Top Banner
1 Phone No:0761 2702744, 9425804659 FAX : 0761-2970119 MP POWER TRANSMISSION CO. LTD. TENDER SPECIFICATION NO. LDET-01/2020-21 FOR SUPPLY, INSTALLATION & COMMISSIONING OF WEATHER MONITORING STATION For SLDC Jabalpur, Backup SLDC Bhopal & Sub-LDC Indore LAST DATE OF SUBMISSION ONLINE : 01.09.2020 TILL 17.00 HRS LAST DATE OF SUBMISSION OF HARDCOPIES : 01.09.2020 TILL 17.30 HRS DUE DATE OF OPENING OF TECHNO COMMERCIAL BID: 02.09.2020 At 12.30 HRS O/o THE SUPERINTENDING ENGINEER (LD: E&T) STATE LOAD DISPATCH CENTRE MPPTCL, NAYAGAON, JABALPUR. Cost of Tender Document: - Price: ₹.1, 120.00 (Including GST @12%)
64

TENDER SPECIFICATION NO. LDET-01/2020-21 2020-21.pdffor SLDC Jabalpur, Back up SLDC Bhopal and Sub SLDC Indore. 01/09/2020 ₹. 16,000.00 ₹. 1,120.00 “For updated/extended due

Feb 19, 2021

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
  • 1

    Phone No:0761 – 2702744, 9425804659 FAX : 0761-2970119

    MP POWER TRANSMISSION CO. LTD.

    TENDER SPECIFICATION NO.

    LDET-01/2020-21 FOR

    SSUUPPPPLLYY,, IINNSSTTAALLLLAATTIIOONN && CCOOMMMMIISSSSIIOONNIINNGG OOFF WEATHER MONITORING STATION

    For SLDC Jabalpur, Backup SLDC Bhopal & Sub-LDC Indore

    LAST DATE OF SUBMISSION ONLINE : 01.09.2020 TILL 17.00 HRS

    LAST DATE OF SUBMISSION OF HARDCOPIES : 01.09.2020 TILL 17.30 HRS DUE DATE OF OPENING OF TECHNO COMMERCIAL BID: 02.09.2020 At 12.30 HRS

    O/o THE SUPERINTENDING ENGINEER (LD: E&T)

    STATE LOAD DISPATCH CENTRE

    MPPTCL, NAYAGAON, JABALPUR.

    Cost of Tender Document: - Price: ₹.1, 120.00 (Including GST @12%)

  • 2

    OFFICE OF THE SUPERINTENDING ENGINEER (LD: E&T) STATE LOAD DISPATCH CENTRE

    M.P. POWER TRANSMISSION CO. LTD., NAYAGAON, JABALPUR

    TENDER SPECIFICATION NO. LDET-01/2020-21 FOR SUPPLY, INSTALLATION & COMMISSIONING OF WEATHER MONITORING STATION

    (Comprising of Air Temperature, Atmospheric Pressure and Relative Humidity Sensor with

    Radiation Shield, Wind Speed and Direction Sensor, Rain Gauge Sensor and Data logger with IEC-104 Output)

    DUE DATE OF OPENING OF TENDER: 02.09.2020 (AT 12:30 HRS)

    Sr. No.

    PARTICULARS Page No.

    1 NIT up-loaded on web site 03-04

    2 Tender form, Scope & Policy for Acceptance 05-07

    3 Section-I (General Conditions and instructions to Tenderers). 09-29

    4 Section-II (Technical Specification for Weather Monitoring Station) 31-45

    5 Appendix-A (Important Commercial Terms & Conditions) 46

    6 Proforma-I (Undertaking) 47

    7 Schedule-A (Commercial Questionnaire) 48-50

    8 Schedule–B (Commercial Deviations) 51

    9 Schedule-I (Price & Quantity) 52

    10 Schedule-II (General Questionnaire) 53

    11 Schedule-III (Guaranteed Technical Particulars) 54-58

    12 Schedule-IV (Technical Questionnaire) 59

    13 Schedule-V (Details of Drawing submitted) 60

    14 Schedule-VI (List of Past Supplies) 61

    15 Schedule-VII (Technical Deviations) 62

    16 Schedule-VIII (Un-priced Schedule, Schedule for Offered Quantity, Taxes, & average Freight)

    63

    17 Schedule-IX (Check List) 64

    I N D E X

  • 3

    MADHYA PRADESH POWER TRANSMISSION CO. LTD. (A wholly owned Govt. of Madhya Pradesh Undertaking)

    CIN : U40109MP2001SGC014880, GSTIN : 23AADCM4432C1Z3 STATE LOAD DISPATCH CENTRE, NAYAGAON, Jabalpur (M.P.) 482008

    Phone. : (0761) 270-2744, 270-2753, Fax - : 0761-2970119, e-mail: [email protected]

    Web Site :www.sldcmpindia.com.

    TENDER NOTICE

    Tenders are invited in electronic form (through e-tendering mode only) for Supply, Installation & Commissioning of 03 No. Weather Monitoring System for SLDC, MPPTCL, Nayagaon, Jabalpur, Back up SLDC Bhopal and Sub SLDC Indore against following tender specification: -

    Tender No.

    Details of work Due date for submission

    EMD to be submitted

    Cost of Tender

    Document

    LDET-01/ 2020-21

    Supply, Installation & Commissioning of 03 No. Weather Monitoring Station for SLDC Jabalpur, Back up SLDC Bhopal and Sub SLDC Indore.

    01/09/2020 ₹. 16,000.00 ₹. 1,120.00

    “For updated/extended due dates for opening of tender (EMD in Envelope-A & Techno- commercial bid in Envelope-B) please refer to the online key dates.

    NOTE:- 1. Other details can be seen in the complete tender documents available on e-portal http://www.mptenders.gov.in.

    2. Tender document can be purchased only online and downloaded from main portal http://www.mptenders.gov.in by making online payment for prescribed non-refundable tender document cost using online Payment Gateway Services integrated in to the e-Procurement System, Services & gateway charges shall be borne by the bidder. Only in case the tender is dropped without opening, the tender cost shall be refunded after deduction of necessary portal charges. Manual purchase of tender is not allowed. It is mandatory for all the bidders to pay tender document cost to participate in the tender.

    3. The bid data should be filled in and the bid seals of all the envelopes and the documents which are to be uploaded by the bidders should be submitted online as per time schedule (Key Dates).

    4. The relevant portion of tender which tenderer has to fill online would be available on above website as per date mentioned in each tender document. The Company reserves the right to reject any or all the tenders or accept any tender in full or part as considered advantageous to the Company, weather it is lowest or not, without assigning any reason whatsoever it may be.

    5. Since the online bidders are required to sign their bids online using class III- Digital Certificates only, hence they are advised to obtain the same at the earliest. For further information, Bidders are requested to contact Madhya Pradesh State Electronic

    mailto:[email protected]://www.sldcmpindia.com/http://www.mptenders.gov.in/http://www.mptenders.gov.in/

  • 4

    Development Corporation Ltd, State IT Centre, 2nd Floor, 47-A, Arera Hills, Bhopal-462 011, Telephone No. 0755-2518500/269, E-mail: [email protected]. or helpdesk Telephone No. 0120-4001002/4000462/ 4001005/6277787.

    6. Bidders intending to participate in the Tender are required to get themselves trained on the e-procurement System.

    7. The bidders are required to invariably upload the documentary evidence of submission of EMD (or EMD Exemption certificate if applicable) in Envelope A without which online offer i.e. Envelopes B &C shall not be opened.

    8. The EMD of respective amount in favour of “RAO, MPPTCL, COLLECTION ACCOUNT, SLDC” JABALPUR, along with Hard Copy of tender & supporting documents duly filled in excluding Price & Quantity schedule, shall be submitted in the office of undersigned one day prior to the due date of opening of tender as per online key date.

    9. No offer will be accepted without valid Earnest Money Deposit, unless exempted by the Company. If on opening of tender, it is revealed that EMD amount is inadequate / any other discrepancy is noticed, the tender shall be rejected.

    10. The corrigendum or addendum to the bidding documents, if any as well as any change in due date(s) of opening of tender will be published on the website http://www.mptenders.gov.in & also Company’s website http://[email protected] & SLDC Website www.sldcmpindia.com but will not be published in newspapers. Hence participant bidders are advised to regularly visit the websites until the bid opening. The Company shall not be responsible in any way for any ignorance of the bidders about the corrigendum or addendum or change in the due dates (s).

    11. Last date for submission of physical documents [Envelope – A (EMD in original) & Envelope- B (Techno Commercial Bid)] is one day prior to the due date of opening of tender as per key dates. The date of opening of EMD & Technical Bid shall be the date of opening of tender for all purposes.

    12. The Tender document will be available on portal http://www.mptenders.gov.in on or after date 13.08.2020. The interested bidders are advised to regularly visit the portal for this purpose.

    Superintending Engineer (LD:E&T) SLDC, MPPTCL, Nayagaon, Jabalpur.

    mailto:[email protected]://www.mptenders.gov.in/http://[email protected]://www.sldcmpindia.com/http://www.mptenders.gov.in/

  • 5

    TENDER FORM (To be kept in Envelop-A)

    TENDER SPECIFICATION NO. LDET-01/2020-21 FOR

    SUPPLY, INSTALLATION & COMMISSIONING OF WEATHER MONITORING STATION

    Tender Document Sr. No. -------------------------------------------------- Issued to --------------------------------------------------- Cost of Tender document -------------------------------------------------- Received vide BC/DD/Pay order No. -------------------------------------------------- Drawn on Bank -------------------------------------------------- Signature & Seal of Issuing Officer.

    MADHYA PRADESH POWER TRANSMISSION CO. LTD. JABALPUR- M.P. (INDIA)

    The undersigned hereby tenders and offers (subject to Company's conditions of tendering) the M.P. POWER TRANSMISSION COMPANY LIMITED (hereinafter referred to as ‘Company’) to test and supply the plant, machinery and materials, deliver and execute and do the several works and things which are described or referred to in the enclosures and schedules to the Tender Specification No. LDET-01/2020-21 copies of which are annexed hereto and which under the terms thereof are to be supplied, executed and done by the Contractor 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 equipment / materials and (iii) All other conditions-wherever 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 in such a way that may be advantageous for the Company. Company's decision in this regard will be final. The tenderer will have no right to furnish any technical or commercial clarifications after opening of the bid, which may in any way alter the offered prices. System generated receipt dated ---------- for online payment towards cost of Tender Specification No. LDET-01/2020-21 is enclosed along with documents submitted in hard copy. Dated this _______________day of _______________2020.

    (Tenderer’s Signature)

    Name _____________________ Address ____________________

    Seal :-

  • 6

    SCOPE OF POLICY FOR ACCEPTANCE

    1.0 SCOPE: - This specification covers Supply, Installation & Commissioning of 03 No. Weather Monitoring Station for SLDC Jabalpur, Back up SLDC Bhopal and Sub SLDC Indore as per technical specifications. The detailed technical specification for Weather Monitoring Station comprising of Air Temperature, Atmospheric Pressure and Relative Humidity Sensor with Radiation Shield, Wind Speed and Direction Sensor, Rain Gauge Sensor, Data logger with IEC-104 Output and all others necessary accessories has been described in enclosed Section-II. The tenderers are requested to go through our technical requirements carefully. It may be noted that furnishing of all information as required in various Schedules is a must. In case, any of these Schedules duly filled in is not furnished or confirmations as required in the Schedules are not given, the tender will be treated as incomplete and may be liable for rejection without any correspondence by the MPPTCL. 2.0 INTENT :- SLDC (State Load Dispatch Centre) is responsible for carrying out real time operations for grid control and dispatch of electricity within the State through secure and economic operation of the State grid in accordance with the Grid Standards and the State Grid Code .In order to carry out these functions, SLDC has been equipped with the real time Supervisory Control & Data Acquisition system (SCADA / EMS ), Renewable Energy Management Centre (REMC), Unified real time dynamics state measurement (URTDSM ) and various other systems necessary for grid operations & control and forecasting of desired parameters efficiently. In real time SCADA / EMS system, 305 RTU/SAS has been configured to view real time data comprising of generation, IPP, CPP transmission and others system parameters necessary for grid operation and for steady state analysis of various type of events/Faults during system operation, REMC (Renewable Energy Management Centre) deals with real time data related to Renewable energy including weather parameters of 82 Nos RTU/SAS configured. The RTU /SAS reporting to REMC system is also equipped with sensors for weather monitoring. Further REMC system is comprising of Scheduling and forecasting application necessary for optimizing grid operation, URTDSM (Unified real time dynamics state measurement) in which 26 Nos of PMU has been installed in 6 Nos of Substation to measures system parameter at a sampling rate of 40 millisecond and are meant for transient and dynamics state analysis of various type of events/Fault during system operation. Weather data are also necessary for proper grid monitoring and forecasting and hence installation and commissioning of Weather monitoring system are proposed at SLDC Jabalpur, Back up SLDC Bhopal and Sub SLDC Indore. 3.0 ACCEPTANCE OF OFFERS:- The tenderers shall have to participate for the complete scope of tender. Specific requirements of e-tendering and commercial matters are indicated under various clauses of Section-I. Tenderers are advised to go through contents of various clauses of specific requirement for e-tendering and standard commercial terms & conditions very carefully. In case of non-compliance / lapse, responsibility for the same will rest on them.

    Tenderers are requested to go through our technical requirements given in Section-II carefully. Tenderers may note that furnishing of all information as required in

  • 7

    various schedules enclosed is a must. In case any of the schedules, duly filled in, is not furnished the tender may be treated as incomplete.

    While deciding placement of supply order and compliance to terms and

    conditions of the tender specifications, purchaser will also take into account such factors as performance against earlier contracts in terms of quality of equipment/material supplied as also performance of their equipment/material in our system, after sales service and adherence to prescribed time schedules. Offers of such manufacturers, who have poor track record of supply and / or equipment performance in earlier contracts may not be considered. The decision of the MPPTCL in this regard shall be final & binding on the tenderers. 3.1 MPPTCL reserves the right to take into account overall past performance of

    tenderers for the purpose of acceptance of their offer. The following conditions in this regard may be noted:-

    3.2 Notwithstanding, the financial and supply capacity criteria, it may be noted that the

    MPPTCL reserves the right to take into account past performance of the tenderer in regard to quality of supply of material, performance in regard to timely supplies and after sales services; for the purpose of evaluation of offer. It is not binding on the purchaser to accept the lowest or any offer. The

    purchaser reserves the right to place orders for individual items on different suppliers. The quantities are also subject to modifications at the time of placing the order.

    Tenderer may please note that MPPTCL reserves the right to increase or

    decrease the quantity.

    *******

  • 8

    SSeeccttiioonn--II

    GGEENNEERRAALL CCOONNDDIITTIIOONNSS AANNDD

    IINNSSTTRRUUCCTTIIOONNSS TTOO TTEENNDDEERREERRSS

    FFOORR

    SSUUPPPPLLYY,, IINNSSTTAALLLLAATTIIOONN && CCOOMMMMIISSSSIIOONNIINNGG OOFF

    WWEEAATTHHEERR MMOONNIITTOORRIINNGG SSTTAATTIIOONN

  • 9

    SECTION-I

    GENERAL CONDITIONS AND INSTRUCTIONS TO TENDERERS

    1.0 In Commercial Questionnaire, few questions towards various important commercial terms and conditions have been given. It is necessary to reply all the questions and furnish the information as mentioned therein. 2.0 The Tenderers are requested to furnish complete technical particulars for their equipment/material. In case any information is not available, no query shall be made and comparison shall be made on the basis of available information.

    3.0 The tenderers may kindly note that the offered prices for Weather Monitoring Station should be on FIRM basis only, as such no price variation shall be payable. It may be noted that in case Variable prices are offered, the offer may be rejected without any consideration. Scanned copies of General arrangement drawing and other drawings of the equipment/material offered and as stipulated in Section-II may please be uploaded/submitted. The drawing should indicate clear dimensions & material content, along with Technical literature giving constructional, operational and other details of each and every equipment/material that are offered in the tender.

    4.0 GOODS TO BE PROCURED:-

    The quantity of Weather Monitoring Station to be procured against this tender specification has been indicated in Schedule-I based on which prices are to be quoted.

    The Bidders are allowed to submit their offer subject to fulfilling financial, experience and supply capacity criteria as prescribed in the bid (Tender Specification).

    5.0 INSTRUCTIONS FOR ONLINE BID SUBMISSION:- 5.1 Bidders are requested to submit their offer as per conditions of this bidding

    document. In case of any deviation from conditions as specified herein, the offer will not be accepted.

    5.2 The bidders are required to submit soft copies of their bids electronically on the MP

    TENDERS Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the MP TENDERS Portal, prepare their bids in accordance with the requirements and submitting their bids online on the MP TENDERS Portal. More information useful for submitting online bids on the MP TENDERS Portal may be obtained at https://mptenders.gov.in/nicgep/app wherein the details and relevant links are available in the Bidders Manual Kit on the right pane of website which is also given as under:

    https://mptenders.gov.in/nicgep/app

  • 10

    Bidders Manual Kit - Open Source Software Link :-

    Sr. No.

    Particulars Downloads

    1. Notice to Bidders notice_to_bidders_v906.pdf

    2. Registration of Bidders

    Bidder_Registration_Manual_Updated_v906.pdf

    3. Uploading of My Documents

    MyDocument_Updated_v906.pdf

    4. Online e-Bid Submission

    Three_Cover_Bid_Submission_New_v906.pdf

    Two_cover_bid_submission_new_v906.pdf

    Four_cover_bid_submission_new_v906.pdf

    Single_Cover_bid_submission_New_v906.pdf

    5. Online Bid Withdrawal bid_withdrawal_updated_v906.pdf

    6. Online Bid Re-submission

    Bid_Resubmission_Updated_v906.pdf

    7. Clarifications (Tender Status, My Archive...)

    Enquiry_Updated_v906.pdf

    8. Trouble Shooting troubleshoot_document_v906.pdf

    9. BoQ Preparation Guidelines

    ItemWise_BOQ_New_v906.pdf

    Percentage_BOQ_Updated_v906.pdf

    ItemRate_BOQ_Updated_v906.pdf

    5.3 REGISTRATION:-

    1) Bidders are required to enrol on the e-Procurement module of the Central Public Procurement Portal (URL: https://mptenders.gov.in/nicgep/app ) by clicking on the link “Online bidder Enrolment” on the MP TENDERS Portal.

    2) As part of the enrolment process, the bidders will be required to choose a

    unique username and assign a password for their accounts.

    3) Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the MP TENDERS Portal.

    4) Upon enrolment, the bidders will be required to register their valid Digital

    Signature Certificate (Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India, with their profile.

    5) Only one valid DSC should be registered by a bidder. Please note that the

    bidders are responsible to ensure that they do not lend their DSCs to others which may lead to misuse.

    https://mptenders.gov.in/nicgep/app?component=%24DirectLink&page=BiddersManualKit&service=direct&session=T&sp=SJyj0hkopA8miq1mLQcY6SbfTBRLIRw3V7IIiwFP0XVQ%3Dhttps://mptenders.gov.in/nicgep/app?component=%24DirectLink&page=BiddersManualKit&service=direct&session=T&sp=SKmBPKNBBVWh9ruyyQJipz6J%2FFhwu9tRen2KLXbe36d6nRpT64Jd7W7s4mHz2cC7Khttps://mptenders.gov.in/nicgep/app?component=%24DirectLink&page=BiddersManualKit&service=direct&session=T&sp=S%2Fyzvv%2Frl78hvNCzHY%2BL7l6dGlPrgl3tbuziYfPZwLso%3Dhttps://mptenders.gov.in/nicgep/app?component=%24DirectLink&page=BiddersManualKit&service=direct&session=T&sp=SW7DoEz7T3IARlQDoaE50uEvlSlp49siP34%2FuBNSYauPaLcAtzVJc5BpCrkbE3pDMhttps://mptenders.gov.in/nicgep/app?component=%24DirectLink&page=BiddersManualKit&service=direct&session=T&sp=STZSgR0GKd3V7S1sNnkNkEK22Cb3jwy21OJpGHm0IdfJmvjkuCcGKM7kjNJwn1sz9https://mptenders.gov.in/nicgep/app?component=%24DirectLink&page=BiddersManualKit&service=direct&session=T&sp=Su6dVJsukNF76E4GKmdNC%2BNCbPiJnv7%2B2a9uzUXDEk%2BufnaTruLVusYH%2B9o4siOizhttps://mptenders.gov.in/nicgep/app?component=%24DirectLink&page=BiddersManualKit&service=direct&session=T&sp=SZ1R%2FCg3I7izQW3OmM8lnxCGitPWodrERVypLgPHQnpgC0yhl%2F%2BYci5HwiZ1M0Ur5https://mptenders.gov.in/nicgep/app?component=%24DirectLink&page=BiddersManualKit&service=direct&session=T&sp=S2dScIQTNj%2Bij3bwK1MuGASx0gdcqbwriKXQ3YxVUNtFOBs2ZFyRol7ffLNaV6a1phttps://mptenders.gov.in/nicgep/app?component=%24DirectLink&page=BiddersManualKit&service=direct&session=T&sp=SGvpW1gx9yQCeKyE9LRI67xtYjhiL%2BUZlr9BbL0bqBJrwoMR7Lfam6dYdHW5kRJ5%2Bhttps://mptenders.gov.in/nicgep/app?component=%24DirectLink&page=BiddersManualKit&service=direct&session=T&sp=S%2Ft9Rxi2oBMCu5ZYtUo6u0QukjeAthyLyAFtqPrAAQtA%3Dhttps://mptenders.gov.in/nicgep/app?component=%24DirectLink&page=BiddersManualKit&service=direct&session=T&sp=SADjuCi66QgSlclF9KSIEpPEvUpEI%2B6wNN7dDo6Gr98EDzJHiODez43KCpIdOomMNhttps://mptenders.gov.in/nicgep/app?component=%24DirectLink&page=BiddersManualKit&service=direct&session=T&sp=Sl0xuR56PPce%2F0dxegYoJCWrSJa6AlmBKy9XNuMoGlTM%3Dhttps://mptenders.gov.in/nicgep/app?component=%24DirectLink&page=BiddersManualKit&service=direct&session=T&sp=Sdwv0QsCLlYxPt8XXgZNUYwUgE58T5YwaZQ%2BS%2B7iqBZNOBs2ZFyRol7ffLNaV6a1phttps://mptenders.gov.in/nicgep/app?component=%24DirectLink&page=BiddersManualKit&service=direct&session=T&sp=SY%2BJhzrioc4HHIJd9yE%2FeeHTM13ZD0zFoVFjmKS6lXSkuc9PsAiFYqNnpygNStf53https://mptenders.gov.in/nicgep/app

  • 11

    6) Bidder then logs in to the site through the secured log-in by entering their user ID / password and the password of the DSC / e-Token.

    5.4 SEARCHING FOR TENDER DOCUMENTS:-

    1) There are various search options built in the MP TENDERS Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, Organization Name, Location, Date, Value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as Organization Name, Form of Contract, Location, Date, other keywords etc. to search for a tender published on the MP TENDERS portal.

    2) Once the bidders have selected the tenders they are interested in, they may

    download the required documents / tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder. This would enable the MP TENDERS Portal to intimate the bidders through SMS / e-mail in case there is any corrigendum issued to the tender document.

    3) The bidder should make a note of the unique Tender ID assigned to each

    tender, in case they want to obtain any clarification / help from the Helpdesk.

    5.5 PREPARATION OF BIDS :-

    1) Bidder should take into account any corrigendum published on the tender document before submitting their bids.

    2) Bidder should go through the tender document carefully to understand the

    documents required to be submitted as part of the bid. Bidder should note the number of covers in which the bid documents have to be submitted, the number of documents including the names and content of each document that needs to be submitted. Any deviation from these may lead to rejection of the bid.

    3) Bidder, in advance, should get ready the bid documents to be submitted as

    indicated in the tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF/JPG formats. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document.

    4) To avoid the time and effort required in uploading the same set of standard

    documents which are required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy,

    annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My Space” or ‘’Other Important Documents’’ area available to them to upload such documents. These documents may be directly submitted from the “My Space” area while submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission process.

  • 12

    5.6 SUBMISSION OF BIDS :-

    1) Bidder should log in to the site well in advance for bid submission so that they can upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues.

    2) Bidder has to upload scanned self-certified copies of credential/PQR documents against respective tender as specified in NIT.

    3) Bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document.

    4) Bidder has to select the payment option as “online” for payment of the tender fee / EMD as applicable.

    5) Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. If the price bid has been given as a standard BoQ format with the tender document, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to download the BoQ file, open it and complete the white coloured (unprotected) cells with

    their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the file name. If the BoQ file is found to be modified by the bidder, the bid will be rejected.

    6) The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission.

    7) All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done. Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid opener’s public keys.

    8) The uploaded tender documents become readable only after the tender opening by the authorized bid openers.

    9) Upon the successful and timely submission of bids (i.e. after clicking “Freeze Bid Submission” in the portal), the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details.

    10) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

  • 13

    5.7 ASSISTANCE TO BIDDERS:-

    i. Any queries relating to the tender document and the terms and conditions contained therein should be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender.

    ii. Any queries relating to the process of online bid submission or queries relating to

    MP TENDERS Portal in general may be directed to the 24x7 MP TENDERS Portal Helpdesk telephone No 0120-4001002.

    5.8 BID SUBMISSION:-

    Bidders should duly upload the documents and fill the tender. The online tender

    should be submitted before Tender Submission End date.

    5.9 SUBMISSION OF EARNEST MONEY DEPOSIT (EMD) :-

    The tenderer shall furnish as part of its Bid, Earnest Money along with their offer. The amount of earnest money shall be. ₹. 16,000.00 (Rs. Sixteen Thousand) only.

    Earnest Money shall be furnished in the following manners:-

    i. The EMD of respective amount as indicated against the tender, is to be

    submitted by bidder, either in the form of Bank Draft in favour of “Regional Accounts Officer, MPPTCL, COLLECTION ACCOUNT, SLDC”, Jabalpur OR by making online payment. The DD / system generated receipt for online payment of EMD shall be physically submitted in a sealed envelope super scribing “EMD of ₹. 16,000.00 in the form of DD/Cash against Tender Specification No. LDET-01/2020-21” as applicable.

    ii. In Cash to be deposited with REGIONAL ACCOUNTS OFFICER, MPPTCL, JABALPUR. Money Receipt, so obtained from the office of REGIONAL ACCOUNTS OFFICER, MPPTCL, JABALPUR should clearly indicate date, value of earnest money deposit, Bid Specification number for which earnest money has been deposited by the Bidder. Scanned copy of Money Receipt should be uploaded and Money Receipt in original should be submitted by the Bidder within stipulated period in accordance with procedure laid down above.

    iii. No offer will be accepted without valid Earnest Money Deposit unless

    exempted as detailed below of this Section-I. The copy of the documentary evidence shall be physically submitted in a sealed envelope super scribing “Exemption of EMD against Tender Specification No. LDET-01/2020-21” being SSI/NSIC registered unit. The following are exempted from payment of Earnest Money :-

    a. Registered Small-scale Industries of Madhya Pradesh or MSME registered

    firms of MP. b. Ancillary units of than Madhya Pradesh State Electricity Board. c. M.P. State/Central Government undertakings or fully owned State Govt.

    manufacturing unit with 100% Govt. shares.

  • 14

    d. Small-scale units enlisted with the National Small-scale Industries Corporation for Central Govt. Stores Purchase Programme.

    iv. 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 5.9 (ii) above.

    v. The EMD of participating tenderers shall be released only after completion of

    all contractual formalities including submission and acceptance of Security Deposit towards Performance Guarantee by the successful tenderer.

    vi. The Bidders covered under category 5.9 (iii) are required to upload scanned

    copy of relevant documents duly attested 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. Bidders are also requested to furnish the Hard Copies of all relevant documents within stipulated period in accordance with procedure laid down above.

    vii. 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.

    viii. The prospective bidders, who are submitting EMD envelope in physical form

    as detailed above for respective tender, will upload scanned self-certified copies of requisite EMD documents on the website along with tender offer.

    ix. If any mismatch is found in the documents submitted in physical form and that

    uploaded online, the documents submitted online shall be considered final and no justification in this regard shall be entertained by MPPTCL.

    5.10 Techno Commercial Bid:- Bidders must positively complete online e-tendering procedure at http://www.mpeproc.gov.in. They shall have to submit the following documents online in the website.

    i. Their complete techno-commercial offer containing detailed material description, specification and all commercial terms and conditions. This document should not contain any price part.

    ii. Techno-commercial information in the form of questionnaire and schedules as indicated in clause 37of this Section –I.

    iii. Hard copies of above techno-commercial offer, questionnaire and schedules (uploaded in the website) must be submitted in a separate sealed envelope superscribing “Techno-commercial bid for Tender Specification No. LDET-01/2020-21”.

    http://www.mpeproc.gov.in/

  • 15

    5.11 Price Offer :-

    Bidder shall have to submit the price offer documents downloaded from website and uploaded as per instructions therein. Physical submission of price bid will not be considered. The price offer of techno-commercially qualified bidder shall be opened online at the notified date. Bidders can view information of date of price offer opening by logging in to website.

    5.12 Opening of Tenders:-

    During the online Techno Commercial offer opening, the EMD/ tender cost part of all the bidders will be opened first and after the verification of the uploaded as well as physical copy of EMD / tender cost, the offers will be short listed for Techno-Commercial opening. Subject to fulfilment of conditions related to tender cost / earnest money deposit, the techno-commercial offers shall be opened and after evaluation of the same, the decision will be taken for selection of offers for the purpose of opening of price offer.

    5.13 Change in date & time of opening of bids:- Bids shall be opened on the due date and time as notified in the presence of the bidder or their authorized representative who may be present. If the due date of opening / submission of tender document is declared a holiday by the Central/State Govt. or Local administration, it will automatically get shifted to the next working day, for which no prior intimation shall be given. The tender opening shall be continued on subsequent dates in case opening of all the bids is not completed on the date of opening. In the event of any issue, the tender/bid data in question shall be liable for a due process of verification by the authorized officer of e-procurement system of Madhya Pradesh Power Transmission Co. Ltd., Jabalpur. It may please be noted that the due date/time of opening can be altered, extended, if desired by the Company without assigning any reason. However, due intimation shall be given / published.

    5.14 Hard Copies:-

    i. All the bidders shall invariably upload the scanned copies of documents i.e. DD/ SSI or NSIC registration, as the case may be, towards EMD and system generated money receipt for online payment of tender cost in e-procurement system and this will be the primary requirement to consider the tender/bid responsive.

    ii. The evaluation of techno-commercial offer shall be carried out after verifying

    the uploaded certificates / documents, DD/SSI or NSIC registration towards EMD and system generated receipt for tender cost in the e-procurement system.

    iii. The bidders shall invariably furnish the original DD towards EMD, system

    generated receipt for tender cost, hard copies of Certificates / Documents uploaded including Schedules (except Schedule-I) to the Tender Inviting

  • 16

    Authority within the date and time specified in the tender, either personally or through courier or post and the receipt of the same within the stipulated date shall be the responsibility of the bidder. The department will not take any responsibility for any delay in receipt / non-receipt of original DD towards EMD/tender cost, Certificates/Documents from the bidders before the stipulated time. On receipt of documents, the department shall ensure the genuineness of the DD towards EMD/tender cost and all other Certificates / Documents uploaded by the bidder in e-procurement system in support of the qualification criteria before opening of Price offer.

    iv. If any bidder fails to submit the original hard copies of uploaded certificate /

    documents, DD towards EMD / tender cost within stipulated time or if any variation is noticed between the uploaded documents and the hard copies submitted by the bidder, his offer shall not be considered for opening.

    5.15 The bidder has to keep track of any changes by viewing the

    addendum/corrigendum issued by the tender Inviting Authority on time-to-time basis on e-Procurement platform. The department calling for tender shall not be responsible for any claims/problems arising out of this.

    6.0 INSTRUCTIONS TO TENDERERS :-

    In Schedule-IV (Technical Questionnaire) and Schedule-A (Commercial Questionnaire), various important technical and commercial terms and conditions are given. It is necessary to furnish all the information as per Questionnaire in standard format without making any reference to any clause in the tender. The Questionnaire duly filled in and signed has to be uploaded / submitted along with the offer.

    6.1 The price offer shall include submission of details of prices strictly as per Schedule-

    I (Schedule of prices and quantity) in standard online format. It may be mentioned that no such information should be furnished in the price offer which may not be in conformity with details furnished in techno-commercial offer/bid. In case of any discrepancy, suitable loading on prices will be considered for which responsibility will rest on the bidders. The Bidder will be solely responsible for correctness of their quoted prices.

    6.2 Further submission of any additional information or document after opening of

    techno-commercial part of tender, which may affect the financial commitment or technical/commercial eligibility of tenderer, will not be allowed.

    6.3 It is obligatory on the part of the bidder to comply with all our commercial terms &

    conditions.

    6.4 The bid submitted by manufacturers of Madhya Pradesh State should be

    accompanied by tax clearance certificate, issued by concerned Commercial Tax officer, GOMP.

    6.5 The MPPTCL reserves the right (i) to reject any or all tenders or to accept any tender

    considered advantageous to the MPPTCL whether it is the lowest offer/ bid or not and (ii) to the quantities against the offer/bid on more than one firm for the same

  • 17

    items/works. No reasons will be assigned by the MPPTCL for this and this will be binding on the bidders.

    6.6 Tenders/Bids submitted through any other mode shall not be considered. 6.7 All Tenders/Bids should be made out in English.

    6.8 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 shall be clearly indicated in the Un-priced Schedule-I (in Envelope-B).

    6.9 The bidders are requested to furnish certification / requisite document / registration

    certificate whether they are covered under MSMED Act 2006 indicating category i.e. micro unit, small unit or medium enterprise.

    6.10 The bidders shall submit their eligibility and qualification details, techno-commercial

    bid (all Schedules), price offer/bid Schedule–I etc. in the standard formats displayed on e-procurement website / appended with the tender documents. The bidders shall upload the scanned copies of all the relevant certificates, documents etc. in support of Techno-commercial offer / eligibility criteria and other requisite certificate / documents on the e-procurement web site. The bidders shall sign on the statements, documents, certificates, uploaded by him, owning responsibility for their correctness / authenticity. The bidders may use the online briefcase feature of e-procurement website for keeping all the documents (scanned copies, PDF files, excel files etc.) that they may require to attach / upload during online tender/bid preparation process in order to complete the process in time and to avoid the possibility of session expiry / time out. The bidder shall attach / upload all the required documents for the specific tender during the tender/bid submission as per the tender notice and tender document.

    6.11 On the due date of e-tender opening, techno-commercial offer of qualified bidders (of

    those bidders having desired credentials & PQR and EMD as per NIT) will be opened online. MPPTCL reserves the right to extend the due date of opening of techno-commercial offer, considering participation of qualified bidders in the tender.

    6.12 The bidder will be solely responsible for the correctness / genuineness of the

    downloaded tender documents from the website. If the offer submitted through the downloaded tender documents is incomplete or with changed contents, the offer will be summarily rejected.

    7.0 VALIDITY OF BIDS:- The bid should be kept valid for a minimum period of six months from the date of its

    opening. The bids valid for less than six months will not be considered. No representation against rejection of bids on this ground will be considered.

    8.0 OPENING OF PRICE BID:-

    During the online EMD & Techno Commercial bid opening, the EMD / Bid cost part of all the bidders will be opened first and after the verification of the uploaded document as well as physical copy of EMD / Bid cost, the offers will be short listed for Techno-

  • 18

    Commercial opening. Subject to fulfilment of conditions related to earnest money deposit, the techno-commercial bids shall be opened and after evaluation of the same, the decision will be taken for selection of offers for the purpose of opening of price bid.

    9.0 IMPORTANT BID DETAILS:-

    1 Department Name : M.P.P.T.C.L

    2 Name of Purchaser : Superintending Engineer(LD:E&T)

    3 Tender Number : LDET - 01/2020-21

    4 Name of the Tender : Procurement of Weather Monitoring Station

    5 Tender Type : Three Part Tender

    6 Tender Cost : ₹. 1000.00 + ₹.120.00 (GST@12%)

    7 Tender Cost payable : Online payment

    8 Bid submission : Online

    9 Place of Tender opening : Jabalpur

    10 Officer Inviting Bids : Superintending Engineer (LD:E&T)

    11 Contact Person Executive Engineer (LD:E&T)

    12 Address/ E-mail id : [email protected]

    13 Contact Details: Tel. No. /Fax

    : 0761-2702753 (E.E), 2702744 (S.E),9425805182,9425804659 Fax 0761-2970119

    10.00 IMPORTANT KEY DATES:-

    Sr. No.

    Tender Stage Particulars Date & Time

    1. Publication of tender date online Tender Purchase online

    13.08.2020 17.00 Hrs

    2. Document download start date - 13.08.2020 17.30 Hrs

    3. Seek clarification Start Date - -

    4. Seek clarification End Date - -

    5. Pre-Bid Meeting - -

    6. Bid Submission Start Date Envelope C, Envelope A & B

    21.08.2020 10.30 Hrs

    7. Bid Submission End Date (On line submission)

    Envelope C, Envelope A & B

    01.09.2020 17.00 Hrs

    8. Bid Submission End Date (Physical Submission)

    Envelope A & Envelope B

    01.09.2020 17.30 Hrs

    mailto:[email protected]

  • 19

    9. Bid Opening Date (EMD & Techno Commercial bid opening)

    Envelope A & B 02.09.2020 12.30 Hrs

    10. Financial / Price Bid opening (for qualified tenderers only)

    Envelope - C (Price Bid)

    Will be informed

    later

    Note:- 10.1.0 The tenderer has to quote their rates online only in Schedule-I and to be kept in Envelope-C and uploaded online as per key dates. Please note that the Schedule of Price “Schedule-I i.e. Financial bid/Price offer (Envelope-C) will not be accepted physically. In case Envelope-C is submitted physically the offer/bid will be rejected. The offer of the eligible tenderers for the respective item shall be opened online as per key dates. 10.1.1 Last date for submission of physical documents in two copies will be one day prior to the due date of opening of tender as per online key dates & time. The same shall be opened (online & physical) as per key dates. 10.1.2 The tenderers have to submit EMD in Envelope–A in physical form & upload scanned copy of the same online as per key dates. 10.1.3 The tenderers have to submit documents in Envelope–B as per key dates.

    The date of opening of financial bid/price offer may vary depending upon time taken for techno-commercial evaluation. The tenderers may please keep themselves updated of price offer opening date from the e-portal.

    11.0 EVALUATION AND QUALIFICATION CRITERIA :- The financial and supply capacity criteria that will be taken into account to qualify the lowest-evaluated Tenderer are specified here in below. All these criteria shall be evaluated on a pass–fail basis only. L-1, L-2, L-3 etc. shall be decided on the basis of total offered price (total cost for Supply, Installation & Commissioning including freight & insurance and all taxes / duties). For each bid item wise cost would be computed by loading the ex-works price, installation & commissioning charges 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 fulfilment of Qualifying Criteria (Financial 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. 11.1 BASIC QUALIFICATION OF BIDDERS:-

    11.2 EVALUATION AND QUALIFICATION CRITERIA: The Financial Status,

    Experience, and Supply Capacity Criteria which will be taken into account to qualify the lowest-evaluated bidder are specified below. All these criteria shall be evaluated on a pass–fail basis only.

  • LDET-01/2020-21

    - 20 -

    11.3 EXPERIENCE CRITERIA :-

    The tenderers will have to substantiate that they have the capacity to design,

    manufacture and supply of weather monitoring station included in the offer within

    specified delivery schedule and they have dealt in RTU/SCADA/EMS business

    and have the capacity to integrate the weather monitoring system with existing

    SCADA/EMS system of SLDC/Backup SLDC/Sub-LDC. For the purpose of

    qualifying this requirement the tenderer have to submit clear

    certificates/documents as under: -

    A. That they are either qualified manufacturer or their authorized dealer who regularly

    manufactures the material/equipment of the type specified and dealing with

    Weather Monitoring Station.

    B. They should have a minimum experience of three years of design, manufacture or

    supply of Weather Monitoring Station (Sensors/data logger) to any of locations

    like Solar / Wind Park / SLDC / RLDC / Generating Station / EHV Sub Stations.

    C. The Weather Monitoring Stations commissioned by bidder should have been in

    satisfactory operation for at-least two years period from date of commissioning.

    D. The Weather Monitoring Stations commissioned by bidder should have been in

    satisfactory operation for at-least five locations in India in power sector ( i.e solar

    park/wind park/ SLDC/RLDC/EHV Sub Stations/Power Stations).

    E. The bidder should have ISO 9001:2015 or higher certification regarding quality and

    environment management system.

    F. The bidder is having its area office/support office in Madhya Pradesh so that

    support during guarantee period is available without delay. Proof in this regard is

    required to be attached with the offer.

    G. It may be noted that for the purpose of qualifying this requirement, the tenderer will

    have to submit Performance certificate certifying that the Weather Monitoring

    Station supplied and commissioned by bidder are operating satisfactorily for a

    period of at least two years. Performance certificate should be issued by the

    order placing authority and should not be more than five years old from the date

    of tender opening.

    H. Adequate information should be furnished along with relevant certificate from user

    agency to substantiate that the tenderer has a minimum of three years experience

    of design, manufacture or supply of weather monitoring station (Sensors/logger)

    as on the date of tender opening.

    The tenders not complying with these requirements shall be rejected.

    11.4 The Purchaser reserves the right to waive minor deviations if they do not

    materially affect the capability of the bidder to perform the contract.

    11.5 It has been noticed in the past Bids that some of the information furnished in the schedule of technical particulars and technical questionnaire does not match with each other. In order to avoid any discrepancy, it may be noted carefully that for the purpose of price evaluation, the details brought out by the Bidders in “Schedule of

    Technical Questionnaire” and “Schedule of Commercial Questionnaire” will be treated as final and evaluation will be done based on the information which will be given in these schedules. In case of any discrepancy in regard to information given in any other table, responsibility will rest on the Bidders. While this condition shall be applicable for the purpose of price evaluation, at the time of acceptance of

  • LDET-01/2020-21

    - 21 -

    offer, the Purchaser will have the right to take such of the values which are

    advantageous to the Purchaser.

    11.6 Bidders may note that even on fulfillment of all the qualifying criteria:-

    11.6.1 Offers of those Bidders who have been either debarred/ black listed for future business with Purchaser / MPSEB and its successor companies or their Contract has been terminated due to Contractor’s default may be summarily rejected.

    11.6.2 The Bidders, whose past performance has not been found to be satisfactory

    against previous Bids of MPSEB / Companies formed on restructuring of MPSEB, may not be considered for placement of order. Some of the factors which contribute to poor performance of a Bidder are as follows:-

    ▪ Non-execution of previous order(s) or inordinate delay in supply of material.

    ▪ Failure of material in testing & non-replacement of the same timely by the supplier.

    ▪ Failure of material as reported by the field officers. ▪ Non replacement of material which has failed / become defective within

    guarantee period. ▪ Poor past record of after sales services.

    11.6.3 It may be noted that participation on Joint Venture/ Consortium/ Association basis to meet the experience or supply capacity criteria or otherwise is not acceptable. The tender not complying with this requirement shall be rejected.

    12.0 COMPLETENESS OF OFFER:- It has been noticed in the past Bids that some of the information furnished in the schedule of technical particulars and technical questionnaire do not match with each other. In order to avoid any discrepancy, it may be noted carefully that for the purpose of price evaluation, the details brought out by the Bidders in “Schedule of Technical Questionnaire” and “Schedule of Commercial Questionnaire” will be treated as final and evaluation will be done based on the information which will be given in these schedules. In case of any discrepancy in regard to information given in any other table, responsibility will rest on the Bidders. While this condition shall be applicable for the purpose of price evaluation, at the time of acceptance of offer, the Purchaser will have the right to take such of the values which are advantageous to the Purchaser.

    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, 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 Bid and its opening. Bidders in case of doubt may feel free to seek clarifications required by them before submitting their offer. The Purchaser may or may not seek any clarification on the details furnished in the offer of individual bidder. Non submission of any details or document required may render their Bid offer liable for rejection. This may please be noted carefully.

    13.0 NON-RESPONSIVENESS OF BIDS:-

    The Bids received will be rejected summarily on the following grounds-

    i. The EMD as per Bid not uploaded / submitted.

    ii. The Bid cost as per Bid not uploaded / submitted.

    iii. The Bidder not fulfilling the experience and/or supply capacity criteria.

  • LDET-01/2020-21

    - 22 -

    iv. The Bidder not uploaded the required documents in support of experience and/or supply capacity criteria.

    v. The Bidder does not have adequate technical resources to execute the contract.

    vi. If various schedules as per Bid are not uploaded/submitted in the required format (PDF and/or excel file format, as applicable).

    vii. If the self-declaration regarding history of Litigation is not uploaded / submitted.

    viii. If the Tender form is not uploaded / submitted.

    ix. If the uploaded documents are not self-attested.

    x. Original DD towards EMD and hard copies of all the required documents (including all the uploaded documents except price bid) not furnished within stipulated time.

    xi. The Bidder not complying with the other terms and conditions as stipulated in Bidding Document.

    14.0 MPPTCL’S RIGHT TO ACCEPT OR TO REJECT ANY OR ALL BIDS:- The MPPTCL reserves the right to accept any bid, and to annul the bidding process and reject any or all bids at any time prior to award of contract without any obligation to assigning any reason whatsoever and without thereby incurring any liability to the affected Bidder or Bidders. MPPTCL, at its discretion may accept minor deviations in the qualifying techno-commercial criteria and in technical specifications of the offered equipment, in the interest of the company.

    15.0 POLICY FOR ACCEPTANCE OF OFFERS:- MPPTCL also reserves the right to take into account overall past performance of bidders for the purpose of acceptance of their offer. The following conditions in this regard may please be noted:

    15.1 Notwithstanding the experience and supply capacity criteria as stipulated in the bid

    document which have to be necessarily complied with for the purpose of qualifying against the bid, it may be noted that the MPPTCL reserves the right to take into account the supply capacity, past performance of the bidder in regard to quality of supply of materials, performance in regard to timely supplies and also performance in regard to making available supervisory services as well as after sales services, for the purpose of evaluation of offer as also for considering the same for acceptance.

    15.2 It may please be noted that MPPTCL expects that bidders are submitting their offer for full

    quantity, it will be obligatory on the part of bidder that they offer minimum 100% quantity covered under the bid. The Bid with a quantity offered less than this quantity shall not be considered for evaluation and placement of order.

    . 16.0 PAYMENT TERMS & PROCEDURE:- 16.1 100% Payment towards supply, installation & commissioning of equipment along with

    GST shall be released within 30 days from the date of submission of bill after completion of work at site in good condition. The MPPTCL shall not be liable for any interest due to delay in payment. GST shall be payable if raised in the bill & GST registration number should be mentioned in the bill.

    16.2 PRICES:- The prices shall be quoted for supply of Weather Monitoring Station on F.O.R.

    destination basis including installation & commissioning at site strictly as mentioned in Schedule-I with breakup of prices as indicated in the above schedule including all charges towards taxes, duties, transportation etc. No other charges are payable.

  • LDET-01/2020-21

    - 23 -

    16.3 FIRM & FIXED PRICES:-The prices against this bid specification shall be on “FIRM” (Fixed) cost basis and no price variation whatsoever shall be payable.

    17.0 TAXES:-

    a. Ex-works prices and freight charges should be quoted exclusive of GST. The rate

    and amount of GST as applicable should be mentioned separately in given schedule.

    b. The GST shall be payable as per actual subject to submission of documentary

    evidence.

    c. GST on raw material / semi-finished product shall not be payable extra and is

    treated as included in the quoted F.O.R. prices. Also, variation in GST on raw material / semi-finished product, if any, during the pendency of order, shall be borne by the suppliers.

    Any variation in GST shall be payable subject to submission of documentary evidence within the contractual delivery period of the contract only. The GST on finished equipment/material will be paid by the purchaser as per the rates in force at the time of dispatch, provided the actual delivery is in conformity with the contractual delivery schedule. If there has been delay in delivery and extension in time has been granted by the purchaser covering such delay, then the GST will be paid as per rates in force at the time of dispatch. If however, there is delay and extension in time is not granted, payment of GST on finished equipment shall be limited to the rates applicable to the contractual delivery period / or the actual delivery date whichever is less.

    d. The bidder shall ensure that if any rebate in the taxes is available to them in

    instant tender, the same is passed on in the remark column of the price Schedule-I.

    Any variation in taxes and/or duties shall be payable subject to submission of documentary evidence within the contractual delivery period of the contract only.

    18.0. CONSIGNEE:-The material shall be delivered to the respective locations:-

    (i) The Superintending Engineer (LD:E&T), SLDC, MPPTCL, Nayagaon, Jabalpur. (ii) The Executive Engineer, Back Up SLDC, Govindpura , Raisen Road, Bhopal. (iii) The Executive Engineer, Sub SLDC, 400 KV Station ,Khandwa Road, Indore.

    19.0. DELIVERY PERIOD & COMPLETION SCHEDULE: - 19.1 DELIVERY:-

    i. Timely delivery of the material would be the essence of the contract. Accordingly, delivery, installation and commissioning are required to be completed on top most priority. The delivery of equipment and completion schedule shall be counted from the date of issue of contract. period & bidders are required to submit the delivery and completion schedule with the offer.

    ii. Delivery of the material shall be reckoned from date of order. The entire material shall be offered for inspection by the successful bidder within 30 days from the date of

  • LDET-01/2020-21

    - 24 -

    issue of this order after which inspection shall be arranged by MPPTCL at the premises of supplier / manufacturer and subject to satisfactory report DI shall be issued by MPPTCL. Material shall be delivered within 30 days from the date of DI.

    iii. The date of offer for inspection shall be treated as date of readiness of the material intimated by the successful bidder. The material approved for delivery shall be delivered within 30 days from date of issue of dispatch clearance. In case the material is not received within 30 days from the date of issue of dispatch clearance, the actual date of receipt will be considered as date of delivery for the purpose of calculating penalty.

    iv. The Bidder shall be entirely responsible for arranging the required quality/ quantity of material.

    19.2 INSTALLATION & COMMISSIONING :- The Weather Monitoring Station shall be installed & commissioned by the firm at the following locations :-

    (i) SLDC, MPPTCL, Nayagaon, Jabalpur (ii) Back Up SLDC, Raisen Road , Bhopal. (iii) Sub SLDC, Khandwa Road ,Indore.

    The firm shall depute installation & commissioning team along with the required material and tools & tackles to the site and all the expenses on this account including travel, accommodation, transportation, communication etc. shall be borne by the firm.

    20.0 SECURITY DEPOSIT:- The supplier shall have to deposit an amount of 10% of the total value of order within 15 days from the date of purchase order, towards the security deposit for performance guarantee and also for faithful performance of the terms & conditions of the order, in any of the following form only :-

    i. Payment should be made through Demand Draft in favor of “RAO MPPTCL COLLECTION ACCOUNT SLDC” JABALPUR or through RTGS/NEFT. The detail is given below :-

    Name of Account :“RAO, MPPTCL COLLECTION ACCOUNT SLDC” JABALPUR.

    Current Account No. : 571701010050209.

    Name of Bank : UNION BANK OF INDIA.

    Branch Address : SHAKTI BHAVAN ROAD, JABALPUR.

    IFSC Code : UBIN0557170.

    ii. Bank Guarantee on any Nationalized / Scheduled Bank strictly as per Board’s /

    MPPTCL proforma which shall be furnished along with purchase order. The Bank Guarantee shall be sufficiently valid to cover the Guarantee period and 6 months lodgement period.

    The Security Deposit shall be returned only on request & after faithful performance of the terms & conditions of the order and on expiry of the guarantee period, provided there are no claim for recovery against the supplier.

    . Submission of Security Deposit 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 against the tenderer as per terms of order which may include invoking risk purchase clause of the order.

  • LDET-01/2020-21

    - 25 -

    20.1 The facility of depositing Permanent Security Deposit has been discontinued and hence the security deposit shall have to be furnished separately for individual supply order / contract.

    21.0 PENALTY:- 21.1 The supply, installation & commissioning of equipment/material at SLDC, MPPTCL, Jabalpur shall be deemed to be the essence of the contract. In case of delay in delivery, installation & commissioning, a penalty @ 0.5% of the order value per week or part thereof, subject to a maximum of 10% of order value shall be recovered from the firm towards delay. Goods and Services Tax shall also be applicable on penalty amount. 21.2 In case of delayed delivery of material, the purchaser may at his option impose a penalty calculated at the above rate for such portion of equipment delivered which cannot be put to use for which it was meant as a consequence for such delay.

    21.3 In case any of the Weather Monitoring Station /accessories are found to be defective in materials or workmanship or develops defects during service, same shall be replaced / repaired by the supplier free of all charges within 15 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 Weather Monitoring Station /accessories, the MPPTCL may at its option recover penalty @ 0.5% of ex-works price for each week or part thereof subject to a maximum of 10% of the cost of equipment, which undergo any defects. 21.4 In case of delay in installation of the Weather Monitoring Station /accessories as per instructions of concerned EE, a penalty @ 0.5 % of cost (ex-works price of material for delayed portion & installation charges) per location for each week or part thereof subject to a maximum of 10% of cost per location where delay occurred. 22. TRANSPORTATION:-The road transportation charges (i.e. freight including loading of material into the truck at firm’s works, transportation from the works to the specified destination, unloading and stacking of material) 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 transportation of material upto the destination shall rest with the Supplier. The unloading and stacking of material and verification/counting thereof shall be arranged by the supplier.

    23.0 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 Bid and will also be excluded from the scope of contracts which would be placed against this Bid. Although transit insurance has been excluded from the scope of supply, responsibility for safe delivery of the materials upto the destination anywhere in MP shall rest on the supplier, and therefore for this purpose necessary arrangement may be made by the Bidders at their cost.

    The successful bidder will supply the materials to the consignee and will be responsible for the transit risks. It shall be the responsibility of successful bidder to ensure proper packing and safe delivery of materials. Any loss or damage caused to the materials during transit shall be made good by him free of all charges within 30 days from the date of consignee’s intimation in writing.

  • LDET-01/2020-21

    - 26 -

    24.0 EXTENSION ORDER:-The MPPTCL reserves the right to place extension order for additional quantity of Weather Monitoring Station on same rates, terms & conditions and within twelve months from the date of placement of main order. 25.0 PERFORMANCE GUARANTEE:-

    i. All parts of Weather Monitoring Station shall be guaranteed for satisfactory performance for a period of 12 months from the date of installation or 18 months from the date of receipt at site whichever happens to be later.

    ii. Any defect due to faulty material or workmanship found during guarantee period

    shall be rectified on site free of cost within 15 days of notification.

    iii. In case, the replacement of defective material is not made within stipulated period then apart from operating clause of Penalty (which provides for imposition of penalty/ liquidated damages, risk purchase/repair at supplier’s cost and cancellation of the contract), the MPPTCL may also take suitable penal action against the supplier, which may include encashing the Performance Security to the extent required besides debarring the firm from all future business with the MPPTCL for a period which will be at the discretion of MPPTCL.

    iv. The defective / rejected material shall be collected by you from Site and after rectification shall be returned (installed) to site at your own cost.

    v. The bidder shall furnish all relevant technical guaranteed particulars of the materials offered. Offers without such details may not be considered.

    26.0 FORCE MAJEURE:- Deliveries stipulated in the purchase order shall be subject to force majeure conditions. The force majeure circumstances/conditions shall include strikes, lock-outs, war, fire accidents, earthquakes, floods, national calamity, riots, civic commotion, damage to plant, stoppage at the works and/or any other reasons whatsoever beyond reasonable control of the supplier. Prevalence of force majeure will have to be got certified by appropriate Government 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 MPPTCL shall verify the facts and grant such extension as the facts justify, for which the supplier shall submit this representation with documentary evidence.

    27.0 QUANTITY:-The quantities indicated in Schedule-I are provisional. The MPPTCL reserves the right to vary the quantities to any reasonable extent while placing the order.

    28.0 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. It should however be noted that no rebate will be accepted once the bid is submitted by the bidder. 29.0 DISPUTE:-All suits or proceedings relating to any dispute or claim arising out or in the course of performance of the contract shall be filed exclusively in the court situated at Jabalpur. The Courts at Jabalpur shall have exclusive jurisdiction in all matters of Disputes. 30.0 TERMINATION:-In the event of any breach of the terms of the order, the Purchaser reserves the right to cancel the order for part or whole of the materials yet to be supplied and to purchase elsewhere on account and at the risk of the supplier, part or whole of the materials not supplied. 31.0 RECOVERIES OF LIABILITIES AGAINST OTHER CONTRACTS:-Any amount recoverable from the successful Bidder against earlier contracts with the MPPTCL/MPSEB will

  • LDET-01/2020-21

    - 27 -

    be adjusted from payment due and/or performance security furnished against the contract that may be awarded under this specification.

    32.0 CORRUPT PRACTICES:-In case during Bid evaluation or after award of contract, it is found that the information furnished by Bidder is not correct and bidders engaged in corrupt/fraudulent practices in competing for the contract, the matter will be taken seriously. Under such circumstances either Bid will be considered as non-responsive or if contract is awarded, same will be cancelled immediately at the risk and responsibility of the Bidder.

    33.0 INSPECTION :-

    (i) If required, MPPTCL may depute his officer for inspection of the material being offered by the firm against this tender. In case the sample is found to be lacking in any respect or is found unsatisfactory in terms of specifications, the offer may be liable for rejection.

    (ii) If required the material may again be inspected at the premises of successful lowest bidder after placement of order. In such case, no material shall be dispatched from the point of manufacture unless the material is found satisfactory.

    (iii) The acceptance of any quantity of the material shall in no way relieve the successful tenderer of his responsibility for meeting all the requirement of this specification and shall not prevent subsequent rejection if such equipment are later found to be defective.

    (iv) 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 reason, shall be required to remit all expenses incurred in organizing inspection including travel expenses plus a sum of ₹. 10,000.00 per officer per inspection call.

    34.0 AUTHORIZATION CERTIFICATE:-The firm must have an authorization of the company to sell the product offered by them. It is essential for the firm that they shall submit the copy of authorization certificate/letter issued by the product manufacturer along with the validity period with the offer. Please note that, the offer submitted by the firm without authorized certificate shall not be considered.

    35.0 COMPLIANCE WITH OTHER CONDITIONS:-Although all other conditions have clearly been spelt out in the bid document, it is once again brought to the notice of bidder that they should go through the bid document carefully and comply all other conditions also like furnishing of list of past supplies, GST Clearance Certificate, Authorization Certificate etc.

    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 bid for the offered material. 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 Bid 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 MPPTCL will make any correspondence with the bidder. The documents and details as called for in the bid must be submitted without making any reference to submission of such certificate against past order, bid or past experience of supplies with the MPPTCL etc. All bids wherein these conditions are not complied with may run the risk of rejection without any correspondence from our side.

  • LDET-01/2020-21

    - 28 -

    36.0 DEPARTURE FROM THESE CONDITIONS AND SPECIFICATIONS :-

    Should the Bidder desire to depart from these conditions and/or concerned

    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.

    37.0 DETAILS OF DOCUMENTS TO BE SUBMITTED :-

    A. Following Standard online formats are required to be filled in:-

    (i) Details related to EMD & Important Terms and conditions (in Envelope-A).

    (ii) Schedule-IV & VII Technical Questionnaire & Schedule of Technical deviations (in Envelope-B).

    (iii) Schedule-I: Prices and Quantity (in Envelope-C). B. Following documents are required to be uploaded in Standard format as attached with

    this bid document to participate in the bidding process:-

    (i) EMD (in Envelope-A).

    (ii) Documentary evidence regarding Exemption for SSI/NSIC units, if applicable (in Envelope-A).

    (iii) Bid Cost Demand draft (in Envelope-A).

    (iv) Tender Form (in Envelope-A).

    (v) Audited Financial Statements for last three years (in Envelope-B).

    (vi) Quantity supplied during past 3 FY (in Envelope-B).

    (vii) Copies of last order received / executed indicating details of Prices and Quantity for the Tendered item (in Envelope-B).

    (viii) Schedule-III: Guaranteed Technical Particulars (in Envelope-B).

    (ix) Schedule-VI: List of past supplies (in Envelope-B).

    (x) Schedule-II: General Questionnaire (in Envelope-B).

    (xi) Schedule-A: Commercial Questionnaire (in Envelope-B).

    (xii) Schedule-VIII: Un-priced schedule (in Envelope-B)

    (xiii) Schedule-IX: Check List (in Envelope-B).

    (xiv) Any other documents that bidder wish to upload (in Envelope-B).

    C. The documents for which hard copies are to be submitted:- The hard copies of all the documents listed in A & B above except Price Bid (Schedule-I) shall be submitted in two copies within specified time schedule as mentioned in the Key Dates. Further hard copies of following documents shall also be submitted.

    (i) Orders under execution/executed recently for other Utilities along with bid for the offered item containing full scope of supply indicating price and quantity schedule.

    (ii) Performance Certificate from the user departments.

    (iii) GST registration certificate.

    (iv) GST clearance certificate.

  • LDET-01/2020-21

    - 29 -

    (v) Dealership/Authorization Certificate from product Manufacturer

    (vi) Declaration regarding Litigation History.

    ************

  • LDET-01/2020-21

    - 30 -

    SSeeccttiioonn--IIII

    TTEECCHHNNIICCAALL SSPPEECCIIFFIICCAATTIIOONN

    FFOORR

    SSUUPPPPLLYY,, IINNSSTTAALLLLAATTIIOONN && CCOOMMMMIISSSSIIOONNIINNGG OOFF WEATHER MONITORING SYSTEM/STATION

  • LDET-01/2020-21

    - 31 -

    SECTION-II

    TECHNICAL SPECIFICATION FOR WEATHER MONITORING SYSTEM/STATION

    1.0 This section provides information regarding desired technical specification of Weather Monitoring Station comprising of Air Temperature, Atmospheric Pressure and Relative Humidity Sensor with Radiation Shield, Wind Speed and Direction Sensor, Rain Gauge

    Sensor, Data logger with IEC-104 Output ( Any brand out of MB control & Systems Pvt Ltd., Dynalab Pvt Ltd, Pulsonic or equivalent standard make ) to be delivered, installed and commissioned. In addition, desired technical qualification of the Tenderers to qualify the tender has also been elaborated. This section also contains various forms and schedules/Annexure which are to be duly filled in and furnished alongwith the tender. It is not the intent to specify completely herein all the details of design and construction of Materials. However, the material shall conform, in all respect, to the high standards of design and workmanship and be capable of performing the duties specified herein.

    1.1 SCOPE OF SUPPLY:- The contractor shall provide the complete Weather Monitoring

    Station, comprising of sensors, mounting pole/ cabinets, cabling, installation, commissioning and integration and associated support requirements defined in this Specification.

    1.2 Should the contractor elect to subcontract manufacturing, installation or any other work defined herein, it shall remain the contractor’s responsibility to manage the complete procurement, installation, commissioning and integration.

    1.3 The contractor shall be responsible for supplying all hardware, software, installation, and

    field implementation as defined in this Specification. The contractor shall also provide complete documentation, training and testing to fully support the hardware and software provided.

    1.4 The Weather Monitoring Station, cabinets, Sensors/transducers, data logger, cables and

    all associated hardware and software procured with this Specification will be installed at SLDC, backup SLDC and Sub-LDC which will be supervised by SLDC representative.

    1.5 It is SLDC intent that the contractors use as much standard hardware and software as

    possible, however, all of the functional requirements of this Specification must be satisfied. The use of the contractor’s standard hardware and software may cause the contractor to conclude that there is need for additional items not specifically mentioned in this Specification. The contractor shall supply all such items and provide a complete Weather Monitoring Station design that meets all of functional requirements defined in this Specification.

    1.6 Weather Monitoring Stations are proposed for real-time monitoring of weather

    parameters required for grid monitoring and control of the MP power system and will be located in SLDC/backup SLDC and Sub-LDCs.

    1.7 The Weather Monitoring Stations and Associated Hardware & Accessories offered shall

    be complete with all component necessarily for their effective and trouble free operation. Such component deemed to be within the scope of supply of tenderer irrespective of weather these are specifically brought out in this specification and / or in the commercial order or not.

  • LDET-01/2020-21

    - 32 -

    2.0 STANDARDS :- Unless otherwise mentioned in the specification the offered Weather Monitoring system shall be supplied with all guaranteed technical particulars generally conforming to meet the requirement of the latest relevant national and international standards. Bidders shall clearly state the standards to which the Weather Monitoring system offered by them conforms.

    3.0 TECHNICAL SPECIFICATIONS :– The offered Weather Monitoring Station shall conform to following technical specifications: -

    Sr. No. Particulars Desired Specifications

    (A) Air Temperature, Atmospheric Pressure, and Relative Humidity Sensor with Radiation Shield/Outer Shelter/ Weather Shield

    1. Make MBCS, Dynalab, Pulsonic or equivalent standard make

    2. Model No.

    3. General Features

    a. Specification for Temperature Sensors :-

    i. Measuring Range -33 °C to +115°C or better

    ii. Temperature Accuracy ±< 0.3°C

    iii. Temperature Stability

  • LDET-01/2020-21

    - 33 -

    Sr. No. Particulars Desired Specifications

    ii. Temperature Coefficient -Ve or Zero approaching

    iii. Response Time Fast response approximately 10-15 sec

    iv. Power Consumption 5 to 500 W

    v. Input Voltage 10 to 40 V DC

    vi. Output Voltage RS 484 Modbus output /4 to 20 mA

    vii. IP Protection Class

    IP65 or better

    viii. Protection Reverse polarity and Lightning & Surge Protection for data, power lines and other associated devices.

    ix. Surge Protection

    1KV

    x. Weather Shield/ Radiation Shield/Outer Shelter

    Weather shield coated with weather proof reflective paint and also that have multiple plates to block direct and reflected solar rays. It's designed to ease the air flow inside the shelter. The plate material is specially formulated for high reflectivity, low thermal conductivity, and maximum weather resistance.

    xi. Certification Test certification from NABL LAB is to be provided along with offer.

    f. Accessories :-

    i. Cable Length

    As per Site Requirement during installation and commissioning.

    ii. Mounting

    Pole Mounting or as per site survey requirement.

    (B) Wind Speed and Direction Sensor :-

    1. Make MBCS, Dynalab, Pulsonic or equivalent standard make

    2. Model No.

    3. General Features

    Specification for Wind Speed and Direction Sensor :-

    i. Measurement principle Rotating Cup Technology

    ii. Wind Speed Range

    0-85 m/s (0 to 306 Km/Hrs)

    iii. Wind Direction Range 0-360°

  • LDET-01/2020-21

    - 34 -

    Sr. No. Particulars Desired Specifications

    iv. Starting wind speed

    0.2m/s or better

    v. Suitability Suitable all wired and wireless installation

    vi. Wind Direction Resolution

    vii. Wind Direction Accuracy

    5° (No dead band/spot) or better

    viii. Wind Speed Resolution

    0.01 m/s

    ix. Output signal & Communication Pulse (Reed Switch) Wind Speed, Analog 0-2.5 V Wind Direction /RS485 MODBUS

    x. Connection Wire with suitable number of Leads.

    xi. Operating temperature

    -40°C to +75°C

    xii. Power Consumption < 5 AMP

    xiii. IP Protection Class

    IP65 or better

    xiv. Protection Reverse polarity and Lightning & Surge Protection for data, power lines and other associated devices.

    xv. Certification Test report from IECRE and MEASNET test laboratory is to be submitted.

    (C) Specification for Rain Gauge Sensor :-

    i. Measurement Principle

    Tipping bucket system with at least one spoon

    ii. Rain Orifice area/ Collecting funnel size

    200 cm²

    iii. Measuring Range of Rain Rate

    0.2 to 550 mm/hr Freezing to 60°C

    iv. Starting Threshold

    0.25 mm

    v. Accuracy

    2% or better

    vi. Resolution

    0.2 mm or better

    vii. Stability

  • LDET-01/2020-21

    - 35 -

    Sr. No. Particulars Desired Specifications

    ix. Switching Speed 0.25 ms

    x. Surge Protection

    Transient protection

    xi. Output

    NO / NC

    xii. IP Protection Class

    IP65 or better

    xiii. Protection Reverse polarity and Lightning & Surge Protection for data, power lines and other associated devices.

    xiv. Special features

    (a) Should have High-speed self-emptying mechanism for high precipitation and self balancing feature

    (b) Should have bird spike and metal mesh

    (c) Easy to maintain and simple to clean with a removable funnel sieve/sift

    (d) Tilt angle sensitivity should be of Cosine response and should be of High linearity.

    xv. Certification Test report from IECRE and MEASNET test laboratory is to be submitted.

    (D) Technical specification for Data Logger with IEC 104 Output :-

    i. Protocol supported IEC 104 Output

    ii. Internal Memory Minimum 2 GB

    iii. Analog Digital conversion 12 bit double slope ADC or even faster rate

    iv. DI port Minimum 8 port

    v. DO port Minimum 4 port

    vi. AI port /RS 485 port Minimum 1 port logger with RS485 port shall be preferred.

    vii. Ethernet ports Minimum 2 port

    viii. Analog and digital input Support 4 to 20 mA, RS 485 or equivalent & MODBUS

    ix. Time synchronization

    The data logger will be set from time

    synchronization messages received from

    SCADA using IEC 60870-5-104

    protocol.

    x. Analog data update

    Within 10-15 seconds.

    xi. IP65 Junction box Mounting for junction box with SMPS, SPD for power supply etc

    xii. Power Supply protection Over voltage and under voltage protection shall be provided within the

  • LDET-01/2020-21

    - 36 -

    Sr. No. Particulars Desired Specifications

    power supply to prevent the logger internal logic from being damaged as a result of a component failure in the power supply and to prevent the logger internal logic from becoming unstable and causing mis operations as a result of voltage fluctuations.

    xiii. Test report Test report from NABL accredit lab is to be submitted along with offer.

    xiv. Expandability

    The RTU should be expandable in respect of AI, DI, Ethernet, RS485 ports by addition of additional modules.

    a. Other General Features regarding Weather Monitoring Stations :-

    i. Power Consumption Approximately 500 W

    ii. Input Voltage 220V AC + 10%

    iii. Power Consumption Very low power consumption with high speed CMOS IC

    iv. Integration with existing System and demonstration of all-weather parameters

    With GE Make SCADA/EMS system at backup SLDC and Sub-LDC while with two separate systems at SLDC Jabalpur through separate ethernet ports (i) SCADA/EMS system of GE make (ii) REMC system of siemens make

    v. Cable Lengt