, testing & commissioning or any other work defined herein, it shall remain the Bidder's responsibility to complete the assigned work.

q) Bidder should use as much standard hardware and software as possible; however, all of the

functional requirements of this Specification must be satisfied.

- 7 -

r) The use of the bidder’s standard hardware and software may cause the bidder to conclude that there is need for additional items not specifically mentioned in this Specification. The bidder shall supply all such items and provide a complete ABT, OA & MIS system that meets all the functional requirements defined in this Specification.

s) Installation & commissioning of Data Backup server of ABT, OA & MIS system at Backup SLDC at Govindpura Bhopal. The communication for the same shall be on MPPTCL owned fiber optics network.

The Bidders are requested to go through the tender document carefully and furnish the required details in Schedule-I to III using Proforma I to V. It may be noted that furnishing of all information as required in above Schedules is a must. Incase, any of these schedules duly filled in is not furnished or confirmations as required in the Schedules are not given, the Bid will be treated as incomplete and may be liable for rejection without any correspondence by the State Load Despatch Centre, MPPTCL. The offer shall comply the following:

Important Note:

i. The Bidder shall invariably fill-in all the fields of schedules enclosed with the tender specification.

ii. The offer shall be strictly for genuine items for particular make/type of equipments conforming to Technical Specifications stipulated in Section-II of this tender document along with brochure.

iii. Use of the words such as equivalent/better/similar for make or model of the items offered should be avoided as far as possible.

iv. The bidder shall avoid the use of vague terms such as ‘extra as applicable’ Otherwise such tenders will be liable for rejection.

v. The bidder shall clearly indicate the applicable tax and its rate. Please avoid using of words such as inclusive/Nil in the price bid.

2.0 DETAILED SPECIFICATION: 2.1 Detailed technical specification and other particulars have been described in enclosed

Section-II of the tender document. 3.0. GOODS TO BE PROCURED: The quantity of equipment for ABT, OA and MIS System consisting of Hardware, software, installation, Maintenance and time to time updation at SLDC etc. to be procured against this Bid Specification has been indicated in Schedule-I, based on which prices are to be quoted.

4.0 PROCEDURE FOR THREE PART BIDDING: - Bidders are requested to submit their offer strictly in line with this clause. The submission of Earnest Money Deposit is mandatory requirement. The Offers are required to be submitted in

- 8 -

triplicate (Original + Two copies) in separate sealed envelopes for which following details may be noted and the Offer may be submitted accordingly:- 4.1 ENVELOPE - I : EARNEST MONEY DEPOSIT : 4.1.1 The Bidder shall furnish as part of its Bid, Earnest Money along with their offer. The amount of earnest money would be Rs. 1200000=00 (Twelve lacs only).

(i) The Bidder may please note that the Earnest Money as indicated above shall be acceptable in the form of Bank Guaranty only which should be furnished as per Proforma enclosed with the Bid Specification. Original Bank Guarranty should be submitted by the Bidder alongwith the offer in “Earnest Money Deposit” envelope.

(ii) The following are exempted from payment of Earnest Money.

a. Registered small-scale industries of Madhya Pradesh. b. Ancillary units of Madhya Pradesh State Electricity Board. c. M.P. State/Central Government undertakings or fully owned State Govt.

Manufacturing unit with 100% Govt. shares. d. Small-scale units enlisted with the National Small-scale Industries Corporation for

Central Govt. Stores Purchase Programmer. (iii) If the earnest money is not submitted, the offers shall be summarily rejected and shall

not be opened subject to the conditions indicated in Clause 4.1 (i) above.

(iv) The EMD of participating Bidders shall be released only after completion of all contractual formalities including submission and acceptance of Security Deposit towards Performance Guarranty by the successful Bidder.

(v) The Bidders covered under category 4.0 (ii) above are required to submit notarized copy of relevant documents for claiming exemption in furnishing earnest money. Further, Registration Certificate should clearly certify that the supplier is registered for the manufacture of the item offered. If this is not complied with, the Bid will be rejected.

(vi) SSI/ NSIC certificate should clearly indicate validity period of the registration. In case this is not specifically indicated, the registration will be treated as invalid and offer will be ignored. Validity of certificates should be available minimum upto the period of validity of offer.

4.2 ENVELOPE-II: PART I - TECHNICAL BID: 4.2.1 In this Bid, the Bidders will have to furnish confirmation in regard to compliance of our entire technical requirement. The Offer should clearly describe various technical particulars of the offered ABT, OA and MIS System in Schedule-II of this specification enclosed. Also alongwith above information all details required in Schedule–I to Schedule-III along-with all the

- 9 -

proforma from I to V should be furnished, so that we may be able to examine whether the Bid submitted is technically acceptable or not. Also Schedule-III of Technical Questionnaire should be submitted in this envelope dully filled in with complete details. 4.2.2 Our technical requirements are very clearly stipulated in various clauses of Section-II of the tender document. It would be obligatory for all Bidders to furnish required technical schedules and also to specifically confirm that they are agreeable to meet all our technical requirements. 4.2.3 Technical literature giving constructional, operational and other details of each and every equipment/material that are offered in the tender shall also be furnished. 4.2.4 The Bidders are requested to furnish the latest certificate of all type tests conducted at any independent recognized institute on material / equipment offered by them as per our specification. These type tests should have been conducted within last five years. In case the type tests were carried out earlier than five years, the manufacturer will have to conduct these tests before commencement of supply. In both the above cases type test certificate must be submitted with the offer. 4.3 ENVELOPE-III: PART II - COMMERCIAL BID: 4.3.1 In this part of tender, the Bidder should clearly spell out confirmation in regard to various commercial terms and conditions for supply, installation, testing and commissioning. The basis of price, acceptance of various important terms and conditions for supply, installation, testing and commissioning and questionnaire for commercial terms and conditions duly filled-in will form part of Commercial Bid. The Bidder, therefore, should furnish all information clearly. It may please be noted that it is obligatory on the part of Bidders to comply with all our commercial terms and conditions. 4.3.2 ENTRY TAX: As far as payment of State Entry Tax is concerned, the same shall be paid directly by SLDC, MPPTCL and no liability on this account will devolve on the Bidder. In regard to State Entry Tax, it may be noted that while evaluating comparative prices, implication of entry tax payable on the equipment/material will also be taken into account and only on this basis the final comparative prices will be worked out. This is being clarified so that the Bidders may not have any misunderstanding that the loading towards entry tax as per prevailing rules for suppliers within MP and outside MP will not be taken into account for the purpose of price comparison. Thus the Bidders may please note that implication of entry tax will also be taken into account while working out final comparative prices. 4.4 ENVELOPE - IV: PART III - PRICE BID: 4.4.1 (a) FOR Destination rates must be quoted clearly giving break-up of prices as per Schedule-I. No other information should be furnished in the Price Bid since price bid shall be opened at a later date. It may be mentioned that no such information should be furnished in the

- 10 -

Price Bid which may not be in conformity with the details furnished in commercial and technical Bids. In case of any discrepancy, suitable loading on prices will be considered, for which responsibility will rest on the Bidders. The Bidders are required to enclose a copy of the Un-priced Schedule-I “Prices & Quantity” (i.e. without mentioning any prices in Schedule-I clearly indicating quantity stipulated in tender & quantity offered by the Bidder). Complete details of applicable taxes and duties for ABT, OA and MIS System shall be clearly indicated in the Un-priced Price Schedule-I. The Bidders shall quote their prices on FOR Destination basis giving breakup of prices as under; (i) Ex-factory Price including packing & forwarding, (ii) Freight charges including unloading at site and insurance charges if any, (iii) The present rate of Excise Duty, Sales Tax / VAT, State Entry Tax, Service Tax or any

other tax as applicable, The prices should be firm in all respect and no variation in the same due to any reason shall be entertained once Price Bid is opened. 4.4.1 (b) Rebate: In case, any rebate is offered, the same is to be indicated clearly and the application methodology should be mentioned specifically to avoid any ambiguity. 4.4.2 FREIGHT CHARGES:- 4.4.2.1 Notwithstanding whatever is appearing in various sections and schedules of enclosed Tender document, the Bidders may please note that our final requirement in regard to offering of charges for transport of material/ equipment is as under- “The road transportation charges (including loading of material into the truck or any other suitable mode of transport at firm’s works, transportation from the works to the specified destinations, unloading and stacking of material at our Stores) shall be indicated in the break-up of F.O.R. destination prices mentioned in Schedule-I. The transportation charges shall be on “FIRM” price basis and therefore, no price variation on transportation charges, on any account whatsoever, shall be permitted. The responsibility of safe transportation of material up to various destinations shall rest with the Supplier. The unloading and stacking of material at our Stores and verification/counting thereof shall be arranged by the supplier”. 4.4.2.2. TRANSIT INSURANCE CHARGES:- The Bidders are not required to offer for transit insurance charges since transit insurance will be excluded from the scope of this Tender and will also be excluded from the scope of contracts which would be placed against this Tender. Although transit insurance has been excluded from the scope of supply, responsibility for safe delivery of ABT, OA and MIS System and its

- 11 -

accessories up to the destination shall rest on the supplier, and therefore for this purpose necessary arrangement may be made by the Bidder at his cost. While transit insurance is not covered under the scope of supply, it shall be the responsibility of the supplier to arrange transport through a duly registered Transport Agency and ensure proper packing so that there is no damage to Hardware, other material and its accessories of ABT, OA and MIS system during transportation. Any loss or damage caused to the material during transit due to negligence on the part of supplier shall be made good by the supplier free of all charges within one month from the date of intimation by our consignee to this effect. The intimation will be sent within thirty days of receipt of material at site. 4.5. ENVELOPE-V: This large envelope should contain all the above four envelopes.

5.0. TENDER OPENING PROCEDURE FOR THREE PART TENDERING:- 5.1. Please note that the Tender will not be opened at the time of tender opening if Earnest Money Deposit is not deposited in the form of BG, unless exempted by the Company. 5.2 The large envelope (Envelope-V) containing all the 4 envelopes (i.e. Envelope I, II, III & IV) will be opened on the due date of tender opening. Out of 4 envelopes, Envelope-I containing EMD shall be opened first & EMD shall be verified for its form & amount in line with tender requirement as per Clause 5. After completion of verification, Envelope II (containing Part-I "Technical Bid”) and Envelope III (containing Part-II "Commercial Bid") will be opened.

5.3. The Envelope IV (containing Part-III “Price Bid”) will be retained by us duly sealed and unopened. After scrutiny of Technical Bid and Commercial Bid, decision will be taken for selection of tenders for the purpose of opening of Price Bid (Part-III). For the purpose of opening of Price Bid, the Bidders whose techno-commercial Bids are in line with SLDC, MPPTCL requirement, shall be informed separately the exact date and time so that they may depute their representative for attending Price Bid opening.

5.4. In case, the above instructions are not followed properly and if any of the envelopes is not available for inspection and opening, no representation at the time of tender opening will be entertained and such bids will not be opened. The tenders should reach the office of Purchaser, on or before 2.30 PM on due date of opening. The tenders received after 2.30 PM on due date, due to any reason whatsoever including postal delay etc., will not be considered and will be returned unopened. It is the responsibility of the supplier to ensure that the tender and earnest money are received in the office before the specified time and date. The tenders will be opened in the office of the Purchaser, at 3.30 PM on due date.

5.5. Bidders are requested to make a note of the fact that we have a time bound plan, it will not be possible to entertain any request for extension in due date of opening of tenders against this tender specification.

- 12 -

5.6. In case of SSI/NSIC units, it should be ensured that a photocopy of registration certificate is furnished with the original tender. The registration certificates should clearly certify that the supplier is registered for the manufacture of the items offered. If this is not complied with, the tender will be rejected. The registration should be valid at the time of submission of tender. It may please be noted that if NSIC registration is not valid on the date of tender opening and Bidder has applied for extension of the same then its revalidation should reach the office of Purchaser before opening of price bid otherwise their price bid shall not be opened.

5.7. SSI/NSIC certificate should clearly indicate validity period of the registration. In case this is not specifically indicated the registration will be treated as invalid and offer will be ignored. Validity of certificate should be available minimum up to the period of validity of tender.

5.8. Bid necessarily have to be on FOR Destination basis. The prices quoted should be for delivery at State Load Despatch Centre, MPPTCL, Nayagaon, Rampur, Jabalpur-482008 and inclusive of freight (including unloading at site/s) as also applicable taxes/duties/service charges on the same. Break-up of quoted prices into ex-works and freight should also be necessarily furnished. Please note carefully that bids on basis other than FOR Destination are liable for rejection.

6.0. VALIDITY OF OFFER:- All Tenders are required to be kept valid for a period of 4 months (120 days) from the date of opening of price Bids. In case validity period is found to be short at the time of opening of Tender, all such Tenders may be rejected and returned.

6.1 While submitting the tender, it shall be ensured that the schedules are strictly in prescribed forms. The Bidder may use the original forms of schedules supplied with the tender specification or may use separate sheets.

The tenders should be completed with all schedules attached to the specification including the questionnaire, guarranty particulars etc. This is very essential. The questionnaire should be answered in full otherwise the tenders are liable to be rejected.

6.2 The Bidder is requested to go through the specification schedules, notes and all enclosures carefully. Doubts if any should be got clarified well in time by writing to the Purchaser.

6.3 The SLDC, MPPTCL reserves the right to reject any or all tenders or to accept any tender considered advantageous to the Company whether it is the lowest tender or not and No reasons will be assigned by the SLDC, MPPTCL for this and this will be binding on the Bidders. 6.4 In case the date of opening of the tender is declared a holiday, the tenders will be received and opened on the following working day at the specified timings without any prior intimation.

6.5 When tenders are delivered by special messenger, the same should be deposited in the tender box kept in the office of Purchaser on working days between 10.30 AM to 17.30 PM. No-body is authorized to receive or grant receipt for tenders delivered by hand.

- 13 -

6.6 Offers by fax or E-mail will not be considered. Tender received after specified hours and date will not be considered and will be returned unopened. The Company will not be responsible for the postal delay in delivery of tender.

6.7 All tenders should be made out in English. Tenders if submitted in any other language must be accompanied by English translations.

6.8 Tenders should be furnished duly bound or firmly stitched in required copies. Each copy should be complete in all respects i.e. all enclosures should be attached separately with each copy. All pages/ pamphlets/ drawings/certificates should be numbered serially.

7.0 EVALUATION,QUALIFICATION AND EXPERIENCE CRITERIA:- The financial status, experience, and supply capacity criteria that will be taken into account to qualify the lowest-evaluated Bidder are specified here in below. All these criteria shall be evaluated on a pass–fail basis only.

7.1 FINANCIAL CRITERIA:- The Purchaser will take account of the following financial criteria to verify the qualifications of the lowest-evaluated Bidder. The audited financial statements of accounts for the last three (3) years (FY 2012-13, 13-14, 14-15) submitted by Bidder shall be evaluated. These criteria shall be evaluated on a pass–fail basis only.

(A) Financial Status

(a) The Bidder’s balance sheet statement for last year of the audited accounts should show that it has positive NET WORTH.

(b) The Bidder’s income sheet should show minimum average annual sales in supply of materials and equipments for the last three Financial years as Rs 20.00 Crores.

(B) Availability of Financial Resources

The documents submitted by the Bidder including the audited financial accounts, must demonstrate that the Bidder has adequate working capital available to undertake this contract. If the Bidder’s working capital is inadequate, the Bidder should supplement the same with a reputable bank’s letter confirming the availability of a line of credit such that Bidders available working capital plus line of credit put together are adequate to undertake the contract for the package for which the Bidder submits his offer which will be equal to at-least Rs.6 crores. Supplementing working capital by any other mode will not be accepted.

The details may be submitted in the following format:-

- 14 -

Bidder’s Legal Name ____________________________Date ________________ Information from Balance Sheet

SNo. Part – A Current Financial Year

1 Total Assets

2 Total Liabilities

3 Net Worth (1-2) Part – B 4 Current Assets 5 Current Liabilities

6 Net Working Capital (4-5)

Information from Profit & Loss Statement for previous Three (3) years as per the Tender Document

Part – C Year 1 Year 2 Year 3

7 Total Turnover

Attached are copies of financial statements (balance sheets including all related notes, and income statements) for the years required above, complying with the following conditions.

• All such documents reflect the financial information of the Bidder and not sister or parent companies.

• Historic financial statements must be audited by the Statutory Auditor.

• Historic financial statements must be complete, including all notes to the financial statements.

• In absence of audited accounts for the current Financial year details certified by the Chartered Accountant may be furnished.

Historic financial statements must correspond to accounting periods already completed and audited (no statements for partial periods shall be requested or accepted).

Seal and Sign of Statutory Auditor

Date : Name of Audit Firm Firm Reg. No. Note: In case the bidder does not have a statutory auditor, then above is to be certified

by the chartered accountant firm who has done the audit.

- 15 -

7.2 EXPERIENCE CRITERIA: The tenderers will have to substantiate that they have capacity to design, manufacture and supply the offered ABT,OA & MIS system within specified delivery schedule and they have dealt in similar ABT,OA & MIS System and have capacity to integrate the delivered system with existing SCADA/EMS system and AMR system of SLDC. It may be noted that for the purpose of qualifying this requirement, the tenderer will have to submit clear certificates/documents with regard to following:-

a) The bidder should have dealt in System study, design, development and implementation of ABT, Open Access, Energy Accounting, AMR system for a power utility in India having minimum of 100 ABT meters and 30 OA customers. The documentary proof in this respect is to be submitted by the bidder.

b) The bidder should have dealt with IT related project in at least three power sector utilities in India, proof of which is to be submitted along-with the tender documents.

c) The bidder should have ISO 9001:2008 certification for quality management and

Common maturity model integration (CMMI) level 3 or above.

d) The bidder should enclose, with the tender, proof of local registered service tax no. in the name of bidder.

e) Bidder should deposit experience certificate of having successfully completed similar

services during the last 3 years.

f) Vendor must enclose List of references from the Manufacturer clearly demonstrating the experience in providing offered ABT, OA and MIS systems for EMI/EMC environment. A performance certificate in support of the claim shall be enclosed.

g) The bidder should have a local presence in India since last three years and shall have

necessary infrastructure to provide after sales service and support. Necessary documentary proof in this respect should be attached with the bid.

h) Bidder shall give the certification that the equipment supplied under this project shall not be obsolete till the end of AMC and spare service support shall be available for a period of at-least ten years.

7.3. SUPPLY CAPACITY:- The Bidders will have to substantiate that they have capacity to design, manufacture and supply the quantity of ABT, OA and MIS System offered by them in the tender within specified delivery schedule. 7.4. Notwithstanding the experience and supply capacity criteria as mentioned above, which have to be necessarily complied with for the purpose of qualifying against the tender, it may be noted that the MPPPTCL also reserves the right to take into account past performance of the bidder in regard to quality of supply of main equipment as well as its accessories, performance in

- 16 -

regard to timely supplies and also performance in regard to making available supervisory services as well as after sales services. Past performance will therefore be taken in to account while evaluating the offer. 7.5. The purchaser reserves the right to waive minor deviations if they do not materially affect the capability of the bidder to perform the contract. 8.0 BID EVALUATION PROCEDURE:

a) The bidders may specifically note that price evaluation will be done on the basis of total prices indicated in Schedule-I which shall be comprising of following :

i. Total Price including Taxes & Duties of Equipments and materials to be supplied for ABT, OA and MIS system for SLDC, Jabalpur as per Schedule-I (A) .

ii. Total Price including Service Tax for Installation, Erection, Testing, including Commissioning and implementation of ABT, OA and MIS system as per Schedule-I (B)

iii. Total Price including Service Tax for Annual Maintenance contract for 6 years as per

Schedule-I (C) iv. Total price including taxes and duties for buy back cost of existing ABT system as per

schedule-i(D)

b) For each bid item wise cost would be computed by loading the ex-works price with taxes, duties and freight charges and based on the lowest computed cost, the contract would be awarded to the lowest substantially responsive bidder subject to fulfillment of Qualifying Criteria (Financial, Experience and Supply Capacity Criteria). In case the prices received are found to be much higher than the cost estimated by the purchaser, the purchaser reserves the right to negotiate the prices with the lowest substantially responsive bidder only.

c) Bidders are required to quote AMC charges in Schedule I which will be considered in the final Bid evaluation on the basis of Net Present Value (NPV).

9.0 Buy Back of Existing System:- The scope of the work under the this project include buy back of the existing ABT system which was delivered and commissioned by M/s Kalkitech Pvt Ltd.. The details of the existing equipment under ABT system are mentioned in Annexure-Z of Section-II, “Technical specifications of Supply, installation, testing and commissioning of Availability Based Tariff (ABT), Open Access (OA) and MIS system for SLDC, MPPTCL, Jabalpur” enclosed herewith. Bidders are advised to visit the SLDC Jabalpur to assess the condition of the equipments offered for buy back. The buy back is mandatory and buy back cost shall be considered during bid evaluation. However, the successful bidder shall be allowed to dismantle and take back the material only after successful acceptance and parallel operation of the new ABT,OA and MIS system as per terms and conditions of this contract.

- 17 -

10.0 COMPLETENESS OF OFFER:- The Purchaser shall rectify nonmaterial nonconformities or omissions. To this effect, the offered Price shall be adjusted, for comparison purposes only, to reflect the price of the missing of non-confirming item or component. The adjustment shall be made as under: “The cost of minor omissions or missing items in the scope of supply, services, etc. will be added to the offered Price to allow for Tender comparison on an equal basis. The cost of all quantifiable non-material non-conformities or omissions from the contractual and commercial conditions will be evaluated. The Purchaser will make the price adjustment based on the maximum price quoted for the same item by the other Bidder”. Bidders have to ensure before submission of their offer its completeness in regard to all qualifying requirements. The bidders has to ensure that required certificates of experience, performance, type tests, drawing etc., as required elsewhere in this document are necessarily attached with their offer. It needs to be appreciated that sufficient time is being allowed between invitation of tender and its opening. Bidders in case of doubt may feel free to seek clarifications required by them before submitting their offer. The Company may or may not seek any clarification on the details furnished in the offer of individual tenderer. Non submission of any details or document required may render their tender offer liable for rejection. This may please be noted carefully. 11.0 TERMS OF PAYMENT:- 11.1. Hardware : The terms of payment for supply of equipment & material against this tender shall be as under;

1.1 80% Payment towards supply of equipment: 80% payment of accepted Ex-Works cost along with 100% freight, taxes and duty shall be released after delivery of equipment at site on submission of invoices to order placing authority along with material receipt certificate (MRC) issued by the consignee, on completion of 30 days period from the date of submission of invoices along with all documents.

1.2 Balance 20 % payment towards supply of equipment: Balance 20% payment towards the supply of equipment shall be released after submission of invoice along with certificate towards successful commissioning of ABT, OA and MIS System on completion of 30 days from the date of submission of invoices along with all documents.

11.2. Software: 100 % payment towards software: 100% payment towards software including taxes and duties shall be released after submission of invoice along with certificate towards successful commissioning of ABT, OA and MIS System on completion of 30 days from the date of submission of invoices along with all documents.

11.3. Installation & Commissioning Charge shall be released after submission of invoice along with certificate towards successful commissioning of ABT, OA and MIS System on completion of 30 days from the date of submission of invoices along with all documents.

- 18 -

11.4. Adjustment for Buy Back: The cost towards buyback of the existing ABT System including taxes & duties shall be deducted from the payment due after commissioning of the equipments under project. 11.5. The payment terms for AMC of the system shall be as detailed in Section-III (comprehensive maintenance contract of ABT, OA & MIS system). 12.0. DELIVERY/TIME FOR COMPLETION: 12.1 Timely completion of the ABT, OA and MIS System would be the essence of the contract. 12.2 Supply, Installation & Commissioning of all Equipment/deliverables to be made within 6 months from the date of issue of detailed order. The Bidder shall be entirely responsible for arranging the required quality/quantity of material/equipment. The ABT, OA and MIS system should be completed in all respect including supply, installation, commissioning of equipments, software development, testing and implementation within a period of 6 months from the date of order. Detailed project schedule should be submitted with their offer by the bidder.

13.0 PENALTY: 13.1 The time for completion of the work stipulated in the order shall be deemed to be the essence of the contract. In case of delay in completion of the wok, the SLDC,MPPTCL may at its option either (i) recover from the bidder a sum of 1/2% (half percent) per week or part thereof of contract value of the work but shall not in any case exceed 10 (Ten) percent of the value of the contact value or (ii) purchase elsewhere on account and at the risk of the supplier the stores not delivered or others of similar descriptions or (iii) cancel the contract. 13.2 In case of delayed completion of wok, the purchaser may at his option impose a penalty calculated at the above rate for such portion of system which cannot be put to use for which it was meant as a consequence for such delay.

13.3 In case any of the section of ABT, OA and MIS System is found to be defective in materials of workmanship or develops defects during service, same shall be replaced/ repaired by the supplier free of all charges within 30 days or within reasonable period as per specific agreement with order placing authority from the date of receipt of intimation. In case of delay in replacement/ repair of ABT, OA and MIS System, the SLDC, MPPTCL may at its option recover penalty @ 0.50% of ex-works price for each week or part thereof subject to a maximum of 10%. 14.0 SECURITY DEPOSIT:- 14.1 Bidders may please note that security deposit equal to 10% of the total contract value shall be submitted within 30 days from the date of order for performance guaranty of equipments and faithful performance of contract. This is a mandatory requirement and if the successful tenderer fails to submit the Security Deposit for 10% value of order, the purchaser shall take action

- 19 -

against the bidder as per terms of order which may include invoking risk purchase clause of the order 14.2 The supplier has to furnish security deposit in the form of Bank Guarantee (BG) to cover performance guaranty period for supply of materials covered in this specification.

14.3 The bidder may please note that in case if the security deposit for 10% value of order as mentioned above is not submitted within 30 days time from the date of placement of order, the purchaser may en-cash the bank guarantee submitted by the bidder towards earnest money deposit against this tender. Likewise suitable action may also be taken against the bidders who have submitted NSIC / SSI certificate towards earnest money deposit and also these firms may not be permitted for submission of NSIC / SSI certificate for participation in future tender. 15.0. RESPONSIBILITY FOR SAFE DELIVERY AT SITE: - Responsibility for safe delivery of the equipments up to the destination i.e. SLDC,MPPTCL, Nayagaon, Rampur, Jabalpur and Back-up SLDC, Govindpura Bhopal shall rest on the supplier. To meet this requirement, it shall be the responsibility of the supplier to arrange transport through a duly registered Transport agency and ensure proper packing so that there is no damage to the equipments and its accessories during transportation and unloading at site. Any loss or damage caused to the material during transit/unloading shall be made good by the supplier free of all charges within one month from the date of intimation by our consignee to this effect. The intimation will be sent within thirty days of receipt of equipments and its accessories at site. Bidders are however advised to intimate well in advance to our consignee regarding dispatch of materials on his contact no./ Mobile no., followed by written confirmation, on receipt of dispatch instructions so that necessary arrangements could be made by him to take delivery of material at store/ site. Please also depute your representative immediately on arrival of material at the destination to arrange proper stacking and conducting physical verification to establish shortages / damages, if any, which should be replenished in shortest possible time say, within two / three weeks. On account of the above, if any delay occurs in issuance of MRC, shall be to the supplier’s account. 16.0. PERFORMANCE GUARANTY: 16.1 ABT, OA and MIS System, its accessories and Spares covered under the Tender shall be guaranteed for performance and quality for a period of 12 months from the date of successful commissioning and acceptance. 16.2 The following conditions shall also be applicable during the guaranty period for the contract to be placed against this tender:

(a) In case any defect in the equipment/ material is found within guaranty period, the same will be replaced/ repaired by the supplier on free of cost basis. The replacement/ repairing will have to be organized by supplier expeditiously and preferably within one month's time.

- 20 -

(b) If for the purpose of replacement/ repairs, the equipment/ material is required to be dispatched to supplier’s works, all charges towards transportation/ insurance/ packing and forwarding will have to be borne by the supplier for to and fro dispatches.

(c) If the equipment/ material develops defect within guaranty period after installation at site, for

the purpose of replacement/ repairs, and if the same will have to be dismantled and taken out by SLDC, MPPTCL, in such cases, actual cost of dismantling, any other incidental cost and cost of re-erection/ re-assembly and replacement of the equipment/ material will also be recoverable from the supplier.

(d) In case it is observed that replacement/ repairs of equipment/ material is not being

provided to us within reasonable period and proper response is not received from the supplier, then apart from operating clause of Penalty (which provides for imposition of penalty/ liquidated damages, risk purchase at supplier’s cost and cancellation of contract) the SLDC, MPPTCL may also take suitable penal action against the supplier which may include debarring him from all future business with the MPPTCL for a period which will be at the discretion of the MPPTCL.

17.0. SUBMISSION OF OPERATING, INSTRUCTION & MAINTENANCE MANUALS:- The successful bidder has to submit following manuals

a) Hardware Operation manuals. b) Manuals for system operation. c) Manuals for ABT, OA and MIS software have to have detailed procedures of software

operation and maintenance. This manual has to be supplied after completion of installation, commissioning and acceptance of the system.

d) System development manual:- the bidder shall also require to deliver a manual which shall provide data base structure, details and steps of available Application Program Interface for interface with other systems, procedures to be followed for integration of other software modules, detailed backup and restoration procedures, guidelines and checks for cyber security etc.

e) All training manuals should be complete in all respect incorporating all the changes required during parallel run.

All above manuals are required to be supplied in hard (2 Nos) and soft copies as well.

18.0 INSPECTION AND TEST CERTIFICATES: 18.1 All machinery, apparatus or materials supplied will be subject to inspection and approval by the purchaser's representative before dispatch if possible otherwise on arrival at the destination. Inspection before dispatch will not however relieve the supplier of his responsibility to supply strictly in accordance with the specifications. 18.2 All machinery, apparatus, materials and software shall conform to provisions of any statutory acts such as the Indian Electricity Act, Indian Factory Act, the Indian Boiler Act,

- 21 -

Rules and Regulations of Electricity Regulatory Commission, MPERC, IEGC etc. and corresponding rules and regulations as may be amended and applicable. 18.3 The purchaser's representatives shall be entitled at all reasonable time during manufacture to inspect, examine and test at the bidder's premises the material and workmanship of the material to be supplied under this contract. 18.4 For Inspection / testing, the supplier shall intimate the purchaser 15 days in advance about readiness of material as per the scheduled delivery so that action may be taken for getting the material inspected. The material shall not be dispatched unless waiver of inspection is obtained or the material is inspected by the purchaser's authorized representative. When the material has passed the specified tests, the purchaser’s representative shall furnish a certificate jointly signed by him and bidder’s representative to this effect in writing to the bidder in any case. While notifying the readiness of the equipment, the routine test certificates shall invariably be sent. The material shall not be dispatched unless the test certificates are approved 18.5. These test certificates should be in accordance with latest issue of the relevant IEC Standards or as approved by the order placing authority.

19.0. TESTS AT SITE: The procedure for carrying out tests shall be intimated well in advance by the bidder to the purchaser and this will be subject to the approval of the later. All the tests detailed in the respective sections of the specification for the equipment shall be carried out at the manufacturer's expenses at site. The site tests to be conducted shall be as agreed between the purchaser and tenderer at the time of placing the order. 20.0 FAKE INSPECTION CALL: All such firms, who after giving inspection call, do not offer materials to inspecting officer for inspection due to one or the other reasons, shall be required to remit all expenses incurred in organizing inspection including travel expenses plus a sum of Rs.10,000/- per officer per inspection call.

21.0 COMPLETENESS OF EQUIPMENT:- The equipment shall be complete in every respect with all minor fittings and accessories even though those may not be specifically mentioned in the purchaser's specification or the bidders offer. The supplier shall not be eligible for any extra price in respect of such minor fitting and accessories which can be considered as an essential part of the basic equipment even though not specifically mentioned in the specification or the offer. If any minor accessory has not been stipulated but is essentially required for satisfactory operation of the equipment, the same shall be deemed to have been included in the prices and shall be supplied by the successful bidder without any extra cost.

22.0 WORKMANSHIP:- All materials shall be of the best class and quality most suitable for the conditions of operation under the climate conditions at the altitude indicated in these

- 22 -

general conditions for supply of material. The workmanship shall be of the best grade and the entire construction in accordance with the best modern practice. 23.0 PACKING & FORWARDING:- The supplier shall be responsible for the stores being sufficiently and properly packed at his expense for safe and secure transport by road and to withstand handling and transport at destination.

Each package shall be prominently and distinctly marked on at least two faces indicating the full address of the consignee, destination, name of equipment, purchaser's order number and volume of the package.

Each package shall contain in a water proof cover a detailed list indicating the order reference and date and listing the contents. Each item contained in the packing or box shall be described sufficiently to enable easy identification and the quantity, weight etc. shall be given. The packing shall conform to the specification, rules and regulations prescribed by the carriers.

Royalties for patents or any charges for the use or infringement thereof that may be involved in the supply shall be included in the offered prices. The supplier shall protect the purchaser against any claim thereof.

24.0. TERMINATION:- In the event of any breach of the terms of the order, the purchaser reserves the right to: 24.1. Cancel the order for part or whole of the machinery, apparatus or materials yet to be supplied without any liability. 24.2. To purchase from elsewhere on account and at the risk of the supplier part or whole of the machinery, apparatus or materials so affected.

25.0 FORCE MAJEURE: - Deliveries stipulated in the purchase order shall be subject to force majeure conditions. The force majeure circumstance/ conditions shall include strikes; go slow, lock-outs, war, fire accidents, earthquakes, floods, national calamity, riots and civic commotion. Prevalence of force-majeure will have to be got certified by appropriate Governmental agency. The cause of force majeure condition will be taken into consideration only if the supplier within 15 days from the occurrence of such delay notifies the purchaser. The SLDC, MPPTCL shall verify the facts and grant such extension as the facts justify, for which the supplier shall submit this representation with documentary evidence.

26.0. TRANSPORT: The material shall be dispatched by ROAD TRANSPORT through Registered Transport Agency on door delivery freight paid basis to the respective destinations in good condition in Madhya Pradesh(Jabalpur and Bhopal). The transportation includes material loading at bidder’s works, transportation, and safe delivery of material including unloading at site.

- 23 -

27.0. FREIGHT AND TRANSIT INSURANCE: Bidder may please note that it shall be the responsibility of the supplier to arrange transport through a duly registered Transport Agency duly insured and ensure proper packing so that there is no damage to the material during transportation. Any loss or damage caused to the material during transit due to negligence on the part of supplier shall be made good by the supplier free of all charges within one month from the date of intimation by our consignee to this effect. The intimation will be sent within thirty days of receipt of equipments/ material and its accessories at site. If the supplier fails to make good the loss or damage caused to the material, the consignee(s) shall be free to repair the damages / replace the shortages / losses from other sources and they shall be free to recover the cost of such material / expenses of repairs either from the supplier / balance bills or from the security deposit as deemed fit.

28.0 PROVISION OF EXTENSION ORDER:- Bidders may please note that purchaser (SLDC, MPPTCL) reserves the right to place extension order for 50% additional value of ordered value on same rate, terms & conditions within 12 months from date of placement of original order on successful bidder.

29.0 REPLACEMENT OF DEFECTIVE SUPPLIES:- Please note that the following conditions shall be applicable:- (a) In case any defect in the equipment material is found within guarranty period, the same will be replaced / repaired by the supplier on free of cost basis. The replacement / repairing will have to be organized by supplier expeditiously and preferably within one month’s time. It may please be noted that if repair/replacement of equipment/material is not organized within 3 months of notice of defects/failure being sent, Company shall recover the cost of such equipment from available payments/S.D. as the case may be without further notice and with such penalty as it may deem appropriate for non-compliance of contractual obligations. (b) All other conditions, as described under clause, “Performance Guaranty” shall be applicable for the purpose of replacement of defective supplies. 30.0. PLACE OF MANUFACTURE, TESTING AND INSPECTION:- The name of the manufacturer and the place of manufacture, testing and inspection for various portions of the contract works shall be stated in the tender. 31.0. GUARANTY AND GENERAL PARTICULARS OF THE EQUIPMENT:- The bidder shall indicate guaranty particulars and performance figures in respective Schedules. 32.0. RECOVERIES FOR LIABILITIES AGAINST OTHER CONTRACTS :- Any amount recoverable from the successful bidder against earlier contract with the Company will be adjusted from payment due against the contract that may be awarded under this specification.

- 24 -

33.0 TRAINING: 33.1. The Bidder shall provide training for installation and maintenance staff of the Purchaser free of cost, at supplier works or at site as mutually agreed. The location of various trainings shall be conveyed during implementation. 33.2. The number of trainees, quantum of proposed training, pre-training qualifications required & the duration of the proposed training required shall be finalized by the successful bidder in consultation with the purchaser. 33.3. The Bidder shall provide all training materials and documents in hard and soft formats both. All necessary equipments required for the training shall be arranged by the successful bidder. 34.0. LITIGATION HISTORY:- Bidders are requested to submit details of all litigation, arbitration and other claims whether pending, threatened or resolved in the last five years, with the exception of immaterial claims with cumulative possible impact of not more than 10% of the Bidder’s total assets. The purchaser may disqualify Bidder in the event that the total amount of pending or threatened litigation, arbitration or other claims represents hundred percent (100%) of the Bidder’s net worth. Furnishing of this information by the tenderer is mandatory requirement. 35.0 PREFERENCE FOR COMPLETE OFFERS:- The purchaser would prefer complete offer for the supply of equipments required. The purchaser may not be in a position to consider offers for piecemeal equipments only and the tender may be compared on the basis of complete supplies. 36.0 COMPLIANCE WITH OTHER CONDITIONS:- Although all other conditions have clearly been spelt out in the tender document, it is once again brought to the notice of bidder that they should go through the tender document carefully and comply all other conditions also like furnishing of type test report, furnishing of list of past supplies, Income Tax / VAT Clearance Certificate, Profit and Loss account, Balance Sheet for last three years, drawings and write-up for the manufacturing process.

For verifying reasonability of prices by the purchaser, the bidders are required to enclose copies of orders under execution/executed recently for other Utilities along with tender for the offered equipment/system. It may be noted that the order copy must contain full scope of supply including price schedule etc. without any omission/ deletion/ hiding any information. In nutshell, the offer at the time of submission of technical and commercial Offers itself should be complete in all respect. It should not be expected that in case of lack of any information, the SLDC, MPPTCL will make any correspondence with the bidder. The documents and details as called for in the tender must be submitted without making any reference to submission of such certificate against past order, tender or past experience of supplies with the SLDC, MPPTCL etc. All tenders wherein these conditions are not complied with may run the risk of rejection without any correspondence from our side.

- 25 -

37.0 CORRUPT PRACTICES:- In case during Tender evaluation or after award of contract, it is found that the information furnished by Bidder are not correct and bidder is engaged in corrupt/fraudulent practices in competing for the contract, the matter will be taken seriously. Under such circumstances either Tender will be considered as non-responsive or if contract is awarded, same will be cancelled immediately at the risk and responsibility of the Tenderer. 38.0 DEPARTURE FROM THESE CONDITIONS & SPECIFICATIONS:- Should the bidder desire to depart from these conditions and or related specifications in any respect, he shall draw attention to such departures stating fully the reasons thereof. Unless this is done, these conditions and concerned specifications will hold good. 39.0 POWER OF ATTORNEY:- The bidder may please note that Notarized Power of Attorney regarding confirmation of Authorization to sign on behalf of the Bidder shall necessarily be submitted along with the offer. 40.0 JURIDICTION :- The bidder shall, in all respects, be construed and operate in conformity with the Indian Law and be a subject to the jurisdiction of the Jabalpur Court. 41.0 PURCHASE OF TENDER DOCUMENT:- The Tender documents can be obtained from the office of the undersigned on payment of the Tender Cost (Non refundable) as indicated above through CROSSED BANKER’S CHEQUE/ DEMAND DRAFT ONLY made out in the favour of RAO, MPPTCL - SLDC , JABALPUR, payable at Jabalpur. The Bidders should deposit the Earnest Money strictly as per the instructions stipulated in the tender document unless they are exempted by the purchaser to do so. The tender form and detailed specification will be issued on any working day till 05.30 PM, one day prior to the tender opening date. It is obligatory for the Bidders to purchase tender document otherwise tender received from them will not be opened/accepted. The Tender shall reach the office of the undersigned not later than 2.30 PM on the specified due date. The Tenders will be opened on the same date at 03.30 PM in this office in presence of the Bidders or their authorized representative, whosoever may be present. The purchaser reserves the right to accept or reject any or all the offers in part or full without assigning any reason whatsoever. The tender document has also been made available on SLDC website at (www.sldcmpindia.com) and MPPTCL website at(www.mptransco.nic.in) and can be downloaded. No fee for downloading of bid documents is required, however, tender fee shall be compulsorily deposited by the tenderer, who is submitting the bid. It is obligatory for the bidders to deposit the tender cost even if the same is downloaded from the website otherwise offer(s) received will not be opened/accepted. 42.0 THE DUE DATE OF OPENING OF THIS TENDER IS MENTIONED IN TENDER NOTICE PAGE AND NO REQUEST FOR CHANGE/ EXTENSION IN OPENING DATE OF TENDER SHALL BE ENTERTAINED BY US.

- 26 -

SCHEDULE-I SUMMARY OF PRICES FOR COST EVALUATION

Note: 1. Tenderer may please quote “Amount in Rs “ in above table for S. No. 1, 2, 3 & 4 exactly as mentioned under (i) S. No. 1- as indicated in Schedule- I (A) at Sr. no. 14, column no. 11. (ii) S. No. 2- as indicated in Schedule- I (B) at Sr. no. 3 & column no. 5. (iii) S. No. 3- as indicated in Schedule- I (C) at Sr. no. 9 & column no. 4. (iv) S. No. 4- as indicated in schedule –I(D) at sr. no. 1 & column no. 6.

2. Tenderer may please note that price evaluation will be done on the basis of total prices as mentioned at S.No. 5 of Schedule-I above.

SIGNATURE OF TENDERER

WITH SEAL OF THE COMPANY

Sr. No. Particulars Amount in Rs

1 Total Price including Taxes & Duties of Equipments and materials to be supplied for ABT, OA & MIS system as per Schedule-I (A)

2

Installation, Testing, commissioning, Parallel operation, customisation, integration with other systems, training and any other services required for proper functioning of the ABT, OA and MIS system as per Schedule-I (B)

3 Total Price including Service Tax for Annual Maintenance contract for 6 years as per Schedule-I (C)

4 Total price including taxes and duties for buy back of existing ABT system as per schedule-I(D)

5 Total Price (1+2+3-4)

- 27 -

SCHEDULE- I(A) PRICE AND QUANTITY OF SOFTWARE AND HARDWARE FOR ABT, OA and MIS system

No. PARTICULARS Unit Qty

Unit FOR Destination Price (`) Total FOR Destination Price (` )

Ex-works Price

Excise Duty

Sales Tax

Any other Tax

Freight Charges

Total

1 2 3 4 5 6 7 8 9 10 11 I SOFTWARE

1

ABT, OA & MIS system, system software and utilities fulfilling all the functional requirements as detailed in clause 3.0 of Section-II.

Lot 1

2

ABT, OA & MIS system application software fulfilling all the functional requirements as detailed in clause 3.0 of section-II.

Lot 1

II HARDWARE 3 Server

a Application, Database and reporting server

No 2

b Webserver No 2

c Backup server (application + database) at Bhopal

No 1

4 Server Management Console

No 1

5 Workstations a ABT No 4 b Open Access No 1 c Control room (ABT+MIS) No 4 d Office PC for MIS No (4) Hardware is available with SLDC

6 A4 size, Multifunction, Network Laser Printers

No 2

7 Firewall No 1 8 Router No 1 9 LAN Switch 32 Port

Layer 3 No 2

10 Cabling (Cat 6 or above quality)

Meter

900

11 SAN/NAS for minimum 4 TB usable capacity

No

1

12

External portable Hard Disk 1 TB

No 3

13 LAPTOP for system configuration

No 1

14

Panel for mounting of Servers, Switch, Firewall etc. with KVM switch, 21” LED Monitor, keyboard

No 1

- 28 -

SIGNATURE OF TENDERER WITH SEAL OF THE COMPANY

Mouse etc.

14

Accessories for LAN and any other item as required for ABT, OA and MIS system as per tender specifications.

As per requirement

15 Grand Total

- 29 -

SCHEDULE- I(B)

Price Schedule for Installation, Erection, Testing, including Commissioning and implementation of ABT, OA and MIS system

S. No.

Description Of work Unit Total Qty.

Charges for

Installation services Total in `

1 2 3 4 5

1

Installation, Testing, commissioning, Parallel operation, customisation, integration with other systems, training and any other services required for proper functioning of the ABT, OA and MIS system

LS LS

2 Service Tax @12.36% on above or as applicable 3 Any other statutory taxes and duties 4 Total including service tax (1+2+3)

Note:- The scope of work for Installation, testing, commissioning of ABT, OA and MIS system with associated equipments have been described in section-II of Technical specification.. The tenderer are required to quote lump-sum charges for providing services towards Installation, Testing, commissioning, Parallel operation, customisation, integration with other systems, training and any other services required for proper functioning of the ABT, OA and MIS system. Quoted lump-sum charges shall include TA, DA, To & Fro fare by Rail/ Bus of personnel of supplier and no additional charges on this account shall be payable. It may please be noted that in case Installation, Testing, commissioning, Parallel operation, customisation, integration with other systems, training and any other services are not indicated in above Schedule it will be presumed that Installation, Testing, commissioning, Parallel operation, customisation, integration with other systems, training and any other services charges are not payable by the purchaser & deemed to be included in the scope of Tenderer without any extra cost.

SIGNATURE OF TENDERER

WITH SEAL OF THE COMPANY

- 30 -

SCHEDULE- I(C)

PRICE SCHEDULE FOR ANNUAL MAINTENANCE SERVICES

Sl No.

Description of work Unit Total Charges

in Rs. 1 2 3 4

1 Comprehensive AMC for all hardware/software/ equipments installed under this project for 1st Year after Performance Guarantee

LS

2 Comprehensive AMC for all hardware/ software/ equipments installed under this project for 2nd Year after Performance Guarantee

LS

3

Comprehensive AMC for all hardware/software/ equipments installed under this project for 3rd Year after Performance Guarantee

LS

4 Comprehensive AMC for all hardware/software/ equipments installed under this project for 4th Year after Performance Guarantee

LS

5 Comprehensive AMC for all hardware/software/ equipments installed under this project for 5thYear after Performance Guarantee

LS

6. Comprehensive AMC for all hardware/software/ equipments installed under this project for 6thYear after Performance Guarantee

LS

7 Total (1+2+3+4+5+6) 8 Service Tax @12.36% on (7) above or as

applicable 9 Any other statutory taxes and duties 10 Total including service tax (7+8+9)

SIGNATURE OF TENDERER WITH SEAL OF THE COMPANY

- 31 -

SCHEDULE- I(D) PRICE FOR EXISTING SYSTEM BUY-BACK

S No. PARTICULARS Qty.

Unit FOR Destination Price (` ) Total FOR Destination Price

(` ) Ex-SLDC Price Taxes and duties

1 2 3 4 5 6 Buy back of complete

1

existing ABT system as per the details enclosed in Annexure-Z

Lumpsum

SIGNATURE OF TENDERER WITH SEAL OF THE COMPANY

- 32 -

Proforma-'I'

UNDERTAKING (Completeness of System)

We hereby undertake to confirm that hardware, software and accessories part of ABT,

OA and MIS System has been supplied by us complete with all accessories, tools tackles and

spares as specified in Schedule ______ attached with Order No.__________dated

_________received by us.

While all the accessories associated with the equipment has been supplied, we

undertake to supply any minor item which might not have been mentioned in the subject

schedule but may be necessary for satisfactory operation of the ABT,OA and MIS System. Signature & Name of Authorised Signatory

with seal of the Company

Place:-

Date :-

- 33 -

PROFORMA- II

Proforma for Earnest Money Bank Guarantee.

[To be executed on non-judicial stamp paper worth of appropriate value as per applicable law & affixing revenue stamp worth Rs 1]

........ Bank's Name and Address of Issuing Branch or Office ....... Beneficiary: State Load Despatch Centre,Madhya Pradesh Power Transmission Company

Limited, Block No.3, Shakti Bhawan, Rampur, Jabalpur. Bank Guarantee No ......................... date.......... Amount.................... We have been informed that ........... name of the Tenderer............ (hereinafter called "the tenderer") has submitted to you its offer dated ............... (hereinafter called "the offer") for the execution / supply of ..............name of contract............... under Tender Specification__________. Furthermore, we understand that, according to your conditions, offers must be supported by an EMD Bank guarantee. At the request of the tenderer, we .........name of Bank......... hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of .........amount in figures........ (..............amount in words...................) upon receipt by us of your first demand in writing accompanied by a written statement stating that the tenderer is in breach of its obligation(s) under the tender conditions, because the tenderer: (a) has withdrawn its offer during the period of validity specified by the tenderer in his offer; or (b) having been notified of the acceptance of its offer by the Purchaser during the period of validity, (i) fails or refuses to execute the Contract Agreement, or (ii) fails or refuses to furnish the Performance Security, in accordance with the Tender Specification No. TR-_________. This guarantee will expire: (a) if the tenderer is the successful tenderer, upon our receipt of copies of the Contract Agreement signed by the Tenderer and the performance security issued to you upon the instruction of the Tenderer; and (b) if the tenderer is not the successful tenderer, upon the earlier of (i) our receipt of a copy your notification to the tenderer of the name of the successful tenderer; or (ii) seven months from date of opening of tenderer's offer. Consequently, any demand for payment under this guarantee must be received by us at the office on or before that date. ..........Bank's seal and authorized signature(s).......... __________________________________________________ Note: All italicized text is for use in preparing this form and shall be deleted from the final document.

- 34 -

SCHEDULE- II

SCHEDULE OF COMMERCIAL DEVIATIONS

We/I have carefully gone through the Commercial specification and we/I have satisfied ourselves/ myself and hereby confirm that our/my offer strictly conforms to the requirements of commercial specification except for the deviations, which are given below :

S. No.

Description & Clause No. of specification & page number

Stipulation in specification

Deviation offered

Remarks regarding

justification of the deviation.

1.

2.

3.

4.

5.

- 35 -

SCHEDULE- III

COMMERCIAL QUESTIONNAIRE NOTE: THE BIDDERS MAY PLEASE NOTE THAT SUBMISSION OF THIS QUESTIONNAIRE DULY AND PROPERLY FILLED IN IS ESSENTIAL WHILE MAKING ENTRIES AGAINST THE QUESTIONS GIVEN BELOW NO REFERENCE SHOULD BE MADE TO COMMENTS ENTERED ELSEWHERE IN THE TENDER. ALL QUERIES SHOULD BE ANSWERED AND THESE ANSWERS SHOULD BE COMPLETE IN THEMSELVES. PLEASE NOTE THAT NONE OF THE COLUMN SHOULD BE LEFT BLANK AND CLEAR REPLY AGAINST ALL COLUMNS SHOULD BE FURNISHED.

1 Name of Bidder/ Manufacturers 2 Place of works of the bidder and address/es 3 Date and year of establishment of the bidder and the documentary proof

of the same. 4 Full details of order No. and date, name of purchaser and quantity of

similar System as detailed in qualifying criteria, supplied during past five years be enclosed with the offer.

5 EMD details as per tender Requirements. Please also indicate amount of EMD with BG No and date.

6 Whether you are registered as SSI/NSIC or Central/State Govt. undertaking. If yes, please furnish full details.

7 Please confirm your acceptance for extension order for supply of 50% additional quantity of the System & Set of Spares over and above quantity included in this Offer as per clause 34 of the section-I.

8 Please confirm that you have submitted your Offer in three parts as per Clause 4.0 of Section-I.

9 Please confirm that payment terms as per Clause 17.0 of Section-I is acceptable to you.

10 Please confirm your acceptance to penalty as per Clause 19.0 of Section-I.

11

Please confirm specifically the delivery schedule as per Clause 18.0 of Section-I. Please also confirm that the bar-chart as indicated in clause no. 18.0 is also attached.

12 Please confirm that performance guarantee period for the system shall be 12 months from date of acceptance of the system as stipulated under Clause 22.0 of Section-I.

13 a. Please confirm that you are agreeable to Clause 4.4.2 of Section- I and unloading at site is included in the Offered Freight Charges.

b. Whether the firm is prepared to make good any loss or damage in transit immediately and free of all charges.

14 Please confirm you have noted safe delivery of System at site by road transport only as per Clause 32.0 of Section-I and agree for the same.

15 Please confirm that you have furnished the information for financial evaluation as per clause no 15.0 of section I.

16 Please confirm that the offered prices are firm in all respect and no variation shall be entertained.

- 36 -

17 Please also confirm that you are agreeable regarding encashment of bank guarantee submitted towards earnest money deposit in case if security deposit is not furnished within stipulated time as per clause no. 20.3

18 a. Please confirm that the prices for System has been Offered separately as per Schedule-I of section-II.

b. Please indicate the rebate if offered by you mentioning clearly the percentage of rebate offered and whether the rebate is towards payment terms or quantity ordered or special unconditional rebate. Please mention the prices specifically on which these rebates are applicable. It may be noted that conditional rebates mayor may not be accepted or considered for evaluation depending upon acceptability of Quoted condition to the Company.

19 Please confirm that you have minimum experience of 3 years as required in experience criteria mentioned in Clause 15.0 of Section-I and necessary proof to this effect has been enclosed

20 i. Please confirm that you will claim only VAT or concessional rate of sales tax and indicate applicable rates for taxes and duties as per Clause 4.4.1(a) as under - a. Excise duty b. VAT/ Sales tax (Strike out which is not applicable) c. Entry Taxi Other taxes, if any

ii. In case no excise duty is chargeable Please confirm whether you are exempted from payment of excise duty at present and whether it will be charged from Company in case it becomes payable on account of turn over at a later date after placement of order. If so, at what rate?

iii. In case you are presently exempted from ED and you do not intend to charge the same to Company, even if it becomes payable at a later date (upto the date of completion of supplies/ services), the same should be clearly stated.

21 Please confirm that performance security shall be furnished as per Clause 20.0 of Section-I

22 Please confirm validity of your Offer is 4 Months (120 days )from the date of opening of price bid, otherwise your Offer will be rejected.

23 Please confirm that Offer in three copies have been submitted. 24 Please confirm that you have furnished schedule of commercial

deviation as per Schedule-B of Section-I.

25 Please confirm that training facility as per Clause No. 39.0 of Section-I shall be provided by you.

26 Please confirm that you have furnished all required documents and information in the tender as desired in Section I.

27 Whether you agree for inspection by Company's representative prior to dispatch and bear the testing charges for all tests as per IS to be conducted on equipments materials, drawn by Company's representative.

28 Please confirm that you have enclosed check list required for the Offer. 29 Please indicate particulars of pages of your tender for verification of

following as per Clause 15.0 of Section-I.

a. Tabular Statement indicating details of orders placed by utilities and

- 37 -

System supplied by the firm.

b. Documentary evidence for the System commissioned along with copies of performance certificates issued by the utilities.

30 Please confirm that you have enclosed VAT Clearance Certificate 31 Please confirm that you have enclosed audited financial statements of

accounts for the last three (3) years.

32 Please confirm that you have furnished supply details duly certified by Chartered Accountant as per clause No. 14.0

33 Please confirm that you are agreeable for guarantee period of equipment as per clause No. 22 of section-I

34 Please confirm that you have furnished power of attorney as per clause No. 45 of section-I

35 Please confirm that you are agreeable for submission of security deposit within 30 days time as per clause no.20 of Section-I.

36. Please confirm that you have submitted proof regarding ISO900:2008 certification and proof regarding CMMI level 3 or above as mentioned in clause 15.2 of section-I.

SIGNATURE: NAME OF BIDDER: DATE: STATUS:

NAME OF FIRM:

- 38 -

Appendix-A

IMPORTANT COMMERCIAL TERMS & CONDITIONS TO BE FURNISHED AND TO BE READ AT THE TIME OF TENDER OPENING

S. No. Particulars Details

1 Earnest Money Deposit (EMD) Amount, BG No. & Date

2 Validity of Offer

4

Applicable rate of taxes duties

i. Excise duty ii. CST/VAT/MPGST iii. Any other tax.

iv Service Tax on Installation & AMC services

5 Price Offered (Firm)

6 Payment Terms 7 Guarantee Period 8 Security Deposit 9 Penalty

10 Service for erection/commissioning 11 Delivery and completion period

SIGNATURE WITH SEAL OF TENDERER

- 39 -

Appendix-B Date : __/__/____

BANK CERTIFICATE

This is to certify that M/s _____________________ having its registered office at ________________ (full address) and Branch office at ________________ (full address) who have submitted their Bid to Madhya Pradesh Power Transmission Co. Ltd., Jabalpur against their tender specification vide reference number Tender No. _____________ (_____________) is our customer for the past ___ years. Their financial transactions with our Bank have been satisfactory. They enjoy the following FUND BASED limits with us against which the extent of utilization as on date is also indicated below:-

SNo. Type of facility Sanctioned limit as on

date

Utilization as on date _____

1 Cash Credit 2 Overdraft 3 Working Capital Loan Total :

This is to certify that such loans, which has been sanctioned for the purpose other than working capital, has not been considered above. This letter is issued at the request of M/s _________

Name of Bank __________________________ Name of Authorized Signatory _____________

Designation ____________________________ Phone / Mob. No.________________________

Address : _____________________________ Seal of the Bank________________________

1

SECTION II

TECHNICAL SPECIFICATIONS FOR SUPPLY, INSTALLATION, TESTING AND

COMMISSIONING OF AVAILABILITY BASED TARIFF(ABT), OPEN ACCESS(OA)

AND MIS SYSTEM FOR SLDC, MPPTCL,JABALPUR.

2

SECTION –II

TABLE OF CONTENTS

CLAUSE NO. TITLE

PAGE NO.

1.0 Introduction 3 2.0 System architecture 3-4 2.1 General requirements 4-6 3.0 General Technical requirements 6

a Availability Based Tariff (ABT) module 6-21 b Open Access Module 21-28 c MIS module 28-34 d Management of transmission element outages 34-37 e Other modules 37

4.0 System Software requirements 37-43 4.1 System backup Requirement 43 4.2 System Hardware requirements 43-49 4.3 Web applications 49-51 5.0 Design Criteria 51 6.0 Contractors Maintenance Responsibility during warranty period 51-52 6.1 Contractors Maintenance Responsibility during AMC period 52 7.0 Bill of Quantity (BOQ) 53-54 8.0 Annexures A to G 55-64 9.0 Schedule II (GTP) 65-71

10.0 Schedule –III (Technical Questionnaire) 72-73 11.0 Schedule-IV (List of past experience) 75 12.0 Schedule –V(List of technical facilities) 76 13.0 Schedule –VI(technical deviations) 77 14.0 Schedule –VII(Details of drawings) 78 15.0 Schedule –VIII(Quality Assurance Program) 79 16.0 Schedule-IX (List of Vendors) 80 17.0 Schedule-X (List of Type Tests) 81 18.0 Annexure –Z (Existing system details for buy-back) 82-83 19.0 Annexures F1-F7 (Flow Charts) 84-90 20.0 Schedule-XI (Check List) 91

3

TECHNICAL SPECIFICATIONS FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF AVAILABILITY BASED TARIFF(ABT), OPEN

ACCESS(OA) AND MIS SYSTEM FOR SLDC, MPPTCL, JABALPUR

1.0 Introduction The State Load Despatch Centre (SLDC) is an apex body to ensure integrated

operation of the power system in a State. The State Load Despatch Centre is responsible for optimum scheduling and dispatch of electricity within State, in accordance with the contracts entered into with the licensees or the generating companies operating in that State. As per Madhya Pradesh Electricity Regulatory Commission (MPERC) Balancing & Settlement Code (BSC) 2009 notified on 30th Oct’ 2009 which came into force in the State of M.P. w.e.f. 1st November 2009, various activities related to Scheduling & Despatch, Meter Data Collection & Analysis, Energy Accounting and exchange of information through Web Server etc. are performed under Intra State ABT regime. The existing BSC is expected to be amended by State ERC. To fulfill its responsibility SLDC is equipped with ABT system which was supplied and commissioned by M/s Kalkitech Communication Technologies Ltd., Bangalore. The system is fully operational since 31.03.2008. The ABT system mainly comprises of application software & associated hardware for scheduling, metering and energy accounting of Intra State Entities.

2.0 System architecture

The tentative system architecture of the proposed ABT, OA and MIS system is described in fig.1 below. There would be two database and application servers containing main databases of ABT, OA and MIS system along-with the application servers of the system. One main storage memory shall be in the form of NAS/SAN. There would be two web servers having connectivity with the outer world with the help of one router and one firewall. Automatic Meter Reading (AMR) system installed at SLDC, Jabalpur by M/s Secure Meters Ltd. shall be integrated for acquiring the meter data automatically defined as per schedule, on regular basis. Similarly SCADA/EMS system installed at SLDC Jabalpur by M/S Alsthom is also to be integrated by the successful bidder for acquiring online data of Generation, transmission and distribution utilities for various purposes as well as exchange of scheduling data with the SCADA system. Various functionalities required for this system to be incorporated are described in various sections below. Similarly hardware and software requirements are also mentioned in subsequent sections.

The bidder has to ensure that the system proposed shall be conforming to the requirements of cyber security, Common Information Model (CIM), password management system, reliability, Data integrity and consistency and all modern techniques used in any modern IT system. The system should be user friendly and GUI based. There would be frequent requirements to modify the calculation, logic etc. as per changes in various regulations/SLDC requirements; hence the system proposed should be flexible enough to handle these requirements through user-interface.

4

Typical Hardware Configuration of proposed ABT, OA & MIS System

Database & Application server 1

Memory Unit (SAN/NAS)

Database & Application server 2

Web server 1 Web server 2

Router Existing AMR System

Firewall Router (existing)AMR

Database

Firewall

Other workstations

Proposed system

Existing system JABALPUR (SLDC)

Fibre link of MPPTCL

Database & Application server For backup BHOPAL (SLDC BACK-UP SITE)

SCADA

Workstation 2

Workstation n

Network Printers

Workstation 1

Office LAN

Fig. 1 2.1 General Requirements: Jobs to be performed for Hardware and Software vendors

1. Supply of the hardware as per specification mentioned in the subsequent sections.

2. Data migration from the existing ABT system, MIS reporting and Open Access information as available in Oracle, Excel or any other format described in subsequent sections.

3. Running of the system as per requirements and detailed in the tender document. This shall include the following;

5

a) The proposed system shall include two Database and Application servers which shall run on 100% load sharing mode in normal working condition (50-50 basis) and in case of failure of one database/application server the other one shall take over with full load. Therefore, these databases shall be 100% redundant and sharing the load simultaneously. The technical requirements of database server is given in Annexure A(I) & A(II). The databases shall contain all the data of ABT, Reports, Open Access and Automated Meter Reading system in one of the available databases or formats such as Oracle, MS-Access or MS-Excel etc.

b) There should be two Web Servers. They shall also work on 100% load sharing basis. In case of failure of one Web server other should take over the load of it. In normal working condition both Web servers shall share 50-50% of load.

c) There should be one secondary storage unit which shall house all the data

required for the system using raid 0/1/3/5 system. This would be sturdy, rugged and very reliable unit of the system. In case of failure of one hard-disk of this unit other part should automatically take-over the 100% load. The memory unit could be of SAN or NAS type. There should be a sturdy procedure defined for system recovery from back-up server at Bhopal in case of failure of primary server to be placed at Jabalpur. Training of the same should be given to the concerned persons giving them training material in soft and hard copies.

d) All the system and the Workstations shall be connected through a LAN as

shown in Fig.1. These workstations should be of latest features with latest software as detailed in Annexure-B.

e) As a Disaster Management strategy one data storage server is planned at

back-up SLDC, Bhopal for the purpose of database and application backups. The communication channel shall be arranged by SLDC, MPPTCL. However, the bidders need to configure the data back-up from SLDC, Jabalpur site to backup site at Bhopal on periodic basis defined by SLDC in the detailed order. The specifications for the backup server shall be same as defined for the SLDC, Jabalpur site and only storage capacity is to be designed in such a way to keep the data backup of a period of at-least five years.

4. The System need to have a good password management system so that

password for various modules to the concerned entity/persons is to be issued as per regulatory & SLDC requirements.

5. The successful bidder needs to prepare online training manuals module-wise and give training to the identified users for the identified modules after or during

6

completion of implementation. One hardcopy each to the trainee and at-least three hardcopies of all the modules to SLDC are to be provided by the successful bidder. A comprehensive training program for each module need to be designed and handed over to SLDC by successful bidder so that training to the concerned persons for various modules can be ensured from time to time. Training modules for various users and various administrators are to be prepared in consultation with SLDC.

6. There should be an alarm/information system to intimate the concerned entities regarding activities such as Open access applications, scheduling, DC revisions, reporting, Transmission element shutdowns, trippings, normalization etc. For this the successful bidder need to use free gateways for sms and email messages to be generated.

7. The successful bidder need to consider the buyback of the existing ABT system in place of the new ABT, OA & MIS system. The details of existing system are shown in Annexure-Z.

The fulfillment of the functional requirements are of prime importance and to achieve it, the bidders are supposed to go through the functional requirements described in various sections below and may suggest better architecture or hardware, software commodities, if felt necessary. Further, bidders are advised to visit SLDC, MPPTCL, Jabalpur to understand the requirements in detail.

3.0 General Technical requirements Proposed system shall constitute the following three basic modules

i. Availability Based Tariff (ABT) module ii. Open Access module and iii. MIS (Reporting) module

The tentative flow charts for ABT module are described in Annexure F1 to F4, for Open Access Module flow chart in F5, for MIS in F6 and for Transmission availability calculations in F7. The above modules are described below; 3.1. Availability Based Tariff (ABT) Module

The ABT software shall be an effective tool to perform various business and operational functions like monitoring and enforcing grid code compliance by constituents, optimal scheduling and dispatch operations, meter data collection, checking and validation, energy accounting and billing. The software shall have the following sub-modules –

7

3.1.1. Entity Management –

The system shall be able to define different entities i.e. Beneficiaries,, Generators, STU, OA Customers, CPPs, IPPs etc with multiple interface points behaving as one. An entity can have interface with any other entity. The definition shall be hierarchical and logically interrelated in database also. The definition of such entities shall include various data attributes i.e. station name, address, installed capacity, type of generator, % share in capacity, standard auxiliary consumption, loss factor as per POC loss etc. or any other attribute required for smooth functioning.

3.1.2 Scheduling and Despatch – All the scheduling activities shall be performed in accordance with the regulatory

provisions specified in CERC(Indian Electricity Grid Code), MPERC(Madhya Pradesh Electricity Grid Code) and MPERC (Balancing and Settlement Code). The general scope of scheduling model is from declaring capability by the generation stations, requisition by the Discoms and scheduling of power for all stake holders and revision thereof in real time as well as Day ahead with all reports and web integrated module. The output of the scheduling process shall be Despatch Schedule of Generating Stations /Sellers, Drawal Schedule of Beneficiaries and Open Access Customers. The scheduling process shall mainly covers the Day ahead scheduling, Real Time Revisions and Implemented Schedule which are briefly described below –

i) Day ahead scheduling –

Following activities are performed under day ahead scheduling -

WRLDC intimates MW and MWh entitlement of MP in each ISGS.

SSGS Thermal intimates MW and MWh Capabilities (DC’s)

SSGS Hydel (ISP, OSP & Hydel Stations of MPPGCL) intimates MW and MWh Capabilities (DC’s)

SLDC prepares Discoms entitlement by computing station wise entitlement of each Discoms on the basis on allocation done by GoMP.

SLDC send entitlements to Discoms through MPPMCL.

Discoms furnish their requisition to MPPMCL .

Based on the requisition furnished by Discoms, MPPMCL may allocate the un-requisitioned surplus power to Discom who is willing to avail this power. MPPMCL shall intimate to SLDC, Discom wise Ex-Power Plant MW requisition in each of the Generating Station along with Bilateral / Collective transactions. SLDC prepares and sends composite requisition to WRLDC for ISGS, Bilateral / collective transaction and prepare Generation Schedules for SSGS.

On receipt of MP’s Drawl Schedule from WRLDC for the next day, SLDC prepares and issue drawl schedule for Discoms.

8

All the above activities should be completed by the 11.30 PM and Generation / Drawl Schedules issued by the SLDC come in force from 00.00 hrs of next day.

The time lines for scheduling activities shall be as per MPERC (Balancing and Settlement Code) 2009 and subsequent amendments if any.

ii) Real Time Revisions

During the course of the day of operation, in the event of any contingency, any Discom / Generating Station can seek revision in Drawl Schedule / Generation Schedule at any point of time. The revision shall be applicable from the 4th time block considering the first time block in which the request is made. The following real time revisions are done -

Revision of Generation Schedule on receipt of revised DC from SSGS.

Revision of Discoms Drawl Schedules on account of revised DC submitted by SSGS as well as revision in ISGS schedule of MP by WRLDC.

Revision in Generation Schedule of SSGS, requisition for ISGS and Drawl Schedule of Discom, on receipt of revised requisition from Discom.

iii) Implemented Schedule –

After completion of the day of operation, the final implemented schedule taking all ex-post facto revisions into account during the day shall be issued by the SLDC within three days (3 days) or after issue of the implemented schedule by WRLDC. These schedules shall be the datum for commercial accounting.

iv). The scheduling module shall have the following provisions – Declared Capability (DC) shall be submitted by the generator(s) in 15 minutes time

block(s) on ‘Day ahead’ basis and for every revision thereof. The same shall be displayed generator wise on the website.

MP entitlement in 15 minutes time block from WRLDC website shall be directly uploaded to the ABT system and displayed on the website.

The entitlement of Discoms in 15 minutes time block shall be calculated on the basis

of share allocation by GoMP and Un-allocated power shall be assigned to MPPMCL. The same shall be displayed on the website Discom-wise/MPPMCL.

MPPMCL shall allocate the un-allocated power to Discoms and submit the Discom

wise requisition. The % of allocation of Un-allocated power, Un-requsitioned power of one Discom allocated to another Discom and Discom wise requisition shall be submitted by MPPMCL.

9

Any Bilateral / collective schedule for any entity shall be directly uploaded to the

ABT system and the same shall be displayed on website (generator wise/trader wise as per user requirement).

The surplus power of the SSGS / ISGS generators shall be displayed on the website.

The drawl schedule of the Discoms shall be computed on the basis of requisition submitted by MPPMCL / Discoms considering the bilateral / collective power if any and technical minimum, ramping up /down for the generators if required. The same shall be displayed on the website Discom-wise / generator–wise.

The generator schedule shall be computed as per the requirement of beneficiaries considering the technical minimum and ramping up / down if required. The same shall be displayed generator wise on the website.

v. Web portal for constituents and SLDC to perform the following –

• Enter declared capacity/requisition of various entities.

• Download SLDC schedules – Dispatch and drawl. The formats to be supported are csv, pdf, xml and xls.

• Email communication of schedules (declared capacity, drawl request, Open access schedules, etc.,) as attachment from constituents. Downloading the attachment and publishing the information to the database shall be automated. The format of attachment document is xls.

• Web page for SLDC user to enter constituents declared capacity/ drawl request when they inform through fax or telephone.

• Downloading Entitlement and Drawl Schedules from RLDC website.

• Downloading of schedules of power exchanges through its web site or by other means.

• All required data entry of scheduling activities is to be done through web based application only.

• Provision for sending notification via sms, email and web page pop up shall be

available for revisions in schedules by SLDC. In addition to the .xls format, the

10

SLDC schedules shall be published in CIM, XML so that any third party system can integrate into their system.

• Data to be displayed on website in line with WRLDC as well as customized modules to be developed in consultation with SLDC.

vi. Software shall be able to handle multiple losses treatment in the state for calculating the net drawl schedule of beneficiaries / Buyers at their periphery. The applicable losses are – • Weekly POC losses as computed by NLDC in accordance with CERC (Sharing

of Inter State Transmission Charges and Losses) Regulations, 2010. • Weekly Estimated Transmission Losses of MP. • Distribution / Other losses if applicable. In addition to above, software shall be capable to handle the special scheduling treatment for Merchant power plants, UMPPs and LTOA / MTOA Agreements having share allocation in the state and outside the state. Some of these uses dedicated network as well as STU network.

vii. Software shall have the provision for scheduling of Renewable Energy Generators under Renewable Regulatory Fund (RRF) Mechanism.

viii. The software should generate log on Economic Dispatch of power for State Grid in

real time as well as day ahead once schedule is prepared and it should be on Index base that schedule is how much deviated from Economic Dispatch. Necessary logic will be given by SLDC during detail engineering stage.

ix. The software shall have the provision for entering and storing the Discom

allocation done by GoMP from time to time. The history of Discom allocation shall be maintained in the database.

x. The scheduling module shall have the provision for technical minimum and

ramping up / ramping down for generators. The technical minimum and ramping up / ramping down shall be defined by the user.

3.1.3. Metering Module – a. General Description –

i. This module covers the collection of Special Energy Meter (SEM) data from AMR system as well as through email, checking of data for its completeness and correctness and processing of data for the purpose of computation of Deviation Charges and Reactive Energy Charges.

11

ii The SEM’s records active energy (Export & Import separately) in 15 minutes time

interval and reactive energy (Var) during low voltage (V<97%), reactive energy (Var) during high voltage (V>103%) on daily basis.

iii The SEM’s are installed at the interface points of Transmission – Distribution

Utilities, Generating Companies – Transmission / Distribution Utilities, Inter Distribution Utilities, Captive Power Plants (CPP’s) and Open Access Customers (OAC’s).

iv The net injection of SSGS & CPP’s and net drawl of Discoms & OAC’s is

calculated on the basis of ABT compliant energy meters installed at various interface points.

b. Metering module software requirements - i. The proposed software is required to be integrated with the Automatic Meter

Reading (AMR) system already installed at SLDC for ABT meter data acquisition. The XML file generated through the AMR system is to be uploaded in the database. Presently AMR facility is not provided at all the interface point, therefore software shall also have the provision for automatic downloading of load survey data from email and converting into readable format XML / NPC and uploading the same into database, in addition to updating meter data from AMR system.

ii. The data uploaded shall be checked for completeness and missing data reports

shall be generated for collecting the meter data through email from the field / site offices. The missing data shall be replaced with the check meter data if available or weekly / monthly data available for the same meter.

iii. The data received shall be checked for the correctness by comparing the data from the check meters (if available) or weekly / monthly data available for the same meter and reports indicating incorrect data shall be generated. User shall have the option to replace the incorrect data by the check meters data or weekly / monthly data available for the same meter. The correct data shall be used for computation of Deviation charges and Reactive Energy Charges.

iv. The system shall be able to read ABT meter data in XML and NPC format and

store it in database, the meter manufacturer software for conversion load survey data into XML and NPC format is to be integrated with the Metering module. Presently, Secure, Elster and L&T make meters are installed at the Interface points, the system shall also be capable to read meter data of any other make meters for which meter manufacturer software for conversion raw data into XML format shall be provided by the SLDC.

12

v. The software shall have the provision to read 15 minutes blockwise active export

and import values and reactive high / low midnight values and update the same in the database as per the period defined by the user.

vi. The system shall have the interface for configuration of ABT meters details such as location of installation – Entity & sub-entity name, feeder / Xmer name, Meter - Sr. No, Accuracy Class, CT/PT ratio, Equipment - CT/PT ratio, Accuracy Class. On the basis of details entered by the User, Multiplying Factor shall be computed automatically and shall be stored in the database. Further, the provision for replacement of meters and maintaining the history in the database is also required.

vii. The system shall have the provision for ABT meter data validation, estimation and assessment which shall be finalized during detail engineering stage.

viii. The system shall have the interface for configuring / linking the ABT meters with polarity to the entities. This grouping is required for computation of net injection of SSGS & CPP’s (sellers) and net drawl of Discoms & OAC’s(buyers). One meter can be configured to different entities.

ix. The system shall be capable to generate the following reports –

• Data Non-availability report. • Injection report of sellers / buyers. • Any other report required by SLDC.

3.1.4 Energy Accounting Module – a. General Description – Energy accounting is done in accordance with MPERC (Balancing & Settlement

Code) 2009, MPERC (Terms and Conditions for Determination of Generation Tariff) Regulations, 2012, MPEGC and IEGC. It is a statement of allocation, availability, energy scheduled and active / reactive energy injected and drawn which forms the basis for payment/ receipt among the intra state constituents. It consists of monthly State Energy Accounts and monthly / weekly State Deviation Settlement Accounts & State Reactive Energy Charges accounts. The energy accounting is done on the basis of Implemented Schedules issued by SLDC to State Sector Generating Stations (SSGS), Discoms, Open Access Customers / Generators and Regional Energy Account issued by Western Region Power Committee (WRPC). The monthly / Weekly State Deviation Settlement Accounts and State Reactive accounts are prepared on the basis of implemented schedules issued by SLDC and actual ABT meter data of the interface points.

13

b. State Energy Account (SEA) – Monthly State Energy Account (SEA) is prepared by SLDC for the billing and

settlement of Capacity Charges and Energy Charges. Monthly SEA comprises of availability of generating stations and Ex-Bus energy scheduled to Discoms from generating stations (SSGS, ISGS, CPP’s, and REG’s) including energy purchase / sale by the MPPMCL on behalf of Discoms under Medium Term Open Access (MTOA) and Short Term Open Access (STOA) through Bilateral / Collective transactions.

c. State Deviation Settlement Account (SDSA) –

Monthly / weekly State Deviation Settlement Account (SDSA) is prepared by SLDC for the billing and settlement of Deviation charges. It comprise of monthly / weekly Deviation energy as a deviation in actual net generation / drawal from scheduled generation / drawl and corresponding Deviation charges payable / receivable by the generating stations, CPPs, Discoms and OAC’s. The deviation charges are computed as per the CERC (Deviation Settlement Mechanism and related matters) Regulations 2014 and subsequent amendments thereof and BSC 2009. Settlement of active energy imbalance and Deviation charges is done as per BSC 2009 of MPERC taking into consideration Regional Deviation Amount obtained from the Regional UI Account prepared by WRPC.

d. State Reactive Account (SRA) – Monthly / weekly State Reactive Account (SRA) is prepared by SLDC in accordance

with BSC 2009 and IEGC 2010 and subsequent amendments thereof. It comprises of monthly / weekly reactive energy charges payable / receivable by the Discoms, Open Access Customers and Open Access Generators based on actual net reactive energy drawn / injected under high and low voltage condition. The settlement of Reactive Energy Charges is carried out as per BSC 2009 of MPERC taking into consideration the Regional Reactive amount obtained from REC Pool Account of WRLDC.

e. State Energy Accounting module software requirement –

i. The software shall have the provision for computing the Plant Availability Factor (PAF) by considering the DC of all generators in 15 minutes time block in accordance with following formula –

Where, IC = Installed Capacity of the generating station in MW. DCi = Average declared capacity (in MW) for the ith day of the period. N = Number of days during the period, and

N

PAF = 10000 x Σ DCi / { N x IC x (100-AUXn) }% i=1

14

AUXn = Normative Auxiliary Energy Consumption as a percentage of gross generation.

ii. The software shall have the provision for calculating the Generator-wise Ex-Bus

scheduled of Beneficiaries in 15 minutes time block. The allocation of energy shall be done on the basis of GoMP allocation in State Sector Generating Stations, Inter State Sector Generating Stations. The power allocated by the MPPMCL to the Discoms from the Un-allocated power shall also be computed separately.

iii The software shall be able to obtain Renewable Energy Generation (Wind Electric

Generators (WEG’s), Solar Generators, Small Hydro, Biomass and other) at the common metering point, energy purchased by MPPMCL and energy wheeled to Discoms from the Renewable Energy Generation module. The energy purchased by the MPPMCL shall be allocated to Discoms as per weighted average allocation of GoMP.

iv. The software shall be able to compute the firm and infirm energy purchased by MPPMCL from CPP’s as per contract entered. The energy purchased by MPPMCL shall be credited to the Discoms as per percentage of drawal by DIscom in the previous financial year or as per the relevant Regulations.

v. The Drawl schedule of Discoms are computed considering MP share in Gandhisagar, RPS, JS and Rajghat HPS and credited to each Discoms in proportion to weighted average capacity allocation. The excess / less drawl by MP in Chambal – Satpura and Rajghat shall be computed and shown separately.

vii The software shall have the provision to generate monthly State Energy Account

which contains the following information –

Details of Plant Availability Factor (PAFM) achieved during the month and cumulative during the FY in percentage (%) for each SSGS.

Details of mis-declaration of Declared Capability by SSGS (if any).

Details of energy entitlement to Discom from SSGS/ IPP which includes month-wise and day-wise.

Details of Ex-bus energy scheduled to Discoms from each station of SSGS, IPP and ISGS. The details includes month-wise and day-wise.

Firm and Infirm energy purchased by MPPMCL from CPP and allocated to Discoms as per weighted average capacity allocation.

15

Details of bilateral / collective transactions details for power purchase, sale and banking from various sources on Short Term and Medium Term basis. The day wise LOI wise details is also required to be indicated.

By 7th of following month provisional (SEA) will be generated from the system and posted on the website. If required, reconciliation shall be done based on the comments received from the Intra State entities.

f. State Deviation Settlement Accounting module software requirement:– The software shall have the provision for computing the deviation charges of Intra

State entities (except Hydro Stations of MPPGCL) in accordance with CERC (Deviation Settlement Mechanism and related matters) Regulations 2014 and subsequent amendments thereof and MPERC (Balancing and Settlement Code) 2009. The charges for Deviation for all the time-blocks payable for over-drawl by the buyer or the beneficiaries and under-injection by the generating station or the seller and receivable for under-drawl by the buyer or the beneficiaries and over-injection by the generating station or the seller shall be worked out on the average frequency of the time-block at the rates specified in CERC regulations 2014.

The system shall be capable to configure the deviation charges as decided by CERC/MPERC from time to time.

The implemented schedule at the periphery of Intra State entity and ABT meter data in 15 minute block shall be used for computation of Deviation charges.

The In-firm power (energy before the commercial date of operation) from any SSGS shall be computed as Deviation and paid from the State Deviation Pool Account at the applicable frequency-linked Deviation rate (subject to capping specified by respective commission).

Energy drawn by MPPGCL on 33KV Settling Tank Feeder of Amarkantak TPS and 33 KV feeders of Coal Handling Plant of Satpura TPS emanating from 220KV sub-station Sarni shall be deducted from the net drawl of respective Discoms as well as from the sent out of the Power Station. This is an example and many such settlements could be there.

The imbalance settlement of Deviation charges with the Regional Deviation charges shall be carried out in accordance with the procedure defined in MPERC(Balancing & Settlement Code) 2009 and subsequent amendments thereof.

16

The software shall be able to generate the weekly / monthly State Deviation charges Account which contains the following information -

Details of UI Tariff Structure currently in force. Details of Day-wise and total Deviation for each entity, details shall include

Scheduled Energy, actual energy, Deviation Charges and Adjusted Deviation Charges.

Deviation Pool Summary indicating adjusted Deviation Charges, Capping Amount, Additional Deviation Charges net amount payable / receivable by the Intra State Entities.

Details of Time-Blocks of suspension of Deviation due to transmission constraints and grid disturbances.

Block wise details of Deviation Charges for each entity. The Deviation Charges Account shall be posted on website.

g. State Reactive Accounting module software requirement – The software shall have the provision for computing the reactive energy charges of

the Discoms, Open Access Generators (OAG) and Open Access Customers (OAC) in accordance with MPERC (Balancing & Settlement Code) 2009 and CERC (Indian Electricity Grid Code) 2010 and subsequent amendments thereof.

The reactive energy charges shall be computed on the basis of midnight VAR drawal / injection recorded under high voltage (when voltage is above 103%) and low voltage (when voltage is below 97%) condition by the ABT meters installed at the interface points of Discoms, OAC& OAG. The charge for VARH shall be at the rate of 12 Paise/KVARh w.e.f 01st April 2014. This rate shall be escalated at 0.5 Paise/KVARh per year thereafter, unless otherwise revised by the CERC/MPERC.

The settlement of Reactive Energy Charges of Discoms, OAC & OAG along with Regional Reactive amount payable / receivable by the Madhya Pradesh shall be carried out as per (Balancing & Settlement Code) 2009 of MPERC. The Regional Reactive Pool Amount is obtained from REC Pool Account of WRLDC.

The software shall have the provision for verifying the Regional Reactive Charges computed by WRPC and regional reactive amount computed by WRLDC as a result of pool balancing of reactive energy charges.

The software shall be able to generate the weekly / monthly State Deviation charges Account which contains the following information -

Details of day-wise net reactive energy injection / drawal during low voltage (<97%) and high voltage (>103%) in KVARH for each Discoms.

Details of day-wise net reactive energy injection / drawal during low voltage (<97%) and high voltage (>103%) in KVARH for each OAC and OAG.

17

Details of day-wise net reactive energy injection / drawal during low voltage (<97%) and high voltage (>103%) in KVARH for each Discoms embedded OAC and OAG.

Summary of reactive energy charges during low voltage (<97%) and high voltage (>103%) and net reactive charges payable / receivable for each Discoms, OAC & OAG.

The State Reactive Account (SRA) generated from the ABT system shall be posted on the Website.

h. State Transmission Losses Module – The weekly / monthly MP transmission losses are computed by SLDC in accordance with the MPERC ( Balancing & Settlement Code) 2009 and subsequent amendments thereof. For computation of Deviation charges of Discoms / OAC’s, the Ex-Bus schedule of Discoms / OAC is to be brought down to Discoms / OAC periphery. The net drawl schedules of Discoms / OAC’s are calculated by deducting the appropriate losses from the Ex-Bus schedule of Discoms /OAC’s. For example -

Ex-Bus schedule of Discoms from ISGS,IPPs, SSP & Bilateral Transactions. Say (A).

Ex-Bus Schedule of Discoms from SSGS, IPPs (MPPGCL & Others). Say (B). Discoms Schedule at Discoms Periphery = (A – Injection & Withdrawal POC Loss -

MP Loss) + (B – MP Loss). Weekly Injection & Withdrawal POC Losses are taken from WRLDC website & MP Losses are computed by SLDC as per the following procedure specified in MPERC (BSC) 2009. State Transmission loss for a given week = (Total net injection into the State Grid

in a week) – (Total net Drawl from the State Grid in a week).

Loss of nth week shall be computed by the 5th day of the (n+1)th week.

This loss figure at nth shall than be used in the scheduling process from the beginning of the (n+2)th week.

SLDC shall round-off actual loss of nth week to nearest 0.25% for the purpose of scheduling for the (n+2)th week (e.g. 4.70% is rounded off to 4.75%, 4.35% is rounded off to 4.25% and so on) or as may be specified by MPERC from time to time.

It shall also be possible to compute state transmission loss over a period of one

calendar month.

18

a. State Transmission Losses module software requirement - The software shall have the interface for configuration of ABT meters installed at

the interface points to the Generating Stations and drawl points of Inter State Generating Stations (ISGS). This provision is required for computation of total net injection into the state grid.

Similarly, software shall have the interface for configuration of ABT meters

installed at the interface points to the Discoms / OAC’s connected at 132 KV and above. This is required for computation of net drawl from the State Grid.

The software shall be able to generate the weekly / monthly MP loss report which shall contain the following information – Summary report indicating the net injection from SSGS and ISGS, net

drawl by the Discoms and loss in Kwh & % round off as per BSC.

Meter wise details of net injection from SSGS & ISGS and net drawl by the Discoms and OAC’s.

3.1.5. Renewable Energy Generation Module - a. General Description -

The Electricity Act 2003 provides regulatory intervention for promotion of renewable energy generation in India by specifying renewable purchase obligation, determination of tariff and promotion of development of market in power. Accordingly CERC on dated 14th January 2010 notified the CERC (Terms and Conditions for recognition and issuance of Renewable Energy Certificate for Renewable Energy Generation) Regulation 2010 for the development of market in power from Non-Conventional Energy Sources by issuance of transferable and saleable credit certificates for promotion of renewable energy generation. As the quantum of RE generation is increasing day by day, unscheduled quantum of RE generation may lead to system / grid disturbance, therefore CERC has introduced the RRF mechanism to bring the Wind and Solar generators under the purview of scheduling. The CERC has implemented the RRF mechanism w.e.f 15.07.2013 vide order No. L-1/18/2010-CERC dated 09.07.2013. The REC and RRF mechanism are briefly described below.

b. REC Mechanism - i. RE Generator applies to State Agency for Accreditation and after obtaining the

accreditation applies to NLDC for registration.

ii. After receipt of NLDC registration, SLDC requests the RE Generator to submit the details of registration / accreditation, connectivity details and meter installation report.

19

iii. SLDC communicates the Energy Injection report to NLDC on monthly basis for

issuance of REC certificate to the RE Generator.

iv. SLDC maintains the RE Generator details and record of meter readings.

c. RRF Mechanism - i. The wind and Solar generators with collective capacity of 10MW (wind) and 5MW

(solar) and above connected at the pooling station commissioned on or after 03.05.2010 are eligible for load forecasting and come under RRF mechanism.

ii. SLDC is collecting the one time detail as per NLDC format from the Wind / Solar generators after ensuring the eligibility of Wind / Solar generators.

iii. SLDC requests the wind / solar generators or their coordinating agency to start the load forecasting of their generation at pooling station as per the NLDC format.

iv. SLDC ensures that Special Energy Meters (SEM’s) are installed by State Transmission Utility at the cost of Intra State entities and coordinates with STU / Distribution Co. to receive 15-minutes block wise meter data on weekly basis.

v. On receipt of load forecast of wind / solar generation by respective generators, SLDC issue the schedule after checking that there is no gaming for undue commercial gain.

vi. SLDC validates, process the SEM data and compute the net injection of each pooling station.

vii. SLDC is providing the 15-minute block wise data of schedule and actual generation of Wind farms / Solar generators to WRLDC / NLDC on weekly basis as per the format prescribed by NLDC.

d. Software requirement for Renewable Energy Generation Module - a. General Description–

i) The software shall have the provision for configuration of Renewable Energy Generators. The details required to be configured are Name of REG, Type, installed capacity, location of installation, Metering details, sale details, applicability of REC/RRF mechanism etc.

ii) The software shall have the interface for entering the monthly energy injection of Renewable Energy Generators (Wind Electric Generators (WEG’s), Solar Generators, Small Hydro, Biomass and other) at the common metering point,

20

energy purchased by MPPMCL, and energy wheeled to Discoms for own use / third party sale as furnished by respective Discoms.

iii) The software shall be able to generate the following reports – • Summary report indicating the total installed capacity for wind, solar,

biomass, biogas or any REG type.

• Report indicating the configuration details for each REG grouped into type of renewable power.

• Monthly / weekly energy injection report for each type of renewable energy

generation. • Any other report required by SLDC.

b. REC Mechanism –

i. The software shall have the provision for entering the RE generators details qualified for REC mechanism. The details include such as Name of generator, Address, type, installed capacity, connectivity details, Accreditation No, Registration No., date of registration, meter details etc.

ii. The software shall have interface for entering the monthly energy injection by RE Generator received through Discom / STU.

iii. The software shall be able to generate the monthly energy Injection Report for the REG generators.

c. RRF Mechanism – i. The software shall have the interface for entering the details of the pooling stations

qualified for RRF mechanism. The details include the name of pooling station, connectivity details, ABT meter details, details of generators connected to the pooling station.

ii. The software shall be able to generate the schedule on the basis of day ahead load forecasting done by the Coordinating Agency / Generator / Developer. The software shall have the provision for revision of schedule if required by the CA / Generator / Developer on real time basis in accordance with CERC (IEGC) 2010 and subsequent amendments thereof.

iii. The software shall be able to generate the 15 minutes block wise schedule and actual generation data report as per NLDC/ RLDC / WRPC format of the pooling stations for onward submission to RLDC and NLDC.

21

iv. The software shall have the provision for cross checking the RRF Deviation

Charges Account prepared by WRPC.

3.1.6 Formula Builder Module - The requirement of formula builder is common for all modules. The same is

explained here. In future, various formulae may change based on changes in regulations by the Commissions/SLDC requirements. Hence it is expected that the formulae are not hard coded. A formula builder needs to be provided for computation of Deviation charges, Reactive Energy Charges, State Energy Accounting, Open Access, MIS etc. It is intended that the SLDC user shall be able to configure / model new tariff structures as per regulatory changes. The bidder shall provide training to SLDC officials to work on formula builder for incorporating regulatory changes.

3.1.7 Billing, Collection and Disbursement Module - This module shall be able to perform the following functions –

i) Prepare invoices for State Deviations Charges, State Reactive Energy Charges for the Intra State entities.

ii) Recording the payment received against Deviation Charges and Reactive Energy

Charges.

iii) Maintaining the State Deviation Pool Account and State Reactive Pool Account. The principal and interest component of each Intra State entity shall be maintained separately.

iv) Generate report indicating the payment received or due on the entities or any other

report required by the SLDC.

3.2. Open Access Module (for Short Term Open Access) Technical Specification for Short Term Open Access

The Electricity Act 2003 is a landmark legislation in that it opens the power sector to a number of players by laying down provisions for a power market and competition. As per Electricity Act 2003 Open Access is

“Non-discriminatory provision for the use of transmission lines or distribution system or associated facilities with such lines or system by any licensee or consumer or a person engaged in generation in accordance with the regulations specified by the Appropriate Commission”.

22

The State Load Despatch Centre, MP is nodal agency for Short term Open Access. As per CERC Short term Open Access regulation SLDC has to give concurrence for bilateral transaction and No objection / standing clearance for collective transaction as per application submitted by the customer embedded in the state of MP. Further as per MPERC short term open access regulation MP SLDC has to accord approval for intra – state short term open access as per application submitted by the intra state entities.

The purpose of the software is to provide electronic means to enhance the use of IT technology as a cost-effective measure for Short Term Open Access functionality of SLDC, MP. The software shall provide web-based solution for Short Term Open Access, which is at present offline activity, carried out by SLDC. The areas computerized are filling up Applications through browser, receiving of Application, issuance of guidelines if required, scrutiny and processing of the applications, online NOC/concurrence/Approval by SLDC, collection of STOA charges, preparation of credit/debit slip, Monitoring of STOA transaction, necessary interfaces for scheduling, Record keeping and generation of various reports. The tentative flow chart of Open Access Module is enclosed as Annexure-F5.

a. Entity Management – The system shall be able to configure details of all short term open access

customer/CPP/IPP trading power through interstate / intrastate short term open access such as name of the firm, contract demand of the consumer, installed, connectivity with MPPTCL/Discoms, Installed capacity in case of a generator, power to be transacted, energy transacted, duration of transaction etc. and other requirements as specified. The software shall also be capable for configure the long term customer who has been registered with SLDC.

b. Categorization- On the basis of location of buying and selling entity, the open access is categorized as: 1. Inter State Open Access: When buying and selling entity belongs to different states.

In this case CERC regulations are followed. It is further categorized as:

Short Term Open Access (STOA): open access allowed for the period of three months but for one month at a time.

Medium Term Open Access (MTOA): open access allowed for a period of 3 months to 3 years.

Long Term Access (LTA): open access allowed for a period of 12 years to 25 years.

The State Load Despatch Centre, MP is nodal agency for Short term Open Access. Short Term Open Access can be categorized as advance reservation, first cum first serve,

23

day-ahead or same day/intraday basis through bilateral/collective transaction as per CERC Interstate short term open access regulation. Successful bidder has to provide all the requirements for processing of STOA application through web-based system as per CERC regulations.

2. Intra State Open Access: When buyer and seller belongs to same state. In this case MPERC regulations are followed. It is further categorized as STOA and LTA and the duration of which depends on the MPERC open access regulations.

Further Short Term Open Access can be categorized as advance reservation, first cum first serve, day-ahead or same day/intraday basis through bilateral transaction as per MPERC Intra state short term open access regulation. Successful bidder has to provide all the requirements for processing of STOA application through web-based system as per MPERC regulations.

c. Types of Transactions: In general the buyer and seller of electricity can go for bilateral or collective

transactions. Bilateral transactions are based on contract entered between the buyer and seller, which is generally facilitated by a trader. In case of collective transactions the electricity is traded through exchanges, by exchange members. Currently India has two power exchanges i.e Power Exchange of India Limited (PXIL), Mumbai and Indian Energy Exchange (IEX), New Delhi.

d. Open Access Charges:

The software shall be capable to maintain the details of various open charges paid by the customer. There are several charges to be paid by open access consumers to SLDC, distribution licensee, transmission licensees and other related entities, other than the power purchase cost paid to the generator or supplying entity. These charges include:

i. Application Processing fees ii. Connectivity Charges iii. Verification of PoC Charges as calculated by WRLDC as per CERC regulation iv. Transmission Charges of state as per CERC/MPERC regulation v. Transmission Losses as per CERC/MPERC regulation vi. Wheeling Charges vii. Cross Subsidy Surcharge viii. SLDC Charges as per CERC/MPERC regulation ix. Registration fees for Long term open access as per MPERC regulation x. Computation of Intrastate congestion charges whenever it is made applicable by

MPERC. xi. Any other details as per requirements of SLDC.

24

e. Open Access Process Automated online open access applications and approval mechanism (where in

manual intervention shall be required for authentication/ verification/ finalization purposes) shall be available in the system provided. Flexibility in the work flow and formulae shall be available so that future changes in the regulations don’t require code level changes and enables SLDC independent of the vendor. OA approval preparation as per notification by regulatory commission as per standard format, and database for OA users. Creation of various OA details report. The customer shall also be capable to submit the details of Payment made by them for each application though web page.

The major functionalities of the software include

• Online filling of applications by applicant for interstate / intra state short term open access.

• Issuance of guidelines by SLDC. • Process of approval by various levels should also be online. • Forwarding concurrence to RLDC/Power exchange/trader in case of interstate

open access application. • Processing / Approval to intrastate open access short term customer of

applications for intra State approval • Pro-rata calculations based on availability of transmission corridor as per

TTC/ATC. • Curtailment of power based on TTC/ATC. • Surrendering of applications. • Maintaining the curtailment details in case of transmission constraints. • Monitoring of payments (STOA Charges) received. • Calculation of interest in case of delayed payment as per CERC/MPERC

regulations. • Preparation of defaulters list in case of non-payment / delayed payment. • Maintaining the database for OA customers as per requirements of SLDC. • Preparation of various reports as MPERC/SLDC requirements.

The application is to be hosted at SLDC server, since the submission and processing of applications is a continuous process. (I) For New Customer :-

1. The embedded applicant in MP who wants to avail STOA for trading of power through Intra –State, collective transaction (power exchanges) and Bilateral transaction can apply online for obtaining guidelines from SLDC in prescribed format. The required application format is enclosed as Annexure-A.

25

2. The unique reference number for acknowledgement of application at SLDC should be generated by the software after receipt of the application and applicant can able to take out the printout of receipt.

3. The guidelines for compliance of all regulatory requirements as per CERC/MPERC/

CEA regulations should be sent through email to the applicant and other concerned authorities indicating the application number of the applicant and reference number of SLDC.

4. After completing all regulatory requirements applicant again submits the application

in the prescribed format in hardcopy along with all documents as defined in guidelines and demand drafts for application processing fees and connection charges.

5. After receiving all the documents and payments through demand draft/online

NEFT/RTGS, SLDC shall process / verify the application as per CERC/MPERC/CEA regulations. if defect is found the same has to be intimated/returned to the applicant through software and email. If the application is completed in all respects, NOC/ Standing clearance /consent shall be issued by SLDC as required by the applicant for the duration ( maximum of one month at a time) & quantum based on availability of corridor/ contract demand of the applicant etc and applicant should be able to download NOC/Standing Clearance / consent online.

6. After issuing NOC/Standing clearance or consent , the software shall registered the applicant to SLDC for which corporate name, user id/password for that applicant should be generated and intimated to the applicant through email.

7. Once the applicant registered with SLDC and unique registration no. shall be generated for that customer, he can apply on line application in future with login/password.

8. Other requirement as per requirement of SLDC (II) For Existing Customer

1. All the traders / applicant other than already registered through the process(a) as defined above must apply for online registration with SLDC and software should provide its unique corporate name, user id and password.

2. The software shall be able to display different portal for obtaining NOC/ standing clearance through collective transaction and for obtaining consent for bilateral transaction.

26

3. The existing customer should be able to apply online for obtaining NOC/standing clearance / consent for the period as per CERC/MPERC regulation. Applicant should submit their application indicating the details of payment.

4. Applicant can apply and submit online for obtaining consent from SLDC for day-ahead/contingency and first-cum-first-serve/ advance reservation for trading of power through bilateral mode as per open access regulation of MPERC/CERC.

5. After submission of the application a reference no. should be generated by the system and applicant can print the same. The reference no. should also be conveyed through email/sms to the applicant as well as SLDC. SLDC shall be able to upload the details of application received through email/ fax.

6. Software should be able to check the quantum and duration of power sold / purchase by the seller / buyer through power exchange / bilateral mode. The Applicant can not be able to apply the quantum of power more than its capacity / contract demand through power exchange/bilateral put together.

7. After verification of the application by SLDC, NOC/consent/ rejection shall be uploaded in the system and information for the same should be conveyed to the applicant / SLDC through email/sms.

8. If the applicant has not applied for NOC/Standing clearance for continuously for three months, a fresh application as a new customer has to made by the applicant.

9. Applicant should be able to view/print the consent / rejection given by the SLDC thorugh their login / password.

10. Facility for online application should be provided in prescribed format or the scan copy of the application can be uploaded in the system. Application received through fax / email , SLDC should be able to enter the same into the system through excel or forms and convey the reference no. to the applicant as well as SLDC through email/SMS.

11. STOA Customer should be able to :

(a) Submission of online application for intra state, Collective and Bilateral

(b) Able to view the status of the application

(c ) able to print approval, NOC & consent given by SLDC

(d) able to enter the payment details

(e) Any other details as required by SLDC/ Customer

12. Similarly SLDC should be able to:

27

(a) View all the new customers.

(b) Process the application online through various cadres such as CE/SE/EE/AE.

(c) Processed application should be forwarded to the next level for necessary action.

(d) Prepare database of all customers, NOC/Clearances/approvals given, total power for which NOC/Clearances/approvals given for a particular day/date.

(e) Preparation of all Open Access reports as per CERC/MPERC and SLDC requirements.

(f) View/Prepare details of the payment received, or to be received from OA customers in the required format.

f. Detail reports / configuration of the STOA customer

The system shall provide web based reporting tool which can be used for creating custom reports as required by different types of users. Reports can be exported to various formats like xls, csv, pdf and xml. Standard report templates shall be provided along with the application package. Reports can be graphical or tabular with images and logos of customer.

The authenticated users in the web shall be able to generate reports based on query, say date range, utility ID etc. Reports shall be both in graphical and tabular formats.

1. Configuration of the entire registered STOA customer. 2. Various reports as required by SLDC 3. Printing / publication of reports in the website of SLDC as per requirement of

SLDC/MPERC.

4. Status of all the customer separately for registered and under process customer

5. Filter the reports as per SLDC requirement

6. Computation of transmission charges, SLDC operation & Scheduling charges based on the approval/schedule available in ABT

7. Tracking of application processing fees, connection charges / reports for non payment of application processing fees / connection charges.

8. Configuration of long term customer and registration fees.

9. Schedule / Actual of each customer for date wise/month wise/Year wise

10. Facility for uploading the historical data in the data base.

28

11. Other requirement as and when required by SLDC.

g. Implementation of the program

1. Implementation of changes as per the CERC guidelines The software shall be designed with providing the necessary configurations to be stored in the database, so that minimal changes in the coding is required to implement changes as per the CERC guidelines.

2. Payment disbursement processing Necessary reports shall be generated to provide a effective payment disbursement by verifying the payment done by the applicants to SLDC.”

h. Scalability of the program

5. The software shall be designed to cater to the no. of applications submitted at various state utilities also.

6. The processing of concurrence / approval for various types of applications shall be as per the CERC/MPERC guidelines and shall allow for reducing in the processing time if required in future.

7. The software shall be browser independent , it behaves reasonably even in all browsers.

8. The Short Term Open Access software shall facilitates addition of functionality or modification of existing functions .

9. Software shall be user friendly, adaptable and is with and uses role based access methods.”

3.3. MIS(Report )Module

Various types of MIS reports are described below;

a. Progress Report - is a document that gives the details about the developments that has happened in the reporting period as being covered by the report. It mainly consists of demand of MP system, Energy supplied in MP on daily/monthly/annual basis, Generation from all sources and their performance parameters, computation of Plant availability factor / Plant load factor, outage of thermal and hydel units, voltage profile of different substations and frequency profile of the system and details of medium term / short term open access transaction etc. Examples of the various types of the Progress Reports include:

1. Daily Progress Report - Circulated on Daily Basis

29

2. Monthly Progress Report - Circulated on Monthly Basis 3. Yearly Progress Report – Circulated on yearly basis

Presently SLDC, MP has preparing its daily report, Monthly Reports, Annual Reports and other reports as and when required using Microsoft office. The historical Data is available in Microsoft Excel/word. All the historical data is to be uploaded in the report server through Excel.

The daily / monthly / yearly reports mainly consist of 15 minutes actual State

demand / energy supply data which computed on the basis of various inputs. Software should have to capture these inputs from different sources as described below.

As mentioned in data flow diagram in Annexure-F6 the MIS module shall take

data from all/any of the following sources :- (1) SCADA / EMS System (2) ABT, OA and MIS Server (3) Received through e-mail / manual entry through MS Office by SLDC officials (4) Data entered through website.

It is to mention that SLDC is under process of replacement of SCADA / EMS

system & new SCDA / EMS system of M/s ALSTOM T&D India shall be commissioned by April 2015. Accordingly bidder shall have to develop interface module for exchange of data with SCADA/EMS system.

SLDC required that the report module shall be flexible, expendable to incorporate dynamic and rapid changing requirement of SLDC. Further the software should be user friendly and reports should available in Excel, PDF and HTML formats.

Proposed MIS module would comprise of mainly 5 modules as given below :

Module-1 Daily Report

Module-2 Monthly Report

Module-3 Annual Report

Module-4 Management of shut down of transmission elements/ computation of availability.

Module-5 Any other report as per requirement.

b. Entity Management –

30

The system shall be able to configure different entities i..e. Beneficiaries, Generators, STU, OA Customers, CPPs, IPPs etc with multiple interface points behaving as one required for computation of demand met of MP/Discom, unrestricted demand of MP/Discom, energy supply of MP /Discom, PLF/PAF calculation of each unit of SSGS/IPP thermal and hydro units. An entity can have interface with any other entity. The definition shall be hierarchical and logically interrelated in database also. The definition of such entities shall include various data attributes as per SLDC requirement. 3.3.1 Module -1 :Daily Report

Inputs required for this module may be taken mainly from SCADA /ABT & OA system, data received through email/ manual entry, data entered by the different entities through website and uploaded in the Report Server and in case of failure of data, provision of manual entry through excel sheets or forms is also required.

1. Demand Computation :-

15minutes/ Hourly Demand and deviation computation is done on the basis of total generation (inclusive of thermal/Hydel/IPP/CPP/RES), Drawal from Regional Grid, Entitlement /Schedule of MP in ISGS/SSGS/other LTOA/MTOA/STOA from ABT server, load shedding data.

1. 15 Minutes Frequency, Station wise Generation data from all thermal / hydel /

IPPS/ CPPs/ RES can be taken from SCADA and uploaded in the database.

2. 15 minutes point wise Drawl of MP from regional grid taken from the SCADA.

3. 15 minutes various DC/ Entitlement and drawal schedule of MP from ISGS/SSGS/other LTOA/MTOA/STOA are to be fetched from ABT module for the last revision of the day.

4. Load Shedding information i.e quantum of Load shedding in 15 minutes duration, district wise / sector wise supply hours as per format provided by SLDC to be uploaded /entered by DCC at 02.00 hrs on daily basis. Provision should be given for uploading the same data receive through email or manually at SLDC.

5. The 15 Min. time block -wise anticipated demand of Each Discom should be uploaded/entered by DCC for next day. Provision should be given for uploading the same data receive through email or manually at SLDC

6. 15 Minutes Discom wise schedule from ABT module and drawl(demand) taken from SCADA.

7. Based on the above data software should compute 15-minutes Demand met, deviation, restricted demand, unrestricted Demand and discom wise deviation of

31

anticipated demand Vs Actual demand and Schedule vs Actual Drawl of each discom/MP

8. Software shall also compute morning and evening peak of MP during specific time as provided by SLDC from time to time.

9. Other factors as required by SLDC or as per requirements.

Program should highlight and allow manual entry through Excel sheet(s) for non-current / fictitious/ not telemetered SCADA/Other module data.

2. Energy Supply computation Input required for computation of energy supply are

1. Unit wise/station wise Daily generation, auxiliary consumption, unit outage

details, reservoir level and other details of thermal /Hydel as per requirement of SLDC

2. Daily injection by each IPP/CPP/ RES.

3. Drawl of MP from Regional grid by defining drawl points with PGCIL interface.

4. Coal stock position (opening stock/received/consumption/closing/adjustment) from thermal plants data entered by the respective entities through web page, received through email or provision to enter manually by SLDC.

5. Daily Schedule energy of MP from ISGS/SSGS/IPP/other LTOA/MTOA/STOA are to be fetched from ABT module for the last revision of the day.

6. Other operation parameters from SCADA like Maximum / minimum frequency, substation wise maximum /minimum voltage, weather data.

7. Other required data or MIS report should be uploaded in the database with or without manual intervention.

8. On the basis of above data software shall computes energy supply and unrestricted energy requirement of the state/Discoms, unit wise /station wise PLF/PAF of thermal units. PAF of Hydel units as per actual availability of stations.

9. Other factors as per requirement of SLDC.

Data should be captured from SCADA and in case of non-availability of the data in SCADA, data can be entered into the system in following ways :-

32

(a) All the entities should enter their respective information as per SLDC requirement through their respective login/password on SLDC website.

(b) The information received through email can be uploaded in the database.

(c) Data can be entered manually from SLDC control room through Excel Sheet(s).

Program should highlight and allow manual entry through Excel sheet(s) for non-current / fictitious/ not telemetered SCADA data. The successful bidder need to provide facility to enter data by the respective entities through web page, upload the information received through email and/or provision to enter manually by SLDC.

The daily report mainly consist of the following :- Highlights of the day

Morning / evening peak demand/unrestricted demand of MP and Discom with source wise availability.

Details of energy supply of MP with source wise availability. The data for last year shall also be displayed.

15 Minutes demand met/unrestricted demand of MP with source wise availability with comparison to last year same day.

Unit wise/Station wise daily/ monthly/yearly generation and PLF/PAF of each unit of the thermal unit of SSGS and IPPs with last year comparison.

Details of station wise daily /monthly/yearly generation of hydel/ISGS/IPPS units with comparison to last year. The report shall also contain the reservoir level of the hydel station with last year for same day and energy available at that level.

15 minutes time block wise station wise generation of all SSGS/IPP/ISGS/RES generators,.

Details of 15 minutes time block wise comparison of entitlement and Schedule drawl of MP /Discom.

Details of energy purchased /banking / sale by MP through bilateral/collective.

Details of District wise supply hours to various category as per SLDC requirement.

Any other reports as required by SLDC

33

The software should provide interface to transfer the data from database to Microsoft Excel as per requirement of SLDC. User can able to transfer the required data as and when required.

3.3.2 Module-2 & 3: Monthly / Annual Report Software should be able to compute the

(1) The monthly and Annual report is mainly prepared from the data available in

database for daily report.

(2) Software should also provide GUI for entering additional data for monthly/Annual report which is not available in database.

(3) Software should be able to sum up or integrate the information on monthly and annual basis as per various formats provided by SLDC.

(4) The Monthly report / Annual report mainly consist of

(i) Monthly 15 minutes / hourly average demand/ unrestricted Demand with breakup of availability , monthly maximum (with date and time) / minimum (with date and time) /average demand met / unrestricted demand

(ii) Generation performance report including Unit wise Generation, Auxiliary Consumption, Plant Load Factor, forced outage, planned outage, Running hours and other factors as specified in the monthly report for all thermal and hydel power stations on monthly / annual basis(month wise).

(iii) Date wise / Monthly district wise Discom wise Supply hours given to various categories.

(iv) Date wise / Maximum / Minimum reservoir level of all hydel power station.

(v) Details of Energy supply indicating availability from various sources on monthly / annual basis.

(vi) Details of energy sale/purchase/banking of MP through bilateral /collective.

(vii) Preparation of graphical presentation of demand, generation, PLF, energy supply as per format given by SLDC in real time in comparison with last year.

(viii) Maximum powerhouse wise Generation with date and time

(ix) Date wise Maximum / Minimum Voltage of different substation and cumulative for monthly / annual basis.

(x) Frequency profile on monthly / annual basis.

34

(xi) Any other reports as per requirement of SLDC.

(5) The software should give portal for validation of data before uploading in the database.

(6) The software should provide interface to transfer the data from database to Microsoft Excel as per requirement of SLDC. User can able to transfer the required data as and when required.

(7) The reports should be prepared and should be available in Excel/PDF format on website.

(8) Highlights of the reports as per requirements of SLDC in any other format may need to be included in the monthly/yearly reports for which the successful bidder need to provide necessary software and activities.

3.3.3 Reports consolidation and transmission :- (i) Based on above Demand, generation and Energy computation, various report

should be prepared by the system, format for which shall be provided by SLDC to the successful bidder.

(ii) Automatic email/sms facility to the various authorities after verification by Control room officials.

(iii) Automatic updation of SLDC website.

(iv) All the reports should be available in Microsoft excel/PDF/HTML etc.

(v) Software should be able to upload the historical data in the database and also should be able to transfer data in predefined format in Excel for day to day requirement.

3.3.4 Module-4- Management of shut down of transmission elements/ computation of transmission availability SLDC is apex body which allows various shutdowns for 132 KV and above transmission elements (such as lines, Bus, ICTs, transformer, circuit breakers, CT/PTs, reactors etc.). For obtaining such shutdowns various entities apply to SLDC through email or telephone. SLDC after system study and based on the system condition accept or reject the requested shutdown. If SLDC gives its consent, entities need to ask for a code from SLDC on availing shutdown at real time. This shutdown code should be same to all the relevant entities of a transmission element for which shutdown is asked. On matching the code entities can take shutdown. Similar procedure is adopted for normalizing a shutdown, synchronization of tripped element or taking out element (due to various reasons such high voltage, line crossing, tower collapse etc.). System required to cater all these activities is proposed to be web-based. The successful bidder has to comply all MPERC/

35

CERC regulations for computing the transmission availability. The tentative flow chart of management of shut down of transmissio0n elements and computation of transmission availability is enclosed as Annexure-F7 SCOPE OF WORK : In order to computerize the above requirements, software is required to be offered which should have facilities as detailed below:-

(1) Creating of database of transmission elements required to meet for shut down management and computation of transmission availability factor of transmission licensee as per MPERC/CERC regulation. The software should also calculate the non-availability factor, generate necessary reports and facilitate availability of additional information. Facility shall also be available to insert/delete/edit/modify the transmission elements in database

(2) Web-based input form for entering of shutdown requests by the concerned entity only. This form should be password protected and each entity shall have separate login & password.

(3) In order to facilitate entry of shutdown request, the software module is required to have selection of transmission elements from predefined transmission element database.

(4) The pop up menu of shut down request should be available in the system available at SLDC/Sub-SLDC control room.

(5) The software is required to provide consolidate shutdown requests received by the system at a particular date and time. After scrutiny Control room staff submitted the same to higher authorities for approval.

(6) Approval of shutdown by competent authorities should also be facilitated through web and same shall be conveyed to concern entities through automatic email/sms by control room. The approval / rejection of shut down shall also be available in the web. Facility should also be available to approve the shutdown by the control room after getting telephonically confirmation from competent authority.

(7) Facility for generation of shutdown code in real time, in case of approval of shutdown. The code shall be communicated to concerned authorities, either telephonically/though email or SMS automatically or by SLDC staff for transmission elements above 132KV voltage level and by Sub-LDCs for 132KV voltage level elements.

(8) On normalization of the shutdown/ tripping or outage of any transmission element again a code is to be generated by the system which shall be conveyed to the relevant authorities in the similar fashion as described above.

(9) Updating of timing of actual availed shutdown and tripping details of all transmission elements shall be entered by the concerned entity/SLDC staff

36

through web. Provision to insert the left-out outages/trippings of transmission elements.

(10) The software should be able to avoid duplicate entries of shutdowns/outages.

(11) Computation of transmission system availability of each transmission licensee based on above system captured/entered data as per CERC/MPERC regulations in the matter.

(12) The software should be able to provide report such as details of shutdown approved for a particular day/week/month, outage report (sorting on element wise, area wise) for day, particular period, long outage and computation of transmission availability as specified in MPERC/CERC regulation.

(13) The formats of various input formats and report required by SLDC shall be provided to the successful bidder.

(14) Provision should also be available in the software so that the historical data may also be uploaded and stored in the database.

(15) Software shall also be able to keep the track of history of transmission elements as and when insert/edit/delete/modify.

(16) User manual/guide book should be made available in the help menu of the software for operational reference.

REPORTS :- The reports should be made available by the success bidder as per the requirement of SLDC. Some of the reports are given below :-

(1) Monthly/quarterly/yearly line wise / transformer wise outage report. Filter should also be provided such as outage categories, cause wise, code wise etc.

(2) List if transmission elements which are out of service for a specific period of time with reasons of outage.

(3) Generation of reports for line / transformer outage having availability less than the target value.

(4) Reports generation for specific time of period as and when required.

(5) Report related to all commissioned transmission elements make wise/ circle wise / capacity wise/Yr of commissioning and other filter as per requirement of SLDC.

(6) Generation of various reports such as total nos. of outages of transmission element (element wise such as lines/ ICTs/CBs/reactor wise etc.) on the day of reporting, outages for more than a specified nos. of days, outages in a specified region etc

(7) Other reports/query screen as per requirement of SLDC.

37

In order to cater this requirement, software should have a provision to enter the shutdown requirements by various entities which should be consolidated for the day at a specified time (say at 18 hrs. daily) and a report should be generated for all the shutdowns required for the next day. If consented, on real time basis code should be generated by the system and should be conveyed by SLDC person to the relevant authorities either through mail or on phone.

The software system should be, Long outage and computation of transmission availability as specified in MPERC/CERC Regulation.

3.3.5. Module-5 Any other reports required for MIS Software should be able to cater various requirements of different types of reports required for Vidhan Sabha/ Lok Sabha questions, RTI, reporting to various agencies like MPERC, WRLDC, WRPC, NLDC etc. from time to time and on need based basis. 4.0. SYSTEM SOFTWARE REQUIREMENTS a. General Requirements This section describes the characteristics of system software such as Operating system, RDBMS and support software (programming language compilers, database development and maintenance, network services, Report generation, diagnostics and Backup utilities) provided by Contractor and the original software manufacturer as necessary to support the applications of ABT, OA and MIS system. This section also describes the standards to be followed for all supplied software. b. Software Standards All software of ABT, OA and MIS system provided by the successful bidder, including the Operating system, Database and support software, shall comply with the industry-accepted software standards. In areas where these organizations have not yet set standards, the software shall comply with those widely accepted de-facto standards put forth by industry consortiums, such as OSF and X/Open. The successful bidder shall commit to meet the "open systems" objective promoted by industry standards groups. c. Design and Coding Standards for ABT, OA and MIS system All applications of ABT, OA and MIS system shall be maintainable by owner using the supplied software utilities and documentation. The software design and coding standards of ABT, OA and MIS system shall address the followings: (i) Expansion: Software shall be dimensioned to accommodate the size of ABT, OA and MIS system as given in specification. (ii) Modularity: Software shall be modular i.e. functionally partitioned into discrete, scalable, reusable modules consisting of isolated self-contained functional elements and

38

designed for ease of change. The system shall make maximum use of common industry standards for interfaces. (iii) User-Directed Termination: Functions taking long execution times shall recognize and process user requests to abort the processing. (iv)Portability & Interoperability: The system shall be designed for hardware independence and operation in a network environment that facilitates interoperability and integration of third party applications. (v) Programming languages: The software shall be written using high level ISO or ANSI standard programming languages. d. Operating System The operating system of all the equipments of ABT, OA and MIS system including network equipments shall be latest version released preferably up-to six months prior to Order. The operating system shall be hardened to provide robust security in line with CERT-In requirements. The operating system and data file shall be placed in different disk partition preferably. e. Network Communication Users and various applications shall be able to communicate within the ABT, OA and MIS system local area network and operate as described in this Specification. The network communications software shall use a standard network protocol such as TCP/IP. The software shall link dissimilar hardware nodes such as workstations, servers, and peripheral devices into a common data communication network allowing communications among these devices. f. System Security & Cyber Security The Contractor shall document and implement a Cyber Security Policy in line with CERT-In latest guidelines (http://www.cert-in.org.in) to secure the system and the Contractor shall keep updating the Security settings as per the revised guidelines of CERT-In at time to time. Below listed basic strategies shall be followed by the Contractor for making the entire Control Centre immune to Cyber-attacks. All the Hardware, OS and application software shall be hardened. Network partition and DMZ through use of Firewall as required to maximize the

security of ABT, OA AND MIS System while facilitating access for data and information to all stake holders.

All default user id & passwords shall be changed. All log in/log out and cable plug in/plug out shall also be logged in the System.

39

Prevent unauthorized users from reading or writing data or files, executing programs or performing operations without appropriate privileges

Document all user sign on procedure Record all network traffic for detecting unauthorized activity, unusual activity and

attempts to defeat system security (Contractor to propose and document what constitutes normal activity/traffic)

Vendor has to identify and list the entire network and other protocols that communicate with physical systems and limit what is not required.

Network Zoning shall be implemented as per the proposed architecture given in Fig.1. However, the Contractor may suggest other methods of network architecture without compromising the security of the System.

No user shall be allowed to access remote network zones other than the adjacent zone.

Latest Cyber Security Guidelines of CERT-In specified at (http://www.cert-in.org.in) shall be followed.

In normal condition all USB ports of all servers/work stations shall be disabled g. Remote Diagnostic Remote Diagnostic facility with necessary Hardware as required shall be provided for communication between the ABT, OA and MIS system at control centre and the Contractor’s & Employer/Owner’s support office for the diagnosis of Hardware & Software problems. The login shall be protected by a user name & password entry. This facility through separate port shall also be extended to the Owner through a separate secure port for remote maintenance. h. Network services The following network services shall be provided for the users of ABT, OA and MIS system within the LAN:

(a) File management and transfer of files containing text, data, and graphics information. (b) Printing management (c) Backup over LAN (d) Task-to-task communications to external computers (e) Remote procedure call (f) Remote terminal session

i. Database development tools The Contractor shall provide all necessary software tools for the development and maintenance of the databases at Control Centre. This tool shall be capable of managing the entire system database. The database development software tool delivered with the ABT, OA and MIS system shall be used to generate, integrate and test the database. The database development tool shall facilitate IEC 61970 CIM data exchange of both incremental and full power system model.

40

This tool shall contain database structure (format) definitions and all initialization data to support the generation of all relational and non-relational run-time databases required to implement the system's ABT, OA and MIS functions. The tool shall include consistent, coordinated procedures to manage and access the databases. Extensive reasonability, integrity, and referential integrity checks shall be made on user entries to detect errors at the time of entry. Invalid entries, such as entering an invalid data type or attempting to define contradictory characteristics for a database item, shall be detected and reported to the user in an error message. Help displays shall be available to provide additional, detailed information to the user on request. j. Database Management The database manager shall locate order, retrieve, update, insert, and delete data to ensure database integrity and have provision for backup and recovery of database files. The database manager shall generate and modify all ABT, OA and MIS data by interfacing with all database structures. In systems with a distributed database, the database manager shall have access to all portions of the database wherever stored. The location of database items shall be transparent to the user performing database maintenance.

All newly defined database pages, elements or data shall be initially presented to the user with default values for all parameters and characteristics where defaults are meaningful. The user shall be guided to enter new data, confirm existing data, and change default values as desired.

All required entries for any database item selected for changes shall be presented to the user. When parameters are entered that require other parameters to be specified, the additional queries, prompts, and display areas required to define the additional parameters shall be presented automatically.

The database manager shall include the mechanisms, in both interactive and batch

processing modes, to perform the following functions:

(a) Add, modify, and delete database items. (b) Add, modify, and delete application program data (c) Create a new database attribute or new database object (d) Resize the entire database or a subset of the database (e) Redefine the structure of any portion of the database.

k. Tracking Database Changes The database manager utility shall maintain Audit trail files for all changes made by all users. The audit trails shall identify each change including date and time stamp for each

41

change, and identify the user making the change. An audit trail of last one year operations shall be maintained. The software should have a provision to retain all updates as version with associated effective date so as to facilitate processing of past data as needed. l. Initial Database Generation & Parallel Operation The Contractor shall be responsible for the initial database generation. Employer will provide raw in various formats such oracle, excel, word, pdf etc. data in hardcopy/softcopy whichever is available. The system will require a parallel operation at-least for three month before acceptance by the user. m. Display/form Generation, Management and Integration The Contractor shall provide necessary software tools preferably browser based for the generation and management of ABT, OA and MIS displays/forms.

ABT, OA and MIS displays shall be generated and edited interactively using this display generation software delivered with the system. The display generator and management features specified in the following paragraphs shall be available at the workstation console.

The display definition shall allow displays to be sized to meet the requirements of the ABT, OA and MIS application for which they are used; displays shall not be limited by the size of the viewable area of the screen. The display generation software shall allow unbroken viewing of the display image being built as the user extends the size of the display beyond the screen size limits. Each display shall include the display coordinates definition that will permit a user to navigate successfully to the portion of the display that is of interest. n. Software Utilities Some of the software utilities, which are required to be delivered along with the ABT, OA and MIS system, are described here. However Contractor shall supply all software utilities used to develop and maintain ABT, OA and MIS software, whether or not specifically described by this Specification.

The software utilities shall operate without jeopardizing other ABT, OA and MIS application functions those are running concurrently. Utility software shall be accessible from workstations, processor terminals and servers. o. Data Exchange Utilities Facility of data export and import form and to ABT, OA and MIS system to external system shall be provided as detailed below:- Through ODBC/JDBC: Capability of export of ABT data to external system

though ODBC and JDBC shall be provided. All system parameters in the real-time database including real time data, calculated data, application configuration

42

parameters and application output shall be available through the ODBC interface. Limitation if any, or pre-requisite on PC for use of this interface, shall be clearly defined. It shall be possible to export data to export data through SQL queries to external system.

Injection of external values: Suitable facility of injecting values form external

system to ABT database should be provided. API along with utilities shall be supplied to facilitate this feature. It should be possible to use this API for developing the programs on Windows or Linux system using .NET or Java languages.

p. Other Utility Services The ABT, OA and MIS shall include the following utility services: (a) Displays and Reports for Web server -The Contractor shall provide utilities for preparing displays and reports suitable for Web publishing. These utilities shall be used to generate, all required displays and reports from the ABT, OA and MIS system displays and reports, automatically (without requiring rebuilding). (b) Antivirus Software-All computers and firewalls shall be provided with the latest antivirus software as on date of supply. The antivirus software shall have the capability of having its virus definitions updated from time to time. The Contractor shall be responsible for the maintenance & update of the antivirus software till the end of AMC. (c) Software Upgrade-The Contractor shall be responsible for the maintenance & update of the patches and signatures of Operating system, ABT, OA and MIS system and Web System up to AMC period. q. Software Licenses All software related to NVR other than OS & Anti-virus to be supplied under the scope of this tender shall have user license for life time use. The license document shall accompany the software at the time of supply of the same. Software in suitable media along with original license from principles is to be supplied along with all passwords set at factory level for configuration change. The software shall not require new license for replacement of failed hardware. The software should have a provision to retain all updates as version with associated effective date so as to facilitate processing of past data as needed. Any Enhancement or renewal of the software licenses will be in the scope of Bidder. Dealing with any third party vendor / supplier for third party software / hardware / supply issues will be in the scope of Bidder r. System and User Audit Trail :

43

The software must record all user actions on the various client PCs in a log file in system. User action includes interventions such as manual recording and configuration setting changes. The system must also contain a history of the status of the system components including when they were disabled or failed. s. Formula Builder Module - The requirement of formula builder is common for all modules, however, the same is explained here.. In future, various formulae may change based on changes in regulations by the Commissions/SLDC requirements. Hence it is expected that the formulae are not hard coded. A formula builder needs to be provided for computation of Deviation charges, Reactive Energy Charges, State Energy Accounting, Open Access, MIS etc. It is intended that the SLDC user shall be able to configure / model new tariff structures as per regulatory changes. The bidder shall provide training to SLDC officials to work on formula builder for incorporating regulatory changes

4.1. Backup Requirements Under the proposed system, a backup server is considered at backup SLDC Bhopal.

All the data from ABT,OA and MIS system of main system located at Jabalpur is to be periodically backed up in the backup server located at backup SLDC Bhopal. The communication channel for data communication between main and backup servers shall be arranged by SLDC, MPPTCL, Jabalpur. The vendor is required to offer the system with user interface for defining periodicity for backup of various data types.

The regular backup of whole system (system software, data base, application software etc) is also to be kept on a server or terminal over LAN based on user requirement. The periodicity of various backups shall be as per the user requirement. The automatic backup of the whole system shall be planned by the successful bidder in consultation with SLDC, in the off-load period.

4.2 HARDWARE REQUIREMENTS a. General requirements This section describes the technical requirements of all the hardware envisaged in the BOQ for the ABT,OA and MIS system. The minimum hardware specifications (RAM, Aux. Memory, interfaces etc.) for all equipments are specified in Appendix-A to G and the bidder has to submit the details of the supplied hardware along with the bid as per format attached in Appendix-B. The Bidder shall asses the adequacy of hardware specified in the BOQ & if any additional hardware or higher end hardware configurations are required to meet all the requirements of the technical specifications, the same shall be included in the offer. The Bidder's proposal shall include necessary calculations to clearly establish that the proposed hardware meets the functional and performance requirements of the technical specification. The bidders are encouraged to optimize the requirement of hardware for servers and processors where one or more applications can be combined or distributed in any combination with adequate redundancy. However certain applications are to be hosted on independent hardware.

44

b. Technical Requirements for Hardware All hardware shall be manufactured, fabricated, assembled and finished with workmanship of the highest production quality and shall conform to all applicable quality control standards of the original manufacturer and the Contractor. All hardware components shall be new and suitable for the purposes specified. All hardware shall be of reputed make.

All hardware shall include self-diagnostic features. On restoration of power after interruption they shall resume operation. All servers, workstations and network equipments (Switches, routers, firewall etc.) shall be compatible for remote monitoring using secure SNMP Ver.3.0 or above. All hardware shall support both IPv6 and IPv4 simultaneously.

The contractor shall ensure that at the time of final approval of hardware configuration and BOQ, all the hardware is as per the current industry standard models and that the equipment manufacturer has not established a date for termination of its production and consumables e.g. printer cartridges, are available with more than one supplier locally. Any hardware changes, except version upgrade in same series, proposed after contract agreement shall be subject to the following:-

a) Such changes/updates shall be proposed and approval obtained from Employer along

with the approval of Drawings/documents. b) The proposed equipment shall be equivalent or with better features than the equipment

included in the Contract. c) Complete justification along with a comparative statement showing the original and the

proposed hardware features/parameters including brochures shall be submitted to the Employer for review and approval.

d) Changes/updates proposed will be at no additional cost to the Purchaser. e) The porting of software shall be at no additional cost in case of replacement of

hardware during the AMC period by Owner in consultation with contractor. c. Hardware Configuration In this technical specification all hardware has been broadly classified as “Server” and “Peripheral device”. The term “server” (also referred as “processor”) is defined as any general-purpose computing facility used for hosting application functions as defined in the specification. The servers typically serve as the source of data, displays and reports. The term “Peripheral Device” is used for all equipment other than servers. Peripheral device includes Workstation consoles, WAN router, LAN, printer, firewall, switch, scanner etc.

45

The hardware such as Servers, Firewall, and LAN etc. shall work in 50% sharing manner. For example there are two Database and Application Servers which should be capable of catering the full load of offered applications and database. However, in normal running condition each server should take approx. 50% of load, further the server configuration should be flexible so as to vary the application/database load depending on the situation. In other words one server catering to 50 % load of the system should be able to take-up the load of other server whenever a need arises without affecting the running conditions. The Typical hardware configuration is attached at Appendix-A(I) to A(II).

The servers and networking equipments should be mounted on a rack (panel) and

a single rack mountable TFT Monitor, Keyboard and Mouse using a KVM switch to access all servers and peripherals in the panel. d. Servers The Servers shall have provision for expansion of the Processor, auxiliary memory and Main memory (RAM) by 100% of the delivered capacity. This expandability shall be possible at site with addition of plug in modules only. The servers should be mounted on a rack (panel) and a single rack mountable LED Monitor, Keyboard and Mouse using a KVM switch to access all servers and networking equipments in the panel.

All servers shall have dual redundant power supplies, capable to operate on single

power supply module. And there shall not be any interruptions in the operation of servers when there is a failover between the two AC Power Supply of the server. The requirements of servers are given in Appendix-A(I) and A(II). e. Networking Equipments (i) Firewall Firewalls shall be provided as per specification mentioned in Appendix-C. Firewall should also include Intrusion Detection and Prevention system to detect and prevent intrusion, worm, virus etc. Definition updates for virus, signatures, software patches etc. which should be done up to completion of AMC period. The following strategies shall be followed for secure configuration of firewalls.

• Clean-up rule. • Place a ‘Deny Any-Any’ rule at the end of the rule base. • Never create an ‘Allow any-any’ rule. • Allow rules should be created only for required services. • This will result in all traffic being disallowed, unless specifically allowed. • Lockdown/stealth rule • All traffic destined for the firewall itself should be disallowed.

46

• Anti-spoofing rule. • Place anti-spoofing rule as per RFC 1918 and 2827. • Enable DoS/DDoS features on Firewall • Enable application level filtering of firewall

Firewall should also provide Intrusion detection & Prevention system; IDS shall be able to perform following actions: • Capability for Detecting the intrusion attempt that may take place, intrusion in

progress and the intrusion that has taken place. • Flag and check unauthorized access

• Notify/Alarm/message of intrusion to:

o Management console o Event log o Administrator by e-mail

• Create an audit trail for user and file access activity, including file accesses, changes to file permissions, attempts to install new executables and/or attempts to access privileged services

• In an event where user accounts are added, deleted, or modified, changes to key system files and executables is done in by unauthorized account or there is un authorized attempt to overwrite vital system files, to install Trojan horses or backdoors suitable action should be taken such as: o Terminate User (intruder) Login o Disable User (intruder) Account o Forge a TCP FIN packet to force intruder connection to terminate

• Should provide events check for suspicious file transfers, denied login attempts, physical messages (like an Ethernet interface set to promiscuous mode) and system reboots.

(ii) Routers

Routers shall be capable for data exchange over various communication media such as copper cable, PSTN /leased line, fiber optic cable, VSAT etc. Routers shall have the built-in firewall features as required. Necessary control should be applied on the router to stop unwanted traffic and attacks at the perimeter itself. In the secure configuration of a router, the following strategies should be considered. • Deploy proper access management. • Enable secret password. • Change default SNMP community string.

47

• ACLs (Access Control Lists) should be included. • Apply egress/ingress filter. • Filter all RFC 1918, 3330 address space and special/reserved address. • Permit the required services for the required IP addresses only. • Deny everything else.

(iii) Local Area Network (LAN) and device interfaces Servers and peripheral devices are connected to each other on a local area network (LAN) using Cat 6 cable and accessories. LAN switches shall be as per the features mentioned in Appendix-G. (iv) Workstation Consoles Workstation console shall consist of a workstation driving a LED monitors, a single keyboard and a mouse. All workstation consoles shall support full-graphics displays. Each workstation in the Control room shall be provided with two speakers for alarming. In addition to the speakers, the Contractor shall provide all other interface hardware, such as cables and connectors as required. Details are mentioned in Appendix-B. (v) Server Management Console As all servers and networking equipments are required as rack mounted and shall be housed in a single panel a separate Server Management Console having specification similar to workstation consoles mention above shall be required for Remote Management of devices housed in panel.

(vi) SAN/NAS based Storage A SAN(Storage Area Network)/NAS (Network Attached Storage) based storage shall be provided which shall be sized adequately and shall be used for keeping backup of data and system images on hard discs. SAN/NAS shall also be able to restore data and system images from backup. It shall be possible to restore the System within one hour from image backup. The bidder shall design and offer the storage capacity minimum for a period of five years for at least 3000 meters for ABT, OA and MIS system data. The SAN/NAS shall be at-least 4 TB usable space. Further, it is desired that at-least one hard disk shall be available as a spare in SAN/NAS box. The following are various backup requirements for SAN/NAS box:

(a) Application Servers Databases (b) Development database (c) AMR database (d) ABT & OA databases along-with their reports and forms. (e) MIS database

In the offer the bidder has to specify the type of storage offered (SAN or NAS) along with detailed specification of the offered storage.

48

(vii) Network Printers All printers shall be interfaced with Ethernet LAN. Specification of the printers are detailed in Appendix-E. (viii) Interconnections All signal cabling between component units of the computer systems shall be supplied by the Contractor. Plug-type connectors with captive fasteners shall be used for all signal interconnections. The connectors shall be polarized to prevent improper assembly. Both ends of each interconnection cable shall be marked with the cable number and the identifying number and location of each of the cable's terminations. Each cable shall be continuous between components; no intermediate splices or connectors shall be used. Terminations shall be entirely within the enclosure. Supply and laying of power cable from UPS room of SLDC to various device locations shall be the responsibility of the successful bidder.

(ix) Requirement of panel for housing of servers and networking equipments: The Contractor shall provide enclosures for the servers and networking equipments meeting the following requirements:

(a) The enclosures shall be finished inside and out. All cabinet metal shall be thoroughly cleaned and sanded and welds chipped to obtain a clean, smooth finish. All surfaces shall be treated to resist rust and to form a bond between the metal.

(b) The enclosures shall be free standing, floor mounted and shall not exceed 220 cm in height.

(c) The enclosure shall be built up as a 48.26 cm (19-inch) rack-mounted system with hinged units provided as necessary.

(d) The structural frame of the panels shall be of cold rolled sheet steel of thickness not less than 3 mm for the weight bearing members of the panels such as base frame, front sheet & door frames and 2mm for sides, door, top and bottom portions. All sheet steel work shall be degreased, pickled, phosphated in accordance with IS6005. The phosphate coating shall be sealed with application of two coats of ready mixed, stoving type zinc chromate primer. Two coats of synthetic enamel paint (RAL7032 shade) shall be applied both in the exterior and the interior of the panel.

(e) Maintenance access to the hardware and wiring shall be through lockable, full height, frond doors.

(f) Provisions for top and bottom cable entry shall be provided with wiring gaskets and

stuffing glands on cabinet mounting plates.

49

(g) Signal and safety ground networks within the enclosure shall be provided. The safety ground shall be isolated from the signal ground and shall be connected by the Contractor to the ground network and to the ground wire of the ac power input. The signal ground shall terminate at a separate stud connection sized for a lugged 16 mm2 ground wire. Each ground network shall be a copper bus bar, braid or cable. Use of the enclosure frame, skins or chassis mounting hardware for the ground network is not acceptable.

(h) All enclosures shall be supplied with 230 V AC, 50 Hz, single-phase convenience

out-lets compliant with local Indian standards. (i) All enclosures shall be provided with an internal maintenance lamp, gaskets and

eyelets for bundling and routing internal wearing. (j) All enclosures shall be indoor, dust-proof with rodent protection, and meet ISO-IP41

class specifications. (k) Wherever operating voltages within the enclosures exceed 50 Volts the equipment

shall be covered or shielded from accidental contact and shall be labeled accordingly.

(l) There shall be no sharp corners or edges. All edges shall be rounded to prevent

injury. (m) All materials used in the enclosures including cable insulation or sheathing, wire

troughs, terminal blocks, and enclosure trim shall be made of flame retardant material and shall not produce toxic gasses under fire conditions.

(n) Document Holder shall be provided inside the cabinet so as to keep test report,

drawing, maintenance register etc. 4.3 Web Applications The Web server at control center is to function as source of information on ABT, OA and MIS system. It will be accessed by diverse set of external users through various web browsers e.g. Microsoft Internet explorer, Mozilla, Opera, Google Chrome etc.

Any additional client software, if required, at external clients/users ends, the same shall be made dynamically available from Web server for its downloading by these external clients. There shall not be any restriction to the number of clients downloading this software (i.e. Unlimited number of client downloads shall be provided). Further, different displays, reports and data access shall be limited by user type (i.e. general user, administrator, third party etc.). It shall be possible to define minimum 10 user types with different permissions. The access mechanism shall identify and allow configuration of priority access to selected users. The offered web application shall meet following requirements:

50

a) Sized to support 50 concurrent external clients/users for providing access to online and Historical data. Each user shall be assigned to a user type.

b) External clients/users shall be connected to the web servers only. These users shall be denied direct access to the ABT, OA & MIS system.

c) Internal ABT, OA & MIS system shall not have any dependency on the availability of the Web application /server.

d) Data, Displays, input forms and Reports requested by External users/clients shall be serviced by Web servers.

e)The Web Server shall provide access to any of the historical data and reports available in the system, for viewing and downloading by external clients/users. The access to each report shall be definable on per user type basis. The System Administrator shall assign accessibility of any data and reports to any user types.

h)The webserver should be able to provide interface to external users specially Generating plants, Renewables etc. to enter data into the system. Proper data validation and security check methods should be used before absorbing into the system.

i) Suitable load balancing shall be provided among the web servers where each shall serve proportionate number of clients. However in case of failure of one of the servers, all the clients shall automatically switch to the other web server(s).

j) ABT,OA and MIS server fail over shall be transparent to the Web System. Further, Tools shall be provided for maintaining the Web System, Web System configuration, and customer support. Tools to assign displays, Forms, reports and data access to user types shall be included. Latest protections against viruses shall be provided.

k) On log-in of web server by each external user/client a summary display shall be provided. This summary display shall guide user to navigate to different type of data e.g. real time data, historical data and reports. Depending on the selection, the user shall see the detail items accessible to him e.g. on selection of historical reports the user shall see reports accessible to him and on selection of forms the user shall see various input forms available accessible to him with. The external client/users shall be able to download historical data by specifying the time window and selecting data points.

l) Supplied system shall support Web Services that allows external user and application to interact with web applications and publish and subscribe any data. Web Services shall be accessible via standard Internet communication protocols like HTTP, XML. Bidder shall supply .Net or Java based tool kit to create and configure services to publish data items name, values, Quality code, tag, time series of values etc.

(m) The information to be published on website is either in public or private domain as specified by SLDC. Accordingly, the access to information is to be restricted through two different layers of user authentication. For information on public domain, the user authentication shall be in first layer. For Example: all existing Short Term Open Access (STOA) shall apply online, view status of their application, download the consent/approval granted by SLDC, online submission of payment details etc. For

51

private domain information that is to be provided to only select internal users, the second layer of authentication is to be provided. For example, view the application at different levels (as SE/EE/AE etc.) and comment/approve it online so that next level officer may access it and process the same online. Similarly proposed shutdown of transmission elements can be handled in the same way. There could be many more requirements of similar types which shall be explained to the successful bidder.

5.0 Design Criteria Climatic Conditions: The equipments / materials shall be suitable for continuous satisfactory operation under climatic conditions listed below:

1 Location In the state of Madhya Pradesh

2 Maximum Ambient Air Temperature 50O C 3 Minimum Ambient Air Temperature 1O C 4 Average daily Ambient Air Temp. 30O C 5 The environmental temperature inside SLDC/

back-up SLDC buildings Air Conditioned

5.1 Design Standards: The ABT, OA & MIS system shall be designed in accordance with applicable International Electro-technical Commission (IEC), Institute of Electrical and Electronics Engineer (IEEE), American National Standards Institute (ANSI), and National Equipment Manufacturers association (NEMA) standards, unless otherwise specified in this Technical specification. In all cases the provisions of the latest edition or revision of the applicable standards in effect shall apply. 5.2.Software Standards: All software of ABT, OA & MIS system provided by the Contractor, including the Operating system, Database and support software, shall comply with the industry-accepted software standards. In areas where these organizations have not yet set standards, the software shall comply with those widely accepted defacto standards put forth by industry consortiums, such as OSF and X/Open. The Contractor shall commit to meet the "open systems" objective promoted by industry standards groups. In order to cater the needs of Cyber security the system needs to conform with the guidelines specified by CERT.in. 6.0. Contractor Maintenance Responsibility during the warranty period: The contractor shall warranty continuous availability of the system at 99% for a period of one year commencing from the date of Operational Acceptance of the system by the SLDC, MPPTCL. The availability figures of 99% will be measured and verified for

52

complete system. During this period, the contractor shall take continual actions to ensure the guaranteed availability and shall make available all the necessary resources such as specialist personnel, tools, test devices etc. for replacement or repair of all defective parts and shall have prime responsibility for keeping the system operational. For this period, commencing immediately after Operational Acceptance, the actual availability achieved would be calculated jointly by the contractor’s representative and SLDC, MPPTCL. In case the actual achieved availability falls short of the guaranteed availability, it would be considered as contractors default. However, before declaring the contractor’s default the SLDC, MPPTCL shall negotiate for reaching a mutually acceptable agreement. 6.1 Contractor’s maintenance responsibility for a period of six years after the

warranty period : Further to the above, the contractor shall be responsible for providing “Maintenance” of the system including supply of spares for a period of six years after the warranty period of one year as per section III. for ensuring the successful operation of the system. During this period, the contractor shall have prime maintenance responsibility for the ABT, OA and MIS system. 6.2 All equipments should be heavy duty for 24 hours x 365 days continued operations.

== + + == + + ==

53

APPENDIX -1

BILL OF QUANTITY BILL OF QUANTITY FOR ABT, OA and REPORTING SYSTEM

Sl. No. DESCRIPTION OF ITEM Unit Total Qty

I. Software 1. Main Modules

a ABT i Scheduling module LOT LOT

Ii Metering module LOT LOT iii Energy accounting module LOT LOT

b Short Term Open Access Module LOT LOT c MIS Reporting

i Daily report module LOT LOT ii Monthly report module LOT LOT iii Annual Report Module LOT LOT iv Transmission availability module LOT LOT

d Web application module for supporting applications mentioned in a, b, c above

LOT LOT

2. Operating System a Windows / Linux professional version for Servers b Windows 8 or latest professional version For workstations

3. RDBMS with Application server latest Version LOT LOT 4. Suitable software for forms and reports LOT LOT 5. MS OFFICE professional version for workstations LOT LOT 6. Antivirus for all servers and workstations LOT LOT 7. Other software such as PDF to Office converter, PDF reader

and Writer, Licensed team viewer, Licensed Winzip etc. LOT As

required

II HARDWARE 1 Server

a Application, Database and reporting server No 2 b Webserver No 2 c Back-up server at Bhopal No 1

2. Server Management Console No 1 3. Workstations

a ABT No 4 b Open Access No 1 c Control room (ABT+MIS) No 4 d Office for MIS (Hardware available with SLDC) No (4*)

Grand Total (4 available) No 9 4. A4 size, Multifunction, Laser Printers No 2 5. Firewall No 1 6. Router No 1 7. LAN Switch 32 Port Layer 3 No 2 8. Cabling and accessories (Cat 6 or above quality) Meter 900

54

9. SAN/NAS for minimum 4 TB usable capacity No 1 10. External portable Hard Disk 1 TB No 3 11. LAPTOP for system configuration No 1 12. Panel for mounting of Servers, Switches, Firewall etc. with

one 21” LED monitor along-with Keyboard, Mouse and KVM switch.

No 1

13. Any other item as required for ABT, OA and MIS system as per tender specifications.

55

APPENDIX-A(I)

SERVER SPECIFICATIONS Sr.No. Item Characteristic 1 Features:

a. Processor Intel X Eon E5-2407 Processors, 4 Core Processor

b. Processor Sockets 2-Processor Slot, 1 No. installed Processor c. CPU/Clock Speed 2.2 GHz d. RAM Installed RAM: 2x8 GB: Used sockets: 1 No.

Available Spare Sockets for expansion: 4 Nos.

e. Hard Disc Installed 2x300 GB SAS (10 Krpm), Hot Pluggable, HDD: Used drive Bays: 1 No., Available Spare Drive Bays for expansion: 2 No.

f.. Storage Drive DVD R/W Drive g. Supports both LPv4 and

LPv6 Yes

h. Supports SNMP v1/v2/v3 Yes i. Spec. Lnt. & SpecFP Compliance Report from OEM to be Attached

2. Interfaces a. I/O Ports 1xDB-9 Serial Port, 2xDB-15 Video Port b. USB Ports 4(2xFront,2xRear) c. Ethernet ports 2x10/100/1000 Mbps Ethernet Ports d. Expansion slots 2xPCIe 3.0 slots

3. Power Supply Redundant (2x460 Watt), Hot Swappable 4. BTU Rating Minimum Configuration: 406 Btu/hr (119

Watts) Maximum Configuration: 2627 Btu/hr (770 Watts)

5. Emissions classification (EMC)

FCC Rating Class A

6. Mounting Rack Mounting 7. Environmental Aspects

a. Temperature Operation: 5 oC- 40o C (41.0 o F-104 oF): Non -operating : - 50 C - 450 C (41.0 o F-113

oF) b. Relative humidity Operating: 8% - 85%

Non-Operating: 8% - 80%

56

APPENDIX-A(II) BACK-UP SERVER SPECIFICATIONS Sr.No. Item Characteristic 1 Features:

a. Processor Intel X Eon E5-2407 Processors, 4 Core Processor

b. Processor Sockets 2-Processor Slot, 1 No. installed Processor c. CPU/Clock Speed 2.2 GHz d. RAM Installed RAM: 2x8 GB: Used sockets: 1 No.

Available Spare Sockets for expansion: 4 Nos.

e. Hard Disc Total capacity 2 TB, Hot Pluggable, Atleast one hard disk bay for expansion.

f.. Storage Drive DVD R/W Drive g. Supports both LPv4 and

LPv6 Yes

h. Supports SNMP v1/v2/v3 Yes i. Spec. Lnt. & SpecFP Compliance Report from OEM to be Attached

2. Interfaces a. I/O Ports 1xDB-9 Serial Port, 2xDB-15 Video Port b. USB Ports 4(2xFront,2xRear) c. Ethernet ports 2x10/100/1000 Mbps Ethernet Ports d. Expansion slots 2xPCIe 3.0 slots

3. Power Supply Redundant (2x460 Watt), Hot Swappable 4. BTU Rating Minimum Configuration: 406 Btu/hr (119

Watts) Maximum Configuration: 2627 Btu/hr (770 Watts)

5. Emissions classification (EMC)

FCC Rating Class A

6. Mounting Desktop standalone 7. Monitor 23”LED type.(Sony, Samsung, LG) 8. Keyboard Yes, USB Key Board (1.5 Mtr. Length Cord) 9. Mouse Yes – USB Optical Mouse (1.5 Mtr. Length

Cord) 10. Environmental Aspects

a. Temperature Operation: 5 oC- 40o C (41.0 o F-104 oF): Non -operating : - 50 C - 450 C (41.0 o F-113

oF) b. Relative humidity Operating: 8% - 85%

Non-Operating: 8% - 80%

57

APPENDIX-B WORKSTATION & SERVER MANAGEMENT CONSOLE SPECIFICATION Sr.No. Item Characteristic 1.

a. Processor Intel (R) Core (TM) i5-3470 Processor b. Clock Speed 3.2 GHz c. Specint. & Specfp. Compliance Report from OEM to be

Attached. d. RAM Installed RAM: 2x4GB, Expandable upto 16

GB e. Hard Disc 1x500 GB SATA 6Gb/s Spindle speed

7200rpm f. Storage Drive DVD+/- RW (Latest version)

2. Interfaces a. 2x10/100/1000 Ethernet

Ports 01 No. 10/100/1000 M bps Port

b. I/O Ports 1xDB-9 Serial Port c. USB Ports 4(2xFront,2xRear) d. Graphics controller Graphics Processor Intel HD Graphics 2500.

3. User Interface: a. Monitor 23”LED type.(Sony, Samsung, LG) b. Key Board Yes, USB Key Board (1.5 Mtr. Length Cord) c. Mouse Yes – USB Optical Mouse (1.5 Mtr. Length

Cord) d. Speakers In-built speaker on Monitor e. Display Ports 1 Display Port for monitor

5. Mounting Desktop Mounting 6. Power Supply Unit: Standard 250 W, 220 VAC, 50 Hz Power

Supply Unit, Active PFC 7. Environment Standard EPEAT Compliant EPEAT Gold & ENERGY

STAR Qualified

58

APPENDIX-C

FIREWALL SPECIFICATIONS A. Attributes Specifications B. Performance 2. Data encryption support DES, 3DES, AES (128, 192, 256-bit), MD5,

SHA-1, SHA-2/DH Groups 1, 2, 5, 14 3. High Availability & Load

balancing Yes

4. NAT modes 1:1, 1:many, many:1, many:many, flexible NAT (overlapping IPs), PAT, transparent mode

5. IP address assignment feature

Static, (DHCP, PPPoE, L2TP and PPTP client), Internal DHCP server, DHCP relay

6. Support VoIP protocols Full H.323v1-5, SIP, gatekeeper support, outbound bandwidth management, VoIP over WLAN, deep inspection security, full interoperability with most VoIP gateway and communications devices

8. IVv6 features Yes 9. Management and monitoring Web GUI (HTTP, HTTPS), Command Line

(SSH, Console), SNMP v3: Global management with Dell SonicWALL GMS

10. IPSec NAT Traversal Yes 11. Redundant VPN gateway Yes 12. Encryption/authentication/DH

group DES, 3DES, AES (128, 192, 256-bit), MD5, SHA-1, SHA-2/DH Groups 1, 2, 5, 14

13. Routing OSPF, RIP Pv1/v2, static routes, policy-based routing, Multicast

14. DoS & DDoS prevention Yes 15. Key Exchange Key Exchange IKE, IKEv2, Manual Key,

PKI (X.509), L2TP over IPSec 16. Dead peer detection Yes 17. DHCP over VPN Yes 18. Zone Security Yes 19. Deep Packet Inspection

Service Gateway Anti-Virus, Anti-Spyware, Intrusion Prevention and Application Intelligence and Control

20. Wireless standards 802.11 a/b/g/n, WPA2, WPA, TKIP, 802.1x, EAP-PEAP, EAP-TTLS

21. Content filtering service (CFS) HTTP URL,HTTPS IP, keyword and content scanning ActiveX, Java Applet, and cookie blocking bandwidth management on filtering

59

categories, allow/forbid lists. 22. Antivirus, anti worm, anti

spam and anti-spyware protection

Yes

23. System logging & monitoring Analyzer, Local Log, Syslog, Solera Networks, NetFlow v5/v9, IPFIX with extensions, real-time visualization

24. Stateful packet inspection Yes 25. Global VPN client platforms

supported Microsoft Windows 2000, Windows XP, Microsoft Vista 32/64-bit, Windows 7 32/64-bit

26. SSL VPN platforms supported

Microsoft Windows 2000 / XP / Vista 32/64-bit / Windows 7, Mac 10.4+, Linux FC 3+ / Ubuntu 7+ / OpenSUSE

27. Mobile platforms supported iOS 4.2 and higher, Android 4.0 and higher Sizing Parameters for each Firewall 1. No. of users Unlimited 2. Maximum connections 85000 3. New connections per Sec. 2200 4. Minimum Firewall throughput 600 Mbps

5. Minimum 3DES/AES VPN

throughput 150 Mbps

6. No. of VLANs (802.1q) 25 7. Full DPI performance 110 Mbps 8. Interfaces 8-port 10/100/1000, 2-port 10 Gigabit

Ethernet (SFP+), USB, 1 console interface 9. Nodes Supported Unrestricted 10. Mounting Rack Mounted D. Operating Environmental

Conditions

1. Temperature 32 to 104 deg. F. (0.40 Deg. C) 2. Humidity 20% to 90% non-condensing

60

APPENDIX-D

ROUTER SPECIFICATIONS Features Specifications 1. Feature a. High performance routing for data

exchange with external world Yes

b. Layer-2 & Layer-3 routing and dynamic discovery of routing

Yes

c. Processing capacity: Minimum 2 Mpps d. Features to support: QoS, MPLS, Security, Broadband,

Multiservice, Voice IP2IP Gateway e. Routing Protocols: IP, OSPF,IP Forwarding VLAN & MPLS,

PPP, SLIP etc.. f. Network protocols: TCP/IP, IPv6 OSI, Telnet, UDP, DSCP g. Speed Configurability for WAN

Serial ports All ports should be configurable from 64 Kbps to 2 Mbps

2. Inbuilt Security Features a. Data encryption supported DES (56 Bites) 3des(168 Bites) and

hashing algorithm like MD5 and SHA-1 b. Filtering of packets Based on source addressed, destination

address, protocol type, users, port No., URL

c. Filtering of protocols FTP, SMTP, HTTP, SNMP, UDC, ICMP, RPC, DNS, DHCP, ARP etc.

d. VPN tunnels support 100 IPSec e. Detailed system logging Yes

3. Network management using SNMP Protocol

Yes, using SNMPv1, v2 & v3

4. Interface a. LAN Ports Minimum 8 b. WAN Ports Minimum 4 ports of G703 with provision

of V.35 conversion 5. Mounting Rack Mounted

61

APPENDIX-E

NETWORK PRINTER SPECIFICATIONS System features

Black-and-white printing, black-and-white copying, colour scanning

Functions Print Speed / Processor / Memory

Print Speed (Black, Normal Quality, A4)

Up to 43 ppm

Processor MIPS processor as in HP custom ASIC Processor speed 480 MHz Standard memory 256 MB Memory slots 1 100-pin DDR DIMM slot

Printing System First page out, A4 size < 10 sec pages per month Up to 200000 Print Quality (Black, Normal Quality)

Up to 1200 x 1200 dpi (with HP FastRes 1200)

Duplex Print Options Automatic Standard Printer Languages

HP Postscript Level 3 emulation, PCL 6, PCL 5, PDF 1.4

Copy System Maximum copy speed (black, A4)

Up to 43 cpm

Maximum Number of Copies

Up to 1000

Copy Resolution (Black Graphics)

Up to 600 x 600 dpi

Copier Resize 25 to 400% Scan System

scan type Flatbed, ADF enhanced scanning resolution

Up to 600 dpi

Optical Scanning Resolution

Up to 600 dpi

Maximum Scanning Size 22.7 x 30.2 cm Scan Size, Minimum Metric

No minimum

Bit Depth 30-bit Color Scanning Yes Gray Scale Levels 256 Scan File Format PDF, JPEG, TIFF, MTIFF

Paper handling / media

62

Auto Document Feeder Capacity

Standard, 50 sheets

Standard Paper Trays 2 Maximum Number of Paper Trays

5

Media Types supported Paper (plain, preprinted, letterhead, prepunched, bond, recycled, colour, rough), transparencies, labels, envelopes, card stock

Standard Media Sizes A4, A5, B5 (JIS), executive (JIS), 16K, envelopes (DL ISO, B5 ISO, C5 ISO)

Interface EHTERNET, USB

63

APPENDIX -F LAPTOP SPECIFICATIONS

Screen Size 15.6 Inches Maximum Display Resolution 1366 x 768 Processor Brand Intel Processor Type Core i5 4200M Processor Speed 2.5 GHz minimum Memory Technology DDR3L SDRAM Memory Required 8 GB Minimum Maximum Memory Supported 16 GB Hard Drive Size 1 TB minimum Hard Disk Technology Serial ATA Speaker Description Dual speakers

Graphics Coprocessor NVIDIA GeForce 820M (2GB DDR3 dedicated)

Connectivity Type Ethernet 10/100 BASE-T, Wireless LAN IEEE 802.11b/g/n, Bluetooth v4.0

Number of USB 3.0 Ports 2 Number of HDMI Ports 1 Number of Audio-out Ports 1 Number of Ethernet Ports 2 Number of VGA Ports 1

Optical Drive Type SuperMulti DVD RW Drive with Dual Layer Support

Operating System Windows Latest Version

64

APPENDIX –G

LAYER 3 MANAGED 32 PORT LAN SWITCH SPECIFICATIONS Product Type: Ethernet Switch Interfaces/Ports Total Number of Network Ports: 32 Number of Network (RJ-45) Ports: 32 Port/Expansion Slot Details: 32 x Gigabit Ethernet Network Media & Performance Media Type Supported: Twisted Pair Ethernet Technology: Gigabit Ethernet Network Technology: 10/100/1000Base-T Network & Communication Layer Supported: 3 Management & Protocols Manageable: Yes

Management:

• Web-based GUI • SmartConsole Utility • VLAN • QoS • DHCP

Memory Flash Memory: 2 MB Reliability Power Description PoE (RJ-45) Port: No Input Voltage: 110 V AC, 220 V AC Power Source: Power Supply Physical Characteristics Form Factor: Rack-mountable, Desktop Miscellaneous

Certifications & Standards:

• FCC Class A • CE Class A • VCCI Class A

Safety:

• UL/cUL • CE LVD

65

SCEHDULE –II

GUARANTEED TECHNICAL PARTICULARS

Sr.No

Item Characteristic Compliance status

I SERVERs (For SLDC, Jabalpur)

1 a. Processor Intel X Eon E5-2407 Processors, 4 Core Processor

b. CPU/Clock Speed Minimum 2.2 GHz c. RAM Minimum 16 GM d. Hard Disc Installed 2x300 GB SAS (10

Krpm), Hot Pluggable, HDD: Used drive

e. Storage Drive DVD R/W Drive 2. Interfaces a. I/O Ports 1xDB-9 Serial Port, 2xDB-15 Video

Port

b. USB Ports Minimum 4 c. Ethernet ports 2x10/100/1000 Mbps Ethernet

Ports

d. Expansion slots Minimum 2xPCIe 3.0 slots 3. Power Supply Redundant (2x460 Watt), Hot

Swappable

4. Mounting Rack Mounted II Back-up SERVER (For Back-up SLDC, Bhopal ) 1 a. Processor Intel X Eon E5-2407 Processors, 4

Core Processor

b. CPU/Clock Speed Minimum 2.2 GHz c. RAM Minimum 16 GM d. Hard Disc Total capacity 2 TB, Hot

Pluggable, At-least one hard disk bay for expansion.

e. Storage Drive DVD R/W Drive 2. Interfaces a. I/O Ports 1xDB-9 Serial Port, 2xDB-15 Video

Port

b. USB Ports Minimum 4 c. Ethernet ports 2x10/100/1000 Mbps Ethernet

Ports

d. Expansion slots Minimum 2xPCIe 3.0 slots 3. Power Supply Redundant (2x460 Watt), Hot

Swappable

4. Mounting Desktop

66

5. Monitor 21”LED type 6. Key Board/ Mouse USB Optical Key Board /Mouse II. WORKSTATIONS 1. Processor Minimum Intel (R) Core (TM) i5-

3470 Processor

2. Clock Speed Minimum 3.2 GHz 3. RAM Minimum installed RAM: 2x4GB 4. Hard Disc 1x500 GB SATA 6Gb/s Spindle

speed 7200rpm

5. Storage Drive DVD+/- RW (Latest version) 6. Interfaces

a 2x10/100/1000 Ethernet Ports

01 No. 10/100/1000 M bps Port

b I/O Ports 1xDB-9 Serial Port c USB Ports Minimum 4 d Graphics controller Graphics Processor Intel HD

Graphics 2500.

7. User Interface: a Monitor 21”LED type b Key Board/ Mouse USB Optical Key Board /Mouse

III. FIREWALL 1 Performance Data encryption

support DES, 3DES, AES (128, 192, 256-bit), MD5, SHA-1, SHA-2/DH Groups 1, 2, 5, 14

2 High Availability & Load balancing

Yes

3 NAT modes 1:1, 1:many, many:1, many:many, flexible NAT (overlapping IPs), PAT, transparent mode

4 IP address assignment feature

Static, (DHCP, PPPoE, L2TP and PPTP client), Internal DHCP server, DHCP relay

5 Support VoIP protocols

Full H.323v1-5, SIP, gatekeeper support, outbound bandwidth management, VoIP over WLAN, deep inspection security, full interoperability with most VoIP gateway and communications devices

6 IVv6 features Yes 7 Management and

monitoring Web GUI (HTTP, HTTPS), Command Line (SSH, Console), SNMP v3: Global management with Dell SonicWALL GMS

67

8 IPSec NAT Traversal

Yes

9 Redundant VPN gateway

Yes

10 Encryption/authentication/DH group

DES, 3DES, AES (128, 192, 256-bit), MD5, SHA-1, SHA-2/DH Groups 1, 2, 5, 14

11 Routing OSPF, RIP Pv1/v2, static routes, policy-based routing, Multicast

12 DoS & DDoS prevention

Yes

13 Key Exchange Key Exchange IKE, IKEv2, Manual Key, PKI (X.509), L2TP over IPSec

14 Dead peer detection Yes 15 DHCP over VPN Yes 16 Zone Security Yes 17 Deep Packet

Inspection Service Gateway Anti-Virus, Anti-Spyware, Intrusion Prevention and Application Intelligence and Control

18 Wireless standards 802.11 a/b/g/n, WPA2, WPA, TKIP, 802.1x, EAP-PEAP, EAP-TTLS

19 Content filtering service

(CFS) HTTP URL,HTTPS IP, keyword and content scanning ActiveX, Java Applet, and cookie blocking bandwidth management on filtering categories, allow/forbid lists.

20 Antivirus, anti worm, anti spam and anti-spyware protection

Yes

21 System logging & monitoring

Analyzer, Local Log, Syslog, Solera Networks, NetFlow v5/v9, IPFIX with extensions, real-time visualization

22 Stateful packet inspection

Yes

23 Global VPN client platforms supported

Microsoft Windows 2000, Windows XP, Microsoft Vista 32/64-bit, Windows 7 32/64-bit

24 SSL VPN platforms supported

Microsoft Windows 2000 / XP / Vista 32/64-bit / Windows 7, Mac 10.4+, Linux FC 3+ / Ubuntu 7+ /

68

OpenSUSE 25 Mobile platforms

supported iOS 4.2 and higher, Android 4.0 and higher

26 Sizing Parameters for each Firewall

a No. of users Unlimited b Maximum

connections 85000

c New connections per Sec.

2200

27 Minimum Firewall throughput

600 Mbps

28 Minimum 3DES/ AES VPN throughput

150 Mbps

29 No. of VLANs (802.1q)

25

30 Full DPI performance

110 Mbps

31 Interfaces 8-port 10/100/1000, 2-port 10 Gigabit Ethernet (SFP+), USB, 1 console interface

32 Nodes Supported Unresctricted IV. ROUTER 1a High performance routing for data exchange with external

world

b. Layer-2 & Layer-3 routing and dynamic discovery of routing

c. Processing capacity:

Minimum 2 Mpps

d. Features to support: QoS, MPLS, Security, Broadband, Multiservice, Voice IP2IP Gateway

e. Routing Protocols: IP, OSPF,IP Forwarding VLAN & MPLS, PPP, SLIP etc..

f. Network protocols: TCP/IP, IPv6 OSI, Telnet, UDP, DSCP

g. Speed Configurability for WAN Serial ports

All ports should be configurable from 64 Kbps to 2 Mbps

2. Inbuilt Security Features

a. Data encryption supported

DES (56 Bites) 3des(168 Bites) and hashing algorithm like MD5 and SHA-1

b. Filtering of packets Based on source addressed, destination address, protocol type,

69

users, port No., URL c. Filtering of protocols FTP, SMTP, HTTP, SNMP, UDC,

ICMP, RPC, DNS, DHCP, ARP etc.

d. VPN tunnels support

100 IPSec

3. Network management using SNMP Protocol

Yes, using SNMPv1, v2 & v3

4. Interface a. LAN Ports Minimum 8 b. WAN Ports Minimum 4 ports of G703 with

provision of V.35 conversion

V. NETWORK PRINTER 1. Black-and-white printing, black-and-white copying, color

scanning

2 Print Speed (Black, Normal Quality, A4)

Up to 43 ppm

3 Standard memory 256 MB 4 Memory slots 1 100-pin DDR DIMM slot 5 Printing System

a First page out, A4 size

< 10 sec

b pages per month Up to 200000 c Print Quality (Black,

Normal Quality) Up to 1200 x 1200 dpi (with HP FastRes 1200)

d Duplex Print Options

Automatic

6 Copy System a Maximum copy

speed (black, A4) Up to 43 cpm

b Copy Resolution (Black Graphics)

Up to 600 x 600 dpi

c Copier Resize 25 to 400% 7 Scan System

a scan type Flatbed, ADF b Enhanced and

optical scanning resolution

Up to 600 dpi

c Maximum Scanning Size

22.7 x 30.2 cm

d Scan Size, Minimum Metric

No minimum

e Bit Depth 30-bit f Color Scanning

70

g Gray Scale Levels 256 VI. LAPTOP 1 Screen Size 15.6 Inches 2 Maximum Display

Resolution 1366 x 768

3 Processor Brand Intel 4 Processor Type Core i5 4200M 5 Processor Speed 2.5 GHz minimum 6 Memory Technology DDR3L SDRAM 7 Memory Required 8 GB Minimum 8 Maximum Memory

Supported 16 GB

9 Hard Drive Size 1 TB minimum 10 Hard Disk

Technology Serial ATA

11 Speaker Description Dual speakers 12 Graphics Coprocessor NVIDIA GeForce 820M (2GB DDR3

dedicated)

13 Connectivity Type

Ethernet 10/100 BASE-T, Wireless LAN IEEE 802.11b/g/n, Bluetooth v4.0

14 Number of USB 3.0 Ports 2

15 Number of HDMI Ports 1

16 Number of Audio-out Ports 1

17 Number of Ethernet Ports 2

18 Number of VGA Ports 1 19 Optical Drive Type SuperMulti DVD RW Drive with Dual

Layer Support

20 Operating System Windows Latest Version VII. LAN SWITCH 1 Layer 3 Managed, 32 port LAN Switch 2 Interfaces/Ports

a Total Number of Network Ports: 32

b Number of Network (RJ-45) Ports: 32

c Port/Expansion Slot Details: 32 x Gigabit Ethernet Network

3 Media & Performance a Media Type

Supported: Twisted Pair

71

b Ethernet Technology: Gigabit Ethernet c Network Technology: 10/100/1000Base-T d Network &

Communication

e Layer Supported: 3 4 Management & Protocols

a Manageable: Yes b

Management:

• Web-based GUI • SmartConsole Utility • VLAN • QoS • DHCP

c Flash Memory: 2 MB

72

SCHEDULE-III TECHNICAL QUESTIONNAIRE

All points mentioned below should be replied in these sheets only without making any reference to any clause in the Tender. If replies are incomplete or reply to any clause is not furnished, Tenders may be treated as incomplete and non-responsive from technical angle.

S. No.

Particulars Data to be filled by Tenderer

1 Name of Tenderer /Manufacturer/ System developer 2 Name of manufacturer & Country of origin 3 If Tenderer is a Manufacturer/system developer, please

indicate technology is developed in-house or licensed. Please give complete details of licensing agreement.

4 Have you noted that the scope of bid includes supply of complete ABT, OA and MIS system, planning, design, engineering, documentation, integration, supply, delivery at site, unloading, storing, handling, transportation to final location, installation, termination, testing, demonstration for acceptance and commissioning & integration of ABT, OA and MIS system and other accessories, implementing and maintaining the system during performance guarantee AMC for 6 years period. Please confirm that you have participated for complete scope of work without any deviations.

5 Please confirm that offered equipment / items shall suitable for climatic conditions as per clause 5.0

6 Please confirm that offered equipment / items shall suitable to meet out the functional requirement as detailed in clause 3.0 of Section-II.

7 Please confirm that the offered software conforms to requirement of system software as stipulated in Clause 4.0 of the Section -II

8 Please confirm that the offered system conforms to the requirements of migration of data from the existing system.

9 Please confirm that the offered system conforms to the requirements of historical data storage for a period of minimum of 5 years.

10 Please confirm that the offered system conforms to the requirements of integration with SCADA/EMS and AMR system as per clause 2.0 of section -II.

11 Please confirm that the offered system conforms to requirement of cyber security audit before acceptance as well as during AMC period as per Clause 4.0(f) of section-II.

12 Please confirm that the offered software conforms to requirement of formula builder as described in Clause 4.0(t) of the section–II.

13 Please confirm that the offered system conforms to requirement of Common Information Model(CIM) for information interchange with other systems.

73

S. No.

Particulars Data to be filled by Tenderer

14 Please confirm that the offered software conforms to requirement of tracking of changes made in the system due to changes in regulations or requirements or any other reason as per Clause 4.0 (l) and 4.0(r ) of the section-II.

15 Please confirm that the offered system conforms to requirement of web based operation required for ABT, OA and MIS modules as described in Clause 4.3 of the section-II.

16 Please confirm that contractor maintenance responsibility of 6 years after the guarantee period shall be as per section-III.

17 Our technical requirement has been detailed out in the Section-II. Please confirm that various technical requirement shall be met with. In case of deviation same has been brought out in Schedule of Technical deviation please confirm.

18 Please confirm that all offered servers and networking equipments are rack mounted and panel for housing the same are as per clause 4.0(e-vii) of section-II.

19 Have you undertaken turn key project of the nature covered under this bid specification i.e. supply, installation, testing, commissioning, implementing and maintaining the system during performance guarantee & AMC period and if so name of utility may be indicated here.

20 Please confirm that you have noted our requirement for complete scope of work and maintaining the system during performance guarantee & AMC period.

21 Please confirm; a. That copies of test reports as per relevant standard during past five years period has been furnished .

b. That list of manufacturing and testing facilities as required has been furnished.

22 Please confirm that proper Quality Assurance program has been enclosed.

23 Please confirm that guaranteed technical particulars as per Schedule-II have been furnished and particulars of equipments furnished in Schedule-II are guaranteed as per our requirement.

24 Please confirm that checklist has been furnished duly replied and signed.

25 Please confirm that commercial questionnaire has been furnished duly filled in.

SIGNATURE OF TENDERER

- 75 -

SCHEDULE-IV

LIST OF PAST EXPERIENCE Tenderers shall enclose details of past supplies of ABT, OA and MIS system indicating order no. & date, name of utility, date of commissioning, officials who could be contacted for ascertaining the performance of offered system. Tenderers shall enclose performance certificate from utility.

S. No. Year Order No. & Dt. Name of customers

Qty. supplied (in Nos.)

1. 2010 2. 2011 3. 2012 4. 2013 5. 2014

Note : For the above purpose, “year” would mean calendar year from January to

December

SIGNATURE OF TENDERER

- 76 -

SCHEDULE V

LIST OF SOFTWARE DEVELOPMENT, PLANT & MACHINERY AND TESTING

FACILITIES Tenderers shall submit here complete and detailed list of software development, plant & machinery, testing facilities, designing facilities available at their works.

SIGNATURE OF TENDERER

- 77 -

SCHEDULE- VI

SCHEDULE OF TECHNICAL DEVIATIONS

We/I have carefully gone through the Technical specification and we/I have satisfied ourselves/ myself and hereby confirm that our/my offer strictly conforms to the requirements of technical specification except for the deviations, which are given below :

S. No.

Description & Clause No. of specification & page number

Stipulation in specification

Deviation offered

Remarks regarding

justification of the deviation.

1.

2.

3.

4.

5.

SIGNATURE OF TENDERER

- 78 -

SCHEDULE-VII

DETAILS OF DRAWINGS Tenderers shall mention details of drawings which have been submitted along with the Tender in the following table.

S. No. Drawing No Particulars of Drawing.

SIGNATURE OF TENDERER

- 79 -

SCHEDULE VIII

QUALITY ASSURANCE PROGRAM

AND PROGRAM CHART Tenderer shall submit here complete details of Quality Assurance program/ program chart as required in technical specification.

SIGNATURE OF TENDERER

- 80 -

SCHEDULE-IX

LIST OF VENDORS

S. No.

Particulars of Items/ Raw material

Name and address of Vendors

Country of origin

SIGNATURE OF TENDERER

- 81 -

SCHEDULE-X

LIST OF TYPE TESTS This list shall be enclosed for each type of material offered by the Tenderer S. No.

Reference No. and date of test report with no. of sheets of report

Descrip-tion of Material

Descrip-tion of type test

Method of application when, applied, duration of test Interpretation of results of Test.

Date of Test

Name of testing Labora-tory

Test Result

Remarks If any

1. 2. 3. 4. 5. 6. 7. 8. 9.

SIGNATURE OF TENDERER

- 82 -

ANNEXURE –Z

BILL OF MATERIAL & SPECIFICATIONS OF HARDWARE AVAILABLE AT SLDC,

JABALPUR USED FOR CURRENTLY RUNNING ABT SYSTEM Particulars Details

Make Specification Qty. Server HP

Proliant ML 150 GZ

HARDWARE SPECIFICATIONS Processor Intel Xenon 3.0GHZ Memory 512 MB PC2700 DDR RAM RAM Slots Four DIMM Cache 1 MB level2 Chipset Intel E7320 Hard disk 160 GB serial ATA Colour Monitor HP17” CD ROM drive 48X IDE (Atapi) Network Controller Broadcam 5721 PCI express Gigabit NIC (embedded) 10/100/1000 WOL 1xkeyboard,1xnetwork RJ45,2x USB ports Power Supply 600 watts, non redundant Security features Power on password, set up password Diskette boot control System Fans 2 non hot plug Graphics Integrated ATI Rage XL Video Controller with 8 MB SDRAM video memory Form factor Tower (5U) SOFTWARE SPECIFICATIONS Operating System windows 2003 server RDBMS Oracle 10g Spreadsheet applications MS Office 2003 professional Web server Apache 2.0 with proficy

2 Nos.

Client PCs HP dx 6120 System

HARDWARE SPECIFICATIONS Processor – Intel Pentium IV 530, 3.0GHZ with HyperThreading Technology Chipset Intel 915 G express mother board Front Side Bus 800 FSB Cache 1MB level 2 Audio soundmax digital AC97 integrated Audio with internal speaker Network integrated Broadcam netextreme Giagabit ethernet Ports 4 (2PCI), 1 PCI Express x16, 1 PCI express x 1 Memory 256 MW DDR 2 RAM RAM Slots Four DIMM Hard disk 80 GB serial ATA, 7200 rpm Color Monitor HP17” Floppy drive 1.44” Mouse optical USP SOFTWARE SPECIFICATIONS Operating System windows XP professional Spreadsheet applications MS Office 2003 professional

3 Nos.

A3 Printer HP Laser jet

22 ppm wide format, 16 MB RAM, 250 sheet feeder standard & 100 Sheet multi purpose tray

1 No.

- 83 -

5100 A4 Printer HP 1020 Upto 15 ppm, 1200 dpi, duty cycle 5000 pages per month,

1USP port 1 No.

Others D link 16 port 10/100 Mbps switch 1 No. D link CAT-5 Cable Pack 305 mtr 1 No. Micro-

soft Windows 2003 server license 2 Nos.

Windows XP Professional License 3 Nos. MS office 2003 license 5 Nos. Oracle Oracle 10i standard edition license 5 Nos. Oracle media set 1 No. Reports Active reports from Data dynamics 2 Nos. Visual studio development edition 1 No. Firewall Separate Hardware Box, Fortigate Version 60 or Sonicwall

Model TZ 170 1 No.

Anti Virus Software

Symantec Version 10.0 for 5 license i.e. 2 Servers + 3 Clients

5 Nos.

- 84 -

Annexure-F1

Flow Chart for Scheduling Activities

Generators /Sellers (SSGS, IPP, REG

(G1 …..Gn)

SLDC (ABT System)

Declared Capability(DC) in 15 minutes time blockon day ahead basis. WRLDC

MP Entitlement in ISGS/Other LTOA/MTOA

MPPMCL

Entitlement based on % allocation by GoMP & Unallocated power

MPPMCL will allocate Unallocated power to Discoms & give Discom wise requisition

Discoms MPPMCLAnticipated Demad

Generators / Sellers

Drawal Schedule

Injection Schedule

Technical Minimum/ Ramping up / down if reqd.

- 85 -

Annexure-F2

Flow Chart for Metering Activities

Interface Points of T_D, SSGS & OAC

Processing of Meter Data / Uploading in

Database

Load Survey Data of ABT meters

recieved throu AMR system in Xml fi les

Load Survey Data of ABT meters

recieved throu Email

Missing Data

XML convertor of Meter

Manufacturer

For Deviation / REC

processing

Assessment of Meter Data

Checking / validation

If Not OK

- 86 -

Annexure-F3 Flow Chart for Energy Accounting

DC of Generators

Ex-Bus Sch of of Generators

Processing of data (SEA module)

Scheduling Module

Renewable(Module)

Monthly SEA

Metering Module

Computation of Deviation Charges (SDA

module)

Loss deduction

Validated active energy Meter data

Weekly / Monthly SDA

Computation of

Transmission Loss

(STL module)

Weekly / Monthly StateTransmission Loss

ABT Meter data arranged into logical entities

SLDC Website

SLDC Website

Computation of Deviation Charges (SDA

module)

Validated Reactiveenergy Meter data

Weekly/ Monthly SEA

SLDC Website

SLDC Website

Checking /

If OK

If Not OK

RE

Sch & Act of CPP (Power Pur by MPPMCL

- 87 -

Annexure-F4 Flow Chart for Rnewable Energy Generation Module

Intimation of Registration

Req for details & monthly

REC Sub Module

RE Generators

NLDC Discom/STU

Req for JMR

Energy Injection Report

One time dtls of PS for RRF Req for one

time dtls &

RRF Sub Module

RE Generators /Developers/ CA

NLDC / WRLDC

Discom/STU

Weekly Sch &

Req. to identify REG qualified for RRF

Furnish dtls

Scheduling Module

LF by CA

REG Module

Information of REG received from MPPMCL(PPA) / REG

RE Reports Generated

Monthly Generation data recd. from SE(O&M)'s.

Metering Module

Meter data

Meter data

- 88 -

Annexure –F5

- 89 -

Annexure-F6

invalidated data

15 minutes data of demand and energy available in SCDA

Server

validated data

15 minutes data of Entitlement and

Schedule Drawal of MP available in

Flow Diagram for Daily Reports

Graphical user interface (GUI) &

Reporting

SCADAServer

ABT Server

Report Server

Details of Load Shedding/Anticipated Demand

furnished by Respective DCCs

Data Validation

Daily report Printing / email/ Published in website of SLDC

Energy /Coal Data available in SCADA

or received through email

Manual Entry of not validated data/fictious data/non-currentdata/energy/coal data through

Excel or GUI BY SLDC

Computation of Demand, energy ,coal report and other factor and preparation of daily report

- 90 -

Annexure-F7

Flow diagram of Management of shut down of transmission elements/ computation of

transmission availability

Creation of database of transmission elements of 132 KV and above level

Proposal of Shutdown by the relevant entity

Scrutiny by SLDC Control room and

forwarded to higher authorities for approval

Approval from Higher authorities

Approval conveyed to concerned entity

Issuance of S/D and normalization code in real time

Indication to SLDC by Pop-up menu,

il/

Tripping/opening of transmission elements

Entry of time for availing/ normalization

Computation of transmission availability and preparation of various

Edit

Add

Delete

- 91 -

SCHEDULE- XI CHECK LIST

The Tenderers should specifically declare that they have enclosed various schedules, drawings and other details as per Tender.

Reference Particulars Declaration (strike out

whichever is not applicable)

TECHNICAL BID SCHEDULE-I SUMMARY OF PRICES YES/NO

SCHEDULE-I (A) PRICES AND QUANTITY OF EQUIPMENTS, MATERIAL & SPARES

YES/NO

SCHEDULE-I (B) PRICE SCHEDULE FOR INSTALLATION, ERECTION, TESTING INCLUDING COMMISSIONING & IMPLEMENTATION OF ABT, OA & MIS SYSTEM

YES/NO

SCHEDULE-I (C) PRICE SCHEDULE FOR ANNUAL MAINTENANCE SERVICES

YES/NO

SCHEDULE-I (D) BREAK UP OF PRICES FOR COMPLETE HARDWARES CONSIDERED FOR SYSTEM

YES/NO

SCHEDULE –II GUARANTEED TECHNICAL PARTICULARS YES/NO SCHEDULE –III TECHNICAL QUESTIONAIRE YES/NO SCHEDULE –IV LIST OF PAST SUPPLIES YES/NO SCHEDULE –V LIST OF SOFTWARE DEVELOPMENT,

PLANT & MACHINERY AND TESTING FACILITIES

YES/NO

SCHEDULE –VI SCHEDULE OF TECHNICAL DEVIATION YES/NO SCHEDULE –VII DETAILS OF DRAWINGS YES/NO SCHEDULE –VIII QUALITY ASSURANCE PROGRAM AND

PROGRAM CHART YES/NO

SCHEDULE-IX LIST OF VENDORS YES/NO SCHEDULE-X LIST OF TYPE TEST REPORTS YES/NO SCHEDULE–XI CHECK LIST YES/NO

SIGNATURE WITH SEAL OF TENDERER

SECTION III

SPECIFICATIONS FOR

COMPREHENSIVE MAINTENANCE CONTRACT FOR AVAILABILITY BASED TARIFF(ABT), OPEN ACCESS(OA) AND

MIS SYSTEM FOR SLDC, MPPTCL,JABALPUR.

Comprehensive Maintenance Contract

1.1. Maintenance & Support services-

The scope of work under annual maintenance contract shall include comprehensive maintenance of all the software and hardware provided by the successful bidder for the integrated operation of ABT, OA and MIS system delivered under the project along with the future integration and support services for meeting the future requirement envisaged under this project. The essence of the maintenance and support services is to provide maintenance support for the hardware and software, with the goal of meeting availability of the system.

1.2 Maintenance support

The period of maintenance contract shall be six years from the date of completion of Performance guarantee period. The SLDC, MPPTCL may extend the duration of maintenance period for further period up to 2 years on the same rates terms and conditions of the contract. The nature of maintenance support required for the different type of systems and Components are described below:

Sl. no. System System Availability requirements

1 ABT,OA and MIS system envisaged under the project

99%

For all third party equipments (Hardware & Software), Successful bidder shall have back to back support along with supply of spare with appropriate response time from OEM Authorized representatives without any cost implication to the SLDC, MPPTCL. Successful bidder shall be responsible for coordination with the OEM for all matters related to that equipment. The Successful bidder shall be responsible for meeting the overall response times and availability requirements specified in the Specification.

The maintenance of the System shall be comprehensive and shall comprise of the following category of works, which is further elaborated for each of the different subsystems:

(a) Preventive Maintenance Activity (performance monitoring, , patch management, updates, emergency response and troubleshooting).

(b) Maintaining minimum number of spares.

(c) Backup and restoration activities

(d) Antivirus updates on all servers, workstations, firewalls etc. including periodic renewable.

(e) Cyber security audit from “CERT.in” certified third party during the whole AMC period.

(f) Software modifications as per Regulatory/ SLDC requirements.

1.3. SCOPE OF WORK

The successful bidder shall take all necessary measures for maintaining the system with the desired level of urgency and priority and ensure the guaranteed availability of the system as defined here under. In order to render the desired maintenance support, successful bidder shall also arrange the suitable manpower and shall also ensure proper management of spares, etc at SLDC, Jabalpur.

The maintenance of the ABT, OA and MIS System supplied shall be comprehensive in nature, as set forth herein, and would broadly include but not be limited to diagnosis and rectification of the hardware and software failures. The Scope also includes: -

i. Primary inspection, recommendation on failure, and suitable repair for hardware equipments including servers, client machine, Storage (SAN/NAS) etc..

ii. Repair / replacement of defective equipment / parts including that of Servers, Clients, Router, Switch, Firewall, Printers, Mouse, Keyboard, Monitors and LAN Cable.

iii. Subscription Renewal of firewall(gateway security suites and any other license), antivirus, Operating system, Database & Application servers or any other third party software for the AMC duration.

iv. Configuration of the replaced hardware / software, maintenance of hardware (including OS, database) application software, storage management software for SAN/NAS etc. by providing all such services like re-loading of the software in case the installed versions get corrupted or damaged, reloading on any other hardware after dismantling from the existing machine, providing back-up copies in case the existing one gets damaged, corrupted, virus infected or lost, providing technical assistance and clearing any bugs. Maintenance of Network systems.

v. Periodic routine checking as part of a preventive maintenance program in which would include checking of functionality of Hardware and software. The preventive maintenance & along with backup activities needs to be carried out as would be described in successive clauses.

vi. Taking periodic monthly database back-up, version control with backup of application software in case of any modification.

vii. Services to bring up ABT, OA and MIS system upon its failure and to restore the functioning of system.

viii. The list of minimum required spares to be kept at SLDC during AMC period shall be finalised in consultation with successful bidder and shall be provided in detailed order. The list of minimum recommended spares is to be provide by the bidders in their offer.

ix. Implementation of new regulations/ requirements of SLDC on line or real time basis in the ABT, OA and MIS software. This includes changes / modification in the ABT, OA and MIS application software and structural changes in database etc. This is a critical activity and as such all efforts shall be made by the successful bidder to carry out this activity without any delay.

x. Any modification in the ABT, OA and MIS application software required for smooth functioning of ABT, OA and MIS system shall be under purview of the successful bidder.

xi. Ensuring generation of all reports/forms, modification of report formats and creation of new reports/forms as per user requirements.

xii. The scope of work also includes maintenance of 3rd party products / engines supplied by the successful bidder under the ABT, OA and MIS System. In case of upgradation / replacement of any equipment / component due to non availability of compatible equipment / component, the responsibility of ensuring the smooth functioning of ABT, OA and MIS System on new hardware lies with the successful bidder.

xiii. Monitoring of the performance of the system and doing necessary tuning for optimum.

xiv. Take Backup of the system at regular interval.

xv. Documentation at site for keeping track of modifications/changes/development in database, application software, formula builder etc. of the system

1.4. Support Services –

The Successful bidder shall provide engineers who have experience and skill to maintain the system to the desired level of availability. One Engineer having expertise in IT systems shall be available during the standard hours of service at SLDC The timings for emergency Support would be 24 hours a day, 7 days a week throughout the year. The support personnel so deployed shall be qualified personnel preferably having at least 2 years of experience in the IT field. Successful bidder and its personnel have to follow all rules and regulations of MPPTCL’s office premises.

All statutory compliance related with employee such as work-man compensation, EPF, accident at workplace etc. shall be the responsibility of successful bidder.

1.5 Service Response requirements

The severity levels are defined in coming sections and the requirement of response time for various severity levels for defined below:

Emergency Support for Severity 1 issues are to be provided round the clock i.e. 24 hours a day, seven days a week. The on-call support team shall include all key technical competencies so that any aspect of a system failure can be attended. The team shall comprise of experienced technical staff that are skilled in troubleshooting of the various systems covered under AMC. Severity 1 problems shall be reported by telephone for rapid response. For severity 1 problems, the key objective is to restore the system to an operational state as quickly as possible, including by a temporary workaround. Resolution of the defect may be completed during standard hours.

1.6. Monitoring

The operation and performance of the various systems under AMC shall be monitored on a monthly basis; the successful bidder shall review the following, analyze the results, and submit report. The successful bidder shall conduct at least the following monitoring:

1.6.1 Log Monitoring

System logs for a selected day

System history log

Events Collection

During monitoring if any defect/ abnormality is found, the successful bidder shall undertake corrective maintenance for the same.

1.6.2 Resource Monitoring

Resource Monitoring services comprises checking the system's major node resources, gather log data, analyse results, and advise SLDC, MPPTCL on the appropriate actions to be taken and undertake any agreed upon actions.

1.6.3 Cyber security System monitoring

The Successful bidder shall also be responsible for monitoring of the cyber security system. The logs of the system shall be analysed for exceptions and the possible incident of intrusion/ trespass shall be informed to the SLDC, MPPTCL.

The monitoring shall encompass various cyber security devices installed at SLDC under the ABT, OA and MIS system such as firewalls, Intrusion prevention system, routers, switch etc.

The Cyber security system shall also be subjected to Annual Security Audit from CERT-In listed auditors at the cost of the Successful bidder.

1.6.4 Patch Management

The successful bidder shall also be responsible for providing updates/patches for the software products supplied under the project. All other patches of third party product like Operating System, Anti-virus etc. shall be tested by the Successful bidder prior to installing in the network.

1.7. Physical maintenance

The successful bidder shall undertake physical maintenance of all equipment/modules under the scope of this contract, in accordance with this section. The physical maintenance shall include cleaning, dusting, inspection of equipment for loose connections, damage to insulation, pest infections etc. as follows:

Activities shall include but not limited to:

(a) Online diagnostics for servers and workstations - once every month.

(b) Connection test of LAN cables for identifying potential loose contacts in machines, switches and routers - once every months.

(c) Physical hardware checks to ensure proper working of cooling fans etc. - Once every months.

(d) Physical inspection to check the machines and the panels for rat droppings, lizards or other vermin - once every months.

(e) Cleaning and blowing for removal of dust from Servers and Workstations - once every months.

1.8. Spares inventory

The Successful bidder shall maintain a spares inventory at SLDC at his own cost to meet the spare availability requirements of the system. The spares shall be used as and when required and no separate charges are payable except the AMC charges. The Successful bidder shall decide the items and components, in consultation with SLDC, to be maintained as spare and submit a list of Spares to be kept at SLDC. This shall be periodically verified by the SLDC, MPPTCL and unavailability of spares shall be treated as non-availability as per severity 2. If spares are used in the system then the replenishment of the spare should be done within 30 calendar days, otherwise it will be considered as non-availability.

1.9. Problem/ Defect Reporting

The bidder shall submit an appropriate problem/defect reporting procedure to meet the requirement of all severity levels to get the approval of the same from MPPTCL. The problems will be categorized as follows:

Category Definition

Severity 1– Urgent Complete system failure, severe system instability, loss or failure of any major subsystem or system component such as to cause a significant adverse impact to system availability, performance, or operational capability as described in coming section

Severity 2 -Serious Degradation of services or critical functions such as to negatively impact system operation. Failure of any redundant system component such that the normal redundancy is lost .Non-availability of Man-power at Control Centre during working hours, non-availability of spares, any other system defect, failure, or unexpected operation

Severity3- General/ Technical Help

Request for information, technical configuration assistance, “how to” guidance, and enhancement requests.

2.0 Severity levels

The detail of the systems under different severity levels is as below:

2.1. Severity-1 (Urgent support)

This support is required when there is a complete system failure, severe system instability, the loss/ failure of any major sub-system / system or its components, which may significantly impact the system availability, performance, or operational capability at Control centre. Following outages/disruptions will be considered under Serverity-1:

• Loss of Critical functionality as envisaged in specification due to any problem software/Hardware-related in ABT, OA and MIS system.

• Outages of both database/application servers.

• Outages of both web servers.

• Cyber Security issues.

• Outage of Routers and LAN Switches.

• Loss of data exchange with other computer systems.

• Loss of complete reporting system.

SLDC, MPPTCL shall intimate the problem to the successful bidder. Upon receiving intimation, the representative of the successful bidder would immediately attend to the problem. The problem shall be attended by the successful bidder at the earliest, and it shall arrange all resources and take all steps to restore the data availability and functionality at the earliest.

2.2 Severity-2

Coverage under this severity would be outages that do not immediately cause on line data loss but subsequently could result into Severity-1 category outage, loss of an important subsystem that may affect the day-to-day works and loss of archived data.

Following outages/disruptions will be considered under Serverity-2:

Failure of server, stoppage of data collections for archiving and outage of other Applications not covered under severity-1.

Failure of any redundant system component affecting the critical redundancy like loss of any one Application Processor.

Failure of interface with other systems viz AM,SCADA/EMS due to problem at ABT, OA MIS system end.

Non-availability of designated successful bidder’s Man-power at control centre as well as required inventory of spares specified here.

Problems like database reworking, failure of any one workstation would be covered under this severity.

2.3 Severity-3 (General Technical Help)

Request for information, technical configuration assistance, “how to” guidance, and enhancement requests are included under this category. Requested modifications as per SLDC requirements on real time basis shall also be covered in this category.

2.4 Response and Resolution Time

This section describes the target times within which the successful bidder should respond to support requests for each category of severity. The Initial Response Time is defined as the period from the initial receipt of the support request and the acknowledgment of the successful bidder subject to the Maximum time defined below .The Action Resolution Time is the period from the acknowledgement of support request to the successful bidder delivering a solution subject to the Maximum time defined below. This period includes investigation time and consideration of alternative courses of action to remedy the situation. The Action is defined as a direct solution or a workaround.

Except for Severity Level 1 all response/resolution times (hours and days) specified below are working hours only.

Severity Initial

Response

Time

Action Resolution

Time Action

1 30 minutes 2 hours An urgent or emergency situation requiring continuous attention from necessary support staff until system Operation is restored – may be by workaround

2 2 hours 12 hours Attempt to find a solution

acceptable to MPPTCL (dependent on reproducibility) as quickly as practical.

3 1 day 5 days Report on the problem/query is to be Furnished

2.5. Availability and Maintenance Charges Payment Calculation

Both the successful bidder and SLDC, MPPTCL shall endeavour to maximize system availability to the extent possible. The successful bidder shall provide guaranteed availability for various types of Systems as specified below:-

The non-availability hours for availability calculation shall be counted from the end of the allowed Action Resolution time. A standardized register shall be maintained at Control Centre containing full details of each outages, applicable Severity level, time of reporting to the successful bidder support engineer/support centre, allowed Response time as per the Response times defined in above section, actual Resolution time, and signature of Engineer-in-charge as well as the successful bidder’s support engineer of the site.

Duration of outages over and above the Action Resolution time, as defined above, in each of the Severity levels shall be counted for the non- availability computation and shall be clearly brought out in the register. The resolution may be accomplished by a work around, and such solution shall mark the end of non-availability.

In the event of multiple failures at a site, due to a common cause, the first FPR (Field Problem, Report) logged shall be used for the purpose of availability calculation. However, simultaneous multiple outages due to unrelated cause would be counted separately.

3.0. Availability of Computation of ABT, OA and MIS System

Availability computation shall be done on per quarter basis per site. The formula to be used for availability computation shall be as under:

Availability per quarter yearly (per site) = (THQ- (S1 x 1+S2 x0.5+ S3 x 0.25) x100%)/THQ

Where THQ is total hours in the quarter

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

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

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

4.0. Payment of maintenance charges (based on ABT, OA and MIS System Availability)

In the event of availability below a certain level, the maintenance charges would be proportionately reduced as follows:

Availability Deduction as % of the apportioned price of total AMC applicable for that site > 99% NIL

Less than 99% Deduction of 2% of the apportioned quarterly AMC charges for every 1% or part there of decrease in availability under 99% subject to maximum 15% of the apportioned quarterly AMC charges.

The computation of Availability / Non-availability would be rounded up to 2 decimal places and any deduction in the maintenance charges thereof would be calculated as stated above on pro-rata basis.

5.0 Terms of Payment and Procedure for Claiming the Payment

5.1 Payment towards AMC charges: The 100% payment towards apportioned AMC charges including taxes and duties (on service portion only) shall be released on quarterly basis after completion of quarter within 30 days from the date of submission of invoices. The invoices clearly indicating the cost of equipment & material and services separately for payment of AMC charges shall be submitted to SLDC. All payments under the Contract shall be in Indian Rupees.

Name of the Bank along-with account number and IFS code of the bank branch to be indicated in which payment is sought. The Bank charges such as Bank Commission, bill realization/ collection charges etc. whatsoever would be borne by the contractor towards release of payment.

5.2 Billing: For claiming 100% quarterly AMC Charges, Contractor shall submit quarterly running bills to the office of Chief Engineer(SLDC) MPPTCL, Jabalpur along-with Certificate of

Computation of Availability of SCADA System by Engineer-In-Charge. The following documents are required to be submitted for claiming payments:

(a) Three copies of the Contractors invoice along-with bill in prescribed format showing clearly period of quarter and the description of activities separately indicating the break-up of lump-sum cost towards equipments & material and services duly certified by the Engineer-In-Charge of MPPTCL.

(b) Three copies of Contractors Certificate that Annual Maintenance Service has been carried out in all respect during the quarter.

(c) An undertaking of the Contractor that the amount claimed towards Taxes & Duties have been deposited to concerned Taxation Authorities alongwith documentary evidences.

6.0 Security Deposit Successful bidder is required to furnish Security Deposit towards faithful performance of the Contract equal to 10% value of the Annual Maintenance Contract for six (06) years period before commencement of AMC. The Security Deposit can be made in the form of demand draft/banker’s cheque/pay order drawn on any Nationalized or Schedule bank in favour of the Regional Accounts Officer, MPPTCL, Jabalpur or in the form of an unconditional & irrevocable Bank Guarantee in a non-judicial stamp paper worth Rs. 250.00 affixed with revenue stamp. The security deposit bank guarantee should be valid for the period of Contract plus additional Six Months as lodgement period. This is a mandatory requirement and if the contractor fails to submit the Security Deposit for 10% value of the AMC, MPPTCL shall take action against the contractor which may include invoking Security Deposit Bank Guarantee furnished by the contractor against the supply contract.

----------