59
1 of 59 CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA OFFICE OF THE GM (Elect.), MRT CIRCLE POWER HOUSE COLONY, UNIT-VIII, BHUBANESWAR-751012 Telephone/Fax: 0674-2394232, [email protected] FOR PROCUREMENT OF 3P, 4W, 20-100A , Class-1.0, Static and ISI marked Whole Current Meter(Category-C) Date of Opening of Tender: Dt. 03.10.2015 Time: 03.30 P.M. Onwards Place: MRT Circle Office, Power House Colony Bhubaneswar. TENDER TENDER TENDER TENDER SPECIFICATION No. SPECIFICATION No. SPECIFICATION No. SPECIFICATION No. MRT Circle / CESU / 3ph x 4w Static 20-100 A W/C Eng Mtr with Box (DLMS)/17/ 2015-16

FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

  • Upload
    haanh

  • View
    218

  • Download
    2

Embed Size (px)

Citation preview

Page 1: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

1 of 59

CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA

OFFICE OF THE GM (Elect.), MRT CIRCLE

POWER HOUSE COLONY, UNIT-VIII, BHUBANESWAR-751012

Telephone/Fax: 0674-2394232, [email protected]

FOR PROCUREMENT OF

3P, 4W, 20-100A , Class-1.0, Static and ISI marked Whole

Current Meter(Category-C)

� Date of Opening of Tender: Dt. 03.10.2015

� Time: 03.30 P.M. Onwards

� Place: MRT Circle Office, Power House Colony Bhubaneswar.

TENDER TENDER TENDER TENDER SPECIFICATION No.SPECIFICATION No.SPECIFICATION No.SPECIFICATION No.

MRT Circle / CESU / 3ph x 4w Static 20-100 A W/C Eng Mtr with Box (DLMS)/17/ 2015-16

Page 2: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

2 of 59

CONTENTS

SECTION No DESCRIPTION PAGE NO.

Tender Notice 3-4

Section- I Invitation for Bids (IFB) 5-8

Section- II Instruction to Bidders (ITB) 9-17

Section- III General Terms and Conditions of Contract (GTCC) 18-25

Section- IV Technical Specification of Meter & Meter Box 26-43

Section- V List of Annexure (Schedules & Formats) 44

Annexure - I Abstract of GTCC 45

Annexure -II Declaration Form 46

Annexure - III PBG Format 47-48

Annexure –

IV(A)

GTP of 3P, 4W, 20-100A , Class-1.0, Static and ISI

marked Whole Current Meter 49-53

Annexure – IV(B) GTP of T.P BOX FOR 3 PH4W, 20-100A WC METER 54

Annexure - V Price Schedule 55

Annexure - VI

(A) Technical Deviation Sheet 56

Annexure- VI (B) Commercial Déviation Sheet 57

Annexure - VII Self Declaration Form 58

Annexure-VIII Self declaration form for succesful execution of

Purchase Order 59

Page 3: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

3 of 59

CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA

OFFICE OF THE GM (Elect.), MRT CIRCLE

POWER HOUSE COLONY, UNIT-VIII, BHUBANESWAR-751012

Telephone/Fax: 0674-2394232, [email protected]

TENDER NOTICE

Tender Notice No: CESU/MRT Circle/ Tender/ Metering Material/ 04/Vol-I/15-16/ 2576 Dt-09.09.2015

For and on behalf of the CESU, the undersigned invites sealed tenders in duplicate on two part bidding system from the

eligible bidders, who comply to the terms and conditions for the supply of following materials super scribing the Tender

Specification No., Name of the material & date of opening (as mentioned in the specifications).

The tender papers can be obtained from the undersigned at the above address on payment of the cost of Tender Paper indicated

below in shape of A/C payee D.D drawn on any Nationalized Bank in favour of the “CESU,MRT Circle Bhubaneswar” payable

at Bhubaneswar & the related money receipt issued by CESU against the Tender paper cost should be accommodated in bid while

submitting the bid documents. The cost of tender paper is non-refundable.

SCHEDULE OF MATERIALS TENDERED:

Sl.

No Tender Specification No. Name of Materials Unit Quantity

Cost of Tender

Paper (Rs.)

EMD

(Rs.)

1 MRT Circle / CESU / paper

seals /16/ 2015-16

Pilfer proof seal sticker

(paper seal)For MRT use

only

Nos. 100000 1,600/- + 5%

VAT = 1,680/- 3,000/-

2

MRT Circle / CESU / 3ph x

4w Static 20-100 A W/C

Eng Mtr with Box

(DLMS)/17/ 2015-16

3 phx 4 wStatic 20-100 A

W/C Eng Mtr with Box

(DLMS) Nos 2000

8,000/-+ 5%

VAT = 8,400/- 66,000/-

3

MRT Circle / CESU / 3ph x

4w Static 5A, 0.5s,

LTCT energy meter

(DLMS)/18/ 2015-16

3ph x 4w Static 5A, 0.5s,

LTCT energy meter

(DLMS) Nos. 500

7,000/-+ 5%

VAT = 7,350/- 16,000/-

4 MRT Circle / CESU / LTCT

Meter Box /19/ 2015-16

SMC Meter Box for

LTCT Energy Meter Nos 500

7,000/-+ 5%

VAT = 7,350/- 16,000/-

5

MRT Circle / CESU / 2.5mm2

10 core control cable /20/

2015-16

2.5mm2 10 core control

cable Mtrs. 5000 3,500/-+ 5%

VAT = 3,175/- 10,000/-

6

MRT Circle / CESU / Resin

Cast Ring Type LT CT

100/5 Amp /21/ 2015-16

Resin Cast Ring Type LT

CT 100/5 Amp Nos 4000 7,000/-+ 5%

VAT = 7350/- 23,000/-

5

TIME SCHEDULES:-

Sl.

No. Description of Event Date

1 Last Date & Time for selling of tender

papers

30.09.2015 for Sl-1&5, 01.10.2015 for Sl-2& 3

03.10.2015 for Sl-4 &6 up to 5.00 PM

2 Last Date & Time for submission of tender

papers

01.10.2015 for Sl-1&5, 03.10.2015 for Sl-2&3

05.10.2015 for Sl-4 & 6 up to 1.00PM

3 Date & Time for opening of tender 01.10.2015 for Sl-1&5, 03.10.2015 for Sl-2 &3

05.10.2015 for Sl-4& 6 from 3.30PM onwards.

Page 4: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

4 of 59

The intending bidders can also download the tender document from our website cesuodisha.com.

However the bidder has to furnish a A/C payee Demand Draft drawn on any Nationalized Bank in favour

of the “CESU,MRT Circle Bhubaneswar” payable at Bhubaneswar for the cost of the bid documents

indicated above, along with his bid failing of which the bid will be rejected outright. In the event of any

specified date for the sale, submission or opening of bids being declared a holiday for CESU, the bids will

be sold / received / opened up at the appointed time on the next working day. CESU also reserves the right

to accept or reject any or all tenders without assigning any reason thereof, if the situation so warrants.

Request for tender document through postal will not be entertained.

NB:- Bidders who have to participate in multiple items as mention above, they should furnish

individual tender paper cost (Money receipt if purchase by cash & DD if downloaded) & EMD

amount for respective items in separate involve mentioning tender specification no & name of the

material.

For detail Tender Specification & Terms and Conditions, please visit our website www.

cescoorissa.com./ www. cesuodisha.com.

Sd/-

General Manager

MRT Circle Bhubaneswar

Memo No. 2577(2)

Dt.09.09.2015

Copy forwarded to the D.M ( P.R.) / Sr..G.M (I.T) for kind information & they are requested to publish the

said tender in 02 (Two) Nos. leading Odiya dailies having circulation across Odisha, & 02 (Two) Nos.

leading English News Papers with all India Circulation & to be posted in the web site of CESU & reputed

tender portal at the earliest.

Sd/-

General Manager

MRT Circle, Bhubaneswar

Memo No- 2578(7) Date- 09.09.2015

Copy submitted to P.A. to CEO, CESU for kind appraisal of CEO/CFO / CGM Com. / CGM (P&S) /

Sr.G.M. Tech / /AGM(resource)/DDO, CESU for information.

Sd/-

General Manager

MRT Circle, Bhubaneswar

Page 5: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

5 of 59

SECTION – I

INVITATION FOR BIDS (IFB)

Page 6: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

6 of 59

CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA

OFFICE OF THE GM (Elect.), MRT CIRCLE

POWER HOUSE COLONY, UNIT-VIII, BHUBANESWAR-751012

Telephone/Fax: 0674-2394232, [email protected]

INVITATION FOR BIDS (IFB)

FOR SUPPLY OF 3P, 4W, 20-100A , Class-1.0, Static, ISI marked whole Current Energy Meter with Box

(COMPETITIVE BIDDING)

(Tender Specification No. MRT Circle/CESU/3ph x 4w Static 20-100 A W/C Eng Mtr with Box (DLMS)/17/

2015-16)

SECTION –I 1.0 For and on behalf of the CESU, the undersigned invites bids under two part bidding system in

sealed cover in duplicate duly super-scribed with Tender Specification No----- and date of opening

from the reputed manufacturers only for design, manufacture, supply, testing, inspection, loading at

factory, transportation to & unloading at stores including guaranteed obligation for supply of 3 ph,

4w,20-100A,class-1.0,static ISI marked whole current Energy Meter with Box under SI/MR head.

2.0 Submission of the Bids:

2.1 The Bidders are required to submit a detailed and comprehensive bid, consisting of Technical and

Commercial Proposal and conditions / schedule of non-compliance, if any. The submission of the

Bids shall be in the manner specified in the instruction to Bidders.

3.0 CESU will not be responsible for any costs or expenses incurred by bidders in connection

with the preparation and delivery of bids.

3.1 CESU reserves the right to cancel, postpone, withdraw the invitation for Bids without assigning any

reason thereof and shall bear no liability whatsoever consequent upon such a decision if the situation

so warrants.

4.0 E.M.D & TIME SCHEDULES:

Description Date & Time

Last date & Time for sale of

tender papers 01.10.2015 up to 5.00 PM

Submission of Bids 03.10.2015 up to 1.00 PM

Opening of Bids 03.10.2015 from 03.30 PM onwards

Required Quantities of

Materials:- As indicated at clause – 5 below.(Schedule of Requirement)

Completion of the delivery 120 days from the date of issue of Purchase Order as per delivery

schedule at clause 5 below.

Cost of Bid Document

(Non-Refundable)

Rs.8,400.00 (Rupees Eight Thousands Four Hundred Only )

including 5 % VAT in shape of Cash/ account payee demand draft in

favor of the CESU, payable at Bhubaneswar only.

Amount of E.M.D payable

Rs 66000/- ( Rupees Sixty Six Thousand only) In shape of A/c

payee Bank draft issued in favor of the “CESU, MRT Circle

Bhubaneswar, payable at Bhubaneswar only as mentioned in Tender

Call Notice.

Page 7: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

7 of 59

5.0 SCHEDULE OF REQUIREMENTS & DELIVERY:

Description of material Units Quantity Consignment (Within 120 days of issue of P.O)

3P,4W,20-

100A,Class-

1.0,Static,ISI marked

whole Current Energy

Meter with box

(Category-C).

Nos 2000 2000

Note: CESU may re-schedule the due date& place of delivery as per their requirement.

6.0 QUALIFICATION OF BIDDERS:

6.1 Criteria for qualification:

6.1.1 Technical:

a) The bidder should be a manufacturer of 3P,4W,20-100A,Class-1.0,Static,ISI marked whole Current

Energy Meter with box (Category-C) for which he submits his offer.

b) The bidder has to quote full tendered quantity of 3P,4W,20-100A,Class-1.0,Static,ISI marked whole

Current Energy Meter with box (Category-C) covered under this specification. The Bidders should

have supplied 3P,4W,20-100A,Class-1.0,Static,ISI marked whole Current Energy Meter with box

(Category-C) not less than the quantity tendered during any one of the Financial Year out of the

immediate past three Financial Years. Bidders shall submit self attested copies of P.Os executed

successfully for the relevant Years and abstract there to prove the quantity as supplied.

c) The bid shall be accompanied by user’s certificate from any Distribution Utility/ Reputed Private

Organization/ State Govt. / Central Govt. or their undertaking(s) in support of satisfactory

performance of their above materials supplied earlier.

d) The offered materials should have been type-tested at NABL accredited laboratory/ Govt. approved

laboratory such as CPRI/ ERDA / ERTL etc. The bid shall accompanying with type-test reports

conducted at any above laboratories & duly approved by the Type Testing Agency, for the offered

materials conducted within five years before the date of opening of the tender. Bids not

accompanied with type test reports conducted within five years shall not be considered for

evaluation.

e) The bidders who have earlier failed to execute the purchase order(s) of the CESU and or black listed

by CESU/any of the distribution utility shall not be eligible to participate in this tender.

f) CESU reserves the right to waive minor deviation, if they do not materially affect the capacity

of the bidder to perform the contract.

g) Firm has to submit two sample of tendered meters along with the tender for testing at purchasers

laboratory. Without sample bid will be ignored.

6.1.2 Financial:

a) The minimum average annual turnover during last 3 financial years shall be as follows:-

Sl. No. Description of Materials Tendered Minimum Average Annual

Turnover (in Rs. Lakhs).

1

3P,4W,20-100A,Class-1.0,Static,ISI marked

whole Current Energy Meter with box

(Category-C). 132

Note:- Bidder(s) offering/ participated in other tendered items must meet the sum of minimum turnover

requirements of the items tendered participated.

6.1.3Documentation:

6.1.3.1. Bidder shall furnish copies of Original documents defining the constitution or legal status, Place of

registration and Principal place of business namely Memorandum and Article of Association.

6.1.3.2. Written Power of Attorney/ Board Resolution of the authorized signatory of the bid.

Page 8: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

8 of 59

6.1.3.3 Bidders shall submit their audited financial reports for last three years prior to the year of tender. In

case the Bidder is in existence for less than three years the audited financial report/s from the date of

its incorporation should be furnished.

6.1.3.4 Copies of Purchase orders successfully executed, Users Performance Certificate, Type Test Report

if any.

6.1.3.5 Copies of CST/VAT clearance Certificate, Copies of PAN card should be submitted along with the

bid.

7.0 All correspondence with regard to the above shall be made to the following address:

GM (Elect.),

MRT Circle, Bhubaneswar

Central Electricity Supply Utility of Odisha

POWER HOUSE COLONY,

UNIT-VIII, BHUBANESWAR-751012

Telephone/Fax: 0674-2394232,

[email protected]

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

Page 9: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

9 of 59

SECTION –II

INSTRUCTION TO BIDDERS (ITB)

Page 10: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

10 of 59

SECTION –II

INSTRUCTION TO BIDDERS (ITB) 1.0 SOURCE OF FUNDS:

1.1 CESU hereinafter referred to as the “Purchaser” is desirous of procurement of 3P,4W,20-

100A,Class-1.0,Static,ISI marked whole Current Energy Meter with box (Category-C).using his own

funds.

2.0 SCOPE OF WORK:

2.1 The scope of work in brief shall include design, manufacture, testing, inspection, supply, loading at

factory, transportation to stores, unloading at stores including guaranteed obligation of complete

supply of materials in conformity to the technical specification enclosed herewith in Section – IV.

3.0 DISCLAIMER:

3.1 This Document includes statements, which reflect various assumptions, which may or may not

be correct. Each bidder should conduct his own estimation and analysis and should check the

accuracy, reliability and completeness of the information in this Document and obtain independent

advice from appropriate sources in their own interest.

3.2 Neither Purchaser nor its employees will have any liability whatsoever to any Bidder or any other

person under the law or contract. The principles of restitution or unjust enrichment or otherwise

for any loss, expense or damage whatsoever which may arise from or be incurred or suffered in

connection with anything contained in this Document, any matter deemed to form part of this

Document, provision of Services and any other information supplied by or on behalf of Purchaser

or its employees, or otherwise arising in any way from the selection process for the Supply /

provision of Services for the Project.

3.3 Though adequate care has been taken while issuing the bid document, the bidder should satisfy

himself that the documents are complete in all respects. Intimation of any discrepancy/ doubt shall

be sent to the CESU address for speedy response.

3.4 This document and the information contained herein are Strictly Confidential and are for use of

only the person(s) to whom it is issued/ downloaded from the website. It may not be copied or

distributed by the recipient to third parties (other than in confidence to the recipient’s professional

advisors).

4.0 COST OF BIDDING:

4.1 The Bidder shall bear all costs associated with the preparation and submission of its Bid and

Purchaser will in no case be responsible or liable for those costs.

5.0 BIDDING DOCUMENTS:

5.1 The Scope of Work, Bidding Procedures and Contract Terms are described in the Bidding

Documents. In addition to the covering Letter accompanying Bidding Documents, the Bidding

documents include:

a. Invitation of Bids (IFB) - Section –I

b. Instruction to Bidders (ITB) - Section –II

c. General Terms and Conditions of Contract (GTCC) - Section –III

d. Technical Specification - Section –IV

e. List of Annexure - Section –V

5.2 The Bidder is expected to examine the bid document, including all Instructions, Forms, Terms and

Specifications. Failure to furnish all information required in the bid document or submission of a

bid not substantially responsive to the bid document in every respect will / may result in the

rejection of the bid.

Page 11: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

11 of 59

6.0 AMENDMENT OF BIDDING DOCUMENTS:

6.1 At any time prior to the deadline for submission of Bids, the Purchaser may, for any reason,

whether at its own initiative or in response to a clarification requested by a prospective bidder,

modify the bid document by way of issuing an addendum.

6.2 The Amendment/ Addendum shall be part of the bid document, pursuant to Clause 6.1, and it will

be binding on the bidders.

6.3 In order to afford prospective bidder’s reasonable time in which to take the amendment into

account in preparing of their bids, the Purchaser may, at its discretion, extend the deadline for the

submission of bids.

7.0 LANGUAGE OF BID:

The bid, prepared by the bidder and all correspondence and documents relating to the bid exchanged

by the Bidder and the Purchaser shall be written in the English Language. Any printed literature

furnished by the bidder may be written in other Language, provided that the literature is

accompanied by an English translation, in which case, for purposes of interpretation of the bid,

the English translation shall govern.

8.0 DOCUMENTS COMPRISING THE BID:

8.1 The Bid prepared and submitted by the Bidder shall comprise of two parts i.e. Part-I (Techno-

Commercial Bid) & Part-II (Price Bid).

(A) The Part-I (Techno-Commercial Bid) must contain the following documents:

a) Bid document signed by the bidder in every page. All other Schedules / Formats enclosed in the

Bid-Document (i.e. Annexure-I, II, IV(A), IV(B) VI (A), VI (B), VII, VIII ) duly filled in & signed

by the bidder with seal in a separate envelop super scribed as Techno Commercial Bid. Bids

containing information in formats other than our prescribed formats shall not be acceptable

and may make the bid non-responsive.

b) Requisite Earnest Money Deposit (E.M.D) as per clause No. 4 of Section –I, IFB in a separate

envelop super scribed as ‘EMD’.

c) Following Documentary evidence establishing in accordance with Clause-6, IFB, that the Bidder is

qualified to perform the Contract if the Bid is accepted;

i) Self attested copies of Purchase Orders executed in last 3 financial years.

ii) Self attested copies of Performance Certificates / Successful contract completion Certificates

from the buyers preferably from Electricity Distribution Utilities / Government

Organizations/Reputed Private Organizations.

iii) Type Test Reports from NABL accredited laboratory/ Govt. approved laboratory such as

CPRI/ ERDA / ERTL etc. for the offered equipments conducted not before 5 years from the

date of opening of Bids.

iv) Copies of Profit & Loss Accounts & Audited Balance Sheet indicating Turnover for

last 3 financial years.

d) Power of Attorney / Board resolution indicating that the person(s) signing the Bid have the authority

to sign the bid and as such the bid is binding upon the Bidder during the full period of its validity, in

accordance with clause 14.

e) Requisite Cost of Tender Document as per clause 4 of Section –I, IFB in shape of account payee

demand draft from a Scheduled Bank issued in favor of “ CESU,MRT Circle Bhubaneswar”

Payable at Bhubaneswar is to be enclosed along with the bid, if the document is downloaded from

our web-site.

Page 12: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

12 of 59

Or else, the Original Copy of Money Receipt for the payment made towards the cost of Tender

Document is to be enclosed along with Bid, if the document is directly purchased from MRT Circle

Office.

(B) Part-II (Price Bid):

The Price Bid shall contain the price schedules as per the prescribed format enclosed as

(Annexure-V) duly filled in & signed by the bidder with seal.

(This shall be submitted in a double sealed envelop separately duly super scribed as ‘Price

Bid’).

9.0 SUBMISSION OF BID :

9.1 The Bidder shall complete and submit the Bid Document in duplicate enclosing all documents at

clause “8” above in two sealed envelops for Original & Duplicate separately, super scribing the

Tender Notice No-, Date ,Tender Specification No- & Description of Materials.

9.2 E.M.D:

9.2.1 The bidder shall submit E.M.D as a part of the bid in the prescribed manner for the amount

mentioned in Clause No.4 of Section –I.

9.2.2 The E.M.D is required to protect the Purchaser against the risk of bidder’s conduct, which

would warrant the security’s forfeiture.

9.2.3 The E.M.D shall be in the following form:

E.M.D in the form of A/C Payee Demand Draft in favor of “CESU, MRT Circle Bhubaneswar”

issued by a Scheduled Bank payable at Bhubaneswar only.

9.2.4 Unsuccessful bidder’s E.M.D shall be refunded back as promptly as possible as, but not later than

thirty (30) days after the expiry of the period of bid validity. The successful bidder’s E.M.D shall be

discharged upon submission of the performance security in shape of Bank Guarantee & approval

thereof.

9.2.5 The E.M.D may be forfeited due to following reasons:

1) If the bidder withdraws bid during the period of bid validity specified by the bidder in the bid

form.

2) In case the successful bidder fails to sign the contract in specified time and / or fails to

submit the requisite performance Bank guarantee.

3) In case of seller fails to supply the materials/equipment during the contractual delivery

period.

10.0 BID PRICE:

10.1 Bidders have to quote for the full quantity as the case may be covered under any item / items in this

specification strictly as per the enclosed format in Section –V. The total Bid Price shall also cover

all the Supplier’s obligations mentioned in or reasonably to be inferred from the bid document in

respect of Design, Supply, testing, inspection, Transportation to stores, all in accordance with the

requirement of Tender Documents. The Bidder shall complete the appropriate Price Schedules

enclosed herein at Annexure – V, stating the Unit Price for each item, all other livable taxes &

duties, freight & insurance separately and thereby arriving at the total amount.

10.2 In case there is any increase in the number of units as compared to those mentioned in the IFB, the

Contract Price shall be subject to increase proportionately on pro-rata basis.

10.3 The Price offered shall be inclusive of all costs as well as Duties, Taxes and Levies paid or payable

during implementation of the contract. If the Bidder is exempted from Excise duties, concession in

the Sales tax, levy of entry tax, same should be clearly mentioned supported with documentary

evidence.

Page 13: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

13 of 59

10.4 Prices quoted by the Bidder shall be “Firm” and not subject to any price adjustment during the

performance of the Contract. A Bid submitted with variable Price or an adjustable price clause

shall be treated as non-responsive and rejected outright.

11.0 CONTRACT PRICE:

11.1 The Ex-Works Prices quoted for the Contract shall remain FIRM as per the above parameters and

Purchaser shall not compensate bidder for any variations. However any variation in the taxes &

duties within the schedule date of delivery shall be borne by the Purchaser, else the same shall be

borne by the bidder.

11.2 In case the Purchaser, revise the scope of woks, bidders shall be compensated based on the Unit

Rate (Ex –Works) agreed upon before Order placement or as per mutually acceptable rates.

12.0 BID CURRENCIES:

12.1 Prices shall be quoted in Indian Rupees Only.

13.0 DOCUMENTS ESTABLISHING CONFORMITY TO THE BID DOCUMENTS:

13.1 The bidder shall confirm by documentary evidence of the Good’s conformity to the bid

documents by submitting materials/equipment data sheets.

14.0 PERIOD OF VALIDITY OF BIDS:

14.1 Bids shall remain valid for 180 days from the date of opening of commercial bids.

14.2 Notwithstanding Clause 14.1 above, the Purchaser may solicit the Bidder’s consent to an extension

of the Period of bid Validity. The request and the responses thereto shall be made in writing or by

Fax.

15.0 ALTERNATIVE BIDS:

15.1 Bidders shall submit Bids, which comply with the Tender Documents. Alternative bids shall not be

considered for evaluation.

16.0 FORMAT AND SIGNING OF BID:

16.1 The original Bid Form and accompanying documents (as specified in Clause 9 ), clearly marked

“Original Bid”, plus one copy of the Techno-Commercial Proposal must be received by the

Purchaser at the date, time and place specified pursuant to Clauses 17 and 18.

The Price Bid in Original should be submitted in a separate sealed envelope marked as “Price

Bid”.

In the event of any discrepancy between the original and the copies, the original shall govern.

16.2 The original and the duplicate copy of the bid shall be typed or written in indelible ink and shall be

signed by the bidder or a person or persons duly authorized to sign on behalf of the bidder.

Such authorization shall be indicated by written Power-of-Attorney/Board Resolution

accompanying the bid.

16.3 The Bid shall contain no interlineations, erasures, overwriting except as necessary to correct errors,

made by the bidder, in which case such corrections shall be initialed by the person or persons

signing the bid.

17.0 SEALING AND MARKING OF BIDS:

17.1 Bid submission: One Original, One Copy of all the Bid Documents shall be sealed and submitted

to the Purchaser before the last date & time for submission of the bid.

17.2 The Bid proposal should be divided into two parts and should be submitted in two separate sealed

envelopes, addressed to Purchaser. All the envelopes should bear the Name and Address of the

Bidder and marking is made for the Original and the duplicate copy. The envelopes should be

super scribed with the title of its contents, as follows:

i) TECHNO-COMMERCIAL BID ENVELOPE: Shall contain the Bid Security (EMD), Cost

of Tender Document, all supporting documents for qualifying requirement of this tender, duly

filled in formats Abstract of General Terms & Conditions, Declaration Form, Technical Data

Page 14: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

14 of 59

Schedule, Technical & Commercial Deviations formats, Un-quoted blank Price Schedule etc.

enclosed at Annexure I, II, IV(A), IV(B),VI (A) & VI (B), VII, VIII at Section-V of this

document.

ii) PRICE BID ENVELOPE: Shall contain the Price schedule duly filled in & signed as per

Annexure –V at Section-V of this document. (This shall be submitted in a double sealed

envelope separately).

17.3 The inner and outer envelopes shall:

a) Be addressed to the Purchaser at the following address:

GM (Elect.),

MRT Circle, Bhubaneswar

Central Electricity Supply Utility of Odisha

POWER HOUSE COLONY,

UNIT-VIII, BHUBANESWAR-751012

Telephone/Fax: 0674-2394232,

[email protected]

b) Bear the Project name as: “Design, Manufacture, Testing, Inspection and Supply of

3P,4W,20-100A,Class-1.0,Static,ISI marked whole Current Energy Meter with box (Category-

C).as per Schedule of Requirement in Section-I) – Tender Specification No. MRT

Circle/CESU/3ph x 4w Static 20-100 A W/C Eng Mtr with Box (DLMS)/17/ 2015-16). In

addition to the information required in sub clause (a) and (b) above, the outer envelope shall

indicate the name and address of the Bidder to enable the Bid to be returned unopened in case

it is declared “Late” pursuant to Clause 20.

17.4 The Bidders have the option of sending the Bids by Post/ Courier services or in person. Bids

submitted by Telex/Telegram/Fax will not be accepted. No request from any Bidder to the

Purchaser to collect the proposals from Airlines/ Cargo/Courier Agents etc. shall be entertained by

the Purchaser.

18.0 DEADLINE FOR SUBMISSION OF BIDS:

18.1 The original Bid together with required copies, must be received by the Purchaser at the address

specified in Clause 17.3 not later than 1PM on the due date as indicated in the invitation for bids.

18.2 The Purchaser may, at its discretion, extend the deadline for the submission of Bids by amending

the Bidding Documents, in which case all rights and obligations of the Purchaser and Bidders

previously subject to the deadline will thereafter be subject to the deadline as extended.

19.0 ONE BID PER BIDDER:

19.1 Each Bidder shall submit only one Bid either by himself. A Bidder who submits or participates in

more than one Bid for the same item, either individually or jointly with some other will cause all

those Bids to be rejected.

20.0 LATE BIDS:

20.1 Any Bid received by the Purchaser after the deadline for submission of Bids prescribed by the

Purchaser, pursuant to Clause 18, will be declared “Late” and will be rejected out rightly and

will be returned unopened to the Bidder on deposit of tender paper cost if tender paper not

purchased.

21.0 MODIFICATION AND WITHDRAWAL OF BIDS:

21.1 The Bidder may modify or withdraw his Bid after the Bid’s submission, provided that written

notice of the modification or withdrawal is received by the Purchaser prior to the deadline

prescribed for submission of Bids.

21.2 The Bidder’s modification or withdrawal notice shall be prepared, sealed, marked and dispatched

in accordance with the provisions of Clause 17 & 18. A withdrawal notice may be sent by fax but

must be followed by an original signed confirmation copy .

Page 15: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

15 of 59

21.3 No Bid can be modified subsequent to the deadline for submission of Bids.

21.4 No Bid can be withdrawn in the interval between the deadline for submission of Bids and

the expiry of the period of Bid validity specified by the Bidder on the Bid form as per clause 14.

22.0 EVALUATION OF BID:

22.1 PROCESS TO BE CONFIDENTIAL: Information relating to the examination, clarification,

evaluation and comparison of Bids and recommendations for the award of a contract shall not be

disclosed to Bidders or any other persons not officially concerned with such process. Any effort by a

Bidder to influence the Purchaser’s processing of Bids or award decisions may result in the rejection

of the Bidder’s Bid.

23.0 CLARIFICATION OF BIDS:

To assist in the examination, evaluation and comparison of Bids, the Purchaser may, at its

discretion, ask the Bidder for a clarification of its Bid. All responses to requests for

clarification shall be in writing and no change in the price or substance of the Bid shall be

sought, offered or permitted.

24.0 PRELIMINARY EXAMINATION OF BIDS / RESPONSIVENESS:

24.1 Purchaser will examine the Bids to determine whether they are complete, whether any

computational error have been made , whether required sureties have been furnished, whether

the documents have been properly signed, and whether the Bids are generally in order.

24.2 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit

price and the total price per item that is obtained by multiplying the unit price and quantity, the unit

price shall prevail and the total price per item will be corrected. If there is a discrepancy between

the total amount and the sum of the total price per item, the sum of the total price per item shall

prevail and the Total Amount will be corrected.

24.3 Prior to the detailed evaluation, pursuant to Clause 25, the Purchaser will determine the substantial

responsiveness of each Bid to the bid documents including production capability and acceptable

quality of the materials offered, pursuant to Clause 13. Substantially responsive Bid is one, which

conforms to all the terms and conditions of the bid documents without material deviation.

24.4 A Bid determined as not substantially responsive will be rejected by the Purchaser and will not

subsequently allowed to be made responsive by the Bidder by correction of the non – conformity.

25.0 EVALUATION AND COMPARISON OF BIDS:

25.1 The evaluation of Bids shall be done basing on the delivered cost competitiveness basis.

25.2 The evaluation of the Bids shall be a stage-wise procedure. The following stages are identified

for evaluation purposes:

In the first stage, the Bids would be subjected to a responsiveness check as detailed in the clause 24.

The Technical Proposals and the Commercial terms & conditions of the Bidders would be

evaluated and discussed as per clause 26 of this document.

25.3 The Purchaser’s evaluation of a Bid will take into account, in addition to the Bid price, the

following factors, in the manner and to the extent indicated in this Clause:

a) Delivery Schedule:

b) Deviations from Bidding Documents as mentioned in Non-Compliance Schedule.

c) Past performance and capability to execute the contract.

d) Type test reports from NABL accredited laboratory/ Govt. approved laboratory such as CPRI/

ERDA / ERTL etc.

Bidders shall base their Bid price on the terms and conditions specified in the Bidding

Documents. The Cost of all quantifiable deviations and omissions from the specification, terms

and conditions, specified in Bidding Documents shall be evaluated. The Purchaser will make his

own assessment of the cost of any deviation for the purpose of ensuring fair comparison of Bids.

Page 16: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

16 of 59

26.0 AWARD OF CONTRACT:

In normal circumstances the Purchaser will generally award the Contract to the successful

Bidder whose Bid has been determined to be the lowest evaluated responsive Bid, provided

further that the Bidder has been determined to be qualified to perform the Contract

satisfactory. If the lowest evaluated price (L1) of more than one responsive bidder(s) is same,

then in such event the tender quantity shall be awarded in equal proportion

26.1 CONTACTING THE PURCHASER:

26.1.1 From the time between Bids opening to award of contract, if any Bidder wishes to contact the

Purchaser on any matter related to the Bid, he should do so in writing.

26.1.2 Any effort by a Bidder to influence the Purchaser and / or in the Purchaser’s decisions in respect of

Bid evaluation, Bid comparison or Contract of Award, will result in the rejection of the Bidder’s

Bid.

26.2 THE PURCHASER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL

BIDS OR TO RELAX ANY TERMS AND CONDITIONS:

26.2.1 The Purchaser reserves the right to accept or reject any Bid and to annul the Bidding process and

reject all Bids at any time prior to award of Contract, without thereby incurring any liability to the

affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders regarding the

grounds for the Purchaser’s action.

26.2.2 In the interest of work, the Purchaser reserves the right to relax any terms and conditions without

affecting the quality & price of the equipments.

26.3 The Purchaser will award the Contract to the successful Bidder whose Bid has been determined to be

the lowest- evaluated responsive Bid, provided further that the Bidder has been determined to be

qualified to perform the Contract satisfactorily. The Purchaser at its option/ discretion may split the

total quantity to be supplied between two or more Techno-Commercially responsive Bidders in case

of the bid prices are same and early delivery is required by the purchaser.

26.4 THE PURCHASER’S RIGHT TO VARY QUANTITIES:

The Purchaser reserves the right to vary the quantity up to 20% i.e. increase or decrease the number

of materials without any change in terms and conditions at the time of placing the orders or during

the execution of the Contract.

26.5 NOTIFICATION OF AWARD:

26.5.1 Notification of Award shall be issued to the successful Bidder(s) whose bid(s) have been considered

responsive, techno-commercially acceptable and evaluated to be the Lowest (L1).

27.0 PERFORMANCE SECURITY:

Within 30 days of the receipt of Notification of Award / Letter of Intent from the Purchaser, the

successful Bidder shall furnish the Performance Security in the form of Bank Guarantee executed on

non-judicial stamp paper worth Rs.100/- (Rupees One hundred only) issued by a Scheduled Bank

in favor of the Purchaser encashable at Bhubaneswar only for an amount of 10% (ten percent) of the

Contract Price in accordance with the General Conditions of Contract in the Performance Security

Form provided in Section –V of Bidding Documents. The Bank Guarantee shall be valid for a period

not less than 90 days over and above the guarantee period. The Bank Guarantee shall be initially

valid for a period of 73 months from the date of issue of the purchase order, as 4 months(Schedule

period of delivery of consignment) + 66 months (guarantee period) + 3 months(90days over) = 73

months from the issue of the purchase order.

If the materials are not delivered within the schedule date of delivery, then the Performance

Bank Guarantee shall be extended accordingly, considering the actual last date of delivery of all

order materials at departmental store. The said extended BG shall be submitted for necessary

confirmation & approval.

Page 17: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

17 of 59

28.0 CORRUPT OR FRAUDULENT PRACTICE:

28.1 The Purchaser requires that the Bidders observe the highest standard of ethics during the procurement

and execution of the Project. In pursuance of this policy, the Purchaser:

a) Defines, for the purposes of this provision, the terms set forth below as follows:

i) “Corrupt practice” means behavior on the part of officials in the public or private sectors by

which they improperly and unlawfully enrich themselves and/ or those close to them, or induce

others to do so, by misusing the position in which they are placed, and it includes the offering,

giving, receiving, or soliciting of anything of value to influence the action of any such official in

the procurement process or in contract execution; and

ii) “Fraudulent practice” means a misrepresentation of facts in order to influence a procurement

process or the execution of a contract to the detriment of the Purchaser, and includes collusive

practice amount Bidders (prior to or after Bid submission) designed to establish Bid prices at

artificial non-competitive levels and to deprive the Purchaser of the benefits of free and open

competition.

b) Purchaser will reject a proposal for award if it determines that the Bidder recommended for award

has engaged in corrupt or fraudulent practice in competing for the contract in question.

c) Purchaser will declare a firm ineligible, either indefinitely or for a stated period of time, to be

awarded an contract if he at any time determines that the firm is engaged in corrupt or

fraudulent practice in competing for, or in executing, the Contract.

28.2 Further more, Bidders shall be aware of the provision stated in the General Terms and

Conditions of Contract.

29.0 LITIGATION HISTORY:

The Bidder should provide accurate information on any litigation or arbitration resulting on

contracts completed or under execution by him over the last three (3) years. A consistent history

of awards involving litigation against the Bidder or any Partner of the joint venture may result in

disqualification of Bid.

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

Page 18: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

18 of 59

SECTION –III

GENERAL TERMS AND CONDITIONS

OF CONTRACT (GTCC)

Page 19: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

19 of 59

SECTION – III

GENERAL TRMS AND CONDITIONS OF CONTRACT (GTCC)

1.0 GENERAL INSTRUCTIONS:

1.01 All the Bids shall be prepared and submitted in accordance with these instructions..

1.02 Bidder shall bear all costs associated with the preparation and delivery of its Bid, and the Purchaser

will in no case shall be responsible or liable for these costs.

1.03 The Bid should be submitted by the Bidder in the name the bid document has been originally issued

and under no circumstances it shall be transferred / sold to the other party.

1.04 The Purchaser reserves the right to request for any additional information and also reserves the right

to reject the proposal of any Bidder, if in the opinion of the Purchaser, the data in support of Tender

requirement is incomplete.

1.05 The Bidder is expected to examine all instructions, forms, terms & conditions and specifications in

the Bid Documents. Failure to furnish all information required in the Bid Documents or Submission

of a Bid not substantially responsive to the Bid Documents in every respect may result in rejection

of the Bid. However, the Purchaser’s decision in regard to the responsiveness and rejection of bids

shall be final and binding without any obligation, financial or otherwise, on the Purchaser.

2.0 DEFINITION OF TERMS:

2.01 ‘CESU’ shall mean the “Purchaser” on whose behalf this bid enquiry is issued by its authorized

representative / officers.

2.02 ‘Bidder’ shall mean the firm who quotes against this bid document issued by the Purchaser.

‘Contractor / Seller’ shall mean the successful Bidder(s) whose bid has been accepted by the

Purchaser and shall include his heirs, legal representatives, successors and permitted assigns.

2.03 ‘Site’ shall mean the Electricity Distribution Area of the Purchaser.

2.04 ‘Specification’ shall mean collectively all the terms and stipulations contained in those portions of

this bid document known as Instruction to Bidder, Bid form and other forms as per Section –V,

General Conditions of Contract, Specifications and the Amendments, Revisions, Deletions or

Additions, as may be made by the Purchaser from time to time.

2.05 ‘Letter of Intent’ shall mean the official notice issued by the Purchaser notifying the Contractor that

his proposal has been accepted and it shall include amendments thereto, if any, issued by the

Purchaser. The “Letter of Intent” issued by the Purchaser shall be binding on the “Contractor”. The

date of detailed Purchase Order shall be taken as the effective date of the commencement of

contract.

2.06 “Month” shall mean the calendar month and “Day” shall mean the calendar day.

2.07 “Codes and Standards” shall mean all the applicable codes and standards as indicated in the

Technical Specification.

2.08 “Offer Sheet” shall mean Bidder’s firm offer submitted to Purchaser in accordance with the

specification.

2.09 “Contract” shall mean the “Detailed Purchase Order” issued by the Purchaser.

2.10 “Contract Price” shall mean the Price referred to in the “Detailed Purchase Order”.

2.11 “Contract Period” shall mean the period during which the “Contract” shall be executed as agreed

between the Contractor and the Purchaser in the Contract inclusive of extended contract period for

reasons beyond the control of the Contractor and / or Purchaser due to force majeure.

Page 20: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

20 of 59

2.12 “Goods/Materials” shall mean all items to be supplied under Purchase Order whether raw materials,

processes materials, equipment, fabricated Materials, drawings or other documents etc. as

applicable.

2.13 “Store” shall mean the Purchaser’s Store as given in the tender document.

2.14 “Project / Unit” shall mean supply of Materials as per enclosed technical specification.

3.0 CONTRACT DOCUMENTS & PRIORITY:

3.01 Contract Documents: The Specification, terms and conditions of the contract shall consist

solely of these Tender conditions and purchase order.

3.02 Priority: Should there be any discrepancy between any term hereto and any term of the Purchase

Order, the terms of these tender document shall prevail.

4.0 SCOPE OF WORK:

4.01 The “Scope of Work” shall be on the basis of Bidder’s responsibility, completely covering the

obligations, responsibility and workmanship, provided in this Bid Enquiry whether implicit or

explicit.

4.02 The Purchaser reserves the right to vary the quantity i.e increase or decrease, at the time of placing

order or during project execution.

4.03 All relevant drawings, data and instruction manuals and other necessary inputs shall be under the

scope of contract.

5.0 GENERAL REQUIREMENTS:

5.01 The seller shall supply, deliver best quality Goods/Materials/Equipments & conduct the testing at

their works of highest standards.

6.0 The seller shall be responsible & shall comply with the provisions of all statutory acts i.e Electricity

Act 2003, Indian Electricity Rules 1956, Income Tax Act-1961 etc.

7.0 INSPECTION & TESTING:

i) The Purchaser’s representative shall be entitled at all reasonable times during manufacture to inspect

examine and test on the Contractor’s premises the materials and workman-ship of all equipment to

be supplied under this contract and if part of the said equipment is being manufactured else where in

any Sub-Contractor’s premises, the Contractor shall obtain for the Purchaser’s representative,

permission to inspect, examine and test as if the equipment were being manufactured on the

Contractor’s premises. Such inspection, examination and testing shall not release the Contractor

from his obligations under the contract.

ii) The Contractor shall give to the Purchaser adequate time/ notice (minimum of two weeks time) in

writing for inspection of materials (Consignment Wise ) indicating the place at which the equipment

is ready for testing and inspection.

iii) Where the contract provides for test on the Premises of the Contractor or of any of his Sub-

Contractors, the Contractor shall provide such assistance, labour, materials, electricity, fuel and

instruments as may be required or as may be reasonably demanded by the Purchaser’s representative

to carryout such tests efficiently. The Contractor is required to produce Shop Routine Test

Certificates before offering their materials for inspection.

iv) After completion of the tests as indicated above, the Purchaser’s representative shall forward the test

results to the Purchaser. If the test results confirm to the specific standard / GTP, the Purchaser shall

approve the test results and communicate the same to the Contractor in writing. The Contractor shall

provide at least three copies of the test certificates to the Purchaser.

v) After factory inspection & delivery of material at store, randomly material will be collected & tested

at purchaser own laboratory for taking into store account of the delivered material.

vi) The Purchaser has the right to have the test carried out at his own cost by an independent agency

whenever there is a dispute regarding the quality of supply.

vii) The Purchaser at its discretion may re-test the Materials at its own laboratory or laboratory of his

choice for reconfirmation of the test results.

8.0 DRAWING

The detailed drawing of the tendered items will have to be furnished with the bid document for

approval.

Page 21: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

21 of 59

9.0 REJECTION OF MATERIALS:

In the event, any of the materials / equipment supplied by the Contractor is found defective due to

faulty design, bad workmanship, bad materials used or otherwise not in conformity with the

requirements of the Specification, the Purchaser shall either reject the materials / equipment or

ask the Contractor in writing to rectify the same. The Contractor on receipt of such notification shall

either rectify or replace the defective materials/equipment free of cost to the Purchaser. If the

Contractor fails to do so, the Purchaser may :-

a) At its option replace or rectify such defective materials/equipment and recover the extra costs

so involved from the Contractor plus (15%) fifteen percent and / or

b) Terminate the contract for balance work / supplies with enforcement of Penalty Clause as per

contract for the un-delivered materials and with forfeiture of Performance Guarantee/

Composite Bank Guarantee.

c) Acquire the defective equipment / materials at reduced price considered equitable under the

circumstances.

10.0 EXPERIENCE OF BIDDERS:

10.1 The bidder(s) should furnish information regarding experience particularly on the following points:

i) Name of the manufacturer:

ii) Standing of the firm for manufacture of equipment/material quoted :

iii) Description of materials/equipment similar to the quoted, supplied and installed during the

last 3 (three) years with the name (s) of the party (s) to whom supplies were made.

iv) Details as to where installed etc.

v) Testing facilities at manufacturer’s work with copies of calibrated certificates of the major

testing equipment.

vi) If the manufacturer is having collaboration with other firm(s), details regarding the same.

vii) A list of Purchase orders, executed during the last three years along with user’s certificate

and copies of Purchase orders.

10.2 Bids may not be considered if the past manufacturing experience is found to be un-satisfactory as

mentioned under clause -6 of the IFB.

11.0 LANGUAGE AND MEASURES:

All documents pertaining to the contract including Specifications, Schedule, Notice,

Correspondence, Operating & Maintenance instructions, Drawings or any other writing shall be

written in English language. The metric system of measurement shall be used exclusively in this

contract.

12.0 DEVIATION FROM SPECIFICATION:

It is in the interest of the bidder to study the Specification, drawing etc. specified in the tender

document thoroughly before tendering so that, if any deviations are made by the bidder, the same are

prominently brought out on a separate sheet in the Technical & Commercial Deviation Formats

enclosed at Annexure VI (A) & VI (B) in this document. Deviation mentioned in any other format or

any other part of the offer document shall not be considered as a deviation & in such case it will be

presumed that the bidder has accepted all the conditions, stipulated in the Tender Specification,

notwithstanding any exemptions mentioned therein.

13.0 PRICE BASIS:

(a) Bidder shall quote “FIRM” price.

The breakup of prices shall indicate all types of Taxes, Duties and other Levies of whatsoever nature

indicated separately and clearly, Packing & forwarding, transportation to site/store including transit

Page 22: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

22 of 59

insurances and entry tax etc. Exemption from any duties/taxes, if any, shall be supported with

relevant documentary evidence.

(b) The above Prices shall also include loading at factory site & unloading at Purchaser’s site/stores.

Price evaluation will be based on total landing cost, taking into account all taxes and duties.

14.0 TERMS OF PAYMENT:

100 % of the cost of supply of materials shall be released after the delivery of all ordered materials

in good condition at CESU store, and due inspection thereof., subject to approval of the Guarantee

certificates & Test Certificates and acceptance of Performance Bank Guarantee equivalent to 10 %

of total Contract Price on non-judicial stamp paper worth Rs.100 in the prescribed format from a

Scheduled Bank en-cashable at Bhubaneswar only.

Or else an equivalent amount of 10 % of the Total Contract Price shall be deducted from the

invoice of the first consignment & the same shall be refunded after approval of the required

Performance Bank Guarantee or expiry of Guarantee Period which ever is earlier.

15.0 PRICE VALIDITY:

15.01 All bids submitted shall remain valid, firm and subject to unconditional acceptance by Purchaser

for 180 days post bid date. For award of Contract, the prices shall remain valid and firm till

contract completion.

16.0 GUARANTEE:

16.01 The bidder shall guarantee for satisfactory performance of the equipments/materials for a

minimum period of 66 months from the last date of delivery of all ordered materials at

departmental store.In the event of any defect in the equipment / materials arising out of faulty

design, inferior quality of raw material used or bad workmanship within the guarantee period, the

Seller shall guarantee to replace/ repair to the satisfaction of the Purchaser the defective equipments

free of cost. Should however, the manufacturer fails to do so within a reasonable time, the

Purchaser reserves the right to recover the amount from the seller either from the bills pending

or may recover from the Performance Guarantee submitted by the firm. Seller shall give a

Performance Bank Guarantee in favor of the Purchaser for 10% of the order value valid for

90 days over and above the guarantee obligation.

16.02 If during the defect liability period any services performed found to be defective, these shall be

promptly rectified by seller at its own cost (including the cost of dismantling and reinstallation) on

the instruction of Purchaser.

17.0 RELEASE:

The seller’s Performance Bank Guarantees / Assignable Bank Guarantee will be released without

interest within thirty (30) days from the last date up to which the Performance Bank Guarantee has

to be kept valid (as defined in Clause 16.01).

18.0 TECHNICAL INFORMATION / DATA:

The Purchaser and the Contractor, to the extent of their respective rights permitting to do so, shall

exchange such technical information and data as is reasonably required by each party to perform its

obligations and responsibilities. The Purchaser and the Contractor /bidder agree to keep each other

in confidence and to use the same degree of care as he uses with respect to his own proprietary data

to prevent its disclosure to third parties of all technical and confidential information. The technical

information, drawings, records and other document shall not be copied, transferred, traced or

divulged and / or disclosed to third party in full / part nor misused in any other form. This technical

information, drawing etc. shall be returned to the Purchaser with all approved copies and duplicates.

Page 23: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

23 of 59

In the event of any breach of this Contract, the Contractor shall indemnify the Purchaser against any

loss, cost of damages of claim by any party in respect of such breach.

19.0 EFFECTIVE DATE OF COMMENCEMENT OF CONTRACT:

19.01 The date of the issue of the Purchase Ordershall be treated as the effective date of the

commencement of Contract.

20.0 The bidder shall quote the basic price as well as all taxes & duties as per the enclosed format for bid

prices.

21.0 PENALTY:

21.01 If supply of materials / equipments is delayed beyond the supply schedule as stipulated in Purchase

order, then the seller shall be liable to pay to the Purchaser as penalty for delay, a sum of 0.5%

(half percent) of the contract price for every week delay or part thereof.

21.02 The total amount of penalty for delay under the contract will be subject to a maximum of five

percent (5%) of the contract price.

21.03 The Purchaser may, without prejudice to any method of recovery, deduct the amount for such

damages from any amount due or which may become due to the seller or from the Performance

Bank Guarantee or file a claim against the seller.

22.0 VALIDITY OF THE ORDER:

The Order is valid for 10 weeks beyond the schedule date of delivery, unless otherwise extended by

the Competent Authority. The Order shall stand cancelled automatically beyond the validity period

without any correspondences and liabilities to the purchaser.

23.0 PACKING:

The materials / equipments shall be packed by the seller suitably as per the standard procedure for

safe transport to the site / store. The cases shall be clearly marked showing distinctly the name

and address of the consignee. In case of special instructions, such as “this end up”, “fragile”,

“handles with care” etc., the same shall be clearly displayed on the cases.

24.0 COMMISSIONIG OF SPARES/REPLACEMENT:

The sellers shall replace, free of cost, of the materials/spares which may be found defective by

the purchaser during commissioning within the guarantee period.

25.0 DISPUTE RESOLUTION AND JURISDICTION:

25.01 Any Disputes arising out of this contract shall be referred to the CEO CESU who shall decide the

case as sole Arbitrator.

25.02 For the purpose of dispute resolution, this agreement shall be governed by the provision of

Arbitration and Conciliation Act, 1996.

25.03 All disputes shall be subjected to exclusive jurisdiction of the Courts at Bhubaneswar and the writ

jurisdiction of Hon’ble High Court of Odisha at Cuttack.

26.0 EVENTS OF DEFAULT:

26.1 Events of Default. Each of the following events or occurrences shall constitute an event of default

(“Event of Default”) under the Contract:

a) Seller fails or refuses to pay any amount due under the Contracts.

b) Seller fails or refuses to deliver Commodities conforming to his Bid document/ specifications,

or fails to deliver Commodities and, or execute the works assigned to them within the period

specified in P.O or any extension thereof.

c) Seller becomes insolvent or unable to pay its debts when due, or commits any act of bankruptcy,

such as filing any petition in any bankruptcy, winding-up or reorganization proceeding, or

acknowledges in writing its insolvency or inability to pay its debts; or the Seller’s creditors file

any petition relating to bankruptcy of Seller.

Page 24: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

24 of 59

d) Seller otherwise fails or refuses to perform or observe any term or condition of the Contract and

such failure is not remediable or, if remediable, continues for a period of 30 days after receipt by

the Seller of notice of such failure from Purchaser.

27.0 CONSEQUENCES OF DEFAULT:

(a) If an Event of Default occurs and would be continuing, Purchaser may forthwith terminate the

Contract by written notice.

In the Event of Default, Purchaser may, without prejudice to any other right granted to it by law, or

the Contract, take any or all of the following actions;

i) Present for payment, to the relevant bank the Contract Performance Bank Guarantee;

ii) Recover any losses and / or additional expenses, Purchaser may incur as a result of Seller’s

default.

28.0 FORCE MAJEURE:

28.01 The term “Force Majeure” as employed herein include, acts of God or force of nature, landslide,

earthquake, flood, fire, lightning, explosion, major storm (hurricane, typhoon, cyclone etc. ) or

major storm warning, tidal wave, shipwreck and perils of navigation, act of war (declared or

undeclared ) or public enemy, strike (excluding employee strikes, lockouts or other industrial

disputes or action solely among employee of Contractor or its subcontractors ) act or

omission of Sovereign States or those purporting to represent Sovereign States, blockade,

embargo, quarantine, public disorder, sabotage, accident or similar events beyond the control of the

parties or either of them.

Force Majeure shall not include occurrences as follows:

1. Late delivery of materials caused by congestion of Seller’s facilities or elsewhere, and oversold

condition of the market, inefficiencies, or similar occurrences.

2. Late performance by Seller and / or Sub-Seller caused by unavailability of raw materials,

supervisors or labour, inefficiencies of similar occurrences.

3. Mechanical breakdown of any item of Seller’s or its Sub-Seller’s equipment, plant or

machinery.

4. Delays due to ordinary storm or inclement weather or

5. Non-conformance by Sub-Seller.

Unless the delay arises out of a Force Majeure occurrence and is beyond both Seller’s and Sub-

Seller’s or Seller’s control and an alternate acceptable source of services, equipment or material is

unavailable. Additionally, Force Majeure shall not include financial distress of Seller or any Sub-

Seller.

28.02 In the event of either party being rendered unable by Force Majeure to perform any

obligation required to be performed by them under the Contract, the relative obligation of the party

affected by such Force Majeure shall be suspended for the period during which such cause lasts.

Time for performance of the relative obligation suspended by Force Majeure shall then stand

extended by the period for which the cause lasts.

28.03 Upon the occurrence of any Force Majeure event, the party so affected in the discharge of

its obligation shall promptly, but no later than seven (7) days give written notice of such event to the

other party. The affected party shall make every reasonable effort to remove or remedy the cause of

such Force majeure or mitigate its effect as quickly as possible. If such occurrence results in the

suspension of all or part of the work for a continuous period of more than 10( ten) days, the parties

shall meet and determine the measures to be taken.

28.04 Any delay or failure in performance by either party hereto shall not give rise to any claims for

damages or loss of anticipated profits if and to the extent, such delay or failure is caused by Force

Majeure.

Page 25: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

25 of 59

29.00 Acceptance of Order

The successful Bidder shall be required to furnish a letter of acceptance duly signed & sealed in each pages

within 10 (ten)days of issue of the Purchaser Order.

If the acceptance of order is not received within the above period, then the earnest money against the tender

may be forfeited.

30.0 EMBOSSING / PUNCHING / CASTING

The all equipments and materials supplied shall bear distinct mark of “Name of the Purchaser, CESU

of Odisha, PO Order No. & Date” by the way of embossing / punching / casting etc. This should be

clearly visible to naked eye.

31.0 TRAINING FACILITIES:

The Contractor shall provide all possible facilities for training of Purchaser’s Technical

personnel, when deputed by the Purchaser for acquiring first hand knowledge in assembly

of the equipment and for it’s proper operation and maintenance in service.

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

Page 26: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

26 of 59

SECTION-IV

TECHNICAL SPECIFICATION FOR

3P4W, STATIC, 200-100A,CLASS-1.0,

WHOLE CURRENT ENERGY METERS

(Category-C)

&

Box

Page 27: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

27 of 59

TECHNICAL SPECIFICATION FOR ISI MARKED 3 PH 4 WIRE WHOLE CURRENT

STATIC ENERGY METERS WITH BOXES (DLMS CAT-C)

1.0 SCOPE of WORK :

This specification covers the design, engineering, manufacture, assembly, inspection, testing at

manufacturer’s works before dispatch, supply and delivery at destination (CESU store) of indoor /

outdoor type ISI Marked 3 phase 4 wire, 20-100A, accuracy class- 1.0 Static Whole Current

Energy Meter with pilfer proof weather proof Meter Box made up of polycarbonate/ SMC

material having flame retardant properties, compatible for Automatic meter reading (DLMS Cat-C

standard), data downloading through any CMRI/ HHU and other associated instruments & software for

remote reading as per requirements given in this specification. The meter shall be suitable for energy

measurement of solidly earthed balanced/ unbalance 3 phase system with power factor range of zero

(lagging) to unity to zero (leading).

2.0 GENERAL FEATURE :

2.1. The meter system should be flexible enough to accommodate any change in tariff requirements in

future and should be designed for minimum maintenance.

2.2. These Meters should have in addition to the normal communication ports another RS 485 port for

remote data collection through GSM / PSTN network. Related analysis software suitable for operation

in the Base Computer also forms a part of the offer.

2.3. It is not the intention to specify completely herein all the details of the design and construction of

material. The material shall however conform in all respects to high standards of engineering, design

and workmanship and shall be capable of performing for continuous operation in a manner acceptable

to the purchaser.

2.4. Purchaser shall interpret the meanings of drawings and specification. The purchaser shall have the

power to reject any work or material, which in his judgment is not in accordance with the standard

specification.

2.5. The offered materials shall be complete with all accessories, hardware, software and components

necessary for effective and trouble-free operation.

3.0 APPLICABLE STANDARDS :

3.1. The specified meters should be accuracy class of 1.0 and confirm to the following Indian and

international standard specifications. In case, certain details are not covered in this specification, any

other Indian /International standard shall be applicable, may be specified and adopted.

1) IEC 62053-21 : A.C. Static watt-hour meters for active energy (Class 1.0)

2) IS 13779 : A.C. static watt hour meters for active energy (class 1 & 2)

3) IS 12063 : Specification for degree of protection

4) IS 9000 : Basic environmental testing procedure for electronic and

electrical items

5) CBIP Tech report

88 (July 96) &

latest amendments

: Specification for AC static electrical energy of CBIP with its

latest amendments.

6) IS-2629 : Hot dip galvanization

7 IS:5133 (Pt-II) : Specification for boxes for electrical accessories. (Part II

boxes made of insulating material) 8) IS:15959 : Category ‘C’ Consumer Metering

3.2. The static meters should conform to the latest version available of the standard as specified above.

Page 28: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

28 of 59

3.3. Energy meters meeting with the requirements of other authoritative standards, which ensure equal or

better quality than the standard mentioned above, shall also be considered.

3.4. Where the equipment offered by the supplier conforms to other standards, salient points of difference

between the standard adopted and the specified standards shall be clearly brought out in the schedule.

Two copies of such standards in authentic English translation shall be furnished along with the offer.

3.5. In case of any dispute, the order of precedence shall be 1) CBIP technical report –88 (read with all

amendment) 2) IS 3) IEC 4) Other standards. In case of any difference, between provisions of the above

standards and provision of this specification, then provisions contained in this specification shall

prevail.

4.0 SERVICE CONDITIONS

The meter shall be suitable for satisfactory continuous operation as per relevant standards under the

following tropical conditions:-

a) Maximum ambient temperature : 50 °C

b) Maximum ambient temperature in closed box : 60 ° C

c) Maximum ambient temperature in shade : 45 °C

d) Relative Humidity : 10 to 95%

e) Maximum annual rainfall : 1450 mm2

f) Maximum wind pressure : 150 kg/m.sq.

g) Maximum altitude above mean seal level : 1000 meters

h) Isoceraunic level : 50 days/year

i) Seismic level (Horizontal acceleration) : 0.3g

j) Permitted noise level : 45 dB

k) System of earthing : Solidly grounded

l) Climate : Moderately hot and Humid

tropical climate

5.0 GENERAL TECHNICAL REQUIREMENT OF METERS :

a) Application : 3 phase 4 wire WC

b) Rated Voltage (Vref) : 240 V (Phase to Neutral)

c) Voltage Variation range : (+)20% Vref to (-)30% Vref

d) Rated Current (Ib) : 20 Amps (balanced & unbalanced load)

e) Rated maximum continuous current(I max) : 100 A

f) Minimum starting Current for energy

registration

: 0.2% of Ib at unity PF

g) Current working range 0.2% of Ib to I max

h) Rated Frequency : 50 Hz.

i) Frequency variation range : 50 Hz. ± 5%

j) Accuracy class : 1

k) Power Factor : Zero (lagging)- Unity - Zero (leading)

l) Temperature : The standard reference temperature for

performance shall be 27°C. The mean

temperature co-efficient shall be as per IS.

Page 29: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

29 of 59

However manufacturer can offer meters, which can withstand higher variations.

5.1. Starting Current- The meter shall start and continue to register on application of 0.2% of basic current

at Unity P.F. It should be fully functional within 5 seconds after rated voltage is applied.

5.2. Running with No Load- When the 115% of rated voltage is applied with no current flowing in the

current circuit, the meters shall not register any energy and test output of the meter shall not be more

than one pulse on "no load".

5.3. Power Supply- The energy meters shall be self powered up type i.e. power for working of the meter’s

internal electronic circuit shall be drawn from all the three phases & neutral. Further, the power supply

for the meter’s internal electronic circuits shall be such that meter shall function accurately, within the

limits specified by the relevant standard, in the event of loss of neutral. The meter shall continue to

work in case of loss of any two phases or loss of any one phase and neutral.

5.4. Power Consumption (Voltage Circuit) - The active and apparent power consumption in each voltage

circuit of the LT CT Operated meters at reference voltage, temperature and frequency shall not exceed

1.5 W and 10 VA per phase respectively.

5.5. Power Consumption (Current Circuit) - The apparent power consumption in each current circuit for

the LT CT Operated meters at basic current, reference frequency and reference temperature shall not

exceed 4.0 VA per phase.

6.0 PERFORMANCE UNDER INFLUENCE QUANTITIES :

6.1. The meter shall be designed and protected such that all external effects and influences shall not change

its performance & shall work satisfactorily within guaranteed accuracy limits, as specified in IS 13779

:1999/CBIP technical report – 88 with latest amendments, under the presence of influence quantities.

6.2. Electro-Magnetic Compatibility-

The static energy meters shall conform to requirements listed in relevant standards and shall also be

protected against radiated interference from either magnetic or radio-frequency source. The meter shall

also withstand DC Immunity test as per relevant standard so as to ensure that the meter does not

saturate on passage of Direct Current.

6.3. Immunity to Electromagnetic Disturbances-

The meter shall be designed in such a way that conducted or radiated electromagnetic disturbances as

well as electrostatic discharges do not damage or substantially influence the meter and it shall work

satisfactorily as per relevant standards. The disturbance to be considered as:-

a) Harmonics

b) Voltage dips and short interruptions.

c) Conducted transients.

d) D.C. and A.C. magnetic fields

e) Electrostatic discharges

f) Electro Magnetic Fields.

g) High frequency devices.

6.4. Radio Interference Suppressions -

The meter will not generate noise which could interfere with other equipment and the meter will work

satisfactorily as per relevant standards.

6.5. Influence of High Magnetic Field -

The meters will be provided with appropriate magnetic shielding so that any external magnetic field

(AC/DC electromagnet) as per CBIP Technical Report no. 88 with latest amendments, applied on

Page 30: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

30 of 59

meter would not affect the proper functioning of the meter and meter will work satisfactorily as per

relevant standards.

7.0 GENERAL & CONSTRUCTIONAL REQUIREMENTS :

7.1. The construction of the meter shall be rigid & suitable to withstand shock & vibration involved in

transportation & handling, as specified in IS 13779/ CBIP technical report – 88 with latest amendments.

7.2. Meter shall be designed and constructed in such a way as to avoid introducing any danger in normal use

and under normal conditions, so as to ensure especially personal safety against electric shock, safety

against effect of excessive temperature, protection against spread of fire, protection against penetration

of solid objects, dust and water. The design of meter shall conform to the degree of protection IP 51 of

IS: 12063 / IEC: 529 for protection against ingress of dust, moisture and vermin.

7.3. Meters shall be designed and constructed in such a way as to avoid introducing any danger in use so as

to ensure specially:

• Personnel safety against electric shock.

• Personnel safety against effects of excessive temperature.

• Protection against spread of fire

• Protection against penetration of solid objects, dust and moisture and vermin.

7.4. Tropical Treatment -

7.4.1. All parts, which are subject to corrosion under normal working conditions, shall be protected

effectively. Any protective coating shall not be liable to damage by ordinary handling or damage due

to exposure to air, under normal working conditions.

7.4.2. Meters shall withstand solar radiation. The meters shall be suitably designed and treated for normal

life & satisfactory operation under the hot and hazardous tropical climatic conditions as specified in

clause no. 4.0 of this specification. The meter shall work from -10°C to +55°C and RH 95% non-

condensing type.

7.5. Construction -

7.5.1. The meter shall be of three-element construction to suit measurement in 3 phase 4 wire direct

connected system.

7.5.2. The energy meter should conform to state-of-the art technology using ‘surface mounted’ components

and thus shall ensure high reliability and long trouble free service.

7.5.3. Potential link less connection shall be provided inside the offered meter.

7.6. Meter Case -

7.6.1. The housing of the meter shall be safe high-grade Engineering plastic / polycarbonate or any other

high quality insulating material and shall be very compact in design. All the insulation materials used

in the construction of meter shall be non-hygroscopic, non ageing & of tested quality, capable of

withstanding at least 4 kV and resistant to heat & fire.

7.6.2. The construction of the meter offered shall be such that it can be sealed independently and the meter

cover cannot be removed without the use of a tool. The internal part of the meter can be accessible

only after breaking the seal of the meter cover. The case of meters shall be so constructed that any

non-permanent deformation shall not prevent the satisfactory operation of the meter.

7.6.3. The meter cover shall be fixed into the meter base with specially designed covered unidirectional

screws and the meter body cover should be seamless ultrasonically welded/ fixed rigidly with the

meter base to make the system ‘break-to-open’ type. Any other suitable break to open arrangement

can also be considered subject to approval by purchaser. The details of the ‘break-to-open’

arrangement to be provided shall be furnished in shape of descriptive literature with drawings,

brochures etc. along with bid. The meter top cover shall be made up of fully transparent polycarbonate

material.

Page 31: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

31 of 59

7.7. Windows -

7.7.1. The window will be scratch and break resistant type made of toughened transparent polycarbonate

material suitably fixed with the meter cover so that it will form an integral part with the meter cover

and thus it cannot be removed undamaged without breaking the meter cover seals. It would not fade in

course of time and become opaque causing inconvenience for reading.

7.7.2. The viewing window would be minimum 2 ± 0.2mm thickness. The fixing of window will be tight

with single complete frame all round and will permit clear view of the display. There would not be

ingress of moisture and dust through window.

7.8. Terminals and Terminal Block -

7.8.1. The base of the meter shall have a common terminal block at the bottom made out of High grade

Engineering plastic so as to facilitate bottom connection and house solid brass terminals having

capability to carry 150% of maximum value of current.

7.8.2. The terminal block should be non hygroscopic, non ignitable and with material of good dielectric and

mechanical strength. The material of the terminal block shall pass the tests specified in CBIP technical

report – 88 with latest amendments and IS13779.

7.8.3. The terminal block shall satisfy all the conditions such as clearance & creepage distance between

terminals & surrounding part of the meter as specified in relevant clause of IS 13779 : 1999 and CBIP

technical report – 88 with latest amendments.

7.8.4. The terminal holes in the insulating material shall be of sufficient size to accommodate the insulation

of the conductors. The terminal hole diameter shall not be less than 8.0 mm (approx.) & shall be of

adequate length in order to have proper grip of conductors / crimping pins with the help of two

screws.

7.8.5. The manner of fixing the conductors to the terminals shall ensure adequate and durable contact such

that there shall be no risk of loosening or undue heating. Screw connections transmitting contact force

and screw fixing which may be loosened and tightened several times during the life of the meter shall

be such that the risk of corrosion resulting from contact with any other metal part is minimised.

7.8.6. Electrical connections shall be so designed that contact pressure shall not transmit through insulating

material of the terminal block. For current circuits, the voltage shall be considered to be at the same

potential as for the related voltage circuit.

7.8.7. Terminals with different potentials, which are grouped close together, shall be protected against

accidental short-circuiting. Protection may be obtained by insulating barriers. Terminals of one

current circuit are considered to be at the same potential.

7.8.8. All connection screws and washers shall be tinned / nickel plated brass. The terminal screws shall

not have pointed end at the bottom. All terminals shall have two screws.

7.8.9. Terminal arrangement and marking- The terminal arrangement shall be marked in accordance with

relevant Clause of IEC: 62053-22/ IS: 14697- 1999. Terminal arrangement shall be in single tier and

shall be in sequence Ph-R (in), Ph-R (out), Ph-Y (in). Ph-Y (out), Ph-B (in), Ph-B (out), Neutral (in),

Neutral (out).

7.9. Extended Terminal Block Cover (ETBC) –

7.9.1. The terminals block cover for the energy meters shall be of extended type made up of transparent

polycarbonate material, and shall be fixed to the meter terminal block by two screws and can be

sealed independently with the meter cover.

7.9.2. The terminals, their fixing screws, external conductors, their insulation and the insulated compartment

housing them shall be enclosed by extended terminal cover in such a way that no part of meter or

cable / accessories shall be accessible from the front of the meter. The terminal cover shall be

provided with suitable cut / holes to allow easy connection / termination of cable.

Page 32: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

32 of 59

7.9.3. The terminals shall not be accessible without removing the seal(s) of terminal cover when energy

meter is mounted on the meter board. Bidirectional screws shall be provided for terminal cover.

7.9.4. The terminal block shall have the provision with double screws for fixing to the meter board. It shall

not be possible to remove the meter from the hanging screws without removing the screws from the

terminal block.

7.10. Connection Diagram –

7.10.1. Every meter shall be indelibly marked with a connection diagram showing the phase sequence for

which it is intended and shall be attached on the inner side of the extended terminal block cover.

7.10.2. In case any special precautions need be taken at the time of testing the meter, the same may be

indicated along with circuit diagram.

7.11. Non Flammability -

7.11.1. The terminal block, terminal cover and the case shall ensure reasonable safety against spread of fire.

They shall not be ignited by thermic overload of live parts in contact with them.

7.11.2. To comply with this, these parts shall fulfil the conditions of the glow wire test as per clause 5.2.4 of

CBIP Technical report No. 88 with latest amendments. Test certificate for the material to be used for

manufacture of terminal block, terminal cover and case shall be furnished.

8.0 REAL TIME CLOCK:

A real time quartz clock shall be used in the meter for maintaining time and calendar and as such no

time switches etc. shall be provided. The uncertainty of setting initial time shall not be more than +/- 30

seconds from the Indian Standard Time as maintained by NPL, New Delhi. The Maximum drift shall

not exceed ±7 min. / year as per CBIP technical report-88 with latest amendments. Facility for

adjustment of real time shall be provided through Meter Reading Instrument or PC / Laptop with proper

security of hardware and software locks.

9.0 NON VOLATILE MEMORY:

The Meter shall have non-volatile memory (NVM) independent of battery backup & it shall retain data

in ‘power-off’ conditions for a period of minimum 12 years without power supply. Readings shall be

retained undisturbed in ‘power-off’ conditions and at the time of resumption of power supply, meter

shall start reading / displaying cumulative values recorded prior to power interruption.

The meter shall have adequate memory capacity to keep records of meter reading, abnormalities of

tamper events, billing history, load survey data & other relevant meter information.

10.0 SELF DIAGNOSTIC FEATURE:

The meter shall keep log in its memory for unsatisfactory / non-functioning of the RTC battery, LCD,

Memory etc.. Further, the meter should have the capability to check the correctness of the wiring at the

time of meter installation. The meter may display any suitable indication like ‘OK / Circuit OK’ etc.

during installation for ensuring safe operation of meter. It should also indicate any failure of RTC

battery/ memory. A detailed write-up on self-diagnostic feature to be provided by the bidder.

11.0 COMMUNICATION:

11.1. For Local Communication –

The energy meter will have a galvanically isolated optical port located in front of the meter for data

transfer to/ from hand held Data Collection Device (Common Meter Reading Instrument, conforming to

CBIP technical report-111 with latest amendments) with proper security and without error.

11.2. For Remote Communication –

Meter will have an additional communication port RS 485/RJ 11 or any suitable port to interface

standard dial up modems for remote data collection using PSTN/GSM/GPRS modem or any other

Page 33: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

33 of 59

means. In all case the bidder must supply the customized software. This shall be used for local data

downloading through a DLMS compliant CMRI.

11.3. Data Downloading-

To enable local reading of meters data a CMRI with DLMS software tools to read any DLMS meter

shall be used. The CMRI shall be as per specification given in the IS: 15959. It shall be able to collect

the data from any DLMS compliant energy meters. The CMRI shall be supplied by the meter

manufacturer along with the meter free of cost one for each 100 meters supplied. Both the ports

provided in the meter shall support communication on DLMS and should be accessible through a

DLMS compliant CMRI . All necessary software (BCS & for CMRI) required for downloading shall be

provided by the supplier without any additional cost to the purchaser.

11.4. The manufacturer may quote for any other improved type of communication port conforming to any

international accepted standards. The manufacturer may adopt protocol of his choice but should load

the meter software, protocol software, dial up software and any other required software into the base

computer station of the purchaser.

11.5. After loading the software in the purchaser’s base computer station / central computer station, the

manufacturer shall demonstrate the data transfer through CMRI and PSTN/GSM/GPRS lines and

regenerations of appropriate reports to the purchaser.

11.6. The data element size and its overhead speed of transmission shall be such that the entire billing data,

load profile / survey, historical, tamper and all other data in the meter memory can be transferred within

a maximum period of 10 minutes in order to achieve faster reading of meters.

12.0 CALIBRATION & TEST OUTPUT:

12.1. Meters shall be tested, calibrated and sealed at works before despatch. Further, no modification of

calibration shall be possible at site by any means.

12.2. The meter shall have a test output accessible from the front and be capable of being monitored with

suitable testing equipment. The operation indicator, if fitted, must be visible from the front. Test output

device shall be provided in the form of LED(s) for kWh and kVArh with direct or the provision of

selecting the parameter being tested.

12.3. Resolution of the test output shall be sufficient to enable the starting current test in less than 10 minutes

and accuracy test at the lowest load shall be completed with desired accuracy within 5 minutes (as per

clause 4.2.2.10 of CBIP report no.88 with latest amendments).

12.4. The relation between test output and the indication on display shall comply with the marking on the

name plate (imp per kWh/kVArh or KWh/kVArh per imp).

13.0 DISPLAY OF MEASURED VALUE:

13.1. The meter information should be shown by an electronic display device. The electronic display of the

meters should be bright enough and distinctly visible LCD with adequate contrast between letters /

digits and the background for clarity and visibility so as to read one tenth of KWh.

13.2. Various display parameters can be cycled through a push button. Displayed parameters under present

display will be identified with appropriate text and symbol. The height of display unit will be minimum

10 mm.

13.3. Under normal condition, the meter will be in auto display mode, so that designated parameters will

scroll cyclically in a continuous manner and the display ‘ON TIME’ will be at least 10 seconds for each

measured value.

13.4. The meter would have the ‘scroll-lock’ facility i.e. the facility for continuous display of desired

parameter from ‘push button display sequence’ to facilitate meter reading for a particular parameter.

Push button display sequence will have overriding effect over auto-scroll-display sequence. Desired

parameter can be seen for 5 minutes or more time instead of ‘scroll lock’ is also acceptable.

Page 34: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

34 of 59

13.5. The meter Display should have backlight arrangement. When the meter is not energized, the electronic

display will not be visible. However, in absence of power, meter display will be activated for meter

reading by means of an additional internal battery backup.

13.6. The principal unit for the measured values shall be the kWh for active energy, kVARh for reactive

energy & kVAh for apparent energy.

13.7. The display resolution of the meters will depend on commissioning value (CT /PT ratio) However, The

energy register will be able to record and display, starting from zero for a minimum of 1500 hours, the

energy corresponding to rated maximum current at reference voltage and unity power factor as per IS

13779. The register should not roll over in between this duration.

13.8. High resolution display of minimum 04 digits after decimal shall be provided for testing purpose only.

14.0 QUANTITIES TO BE MEASURED AND DISPLAY:

14.1. Display parameters under present display will be identified with appropriate text and symbol on the

LCD display of the meter. Therefore no such legend plate for details of various parameters being

displayed will be required. The parameters shall be displayed in two modes of operation i.e Auto scroll

display mode and Push button display mode.

14.2. The meter should be capable of recording and displaying following data in Auto scroll Display Mode:

1. LCD test (Display Test)

2. Real Date

3. Real Time

4. Active Energy (Forward)

5. Reactive Energy (Lag)

6. Reactive Energy (Lead)

7. Apparent Energy

8. Maximum Demand in KVA

9. Inst. Voltage (Each Phase to neutral )

10. Inst. Current ( R , Y & B Phase)

11. Signed active power, KW (+ forward, - reverse)

12. Apparent power, KVA

13. Cumulative power failure duration

14. Monthly Power on hours(Reset at billing point)

15. Present TOD Energy (Active)-(Zone-1, Zone-2)

16. Present TOD Maximum Demand KVA-(Zone-1,Zone-2)

17. Previous Month Max Demand (KVA)

18. Cumulative Maximum Demand (KVA)

19. Previous Month TOD Energy (Active)-(Zone-1, Zone-2)

20. Previous Month TOD MD KVA )-(Zone-1, Zone-2)

14.3. The meter should be capable of recording and displaying following data in Push Button Display Mode:

1. LCD test (Display Test)

2. Real Date

3. Real Time

4. Rising Demand with E.T.(KVA)

5. Active Energy (Forward)

6. Reactive Energy (Lag)

7. Reactive Energy (Lead)

8. Apparent Energy

9. Maximum Demand in KVA

10. MD Reset Count/ Cumulative billing Count

11. Signed Power factor (Phase Wise & average)

12. Instant Frequency

13. Inst. Voltage (Each Phase to neutral )

14. Inst. Current ( R , Y & B Phase)

15. Signed active power, KW (+ forward, - reverse)

16. Signed reactive power, KVAr (+ lag, - lead)

Page 35: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

35 of 59

17. Apparent power, KVA

18. Cumulative power failure duration

19. Monthly Power on hours(Reset at billing point)

20. Present TOD Energy (Active)-(Zone-1, Zone-2)

21. Present TOD Maximum Demand KVA-(Zone-1,Zone-2)

22. Previous Month Max Demand (KVA)

23. Cumulative Maximum Demand (KVA)

24. Tamper Magnetic Influence on display

25. Present Status of Abnormality

26. Latest Occurrence of Abnormality with date & time

27. Latest Restoration of Abnormality with date & time

28. Previous Month TOD Energy (Active)-(Zone-1, Zone-2)

29. Previous Month TOD MD KVA )-(Zone-1, Zone-2)

30. Number of power failures

31. Cumulative Tamper Count

32. Cumulative Programming Count

Above parameters shall be configurable in three different pages in push button mode for displaying

instantaneous parameters, energy & demand values, and tamper related events.

Display sequence of the above parameters can be changed as desired at the time of placement of order or

Four (4) weeks before commencement of delivery.

15.0 BILLING, LOAD SURVEY & TAMPER DATA IN HISTORY:

15.1. The meter shall have sufficient memory capacity in the Non-Volatile Memory for recording following

parameters as history for last twelve billing cycles:

a) Billing data- Billing date, system PF for billing period, Cumulative KWh, Cumulative

KVARh (lag & lead), Cumulative KVAh, Maximum Demand (KW & KVA), TOD

Cumulative KWh, TOD Cumulative KVAh, TOD MD in KW & TOD MD in KVA.

b) Load survey data- Date & Time,phase wise voltage, phase wise current, Block energy in

KWh, Block energy in KVARh (Lag & lead), Block energy in KVAh, Block Demand in KW,

Block Demand in KVA and Signed Power Factor (+Lag/- Lead)

c) Monthly power ON or OFF hours

d) Cumulative power ON or OFF hours

e) Tamper events minimum last 150 events (occurrences and restorations as separate events) on

FIFO basis.

15.2. The meter shall be capable of recording and storing load survey data for at least 70 Power On Days. In

case there is no power for the complete day from 00:00 hrs to 2400 hrs, the same shall not be recorded

in Load survey days.

15.3. The logging interval or integration period for load survey shall be 15 Minutes by default and shall be

programmable.

15.4. The load survey data can be retrieved with the help of Common Meter Reading Instrument and through

remote connectivity, as and when desired & load profiles could be viewed graphically / analytically

with the help of meter application software. The meter application software shall be capable of

exporting these data for analysis to other user software in spreadsheet format (Excel or any other

advanced format).

Apparent energy calculation Apparent Energy shall be computed considering

Reactive Energy (Lag ) only

TOD DATA

No. of Programmable Time Zones Eight

No. of Active Time zones Two

TOD Timing Zone 1- 00: 00 Hrs to 06:00 Hrs

Zone 2- 06:00 Hrs to 24:00 Hrs

TOD parameters to be recorded TOD Cumulative KWh, TOD Cumulative KVAh,

TOD MD in KW & TOD MD in KVA

TOD timings shall be informed four weeks before

commencement of delivery.

Page 36: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

36 of 59

16.0 MD REGISTRATION :

16.1. The meter shall continuously monitor and calculate maximum demand for each tariff rate for TOD

metering. At the end of every demand integration period (15 minutes) the new calculated MD shall be

compared with the previous MD and meter shall store whichever value is higher.

16.2. MD RESET: The meter shall have the following MD resetting options:-

a) Automatic reset at the end of a certain predefined period. The predefined period shall be at

24:00 Hrs of the last date of each calendar month (or 00:00hrs of 1st day of each calendar

month) for which at least 30 years calendar shall be programmed by the manufacturer.

b) Resetting locally through a CMRI or remotely through GSM / PSTN communication with the

meter through authenticated command is not allowed.

c) Manual resetting arrangement (MD reset push button) with sealing facility is not required.

d) All MD reset shall be recorded as an event.

17.0 ABNORMALITY EVENTS DETECTION :

17.1. The functioning of the meter shall be as follows under these common abnormal conditions:

Sl.

No. Abnormality Meter behaviour Tamper Logging

1 Phase sequence

reversal

The meter shall keep working

accurately irrespective of the

phase sequence of the supply. -

2 Missing Potential &

Potential imbalance

The meter shall be capable of

detecting and recording the cases

of Potential failure which could

happen due to disconnection of

potential leads (one or two) or

failure of phase line fuse from

the Transformer primary side.

Meter shall also detect and log

cases of potential imbalance

(from 20 % or more, for

persistence time of minimum 10

minutes).

The meter shall record

occurrence and restoration of

event with date and time.

Meter shall also log cases of

potential imbalance.

3 Missing Neutral

The meter shall continue to

record energy according to

electrical connections even if the

Neutral of potential supply is

accidentally or incidentally

disconnected.

-

4 Neutral Disturbance

Meter shall be provided with the

proper logic to identify neutral

disturbance

Meter shall record the event

with date & time of occurrence

& restoration.

5 Diode circuit on

outgoing neutral.

Meter should record energy

accurately as per IS with external

diode circuit in the outgoing

neutral.

-

6 Current reversal /

connection reversal

The meter shall record actual

energy in forward direction

within accuracy.

Meter shall record the event

with date & time of occurrence

& restoration

with phase identification.

7 CT Short & CT Open

The meter shall be capable of

detecting the event.

On no load condition in any

phase shall not be treated as CT

open event.

Meter shall record the event

with date & time of occurrence

& restoration.

Page 37: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

37 of 59

8 Current imbalance

The meter shall be capable of

detecting the event (30% or more

for persistence time of minimum

10 minutes).

Meter shall record the event

with date & time of occurrence

& restoration.

9 External magnetic

influence

The metering system shall be

provided with adequate magnetic

shielding so that any external

magnetic field (AC Electro

Magnet or DC Magnet) applied

on the metering system shall

record the energy as per error

limits specified in CBIP

Technical Report No.88 (with

latest amendments).

Additionally, meter shall be

capable to record the presence/

removal of magnet with date &

time stamp in case the

influence of magnet exceeds

the limit as desired in the

respective standard.

10 Top Cover open

Meter shall be capable to detect

the cover open event in both

powers on and off condition

instantly.

Meter shall log the event with

date and time. Indication shall

be provided on display.

N.B. The meter shall record the above abnormalities with time, date & duration of their occurrences

& restorations with a snap shot of electrical conditions viz. Voltage, current, PF, KWH etc at Base

Computer System. Logic for logging tamper events shall be furnished by the bidder.

17.2. Power on/off- The meter shall be capable to record power on /off events in the meter memory

persisting beyond specified time. Persistence time shall be 10 minutes by default. The report shall be

available through base computer software in a meaningful format indicating occurrence / restoration

and total power outage.

17.3. Software Changing- Any communication with the meter for any change in meter software or any

attempt to write in meter software (software tamper) shall be recorded in the meter memory with date

and time stamping. However, any communication for reading the meter data should not be recorded in

the meter memory. This data should also be available in the display as highlighted in this specification.

17.4. Software locking- The meter shall have password protected software locking provision to enable any

change in TOD timings or any other requirement of DISCOM.

17.5. Spark discharge of approximately 35 KV- The accuracy of the meter should not be affected with the

application of abnormal voltage/ frequency generating device such as spark discharge of approximately

35 KV. The meter shall be tested by feeding the output of this device to meter in any of the following

manner for 10 minutes: -

a) One any of the phases or neural terminals

b) On any connecting wires of the meter

c) Voltage Discharge with 0-10 mm spark gap

d) At any place in load circuit

e) On RS 485/RJ 11 or any suitable port

f) On meter display

The accuracy of meter shall be checked before and after the application of above device(s) with site

conditions.

17.6. The meter shall also be capable to withstand and shall not get damaged if phase-to-phase voltage is

applied between phase- to- neutral.

17.7. The meter shall keep records for the minimum last 150 events (occurrences and restorations as separate

events) for above of abnormal conditions. The recording of events shall be on FIFO basis.

17.8. It shall be possible to retrieve the abnormal event data along with all related snap-shots data through the

meter's optical port/ RS 485/RJ 11 or any suitable port with the help of a DLMS complied CMRI and

download the same to the BCS where it shall be available for viewing. All this information shall be

made available in simple and easily understandable format.

17.9. The selection of the abnormality events and manner of recording, retrieval etc. shall be decided during

the technical evaluation of the offers and will be spelt out in the contract.

Page 38: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

38 of 59

17.10. The bidder may offer any other recordable abnormality event, which will be useful in consumer

metering, along with the detailed descriptions, literatures, usefulness and every other implications

18.0 SEALING ARRANGEMENT OF METER:

18.1. Proper sealing arrangement should be provided on the meter to make it tamper proof and avoid

mishandling by unauthorized person.

18.2. The manufacturer shall provide minimum two nos of poly carbonate seals applied on meter body at

the factory after calibration and testing.

18.3. The meter cover shall have provision for placing minimum two numbers additional seals by the

purchaser.

18.4. The terminal block cover shall have provision for placing minimum two seals by the purchaser.

18.5. One separate sealing arrangement shall be provided for optical port used for data communication.

18.6. The holes for sealing wire shall be of 2mm diameter approximately, suitable for making satisfactory

sealing of the meters.

18.7. All the sealing screws when they are in open condition (i.e. not fixed) should not be easily detachable

from the respective cover. The meter shall be designed and constructed in such manner to make it pilfer

proof.

18.8. All the above seals should be provided on front side only apart from two numbers of tamper evident

holographic seals or any better quality on the side of the meter. Rear side sealing arrangement will not

be preferred.

19.0 MARKING OF METER:

19.1. The meter terminal marking and mounting arrangement should be as per Indian installation practices.

The marking on every meter shall be in accordance with IEC.62053-21/ IS 13779:1999.

19.2. Every meter shall have name plate beneath the meter cover such that the name plate cannot be accessed

without opening/ breaking the seals of the meter cover.

19.3. The marking on name plate of the meter shall be indelible, distinct and readable from outside of the

meter. Standard symbols may also be used. The name plate marking should not fade with lapse of time.

19.4. The basic markings on the meter name plate shall be as follows:-

1) Manufacturer's name or trade mark.

2) Designation of type

3) Number of phase and number of wires

4) Serial number

5) Year of Manufacture

6) Reference voltage

7) Principal unit(s) of measurement

8) Rated secondary current of CT

9) Reference frequency in Hz

10) Meter constant

11) Class index of meter

12) Firmware version of meter

13) ISI marking

14) Purchase Order Number & Date

15) Guarantee Period

16) Property of CESU, Odisha.

Page 39: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

39 of 59

20.0 MANDATORY ACCESSORIES :

20.1. Bidders should undertake to maintain sufficient inventory of spares and critical components of the

meters at their local office at Bhubaneswar or at their manufacture works, which are likely to become

obsolete due to rapid technological changes in electronics and IT sectors.

20.2. In the event of placement of order, they must also ensure availability of required components and spares

such as inter facing cord & supporting software (indigenous or imported) for data communication, even

if the same components and spares become obsolete, till completion of guarantee period.

20.3. Inability to supply required spares/accessories during the guarantee period will be considered as a

breach of contract and may warrant penal action. An undertaking to this effect must be enclosed by

the bidder along with his offer.

20.4. Bidders are requested to ensure clearly above mandatory accessories are the part of price schedule.

21.0 SOFTWARE :

21.1. The firm has to provide required BCS & CMRI software for data down loading & analysis at free of

cost.

21.2. The supplier shall provide the required copies of meter Software in CDs. Any further modification

required for the meter Software after purchase of meter should be done free of cost by the supplier.

22.0 METER READING PROTOCOL :

The Supplier has to provide Meter Reading Protocols for billing parameters, tamper data etc. at free of

cost with valid key.

23.0 SAMPLES :

23.1. Two sample meters conforming to this specification duly sealed along with the Type Test certificates

shall be submitted with the bid. The above sample meters shall be tested in purchaser’s meter testing

lab and/or any independent test lab and the testing charges will be borne by the supplier.

23.2. The samples shall be complete in all respects and no deviations shall be allowed thereafter. In case

sample meters do not conform to the prescribed specifications, the price bid of the bidder shall not be

opened.

23.3. It will be compulsory to submit sample meters as above along with the bid, failing which the bid will be

ignored.

24.0 DRAWING :

The detailed drawing of the tendered items will have to be furnished with the bid document for approval

25.0 TEST AND TEST CONDITIONS :

25.1. Type Test –

25.1.1. The offered materials should have been type-tested at NABL accredited laboratory/ Govt. approved

laboratory such as CPRI/ ERDA / ERTL etc.

25.1.2. The offered meter should have been tested and passed the compatibility test for conformance to

DLMS as per IS: 15959 from any Govt./ NABL accredited Laboratory. Relevant test report shall be

submitted along with the bid.

25.1.3. The bid shall accompanied with type-test reports conducted at any above laboratories & duly

approved by the Type Testing Agency for the offered materials conducted within five years before

the date of opening of the tender.

25.1.4. Bids not accompanied with type test reports conducted within five years shall not be considered for

evaluation.

Page 40: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

40 of 59

25.2. Routine Test-

25.2.1. All routine tests shall be carried out on each meter to check conformity with the requirements as

stipulated in the relevant standard.

25.2.2. The Routine tests certificates shall be submitted to the purchaser for verification before submission

of inspection intimation at factory premises of the manufacturer.

25.3. Acceptance Tests:

25.3.1. All acceptance tests as stipulated in the relevant standard shall be carried out by the supplier at

factory site in the presence of Purchaser’s authorized representative on samples from the lot for the

purpose of acceptance of the meters.

25.3.2. Also the following additional acceptance tests shall be carried out as per CBIP technical report –88

(with latest amendments) on randomly selected samples from each lot offered for inspection –

a) Magnetic induction of external origin (AC & DC)

b) Tamper and fraud protection as per clause- 17.0 of this Specification

c) Effect of high frequency devices

25.4. Additional Acceptance Tests :

25.4.1. Ageing Test (Dry Heat Test)

During inspection, each one meter selected randomly from 500 meters shall be subjected to

accelerated ageing test to eliminate infant mortality, i.e., meters are to be kept in ovens for 72 hours

at 70±2 deg. Centigrade temperature & atmospheric humid condition. After 72 hours meters should

work correctly. Facilities / arrangement for conducting ageing test should be available with the

manufacturer.

25.4.2. Full load test for 12 hours-

During inspection, each one meter (other than the meter tested under aging test) selected randomly

from 500 meters shall be subjected to a full load operation continuously for a minimum period of 12

hours to test its durability at high loads.

26.0 INSPECTION :

26.1. The supplier will keep the Purchaser informed in advance of the time of the starting and the progress of

manufacture of equipment in its various stages so that arrangement could be made for inspection. The

customer hold points will be defined at the time of issue of final order. The authorized representative of

the CESU will have access to the supplier’s or his subcontractor’s work at any time during working

hours for the purpose of inspecting the materials during manufacturing of the materials / equipment and

testing and may select test samples from the materials going into plant and equipment. The supplier

will provide the facilities for testing such samples at any time including access to drawings and

production data at no charge to Purchaser.

26.2. The supplier will give 15 days advance intimation to enable the Purchaser depute his representative for

witnessing the tests.

26.3. As soon as the materials are ready the supplier will duly send intimation to CESU and carry out the

tests in the presence of authorized representative of the CESU. If feels necessary CESU may select one

sample from the lot at factory to send for testing at any Govt./ NABL accredited Laboratory or any

other standard laboratory. In this case all inspection & testing charges in this connection will be borne

by the supplier.

26.4. The CESU may at its option get the materials inspected by the third party if it feels necessary and all

inspection charges in this connection will be borne by the supplier.

Page 41: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

41 of 59

26.5. The dispatches will be affected only if the test results comply with the specification. The dispatches

will be made only after the inspection by the CESU authorized representative is completed to the CESU

satisfaction.

26.6. The acceptance of any quantity of materials will in no way relieve the supplier of its responsibility for

meeting all the requirements of this specification and will not prevent subsequent rejection if such

materials are later found to be defective or deviation from specification/IS.

26.7. Should any inspected or tested materials / equipment fail to conform to the specification, the Purchaser

may reject the materials and supplier will either replace the rejected materials or make alterations

necessary to meet specifications requirements free of costs to the Purchaser.

27.0 PACKING & FORWARDING :

27.1. The meters shall be packed in crates suitable for vertical / horizontal transport, as the case may be, and

suitable to withstand handling during transport and outdoor storage during transit. The supplier shall be

responsible for any damage during transport and outdoor storage during transit due to improper and

adequate packing.

27.2. The easily damageable material shall be carefully packed and marked with appropriate caution symbol.

Wherever necessary, proper arrangement for lifting such as lifting hooks etc. shall be provided. Any

material found short inside the packing cases shall be supplied immediately without extra cost.

27.3. Each consignment shall be accompanied with detailed packing list containing the following

instructions:

a) Name of the consignee

b) Details of consignment

c) Destination

d) Total weight of consignment

e) Handling and packing instructions

f) Bill of material indicating contents of each package

27.4. The packing shall be done as per the manufacturer’s standard practice. However, he shall ensure that

the packing is such that the material should not get damaged during transit by rail / road. The marking

on each package shall be as per relevant standard and shall contain “CESU” imprint.

28.0 RANDOM SAMPLE TESTING AFTER DELIVERED AT STORE :

28.1. After receipt of meters at CESU Stores, random samples shall be collected from the received lot of

meters as per sampling plan of relevant IS to which the meter conforms and shall be sent to purchaser’s

laboratory for testing as per IS and GTP.

28.2. The consignment of meters received at Stores shall be taken into account only after the meters are

passed at purchaser’s laboratory as per sampling plan. If the sample fails in the above tests, the entire

lot will be rejected.

28.3. The purchaser may test the sample meters at any nationalized laboratory / standard laboratory for

conformity to the specification. In this case, the testing charges will be borne by the supplier

Page 42: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

42 of 59

29.0 COMPONENTS

Components to be used in Whole Current Meter

Sl. No. Name of Components Make

1 Current Element Any make or origin conforming to IS-2705

2 Measurement /

computing chips Analog Devices, AMS, Cyrus Logic, Atmel, SAMES,

NEC, Texas Instruments, Phillips, Maxim, Toshiba,

Renesas, Siemens, National Semiconductor, Free scale

semiconductor 3 Memory chips Atmel, National Semiconductors, Microchip, Texas

Instruments, Phillips Hitachi, Teridian, Toshiba, Renesas, ST

4 Display modules Hailing, Holtek, Bonafied Technologies, Advantek, Truly

Semiconductor, Hitachi, Sony,Tianma, Fairchild

5 Communication modules National Semiconductors, Hitachi, Texas Instrument,

Philips, Hp, Agilent, Everlight

6 Optical port National Semiconductors, Hitachi, Texas Instruments,

Siemens, Agilent, Philips, HP, Everlight

7 Electronic components Philips, Toshiba, Fairchild, Murata, Rohm, Siemens.

National Semiconductors, ATMEL, Texas Instruments,

Hitachi, Ligitec, OKI, EPCOS, EPSON, Panasonic

8 Mechanical parts INDIA: Precision Industrial Components Ltd, Prem

Industries Ltd, AMPSON PLASTICS

9 Battery Renata, Panasonic, Varta, Tedrium, Sanyo, National,

Tadiran, Duracell, Tekcell, Vitzrocell

10 RTC / Micro controller Philips, Dallas, Atmel, Motorola, NEC, Renesas, Hitachi,

Xicor, Texas Instruments, NEC, OKI, EPSON, Free scale

semiconductor,

Page 43: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

43 of 59

TECHNICAL SPECIFICATION FOR TAMPER PROOF BOX TO HOUSE THE METER

1. SCOPE: The box shall be weather proof made out of polycarbonate/ SMC or Combined and flame

retardant properties. It shall be capable of withstanding temperatures of boiling water for 5 minutes

continuously without distortion or softening. The colour of the box shall be Off white/ Admiralty

Grey/ Transparent.

2. STANDARD: The Boxes shall generally comply with the provisions of IS 5133. The boxes shall be

suitable for outdoor/ indoor application. The outdoor box shall have its roof designed for easy flow

of rain water without any stagnation on the box. The box shall be with good workmanship.

3. THICKNESS: The thickness of the box shall not be less than 3 mm on the load bearing side (i.e.

back side of the box) and other sides, door and roof shall not be less than 2.5 mm.

4. DIMENSION: The overall dimension of the box shall be such that, there should be adequate

clearance on front side and all other sides between meter and box surface , to provide flexibility to

the installation and operation of the meter.

5. VIEWING WINDOW: Viewing window shall be transparent and made of non-scratchable break

resistant UV stabilized transparent poly carbonate material with minimum 2.0 mm thickness. The

window shall be rigidly fixed by other means with meter box from inside. Shade arrangement to be

provided to window. Viewing window is not required in case of transparent box.

6. INTERNAL HINGES: A minimum of 2 nos. metallic internal hinges well protected against

corrosion shall be provided. The hinges of the door should be concealed and they shall be fixed to

the flanges provided to the base and cover of the box in such a manner that the door opens by a

minimum of 120 degrees & it shall not be possible to access the hinges from outside.

7. Handle: Suitable handle or knob shall be provided for easy opening of the box door.

8. Latch: The door shall be provided with a MS Zinc Plated GI latch or a ‘U’ clamp to secure it with

the base of the box.

9. INLET/ OUTLET HOLES: Suitable circular holes shall be provided at the bottom of the box for

inlet and outlet with self adjusting collapsible glands securely fixed to the box on both sides by

check nuts. The incoming and outgoing cables shall be clamped to the inside base of the meter box

to ensure fixing of the cable. Barrier plate shall be provided suitably, so that direct access to meter

terminals shall not be possible from outside.

10. GASKET PROVISION: Soft rubber gaskets shall be provided all around wherever required for

protection against entry of dust and water. It shall comply with IP-53. There should not be any

ingress of moisture through this window into the box.

11. PUSH BUTTON: To facilitate for reading the parameters by manual push button on the meter, a

spring loaded push button arrangement shall be provided at the front of the box with sealing

provision.

12. FIXING ARRANGEMENT: The meter base supports inside the box are raised by about 10 mm in

the box for ease of wiring. While fixing the meter screws should not protrude outside. For fixing the

box to wall or wooden board 4 nos. key holes of minimum 6 mm dia shall be provided at the four

corners of the meter box. The meter is to be installed in the box and the box in the assembled

condition shall have provision to fix it to a pole or on wall. The fixing arrangements shall not be

complex and it shall be easily approachable for connections when the door is open and is completely

tamper evident once it is sealed.

13. SEALING ARRANGEMENT: The box shall have provision to put 2 nos. seals for making it

fully tamper evident.

14. PRINTING: Metallic label containing the letters “CESU” and the P.O. No. and date shall be fixed

on the top cover of the box. The name of the manufacturer shall be engraved on the front side of the

box.

15. D. PORT: Provision for fixing of 01 no of RS-232 serial port (D-Port) with sealing arrangement

must be provided for communication of meter with meter reading instrument without opening the

door.

16. DRAWING: The dimensional drawing giving details of meter box shall be enclosed in the bid.

Bidders are requested to furnish detail Meter mounting arrangement in their bid. The dimensional

drawing giving details of meter box shall be enclosed in the bid.

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

Page 44: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

44 of 59

SECTION –V

LIST OF ANNEXURES

( SCHEDULES AND FORMATS )

Page 45: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

45 of 59

Annexure – I

(Tender Specification No. MRT Circle/CESU/3ph x 4w Static 20-100 A W/C Eng Mtr with Box (DLMS)/17/

2015-16) ABSTRACT OF GENERAL TERMS AND CONDITIONS OF CONTRACTS

(For supply of 3ph x 4w Static 20-100 A W/C Eng Mtr with Box (DLMS)

1. Name of the material and Quantity offered :-

2.Whether the bidder is a Manufacturer & furnished relevant documents

( Factory Registration Documents ): Yes / No

3.Required Cost of Tender Furnished ( M.R / Bank Draft Details)-------------------------------------------------

4.Required Earnest Money Furnished:- Bank Draft Details to be furnished) ---------------------------------------

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

5.Whether Type test certificates conducted within last

5 years enclosed with the bid: Yes / No

6.Manufacturer’s past supply experience

including user’s certificate furnished or not: - Yes / No

7.Audited annual reports along with Profit & Loss Accounts

for the last 3 years furnished or not: Yes / No

8.Deviation to the specification , if any furnished

as per format at Annexure VI ( A) & VI (B) ):- Yes / No

9.Whether agreed to CESU’s Delivery schedule: Yes / No

If agreed,

a) Date of commencement

b) Rate of delivery per month

10.Whether agreed to CESU’s Guarantee clause :- Yes / No

11.Whether agreed for 180 days’ validity period of Prices Yes / No

12.Whether the Prices are FIRM? Yes / No

13.Whether agreed to furnish security deposit in shape of

B.G. encashable at Bhubaneswar in case his tender is successful Yes / No

14.Whether agreed to stipulated penalty for delayed delivery: - Yes / No

15.Whether agreed to CESU’s standard terms of payment

(Clause-14 of Section III): Yes / No

16. Whether agree to CESU Inspection Clause Yes / No

17.Valid ITCC & STCC furnished or not: Yes / No

18.Whether sample meters submitted. Yes / No

19.Address with the e-mail for correspondence & contacting ----------------------

person with mobile no to be furnished

Signature of the bidder

With seal of company

This form is to be duly filled up & ink signed by the Bidder along with seal & submitted along with the

Part-I of tender.

Page 46: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

46 of 59

Annexure – II

DECLARATION FORM

(Tender Specification No. MRT Circle/CESU/3ph x 4w Static 20-100 A W/C Eng Mtr with Box (DLMS)/17/

2015-16)

(For supply of 3ph x 4w Static 20-100 A W/C Eng Mtr with Box (DLMS)

To

Sir,

Having examined the above specifications together with the Tender terms and conditions referred to

therein.

1- I / we the undersigned do hereby offer to supply the materials covered thereon in complete shape in

all respects as per the rules entered in the attached contract schedule of prices in the tender.

2- I / we do hereby undertake to have the materials delivered within the time specified in the tender.

3- I / we do hereby guarantee the technical particulars given in the tender supported with necessary

reports from concerned authorities.

4- I / we do hereby certify to have furnished a copy of the tender specifications by remitting Cash/

Demand draft & this has been duly acknowledged by you in your letter

No……………..Dt……………….

5- I / we do hereby agree to furnish the composite Bank Guarantee in the manner specified / acceptable

by THE CESU & for the sum as applicable to me / us as per clause No.3 in Annexure-III of this

specification within fifteen days of issue of Letter of intent / Purchase Order, in the event of

Purchase order being decided in my / us favour , failing which I / we clearly understand that the said

LOI / P.O. shall be liable to be withdrawn by the CESU

Signed this…………….Day of……………………2015

Yours faithfully,

(Signature of Tenderer with Seal)

This form is to be duly filled up & ink signed by the Bidder along with seal & submitted along with the

Part-I of tender

Page 47: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

47 of 59

ANNEXURE – III

PROFORMA FOR COMPOSITE BANK GUARANTEE FOR SECURITY DEPOSIT, PAYMENT

AND PERFORMANCE

This Guarantee Bond is executed this ____ day of ___________________________ 201 by us the

_____________________________________________________ Bank at ___________________

P.O.__________ P.S. ____________Dist ________________ State __________

Whereas the ( indicate designation of purchaser),CENTRAL ELECTRICITY SUPPLY

UTILITY OF ORISSA , Head Office - IDCO Towers (2nd

Floor ) , Bhubaneswar – 751 022 a Body

corporate , constituted under the Electricity Act, 2003 (here in after called “the CESU”) has placed Purchase

Order No._________ Dt.___________ (hereinafter called “the Agreement”) with M/s_________________

_________________________ (hereinafter called “the Contractor”) for supply of ________________

(name of the material) and whereas CESU has agreed (1) to exempt the Contractor from making payment of

security deposit, (2) to release 100% payment of the cost of materials as per the said agreement and (3) to

exempt from performance guarantee on furnishing by the Contractor to the CESU a composite Bank

Guarantee of the value of 10% (ten percent) of the Contract price of the said Agreement.

1. Now, therefore, in consideration of the CESU having agreed (1) to exempt the Contractor for

making payment of security deposit, (2) to release 100% payment to the Contractor and (3) to exempt from

furnishing performance guarantee in terms of the said Agreement as aforesaid, we the

____________________ Bank, Address ____________________________ (code No. ________)

(hereinafter referred to as “the Bank”) do hereby undertake to pay to the CESU an amount not exceeding

Rs._____________ (Rupees _______________________________ ) only against any loss or damage

caused to or suffered by the CESU by reason of any breach by the said Contractor(s) of any of the terms or

conditions contained in the said Agreement.

2. We, the ______________________ Bank do hereby undertake to pay the amounts due and payable

under the guarantee without any demur, merely on a demand from the CESU stating that the amount claimed

is due by way of loss or damage caused to or suffered by CESU by reason of any breach by the said

Contractor(s) of any of the terms or conditions contained in the said Agreement or by the reason of any

breach by the said Contractor’s failure to perform the said Agreement. Any such demand made on the Bank

shall be conclusive as regards the amount due and payable by the Bank under this Guarantee. However, our

liability under this guarantee shall be restricted to an amount not exceeding Rs.___________ (Rupees

_________________________________________ ) only.

3. We, the ________________________ Bank also undertake to pay to the CESU any money so

demanded not withstanding any dispute or dispute raised by the Contractor(s) in any suit or proceeding

instituted/ pending before any court or Tribunal relating thereto our liability under this Agreement being

absolute and unrevocable.

The payment so made by us under this bond shall be valid discharge of our liability for payment

there under and the Contractor(s) shall have no claim against us for making such payment.

4. We, the _________________________ Bank further agree that the guarantee herein contain shall

remain in full force and affect during the period that would be taken for the performance of the said

Agreement and it shall continue to remain in force endorsable till all the dues of the CESU under by virtue

of the said Agreement have been fully paid and its claim satisfied or discharged or till CENTRAL

ELECTRICITY SUPPLY UTILITY OF ORISSA certifies that the terms and conditions of the said

Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharge this

guarantee and will not be revoked by us during the validity of the guarantee period.

Unless a demand or claim under this guarantee is made on us or with_____________

____________________________________ (Local Bank Name, address and code No.)

_________________________________________________, Bhubaneswar in writing on or before

__________________ (date) we shall be discharged from all liability under this guarantee thereafter.

Contd : - P/ 2

Page 48: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

48 of 59

- P/ 2 -

5. We, the _________________________ Bank further agree that the CESU shall have the fullest

liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the

terms and conditions of the said Agreement or to extend time of performance by the said Contractor(s) and

we shall not be relieved from our liability by reason of any such variation or extension being granted to the

said Contractor(s) or for any forbearance act or omission on part of the CESU or any indulgence by the

CESU to the said Contractor(s) or by any such matter or thing whatsoever which under the law relating to

sureties would but for this provisions have effect of so relieving us.

6. The Guarantee will not be discharged due to change in the name, style and constitution of the Bank

and or Contractor(s).

7. We, the _________________________ Bank lastly undertake not to revoke this Guarantee during

its currency except with the previous consent of the CESU in writing.

Dated ___________ the __________ day of Two thousand _________ .

Not withstanding anything contained herein above.

Our liability under this Bank Guarantee shall not exceed Rs.______________ (Rupees _______

____________________________________________________________________ ) only.

The Bank Guarantee shall be valid up to _____________________ only.

We or our Bank at Bhubaneswar (Name & Address of the Local Bank) are liable to pay the guaranteed

amount depending on the filing of claim and any part thereof under this Bank Guarantee only and only if

you serve upon us or our local Bank at Bhubaneswar a written claim or demand and received by us or by

Local Branch at Bhubaneswar on or before Dt.__________ otherwise bank shall be discharged of all

liabilities under this guarantee thereafter.

For _____________________________________

( indicate the name of the Bank )

N.B.:

(1) Name of the Contractor:

(2) No. & date of the purchase order / agreement:

(3) Amount of P.O. :

(4) Name of Materials :

(5) Name of the Bank:

(6) Amount of the Bank Guarantee:

(7) Name, Address and Code No. of the Local Branch:

(8) Validity period or date up to which the agreement is valid:

(9) Signature of the Constituent Authority of the Bank with seal:

(10) Name & addresses of the Witnesses with signature:

(11) The Bank Guarantee shall be accepted only after getting confirmation from the respective Banks.

Page 49: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

49 of 59

ANNEXURE – IV(A) GUARANTEED TECHNICAL PARTICULARS

(Tender Specification No. MRT Circle/CESU/3ph x 4w Static 20-100 A W/C Eng Mtr with Box (DLMS)/17/

2015-16) 3P4W, STATIC, 200-100A,CLASS-1.0, WHOLE CURRENT ENERGY METERS

(Category-C)

Sl.

No. Item Purchaser’s Requirement Bidder’s data

1 Make -

2 Type -

3 Country of origin -

4 Standard to which the meter

confirm

As per Cl 3.0, section- IV of this

specification/ any other standard

followed shall be mentioned by

bidder

5 Suitable type of load for metering All type of load (linear, non linear,

balanced /unbalanced at any P.F.)

6 Application 3 phase 4 wire

7 Rated Voltage 240 Volts (Ph to N)

8 Voltage Variation range (+)20% Vref to (-)30% Vref

9 Rated Current 20 Amps (balanced & unbalanced

load)

10 Rated maximum continuous current

(I max)

100 Amps

11 Minimum starting Current for

energy registration 0.2% of Ib at unity PF

12 Current working range 0.2% of Ib to I max

13 Rated Frequency 50 Hz

14 Frequency Variation range 50 Hz ± 5 %

15 Accuracy Class 1.0

16 Power Factor Zero (lagging)- Unity - Zero

(leading)

17 standard Temperature for

performance

The standard reference temperature

for performance shall be 27°C. The

mean temperature co-efficient shall

be as per IS.

18 Working range of temperature -10°C to +55°C

19 Power consumption in

a) Voltage circuit shall not exceed 1.5 W and 10 VA

per phase respectively

b) current circuit shall not exceed 4.0 VA per phase

20 Performance under influence

quantities

shall work satisfactorily within

guaranteed accuracy limits, as

specified in IS 13779: 1999 / CBIP

technical report – 88 with latest

amendments

21 Total Weight of meter To be specified by the bidder

22 Details of Meter body

a) Degree of protection of meter IP 51 (as per IS: 12063 / IEC: 529)

for protection against ingress of

dust, moisture and vermin.

Page 50: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

50 of 59

b) Meter construction material

i Meter case high-grade Engineering plastic /

polycarbonate or any other high

quality insulating material

ii Window scratch and break resistant type

toughened transparent

polycarbonate material

iii Terminal Block High grade Engineering plastic

iv Extended terminal block cover Transparent polycarbonate material

v Terminals Solid brass

vi Terminal screw material Tin / nickel plated Brass

c) Clearance & creepage distance of

terminals

Shall conform to standards as

specified in relevant clauses of IS

13779:1999 and CBIP technical

report – 88 with latest amendments

d) Terminal hole diameter shall not be less than 8.0 mm

(approx.)

e) No. of terminal screws Two

f) Terminal arrangement and marking Shall be arranged and marked in

accordance with relevant clause of

IEC: 62053-21/ IS: 13779- 1999.

g) Connection diagram Shall be indelibly marked and

attached on the inner side of the

extended terminal block cover

23 Real time clock (RTC)

a) Clock real time quartz clock

b) Uncertainty of setting initial time

shall not be more than +/- 30

seconds from the Indian Standard

Time as maintained by NPL, New

Delhi

c) Maximum drift shall not exceed ±7 min. / year as

per CBIP technical report-88 with

latest amendments

d) Facility for adjustment of time

shall be facilitated through Meter

Reading Instrument or PC / Laptop

with proper security of hardware

and software locks

24 Non volatile memory

a) Memory capacity

shall have adequate memory

capacity to keep records of meter

reading, abnormalities of tamper

events, billing history, load survey

data & other relevant meter

information

b) Memory retention period For at least 12 years without power

supply

25 Self diagnostic feature

a) Logging in memory shall keep log in its memory for

unsatisfactory / non-functioning of

the RTC battery, LCD, Memory etc.

b) Display Indication for safe

operation during installation any suitable indication like ‘OK /

Circuit OK’ etc.

c) Indication for failure of RTC

battery/ memory Shall be provided in meter display

26 Communication port available in

meter

a) For Local communication galvanically isolated optical port 11.1 b) For Remote communication communication port RS 485/RJ 11 11.2

Page 51: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

51 of 59

or any suitable port to interface

standard dial up modems for remote

data collection using

PSTN/GSM/GPRS modem

27 Data downloading facility

a) Instrument CMRI with DLMS software tools to

read any DLMS meter

b) Compatibility It shall be able to collect the data

from any DLMS compliant energy

meters.

c) Free supply of CMRI

CMRI shall be supplied by the

meter manufacturer along with the

meter free of cost one for each 100

meters supplied.

d) Maximum time allowed for data

downloading 10 minutes

28 Test output device shall be provided in the form of

LED(s)

29 Details of Display

a) Type of Energy Registration

Mechanism. Electronic display (LCD screen)

b) Height of display unit 10 mm (minimum)

c) Digits to display for energy reading Minimum 7 digit (without decimal)

d) Digits to display in high resolution

mode minimum 04 digits after decimal

e) Segments for display of one digit 7 (Seven) segment display

f) Display backlit Arrangement shall be provided

g) Modes of display Auto scroll mode and Push button

mode

h) Default mode of display Auto scroll mode

j) Minimum time for display of each

parameter Should be sufficient to read & note

(around 10 sec.)

k) Display parameters in Auto scroll

mode As per Cl. 14.2, section- IV of this

specification

l) Display parameters in push button

mode As per Cl. 14.3, section- IV of this

specification

m) Display Scroll-lock facility As per Cl. 13.4, section- IV of this

specification

n) Display unit power backup

In absence of power, meter display

will be activated for meter reading

by means of an additional internal

battery backup

30 Meter data as history

a) History period Last twelve billing cycles

b) History parameters to be recorded

in NVM As per Cl. 15.1, section- IV of this

specification

31 Load Survey Data

a) No of days 70 power on days

b) Demand integration period 15 minutes by default

(programmable)

c) Load survey Parameters

Date & Time,phase wise voltage,

phase wise current, Block energy in

KWh, Block energy in KVARh

(Lag & lead), Block energy in

KVAh, Block Demand in KW,

Block Demand in KVA and Signed

Power Factor (+Lag/- Lead)

d) Apparent energy calculation Apparent Energy shall be computed

Page 52: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

52 of 59

considering Reactive Energy Lag

only

32 TOD Data

a) No. of Programmable Time Zones Eight

b) No. of Active Time zones Two

c) TOD Timing Zone Zone 1- 00: 00 Hrs to 06:00 Hrs Zone 2- 06:00 Hrs to 24:00 Hrs

d) TOD parameters to be recorded TOD Cumulative KWh, TOD

Cumulative KVAh, TOD MD in

KW & TOD MD in KVA

33 MD Reset Mechanism Automatic 24:00 Hrs of the last date

of each calendar month (or 00:00hrs

of 1st day of each calendar month)

34 Abnormality events detection

a) Phase Sequence reversal As per Cl. 17.1 Sl. No.1, section-

IV of this specification

b) Missing Potential & Potential

imbalance As per Cl. 17.1 Sl. No.2, section-

IV of this specification

c) Missing Neutral As per Cl. 17.1 Sl. No.3, section-

IV of this specification

d) Neutral Disturbance As per Cl. 17.1 Sl. No.4, section-

IV of this specification

e) Diode circuit on outgoing neutral As per Cl. 17.1 Sl. No.5, section-

IV of this specification

f) Current reversal / connection

reversal As per Cl. 17.1 Sl. No.6, section-

IV of this specification

g) CT Open & CT Short As per Cl. 17.1 Sl. No.7, section-

IV of this specification

h) Current imbalance As per Cl. 17.1 Sl. No.8, section-

IV of this specification

i) External magnetic influence As per Cl. 17.1 Sl. No.9, section-

IV of this specification

j) Top Cover open As per Cl. 17.1 Sl. No.10, section-

IV of this specification

35 Abnormal event data preservation

capacity

Should be able to store minimum

last 150 events (occurrences and

restorations as separate events) on

FIFO basis.

36 Power on off event

The meter shall be capable to record

power on /off events in the meter

memory persisting beyond specified

time (10 minutes by default)

37 Software Changing

Any communication with the meter

for any change in meter software or

any attempt to write in meter

software (software tamper) shall be

recorded in the meter memory with

date and time stamping

38 Software locking:

The meter shall have password

protected software locking

provision to enable any change in

TOD timings or any other

requirement of DISCOM.

39 Sealing arrangement of meters

a) Sealing at factory

manufacturer shall provide

minimum two nos of poly carbonate

seals applied on meter body at the

factory after calibration and testing

Page 53: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

53 of 59

b) Sealing by purchaser meter cover shall have provision for

placing minimum two numbers

seals by the purchaser

c) Terminal block sealing terminal block cover shall have

provision for placing minimum two

seals

d) Optical port sealing One separate sealing arrangement

shall be provided for optical port

used for data communication

40 Marking of meter As per Cl. 19.4, section- IV of this

specification

41 Mandatory Spare parts/accessories To be mentioned by bidder

42 Undertaking to maintain sufficient

inventory of spares and critical

components of meter

To be furnished by the bidder along

with bid document

43 Software The firm has to provide required

BCS & MRI software for data down

loading & analysis at free of cost.

44 Meter Reading Protocol

The Supplier has to provide Meter

Reading Protocols for billing

parameters, tamper data etc. at free

of cost with valid key.

45 Components to be used in Whole

Current Meter

a) Current Transformers To be specified by bidder

b) Measurement or computing chips To be specified by bidder

c) Memory chips To be specified by bidder

d) Display modules To be specified by bidder

e) Optical port To be specified by bidder

f) Power Supply To be specified by bidder

g) Electronic components To be specified by bidder

h) Mechanical parts To be specified by bidder

i) Battery To be specified by bidder

j) RTC & Micro controller To be specified by bidder

Signature of bidder

with seal of company

This form is to be duly filled up & ink signed by the Bidder along with seal & submitted along with the Part-

I of tender

Page 54: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

54 of 59

ANNEXURE – IV (B)

TECHNICAL PARTICULARS OF T.P BOX FOR 3 PH4W, 20-100A WC METER (Tender Specification No. MRT Circle/CESU/3ph x 4w Static 20-100 A W/C Eng Mtr with Box (DLMS)/17/ 2015-16))

Sl.

No. Characteristics Purchaser’s Requirements Bidders Data

1 Manufacture’s Name

2 Material used for box body Polycarbonate or SMC or Combined

6 Colour Off white/ Admiralty Grey/ Transparent.

3 Material withstanding temperature Capable withstanding temperatures of

boiling water for 5 minutes continuously

without distortion or softening.

4 Standard to which the meter box

follows IS 5133

5 Suitability of installation for outdoor/ indoor application

6 Thickness (mm) 3 mm on the load bearing side (i.e. back side

of the box) and other sides, door and roof

shall not be less than 2.5 mm

7 Dimensions of box Length x Breadth x Depth of the box Shall

be mentioned by bidder

8 Viewing window material non-scratchable break resistant UV stabilized

transparent poly carbonate material

9 Thickness of viewing window 2.0 mm thickness (minimum)

10 Shade arrangement to window To be Provided

11 No. of Internal hinges provided Two (minimum)

12 Hinge Material Metallic

13 Handle Provision To be Provided

14 latch or a ‘U’ clamp material MS Zinc Plated GI

15 Inlet & Outlet holes Suitable circular holes shall be provided at

the bottom of the box for inlet and outlet of

cables

16 Glands at holes Self adjusting collapsible glands shall be

provided

17 Gasket provision Soft rubber gaskets shall be provided all

around the box. It shall comply with IP-53.

18 Push Button arrangement spring loaded push button arrangement shall

be provided at the front of the box with

sealing provision

19 Fixing arrangement 4 nos. key holes of minimum 6 mm dia shall

be provided at the four corners of the meter

box

20 Sealing Arrangement The box shall have provision to put 2 nos.

seals for making it fully tamper evident

21 Printing Metallic label containing the letters “CESU”

and the P.O. No. and date shall be engraved

on the top cover of the box. The name of the

manufacturer shall be fixed on the front side

of the box

22 D Port arrangement Provision for fixing of 01 no of RS-232

serial port (D-Port) with sealing arrangement

must be provided for communication of

meter with meter reading instrument without

opening the door.

23 Drawing The dimensional drawing giving details of

meter box shall be enclosed in the bid.

Signature & Seal of Bidder This form is to be duly filled up & ink signed by the Bidder along with seal & submitted along with the Part-

I of tender

Page 55: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

55 of 59

N.B : The above is to be duly filled up, signed and submitted in sealed condition in a separate envelop superscribed as “ Part-II Bid – Price Bid

ANNEXURE-V Price Schedule for Material Offered

(Tender Specification No. MRT Circle/CESU/3ph x 4w Static 20-100 A W/C Eng Mtr with Box (DLMS)/17/ 2015-16)

(For supply of 3ph x 4w Static 20-100 A W/C Eng Mtr with Box (DLMS)

Name of Bidder :

Tender

Specification

No.

Name of

Item

Tender

Quantity

in Mtrs.

Offered

Quantity

in No(s)

Unit

Ex-

Works

Price

(Rs.)

Unit Packing

& Forwarding

Charges

(Rs.)

Unit

Excise

Duty with

education

cess

(Rs.)

Unit

Sales

Tax/

VAT

(Rs.)

Unit freight &

insurance and

other local

costs

incidental to

delivery

(Rs.)

Unit

Entry

Tax, if

any

(Rs.)

Total Unit

Landing

Price

inclusive of

taxes &

duties

(Rs.)

Total Landing Price

inclusive of taxes &

duties

(Rs.)

1 2 3 4 5 6 7 8 9 10

11 =

(5+6+7+8+9

+10)

12 = 4 x 11

MRT Circle /

CESU/3ph x

4w Static 20-

100 A W/C

Eng Mtr with

Box

(DLMS)/17/

2015-16

3ph x 4w

Static 20-

100 A

W/C Eng

Mtr with

Box

(DLMS))

2000

Rupees in words.

(for Total Unit offered quantity)

Note:-1. In case of discrepancy between unit price and total, the unit price shall prevail. 2. Any column left blank shall be considered as

included in the Unit Landing Price & the cost of the same shall be borne by the bidder. 3. The bidder(s) shall quote the applicable rates of

taxes & duties in the price schedule. 4. The bidder(s) shall quote the unit price per no. basis. Alternate offers shall be rejected outright. 6.

Bidders shall quote for the 100% of the Tender quantities for item as mentioned in the above price schedule. Signature of Bidder

with company seal &

Date

Page 56: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

56 of 59

ANNEXURE VI (A)

(TECHNICAL DEVIATION FORMAT)

(Tender Specification No. MRT Circle/CESU/3ph x 4w Static 20-100 A W/C Eng Mtr with Box

(DLMS)/17/ 2015-16)

(For supply of 3ph x 4w Static 20-100 A W/C Eng Mtr with Box (DLMS)

Clause

No

Prescribed as per Tender

Specification Deviation in the bidder's Offer

Bidder’s Signature with Seal.

N.B :

The bidder has to mention all technical deviations in his offer which differs from the Technical

Requirement of this Tender in above format. Deviations not mentioned in above format but

mentioned in any other format or in any other part of the offer document shall not be considered

as deviation and the bidder shall be deemed to have accepted our technical requirement without

deviation.

Important :- Note mentioned above must be written in the deviation sheet failing which bid may bei

gnored.

Note:- This form is to be duly filled up &signed by the Bidder along with seal & submitted along with

the Part-I of tender

Page 57: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

57 of 59

ANNEXURE VI (B)

(COMMERCIAL DEVIATION FORMAT)

(Tender Specification No. MRT Circle/CESU/3ph x 4w Static 20-100 A W/C Eng Mtr with Box

(DLMS)/17/ 2015-16)

(For supply of 3ph x 4w Static 20-100 A W/C Eng Mtr with Box (DLMS)

Clause

No

Prescribed as per Tender

Specification Provided in the bidder's Offer

Bidder’s Signature with Seal.

N.B :

The bidder has to mention all commercial deviations in his offer which differs from the

Commercial Requirement of this Tender in above format. Deviations not mentioned in this format

but mentioned in any other format or in any other part of the offer document shall not be

considered as deviation and the bidder shall be deemed to have accepted our commercial

requirement without deviation.

Important :- Note mentioned above must be written in the deviation sheet failing which bid may bei

gnored.

Note:- This form is to be duly filled up &signed by the Bidder along with seal & submitted along with

the Part-I of tender.

Page 58: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

58 of 59

(ANNEXURE-VII)

(Tender Specification No. MRT Circle/CESU/3ph x 4w Static 20-100 A W/C Eng Mtr with Box

(DLMS)/17/ 2015-16)

(For supply of 3ph x 4w Static 20-100 A W/C Eng Mtr with Box (DLMS)

SELF DECLARATION FORM

Name of the Purchaser: ----------------------------

Tender No: -------------------------------------------

Sir,

i) I/We, the undersigned do hereby declare that, I/We have never ever been blacklisted

and / or there were no debarring actions against us for any default in supply of material

/ equipments or in the performance of the contract entrusted to us in any of the

Electricity Utilities of India.

ii) In the event of any such information pertaining to the aforesaid matter found at any

given point of time either during the course of the contract or at the bidding stage, my

bid / contract shall be liable for truncation / cancellation / termination without any

notice at the sole discretion of the purchaser.

Yours faithfully,

Place-

Date-

Signature of the bidder

With seal

Note:- This form is to be duly filled up &signed by the Bidder along with seal & submitted along with

the Part-I of tender.

Page 59: FOR PROCUREMENT OF 3P, 4W, 20-100A ... - …117.239.112.120/mrtc07/02_fnTS3_4WC.pdfThe intending bidders can also download the tender document from our website cesuodisha.com. However

59 of 59

ANNEXURE – VIII

SELF DECLARATION FOR SUCCESSFUL EXECUTION

Name of the Purchaser:-Central Electricity Supply Utility Of Odisha (CESU

Tender Notice No- dt.- of GM MRT Circle Bhubaneswar, CESU

(Tender Specification No. MRT Circle/CESU/3ph x 4w Static 20-100 A W/C Eng Mtr with Box

(DLMS)/17/ 2015-16)

(For supply of 3ph x 4w Static 20-100 A W/C Eng Mtr with Box (DLMS)

Sir,

With reference to above, I/we, the undersigned do hereby declare that, I/we have successfully

executed following Purchase Orders for supply of 3ph x 4w Static 20-100 A W/C Eng Mtr with Box

(DLMS)in the relevant years as provided under Clause 6.1.1 (b), Section – I of your Tender

Specification mentioned above.

Sl. No. P.O. No. / Dt. Name and Address of

the Buyer

To be mentioned

clearly against each

purchase order for

supply of 3ph x

4w Static 20-100 A

W/C Eng Mtr with

Box (DLMS)

Quantity

Supplied in

Nos.

Date of

completion

of delivery

Yours faithfully,

Place-

Date-

Signature of the bidder

With seal

Note: 1) Relevant Purchase orders mentioned in the above list shall be enclosed with the bid.

2) This form is to be duly filled up &signed by the Bidder along with seal & submitted along with

the Part-I of tender.