75
PUNJAB STATE TRANSMISSION CORPORATION LIMITED (Regd. Office: PSEB Head Office, The Mall, Patiala) LIMITED TENDER ENQUIRY NO.: SLDC/119 Dated: 22/7/2013 Limited Tender Notice for: Design, Engineering, Supply, Erection/Retrofitting of existing RTUs and Testing, Commissioning and Integration of supplied Remote Terminal Units (RTUs) with SCADA system in PSTCL. Office of Chief Engineer/SLDC, SLDC Building, 220kV Grid Sub Station PUNJAB STATE TRASMISSION CORPORATION LIMITED Ablowal, PATIALA-147001 Ph. No. 0175- 2366007/ 2365901 Fax No.0175-2367490

Limited Tender Notice for: Design, Engineering, Supply, · PDF file7 132 KV Anadpur Sahib HP- 1 ABB Make, Generating stn. RTU. 8 132 KV Pathankot ABB Make, Interstate point RTU. Notes:

  • Upload
    lamdiep

  • View
    218

  • Download
    0

Embed Size (px)

Citation preview

PUNJAB STATE TRANSMISSION CORPORATION LIMITED(Regd. Office: PSEB Head Office, The Mall, Patiala)

LIMITED TENDER ENQUIRY NO.: SLDC/119 Dated: 22/7/2013

Limited Tender Notice for: Design, Engineering,Supply, Erection/Retrofitting of existing RTUs and

Testing, Commissioning and Integration of suppliedRemote Terminal Units (RTUs) with SCADA system in

PSTCL.

Office ofChief Engineer/SLDC,

SLDC Building, 220kV Grid Sub StationPUNJAB STATE TRASMISSION CORPORATION LIMITED

Ablowal, PATIALA-147001

Ph. No. 0175- 2366007/ 2365901 Fax No.0175-2367490

S. No. Table of Contents Page No.1. Limited Tender Enquiry 12. Introduction, General Requirements & Qualifying Requirements forBidders 2-33. General Instructions to Be Observed by Tenderers 4-74. General Terms & Conditions 8-235. Location of RTUs, Scope of Work & Technical Specifications for RTUs 24-356. Annexure-IA (Tentative List Of I/O Counts & Bill Of Material/Quantities(BOM/BOQ)) 367. Annexure-IB (Tentative List Of New Bays) 378. Annexure-II (Schedule Of Deviation) 389. Annexure-III (Schedule Of Bill Of Material/Quantities) 39-4010. Annexure-IV-A (Schedule of Unit Prices) 41-4211. Annexure-IV-B (Schedule of Lumpsum Prices) 43-4412. Annexure-V (Undertaking – Order Preference) 4513. Annexure-VI (Performa For Appraisal of Firm’s) 46-4714. Annexure-VII (Interoperability Profile of IEC 60870-5-101 protocol) 48-6315. Annexure-VIII (List of Tests on RTU/SIC) 64-6516. Annexure-IX (Guaranteed Technical Particulars of RTU(s)) 6617. Annexure-X (Specification For Transducer/MFT) 67-7018. Annexure-XI (Contact Multiplying Relays (CMRS)) 7119. Annexure-XII (Specification for Power & Control Cable) 7220. Annexure-XII (Specification for Modem) 73

1

LIMITED TENDER ENQUIRYAddress details of issuing authority Chief Engineer/ SLDC , SLDC Building,220 KV Grid Sub-Station, PSTCL,Ablowal, Patiala.( Punjab) Pin:147001Tender Enquiry No SLDC/119 Dated: 22/7/2013Scope / Short Description Sealed tenders (in quadruplicate) areinvited from Power-grid/USMG-NRPCapproved RTU vendors for Design,engineering, supply, installation /retrofitting of existing Remote TerminalUnits (RTUs) at remote grid-sub-stations/locations throughout inPunjab and testing, successfulcommissioning and integration of theseRTUs with SCADA system in PSTCL , asper the technical specification.Quantity : 08 Nos. (Details as per Spec.)Downloading ofSpecification /Tender documents fromSLDC(PSTCL) websiteStart Date 23/07/2013Last Date 14/08/2013Date & time up to which tenders shallbe received 14/08/2013 up to14:30 hrs. AMDate & time of opening of tenders 14/08/2013 at 15:00 hrsCost of Specification Rs. 1000/- in the form of demand draftin favour of AO/SLDC, PSTCL, Ablowalpayable at Patiala is to be submitted in aseparate envelope along with thetender.Note: Tender specification can only be downloaded from SLDC (PSTCL) websitewww.punjabsldc.org and no hard copy of the same will be issued by this office.

Contact Person: Dy Chief Engineer/SLDC Project,PSTCL, Ablowal (Patiala)Phone No. 0175-2365901Mobile No. 096461-18007Email: [email protected]

2

Section: I1.0 Introduction:PSTCL has State Load Dispatch Centre (SLDC) which is set up and functional atAblowal(Patiala) under ULDC phase-I for grid management of Punjab ControlArea. In addition, 2 no. Area Load Dispatch Centers (ALDCs) at Laltonkalan (nearLudhiana) & Jamsher (near Jalandhar) are also functional in PSTCL. Online real-time data from selected 220KV & 132KV substation locations, generatingsubstations & interstate tie-lines substations is telemetered through field RTUsdirectly reporting to Sub-LDCs/SLDC and is available at Sub-LDC and SLDCthrough SCADA/EMS(M/S Arvea ltd). SLDC is responsible for carrying out realtime operations for grid control and dispatch of electricity within the statethrough secure and economic operation of the State grid in accordance with GridStandards and State Grid Code. The existing control centre(s) are going to bereplaced in near future by M/s Siemens Ltd alongwith provision of Back Upcontrol centre at BBMB Chandigarh under ULDC-II scheme.2.0 General Requirements:The tentative list of exiting 220KV & 132KV RTU stations locations (i.e.Generating station/Sub Stations) where RTUs by successful bidder shall besupplied, installed/retrofitted, tested, commissioned & integrated with existingSCADA system under ULDC-I (M/s Areva Ltd.) and subsequently with newSCADA/EMS control centre being set up by M/s Siemens ltd. under ULDC Phase-II is as follows:-

List of existing RTU Stations :Sr.no Name of Grid S/Stn. Make of existing RTU1 132 KV Mukerian PH-2 C-DAC Make, Generating stn. RTU.2 132 KV Mukerian PH-4 C-DAC Make, Generating stn. RTU.3 220 KV Wadala Granthian C-DAC Make.4 220 KV Gobindgarh1 C-DAC Make, major drawl station.5 220 KV Mohali C-DAC Make, interstate RTU.6 132 KV Anadpur Sahib HP-2 C-DAC Make, Generating stn. RTU.7 132 KV Anadpur Sahib HP- 1 ABB Make, Generating stn. RTU.8 132 KV Pathankot ABB Make, Interstate point RTU.Notes:1) The tentative list of I/O counts and Bill of Material (BOM) of above RTUs isgiven as Annexure-IA.2) The tentative list of new additional bays which are being not being tele-meteredpresently is given as Annexure-IB.3) Initially 2 No. RTUs (one each of C-DAC and ABB make to be decided bypurchaser) shall be taken up as a pilot project and depending upon its successfulperformance for six months at least, remaining 6 No. RTUs shall be taken upsubsequently.4) Tentatively Baud rate shall be 300 for all the RTUs.5) The purchaser reserves rights to change the location or to modify quantity of theRTUs, as per its actual requirement at any stage during the pendency of the contract.

3

3.0 QUALIFYING REQUIREMENTS for Bidders:3.1 Basic Requirements:The bidder shall essentially be a short-listed/pre-qualified/approved vendor forRTU by Power-grid/USMG-NRPC under ULDC project (Phase II) . The biddershall submit necessary document(s) in this regard in a separate envelopsubscribed as “Proof of being approved as RTU vendor by Power-grid/USMG-NRPC”.3.2 The bidders shall also be required to fulfil the following requirements:i) Past dealings with erstwhile PSEB/ PSTCL/PSPCL:The bidder shall not be in litigation with erstwhile PSEB/ PSTCL/PSPCL. Anylitigation against erstwhile PSEB/ PSTCL/PSPCL shall out rightly disqualify theapplicant.ii) The bidder shall not be a debarred/ blacklisted firmiii) The bidder shall not be a defaulter for 25% or more quantity for more than 9months or any quantity for more than 15 months in making supplies againstearlier purchase order placed on them at the time of issue of the documents.3.3 The bidder shall be in sound financial position and shall not be in a loss for theimmediate last three Financial years, otherwise, offer submit by such biddershall not be considered/evaluated further by the purchaser. Documentary prooflike Audited Balance sheet for the last three years including Trading,Manufacturing, Profit and Loss Account etc shall be submitted by bidder.

Note :-The bidder fulfilling/meeting with the above requirements (clause 3.1 to 3.3) shallbe considered as qualified bidder by Purchaser for further evaluation of bid.3.4 The bidder may also provide the following information in the bid:-i) Personnel capabilities:The bidder shall have suitably qualified personnel to execute the job. The biddershall supply detailed information of its key personnel handling RTU job positionwise providing their qualifications, past experience data, etc.ii) Details of orders in hand or pipe line for similar jobs, commitments to others, etc.(The bidder shall attach relevant information, certificates/ undertakings incompliance to the above qualifying requirements).3.5 Notwithstanding anything stated above, the Purchaser reserves the right toassess the capacity and capability of the bidder should the circumstanceswarrant such assessment in an overall interest of the PSTCL, to successfullyexecute the scope of work covered under the package within stipulatedcompletion period. This assessment shall inter-alia include (a) documentverification; (b) bidders work/manufacturing facilities visit; (c) manufacturingcapacity, details of works executed, works in hand, anticipated in future & thebalance capacity available for the present scope of work; (d) details of plant andmachinery, manufacturing and testing facilities, manpower and financialresources; (e) details of quality systems in place; past experience andperformance; (f) customer feedback; (g) banker’s feedback etc.

4

Section: II

1.0 General Instructions to Be Observed By the Tenderers:1.1 A set of tender documents containing technical specification, qualifyingrequirement, general instructions, terms & conditions, specifiedPerforma/formats etc against above tender enquiry can be downloaded fromPSTCL/SLDC website www.punjabsldc.org and no hard copy of the same will beissued by this office. However the cost of specification i.e. Rs.1000/- ( TenThousand only) in the form of demand draft payable at Patiala in favour of AO/SLDC, PSTCL Patiala is to be submitted in a separate envelop at the time ofsubmitting the tender failing which tender of the firm shall not be received/accepted. Tender quoted by any other party on the basis of letter of authority/power of attorney shall not be accepted.1.2 Tenders of only Power-grid/USMG-NRPC approved RTU vendors shall bereceived/ accepted/ opened.1.3 All tenders must be accompanied by Earnest money deposit (EMD) at the ratesprescribed in the tender documents/ specifications.1.4 Telegraphic/ fax/ e-mail tenders will not be accepted.1.5 Conditional tenders are liable to be rejected out rightly.1.6 The bidder shall also separately quote yearly basis charges for the 10 (ten) yearsComprehensive Annual maintenance charges (AMC) applicable after expiry ofthree year Warranty period.1.7 If the day fixed for opening of tenders happens to be a holiday, the same will beopened on next working day at the same time and at the same place.1.8 Request for extending the due date of tenders may not be considered.1.9 Service Tax/VAT/CST as applicable shall be payable as per the actual subject toundertaking by the supplier that he will deposit the same with the Governmentauthorities as per provisions under the Act.1.10 The payments shall be made subject to deduction of Income Tax as per I.T. rules1.11 PSTCL reserves the right to increase/ decrease the NIT quantity or to reject theNIT item/ quantity, whole or a part thereof, without assigning any reason (s) orliability to the Purchaser.1.12 PSTCL reserves the right to reject any or all the tenders so received withoutgiving any reason and shall not be responsible to pay for expenses or losses thatmay be incurred by the Bidder in preparation of tender bids.1.2 Preparation & Submission of Tenders1.2.1 The tender must be complete in all respects. Every clause should be carefullystudied before submission of a complete and comprehensive tender. All thenecessary certificates/ undertakings/ Deviations (Non Compliance), Price

5

Schedules etc should be as per the specified Performa given in the Annexure(s).The offer/ bid not strictly in accordance with these instructions are liable to berejected.1.2.2 Unit FOR destination rate for each & every item offered, new bays in RTU sub-station (line/Transformer/Bus Bar) for telemetering of their data etc. shall alsobe quoted by the bidder(s) in the PRICE BID only.1.2.3 Tender should be submitted in Quadruplicate (4 sets), each copy should beseparately tagged and clearly marked as` Original', ‘Duplicate’, ‘Triplicate’, and‘Quadruplicate’. No post tender development will be allowed regarding anychange in terms of prices or technical specification1.2.4 The tender shall be prepared in formal manner neatly typed or printed with allprices stated both in words and figures. There shall be no erasing. Anycorrections made should be neatly done and signed. A systematic form of totalingshould be adopted to avoid any ambiguity with detailed description of theequipment offered.1.2.5 Schedule of Deviation:Performa for Schedule of Deviation must be filled meticulously and signed &stamped by the authorized signatory of the bidder. Any deviation to the tenderspec. must be brought out in the specified “Schedule of Deviation” performa(Annexure- II) to be submitted alongwith Technical / Commercial offer.Otherwise, it will be presumed that the offer is strictly conforming to thespecification. All the deviations should whether technical, commercial, in thelanguage of the certificate, performa etc. should be listed in the above performa,along with the explanation/ remarks against that deviation.1.2.6 The tenders shall be submitted in three parts i.e. Part-I, Part-II & Part-III. Eachpart will be enclosed in a separate sealed envelope duly super scribed on theeach envelope as under.(i) Bidder's Name(ii) Tender Specification No etc(iii) Part No. I, II or IIIPart-I Cost of Specification & Earnest Money Deposits:The first part will consist of cost of specification and Earnest Money Deposit(EMD) in the form of demand draft(s), to be submitted separately, each in favorof "Accounts Officer, SLDC, PSTCL, Ablowal" payable at Patiala.Part-II Qualification/Technical/Commercial bids:The second part will consist of qualifying requirements, technical specificationsof equipment offered, schedule of deliveries, schedule of deviations, etc and allother terms and conditions except the rates/ prices.

6

Part-III Price Bids:The third part will consist of the rates quoted as well as other related terms likeFreight, Insurance, ED, CST etc. and other incidental charges relevant to the priceas per the specified schedule of Unit Prices (i.e. Annexure-IVA) indicating unitprice of each item/new bays to cater for increase/ decrease of the I/O Count or Billof quantity, as per actual field survey or purchaser requirement. Bidder shall alsoquote lumpsum prices as per specified schedule of Lumpsum Prices i.e.Annexure-IVBAll these three envelopes will be further enclosed in a larger sealed envelope(double covers) both covers (inner & outer) super scribed with as followsaddressed to the Dy CE/SLDC(P), PSTCL, Ablowal, Patiala(i) Bidder's Name(ii) Tender Specification No. etc(iii) Date & Time of Opening.1.2.7 Tenders shall be received in the office of Dy. CE/SLDC (Projects), SLDC Building,220KV Grid Sub-Station, PSTCL, Ablowal, Patiala up to specified time on the duedate given in the tender notice. In case the due date of receipt/ opening tendershappens to be a holiday, tenders shall be received and opened at the same timeon the next working day.1.2.8 Tenders received late will not be considered/ opened regardless of the date ofposting of the tender.1.2.9 The tender should be submitted strictly as per tender specification complete inall respects. Mere writing that deviations/variations/comments are “As perprevious supply & as per catalogue attached” will not be entertained. Deviations/Variations/Comments, if any should be clearly detailed out clause-wise in thesame chronological order as given in this specification, other wise it will bepresumed that all clauses stipulated therein are acceptable to the tenderer. Nopost tender development will be allowed regarding any change in terms of pricesor technical specification.1.2.10 Any inconsistency or ambiguity in the offers made by the Tenderer shall beinterpreted to the maximum advantage of PSTCL and disadvantage of theTenderer. The Tenderer shall have no right to question the interpretation of thePurchaser in all such cases and the same shall be binding on the Tenderer.1.2.11 Tender must bear signatures of a person authorized as per constitution of thefirm. Authenticating documents to prove authority of signatory (Legal power ofattorney in favor of signatory) must be attached with the tender.1.2.12 Purchaser reserves the right to modify requirements, technical particulars andspecification at any time and to place order as a whole or in parts and to rejectany or all tenders received without assigning any reason (s) or liability to thePurchaser.1.2.13 The firms having permanent security deposit of Rs.10.0 (ten ) lac with the CE/SLDC Organization, (irrespective of the fact whether they have PEMD alreadydeposited with other purchase organization/s of the PSTCL), a certificate to thiseffect issued by the Accounts Officer/SLDC, PSTCL, Ablowal, Patiala during

7

three months immediately preceding the due date for tender opening andshowing the Serial Number/ Account Number allotted in the permanent EarnestMoney Deposit Register shall be submitted by the Tenderers in the envelope forEarnest Money, for seeking exemption thereof. Similarly Public SectorUndertakings fully owned by the Punjab Govt/ Central Government/ Other stateGovernments supplying material directly through units owned by them shallsubmit a certificate of Govt. ownership issued by the concerned Govt.Department in the envelope for Earnest Money for exemption from EarnestMoney. Exemption shall not be applicable if the tender is submitted for supply ofmaterial through private unit/ manufacturer.1.3 Opening of Tenders1.3.1 Offers/ tenders will be opened on the date and time prescribed in the tenderenquiry. in the presence of tenderers or their authorized representatives, whomay like to be present.In case the date of opening of tender falls on a holiday or holiday is subsequentlydeclared on that date, the tenders will be opened on the next working dayfollowing the holiday at the same time and venue as notified in the tenderenquiry. The following procedure will be adopted for the opening of tenders:1.3.1 2 Firstly the main envelope containing the bids will be opened in the presence ofthe bidders' representatives who choose to be present at the time & date asnotified in the Limited Tender enquiry. After opening the main envelope, theenvelope marked Part- I (Cost of tender spec & Earnest Money) shall be openedfirst and if these deposits are found to be as per the requirement of thespecifications, only then the envelope marked Part-II shall be opened. The bidswithout earnest money deposits shall be out rightly rejected.1.3.1.3 After opening Part-II of the bids (Qualification/technical/commercial), the bidswill be taken up for qualification, technical & commercial evaluation.1.3.1.4 The third part of the bids (Price bid) shall be opened in case of only those firmswhose Part-II of the bids after evaluation is found to be conforming to thespecifications. The date and time for opening Part-III of the bids will be intimatedto the qualifying bidders.1.3.1.5 The price bids (Part-III) will be opened in the presence of the representative ofthe qualifying bidders who choose to attend.1.4 The material offered should be strictly according to the specifications laid downin the tender documents. The offer should also indicate the make /name of themanufacturer, brand of the equipment offered accompanied with otherdescriptions, literature and sample, if any, at Tenderer's own cost. Fullydimensioned drawing of the equipment, technical particulars and detailedliterature shall also accompany the tender. For bought out assembly/ units,detailed drawings, part number and name of the vendors will be provided in thebid. No such equipment/items shall be offered/supplied by bidder which

have been otherwise been banned by Govt. of India/ any Govt. agency forsupply in India. Bidder shall also submit certificate in this regard alongwiththe bid document.

8

1.5 Validity of Tender:Tenders must be valid for 180 (One hundred eighty) days from the date ofopening of Techno- Commercial bid. Any tenderer revising offer/bid within thevalidity period is likely to be ignored and blacklisted.1.6 Order preference will be given to Punjab based manufacturers as per erstwhileBoard’s and PSTCL's prevailing Purchase Regulations. (Bidder shall furnish anundertaking in prescribed form (Annexure-V) on a Non-judicial stamp papers ofappropriate value)1.8 Implementation ScheduleWithin one week of contract award (i.e. issue of letter of intent / LOI), the Vendorshall submit a detailed PERT/ project schedule for Purchaser’s review andapproval. The project schedule shall include all tasks to monitor overall duration,direction and integration of the project from inception to completion. The actualprogress made to date and the schedule delivery date for the completed systemsshall be closely monitored by Purchaser.2.0 General Terms & Conditions :-2.1 Prices:2.1.1 The unit rates for supply portion shall be quoted FOR Destination i.e. deliveryat the respective RTU location. The break-up of the F.O.R. destination priceshould be given as under: -a) The price of the material inclusive of packing and forwarding part ofproduction cost.b) Packing cost not forming part of production cost, handling, cartage etcFreight charges and transit risk insurance covered in F.O.R. destination price.2.1.2 All taxes and duties leviable on the price of finished goods as per sub-clause (a)above shall be paid extra and the same should be shown separately asprevalent on the date of opening of tenders, to be paid at the rate as may beactually prevalent at the time of supply, otherwise these elements shall bedeemed to be included in the quoted prices and will not be paid extra. No taxes& duties will be payable on the element of cost quoted under sub-clause (b)above.2.1.3 In case of rates ex-works/ex-godown and for imported material, freightcharges, transit risk insurance, handling and clearance charges, F.O.B. and C.I.F.,commission of clearing agents at Ports, should also be indicated.2.1.4 All Prices to be quoted shall be ‘Firm’ (in Indian Rupees)2.1.5 The rates quoted F.O.R. destination or ex-works should be given in both figuresand words and any overwriting/ cutting should be legibly signed or avoided.Offers/ tenders written in pencil shall be ignored.2.1.6 The prices tendered shall cover all the material destroyed under tests and no

extra payment will be made for the material so destroyed/consumed duringtesting.

9

2.2 Price Schedule:The price (s) shall be indicated in the bidding price schedule as per the formatattached (Annexure- IVA & IVB) which shall form the part of the price offer.The quoted prices shall be further governed by the following terms &conditions:2.2.1 Any price/payment discount figure offered by the bidder, shall be indicated inthe price bid itself i.e. Part III of tender. Offering of discount on quoted pricessubsequent to the opening of tenders, will be out rightly rejected.2.2.2 No taxes and duties shall be paid on the element of cost quoted ( packingcharges not forming part of production cost) of the price format given in theprice schedule2.2.3 The quoted Unit prices shall be applicable for addition/deletion of quantitiesduring contractual period2.2.4 In case of addition/ deletion of RTUs, I/Os, BOM quantity (s) etc, Design /Engineering & Documentation, erection hardware or any other charges quotedin lumpsum, shall be revised on pro rata basis.2.2.5 Tenders without break up of prices are liable to be rejected.2.2.6 Whether the firm indicate NIL or concessional rate of E.D. in their tenders theywill have to absorb the ED upto full rate applicable at the time of tendering, Incase the firm which do not agree to this condition or indicate the ED as extra,without indicating the applicable rate or remain silent, then the tender of thefirm will be loaded with maximum rate of duty for evaluation purpose.2.2.7 Whether the firm indicate NIL or concessional rate of CST/VAT in their tendersthey will have to absorb the CST/VAT upto 4% applicable at the time ofopening of tender. The firms which don’t agree to this condition or indicate CSTas extra without indicating the applicable rate or remain silent then the tendersof the firm will be loaded with 4% CST/VAT for evaluation purpose.2.2.8 Modvat Benefit: The firms should quote their rates after taking into accountthe Modvat Benefit available to them. If the firms do not mention clearly aboutModvat Benefit, then it will be assumed that they have quoted the rates aftertaking into account the Modvat benefit available to them.2.2.9 In case of imported equipment, the bidder shall indicate Custom Duty and anyother duty/cess component as applicable separately along with rates. Freight ,port handling, forwarding / custom clearances and inland freight & insuranceshall be part of FOR quoted prices. The bidder shall be entirely responsible forimport of equipment. However, essentiality certificates, if any shall be providedby the purchaser.2.3 Earnest Money:2.3.1 The bidders shall be required to submit Earnest Money at the following rate inthe form of Punjab State Transmission Corporation Limited Cash Receipt / BankDemand Draft in favour of "AO/SLDC, PSTCL,Ablowal " payable at Patiala alongwith the tenders:-a)Tender valuing up to Rs. 50,000/- Nil

10

b)Tenders valuing above Rs.50,000/- @ 2% of tendered valuerounded off to multiple ofRs.10/- on the higher side,subject to minimum Rs. 5000/-and maximum of Rs.10.00 (ten)lac.2.3.2 The following shall be exempted from depositing Earnest Money:-a) Public Sector Undertakings fully owned by the Punjab Govt/CentralGovernment/Other state Governments supplying material directly through unitsowned by them provided that a certificate of Govt. ownership issued by theconcerned Govt. Department shall be submitted in the envelope for EarnestMoney. Exemption shall not be applicable if the tender is submitted for supply ofmaterial through private unit/manufacturer.b) Suppliers having Permanent Earnest Money of deposit Rs.10.00( Ten) Lacwith the CE (SLDC) Organization of the PSTCL provided that, a certificate to thiseffect issued by the concerned Accounts Officer of the PSTCL during threemonths immediately preceding the due date of tender opening and showing theSerial Number/Account Number allotted in the Permanent Earnest MoneyDeposit Register shall be submitted by the Tenderers in the envelope for EarnestMoney.c) Sole Manufactures/Suppliers of Proprietary items.2.3.3 Earnest money may be accepted in the form of Bank Guarantee valid up to 3months after the validity date of tenders as per NIT/Tender specification in thecase of Public Sector Undertakings partly owned by Punjab Government/ CentralGovt./other State Governments. The proof of the firm being a joint venture of theCentral/State Govt. shall be attached with the bank guaranteed.2.3.4 a) In case of tenders not accompanied by full amount of Earnest Money for theitems tendered but not less than 25% of the amount due, the order/contractshall be awarded only for part of material/equipment services limited to a valuecorresponding to the actual amount of Earnest Money submitted with thetenders provided the placing of such part order is otherwise feasible and is in theinterest of the Punjab State Transmission Corporation Limited, otherwise suchtenders shall be ignored.b) The amount due as referred to in clause (a) shall be calculated @ 2% of thetender value and shall not be taken as Rs. 10.0 Lac the maximum amount payableas Earnest Money. Therefore, 25% of earnest money shall thus be worked out onthe basis of the entire amount so calculated, which shall of course be subject tomaximum of Rs, 10.0 Lac and minimum of 5,000/-2.3.5 Earnest Money shall be forfeited in case of withdrawal/ modification of an offerwithin the validity period as required in the NIT/Tender Specification afteropening of Tenders.2.3.6 In case of successful Bidders, Earnest money shall be converted as securitydeposit and shortfall if any shall be got deposited for faithful execution ofOrder/Contract.2.3.7 In case of tenders not accepted, the earnest money shall be refunded within 30days of the award of Order/ Contract to the successful Bidders.

11

2.4 Security Deposit:i) The successful Tenderers shall be required to submit security deposit forfaithful execution of the Purchase Order/Contract of value exceeding Rs.50,000/-at the rate of two percent (2%) of order value rounded off to a multiple ofRs.10/- on the higher side.ii) Ordinarily the Earnest Money received with tenders shall be convertedinto Security Deposit. If the amount of Earnest Money received with tender ismore than the amount of security deposit required for the PurchaseOrder/Contract, the balance shall be refunded and in case of shortfall, theVendor/Supplier shall be required to deposit the additional amount.iii) In the case of Tenderers from whom Earnest Money is accepted in theform of Bank Guarantee, the Security Deposit shall also be acceptable in the formof Bank Guarantee, valid up to 3 months after the completion of contract period,including warranty period if any. To start with, the Bank Guarantee submittedagainst Earnest Money shall be treated as Bank Guarantee against SecurityDeposit. If its amount is adequate, its validity may be extended by theVendor/Supplier to cover the total period required for security Deposit,otherwise, the Vendor shall be required to submit fresh Bank Guarantee for thecorrect amount and period for security, then the Bank Guarantee for EarnestMoney shall be released.iv) The Tenderers having permanent deposit of Rs.10. 0 Lac with the CE /(SLDC) Organization and hence exempted from depositing Earnest Money withTenders, shall also be required to submit Security Deposit at 2% of order value inthe form of Bank Guarantee within 30 days from the award of Order/Contract.v) If the firm /Tenderer stipulate the security deposit in the shape ofBank Guarantee instead of cash, loading @12% per annum may be done onthe amount of security payable for the contractual period. The Tendererswho are silent in this regard shall be deemed to deposit Security Deposit inCASH in the event of purchase order placed on them.vi) The following shall be exempted from depositing security againstorders/contracts given to them:-a) Public Sector Undertakings owned by Punjab Government/CentralGovernment/other State Governments. Supplying material directly through unitsowned by them.b) Manufactures/ suppliers of proprietary items.vii) Exemption shall not be applicable for the supply of material through aprivate unit / manufacturer.viii) On faithful execution of Order/ Contracts in all respects, includingextended warranty period, if any, the security deposit of the Vendor/Suppliershall be released by the Contracting/Purchasing Agency.ix) In the event of default on the part of the Vendor /Supplier in the faithfulexecution of Purchase Order/Contract his security deposit shall be forfeited byan order of the contracting/purchasing Agency.x) The forfeiture of Security Deposit shall be without prejudice to any otherrights arising or accruing to the PSTCL under relevant provisions of the Purchase

12

Order/Contract, like penalty/damages for delay in delivery including suspensionof business dealings with PSTCL for specific period.2.5 SALES TAX/VAT/CST:a) Value Added TaxThe VAT as applicable if inclusive in prices shall be paid against documentaryproof on submission of following certificates:-i) Certified that the transaction on which tax has been claimed has been/will beincluded in the return submitted/to be submitted to the Sales tax authorities forthe assessment of the tax and the amount claimed from the PSTCL has been/shallbe paid for the Sales Tax Authorities.ii) Certified that the goods on which tax has been charged have not beenexempted under the rules made there-under and charges on account of the Salestax on these goods are correct under the provisions of the relevant act or rulesmade there-under.iii) Certified that we shall indemnify the PSTCL. in case it is found at a laterstage, that wrong or incorrect payment had been made on account of tax paidby us.iii) Certified that we are registered dealer & our Regn. no. is.___________________.b) CENTRAL SALES TAX:The Punjab State Transmission Corporation Ltd., Patiala(PSTCL) has come intoexistence w.e.f. 16.04.2010. The process for getting PSTCL registered as a dealerunder the Central Sales Tax act has been initiated.

When the Central Sales Tax is to be paid by the PSTCL, a declaration Certificate inform-‘C’ will be issued by the AO/CPC, PSTCL, Patiala on receipt of material. Whenthe tax is to be paid by the Supplier a declaration certificate in form-‘C’ will beissued by the AO/CPC, PSTCL, Patiala, subject to submission of the followingcertificates:-

i) Certified that the transaction on which tax has been claimed has been/will beincluded in the return submitted/to be submitted to the Sales Tax Authorities forthe assessment of the Sales Tax and the amount claimed from the PSTCL. hasbeen/shall be paid to the Sales Tax Authorities.ii) Certified that the goods, on which Sales Tax has been charged have not beenexempted under Central Sales Tax Act or the Rules made there-under and thecharges on account of the Sales Tax on these goods are correct under theprovisions of the relevant Act or rules made there under.iii) Certified that we shall indemnify the PSTCL. in case it is found at a later stage,that wrong or incorrect payment had been made on account of the Sales Tax paidby us.iv) Certified that we are registered dealer under the Central/State Sales Tax actand our Registration No. is_________.v) Certified that payment has been made under protest. The bills for the SalesTax and insurance charges, if any, should be submitted separately. A declaration

13

certificate in form ‘C’ will be issued by AO/CPC, PSTCL, PATIALA for all suppliesreceived during a particular accounting year.The firms indicating NIL or concessional rate of CST/ST in their tenders will haveto absorb the CST/ST up to full rate applicable at the time of tendering. The firmswhich do not agree to this stipulation or indicate C.S.T. as extra without indicat-ing applicable rate shall be loaded with maximum rate.2.6 EXCISE DUTY:If applicable will be paid at full rates prevailing during the scheduled deliveryperiod subject to the production of the following certificates by theManager/Senior Administrative Officer of the firm:i) Certified that the transaction on which the Central Excise Duty has been claimedhas been/shall be included in the return submitted/to be submitted to theCentral Excise Authorities and amount claimed from the PSTCL. has been/shallbe paid to the Central Excise Authorities.ii) Certified that the goods on which Excise Duty has been charged have not beenexempted under Central Excise Duty rules and that the Central Excise charged onthese goods is not more than what is payable under the provision of relevant Actor rules made there under.iii) Certified that we shall indemnify the PSTCL that in case it is found at a laterstage that wrong or incorrect payment has been received on account of ExciseDuty. The benefit/credit of the CED under MODVAT Scheme duly authenticatedby the authorities/representatives of the Central Excise Deptt. shall be allowedto the Purchaser in the invoice of concerned equipment. In case Central Excisestaff refuses to issue a separate gate pass indicating the excise duty claimed fromyou, the original invoices raised for the supply of the equipment will bear acertificate from the Central Excise staff to the fact that Excise Duty has beencharged from you and the amount so charged will be indicated.Note:- The firm indicating NIL or concessional rate of E.D in their tender will have toabsorb E.D. up to the final rate applicable at the time of tendering. The firmswhich do not agree to this stipulation or indicate E.D. as extra without indicatingthe applicable rate be loaded with maximum rate of excise duty.2.7 OCTROI CHARGES:Octroi charges in Punjab if applicable shall be paid extra on actual basis.2.8 Terms of Payments:i) 75% of the contract value pro-rata for each consignment of operationallycomplete equipment despatched after approval of Inspecting Authority/testcertificates/received in good condition, its retrofitting, integration &commissioning with SCADA system etc. along with 100 % Sales Tax/ VAT, ExciseDuty and other statutory levies as per contract shall be paid within 30 days .ii) Balance 25 % of the above shall be payable within 30 days after successfulcompletion of GSAT and/or the equipment is taken over by purchaser after

successful demonstration of GSAT subject to furnishing a Bank Guarantee of5% of the amount valid for a period of three months after expiry of warrantyperiod.

14

iii) For other Services like Training, documentation etc. :100% payable amount alongwith 100 % applicable tax , if any, shall be payablewithin 30 days after successful completion of each activity.iv) Maintenance Support ( AMC) Services :100 % on quarterly basis, along with 100% applicable taxes, if any at the end ofeach completed quarter, within 30 days after successful completion of servicesduring the said quarter.Note: Any extra man-hour/ visit charges towards integration of RTUs payable byPSTCL to RTU Integrator (if any) due to non-conformity to IEC 870-5-101 & IEC870-5-104 protocol or any shortfall on the part of RTU vendor, shall bechargeable to RTU vendor's account or deductible from the payments to bereleased to the vendor.2.9 Intimation to the AO(SLDC) and Consignee:The Supplier will have intimate the probable date of dispatch followed bytelegraphic advance intimation regarding the actual date of R.R. to AO(SLDC)PSTCL, Ablowal Patiala to enable him to arrange payment failing whichdemurrage, wharfage etc. will be supplier’s account. A copy of such intimationshould be sent to the consignee and this office for reference, immediately.2.10 Invoicing Procedures:All invoices should be prepared in six-triplicate (6 copies). The original and twocopies showing the amount due, description of material, number of packagestogether with delivery note/Receipted challan as issued by the Consignee shouldbe sent to AO/SLDC, PSTCL, Ablowal, Patiala. Fourth copy with a copy of invoiceand delivery note /receipted challan should be sent to the consignee and theremaining copies to the Dy. Chief Engineer/ SLDC, SLDC Project, 220 kV GridSub-Station, Ablowal, PSTCL, Patiala-147001 simultaneously.All payments are to be made by the AO/SLDC, PSTCL, Ablowal, Patiala and nogoods will be accepted by the consignees unless accompanied by priced challansor invoices.2.11 Order Preference:The PSTCL would allow an order preference to such tenderers whose works aresituated within the State of Punjab as per the procedure laid down as under:-a) The rate of Punjab firms would be de-escalated by 15% for all the Units.For Punjab based firms upto 20% of total quantity can be reserved provided theyfall in the consideration zone after application of price differential. For thispurpose the merit position of the Punjab firms shall be prepared separately.However, where the Punjab firms qualify amongst the lowest bidders on theirown quoted rates, they shall form part of the original quoted list for the purposeof placing orders.

15

b) The zone of consideration for placing of purchase order/contract wouldthereafter be demarcated taking into account the quantity of material requiredas per tender enquiry and the quantities offered by the different tenderers, .c) The purchase on the Punjab firm claiming order preference and fallingwithin this zone would be placed on the lowest rate of a firm not claiming orderpreference within the zone of consideration or on the concerned Punjab firm’sown quoted rate which-ever may be lower.d) In the event of zone of consideration ending at the de-escalated ratetendered by a firm claiming order preference, the rate to be allowed to suchfirms shall be the next quoted rate by the firm not claiming order preference orthe concerned firm’s own quoted rate, which-ever may be lower.e) The Punjab based firms claiming order preference shall be required tofurnish an undertaking in prescribed form (Annexure-V) on a Non-judicialstamp papers of appropriate value to the effect that they shall execute the orderif placed on them under ‘Order Preference’ as per the tender specification. Suchundertaking should be submitted by the Punjab based tendering firms latest bythe close of day of opening of tenders. In case no such undertaking is furnishedby the Punjab based firms who are otherwise eligible for claiming ‘OrderPreference’ as per the tender specification, their tender shall not be consideredfor placement of any order under Order Preference. In the event of refusal by thePunjab based firms to execute the purchase order/contract at their quoted ratesor offers made under Order Preference as per ‘c’ and ‘d’ above as the case maybe, after having furnished the above under taking, their Earnest money shall beforfeited apart from initiating further administrative action, such as suspendingbusiness dealings, blacklisting etc.2.12 Despatch InstructionsThe material shall be required to be despatched as per the despatch instructionsissued by the Purchaser according to purchase order-cum-contract or asintimated separately afterwards during the pendency of the contract.2.13 ConsigneeThe material shall be initially consigned and delivered to AEE, CO&C Subdivision, PSTCL, 66 KV sub station, Near old Subzi Mandi, Ludhiana (Punjab) whoshall issue the Receipted Challan after verifying the safe receipt of material inline with despatch instructions. The subsequent handling, delivery, storage of allthe RTUs at the respective site (s) shall be carried out by the Vendor in co-ordination with designated construction supervision Engineer of the purchaser.2.14 Delivery/ Commissioning Schedule:Following delivery / time schedule shall be applicable for contractual purpose:-

a) Pilot RTUs (2 nos.) :-Manufacturing/Delivery/Erection/Retro-fitting, testing, commissioning &Integration of 2 nos. Pilot RTUs have to be within 2(two) months from the date ofissue of the LOI by purchaser.

16

b) Supply/Delivery/Erection/Retrofitting, testing, commissioning /integration Schedule for balance qty. of RTUs:The delivery/erection/retrofitting, testing, commissioning and integration of thebalance RTUs at the respective location shall be completed within 8(eight)months from the date of issue of Work/ Purchase Order to be issued aftersuccessful commissioning of pilot RTUs.2.15 Date of Delivery/ Commissioning:The date of delivery shall be reckoned as the date of receipt of material by theConsignee as per the Receipted Challan. Purchase order shall be placed strictlyon the above understanding for the quantities offered by him after taking intoaccount all his previous commitments against other pending orders.The date of commissioning shall be reckoned as the date of commissioningand successful integration of the RTU with the Control Center SCADA-EMSsystem as certified by the purchase’s designated office .2.16 Penalty/ Damages For Delay In Delivery/Commissioning:If the Supplier fails to deliver / commission/ integration thematerial/equipment (including first pilot RTU ), within the stipulated period ofthe Work/ Purchase Order/Contract, the same is liable to be rejected and ifaccepted, the Supplier shall be liable to pay as penalty charges a sum of Rs.0.5%(half of one percent) of the total contracted value per month of delay or partthereof, not exceeding maximum limit of 10 % of the total contract value ofequipment so delayed.There will be a slack of one month that will not entail any penalty and will notinvolve any additional financial implication.. Delay beyond the slack period willattract penalty for the period of delay including slack period, however, there willbe no penalty/ liquidated damages in respect of purchase of proprietary items.

2.17 Force Majeure:During the pendency of the Contract/Purchase Order, if the performance inwhole/part by either party or any obligation thereunder, is prevented/delayedby causes arising out of any war, hostilities, civil commotion, acts of the publicenemy, sabotage, fire, floods, explosions, epidemics or non-availability ofGovernment controlled raw material under Orders/Instructions of Central/StateGovernment regulations, strikes, lockouts, embargo, acts of Civil/Militaryauthorities or any other causes beyond their reasonable control, neither of thetwo parties shall be made liable for loss or damages due to delay or failure toperform the contract during the currency of Force Majeure conditions,provided that the happening is notified in writing (with documentary proof)within 30 days from the date of the occurrence.The supplies shall be resumed under the contract as soon as practicable after thehappening (event) ceases to exist.2.18 Extension In Delivery /Commissioning Period:Any genuine delay in approval of technical details, drawings, samples, issuanceof amendment of Purchase order, conducting inspection and approval of

17

Inspection Test Report/ Test Certificates for allowing dispatches, Allocation ofsite/ communication/ approvals from Purchaser side, etc. will count towardsextension of the delivery period by corresponding period other than admissibleunder Force Majeure conditions, if any, substantiated by the supplier and dulyaccepted by the Purchaser. No extension in delivery shall be granted in case ofdelay in payment. However, for delayed payments beyond stipulated period asper terms of payment clause, compensation shall be credited @0.5% of thepayment so delayed per month or part thereof to be adjusted against penaltieslevied or to be levied subject to a maximum of penalty leviable due to delay indeliveries under the contract.2.19 Insurance:i) The rates are required to be quoted on F.O.R. Destination basis and it is theresponsibility of the Supplier to deliver the goods in sound condition F.O.R.destination and for that purpose the Supplier may at his option insure thematerial against all risks at his own cost during transit for full delivered value ofthe material up to destination. All works in connection with making and settlingof claims, if any, with Road/Rail transport Authorities and/or InsuranceCompany shall be carried out by the Vendor for which no extra payment shall bemade by the PSTCL. However, necessary assistance required in connection withmaking and settling of such claims, if any, shall be provided by the consignees.ii) All damages and/or shortages during transit as covered by the Insurance shall bemade good immediately on receipt of such information from the consigneeswithout, waiting for settlement of claims. However, in case of apparent damagesand/ or shortages, the consignees shall obtain the loss/damage certificate fromthe Road/ Railway Transport Authorities and send the same to the Vendorwithin a period of thirty days from the date of receipt of material. A certificateshall be submitted by the Suppliers/Vendors with each bill to the effect that thematerial has been duly insured.iii) The consignees shall report losses and damages to the firm within 30 days of thearrival of the equipment at the store/site. It will, however, be Supplier'sresponsibility to prefer timely claims on the insurance under-writers and toarrange replacement thereof to the consignees.iv) The Suppliers shall be wholly responsible for the loss, shortages, damages etc.during transit. Such shortages and damages etc. will have to bereplaced/repaired by the Supplier/Vendor free of cost immediately withoutwaiting for maturing of the Supplier's/Vendor's claims with the Road transport/Railway Authorities.iv) In case replacement/repair of defective material is not carried out within sixmonths of intimation of damages, Supplier shall have to pay interest at the rateof 12% per annum on the advance payments made by the Punjab StateTransmission Corporation Limited from the date of its payment up to the dateof its re-commissioning of the equipment after replacement/repair or to the datethe default is made good.

18

2.20 Negligence and Default:(i) In case of negligence on the part of Supplier/Vendor to execute theorder/contract with due diligence and expedition and to comply with anyreasonable orders given in writing by the Purchaser in connection with thePurchase Order/Contract or any contravention in the provisions of the PurchaseOrder/Contract, the Purchaser may give 21 days notice in writing to theSupplier/Vendor to make good the failure or neglect or contravention and if theSupplier/Vendor fails to comply with the notice within time considered to bereasonable by the Purchaser, he will suspend/terminate business dealings withthe defaulting firm for a specific period.. .(ii) Further in case of such default by the Supplier/Contractor, the purchaser mayalso suspend business dealing with the supplier/Contractor apart from claimingreasonable compensation/ damages, forfeiture of security etc.2.21 Inspection of Equipment & Tests:a) The PSTCL shall conduct Pre-dispatch inspection, examination and test theequipment/ sub assemblies/ material through its official(s) and/or through anout-side agency nominated by PSTCL at the manufacturer’s/ Supplier's works,during or after the manufacture of goods prior to dispatch, on receipt of a clearnotice of minimum two weeks in advance, to be reckoned from the date ofreceipt by the Purchaser. The Supplier/ Vendor shall provide all facilities as maybe required to carry out the tests in accordance with approved standards, free ofcost.b) Random testing of material on its receipt in the Stores irrespective of the factwhether or not it was inspected before dispatch shall be carried out by PSTCLand in case of any failure; the entire lot shall be rejected at the risk and cost ofthe supplier.2.22 Fake Inspection Call/s:All such firms, who often after giving inspection call do not get the materialinspected when the inspecting officer(s) visit their works after receipt ofinspection call on one pretext or the other, it will have to bear TA/DA for thejourney performed by such inspecting officer(s) which shall be Rs.15000/-(outside Punjab) & Rs.5000/-(within Punjab) per visit of Inspecting officer(s).Beside the recovery against each fake call, a letter of warning shall be issued andit shall be Rs.15000/- & Rs.5000/- per visit of Inspecting officer(s) respectivelyin case the material fails during inspection.2.23 Guaranteed Site Availability Test of the System(GSAT):The vendor shall demonstrate continuous availability of 99% for each of the RTUduring Guaranteed Site Availability Test (GSAT) to be conducted afterCommissioning/integration for a minimum period of three months (90 days).The availability achieved shall be calculated jointly by the Bidder'srepresentative and the purchaser as per the modalities to be finalized by thePurchaser beforehand. Non-availability due to external factors such as failure ofDC power supply, communication etc. shall be treated as hold-time & availability

19

test duration shall be extended by such hold time. In case the actual achievedavailability falls short of the guaranteed availability under the contract, it wouldbe considered as vendor's default. The equipment shall be taken over onlyafter successful demonstration of guaranteed site availability Test(GSAT)and that date will be reckoned as date of successful commissioning for allintents and purposes and three year warranty period shall starts from thisdate. Till such time full responsibility to operate & maintain the equipmentshall be of the Bidder.

2.24 Warranty;The Supplier/Contractor shall be responsible to replace free of cost with notransportation and insurance expenses to the Purchaser up to the destination ofmaterial/equipment, the whole or any part of the material, which have beensupplied/commissioned by him and which under normal and proper use andmaintenance proves defective in material or workmanship within 36months(i.e. three years) from the date material is taken over aftersuccessful demonstration of guaranteed site availability Test(GSAT) by thepurchaser provided the Purchaser gives prompt written notice of such defectsto the Supplier/Contractor. Such replacement shall be affected by theSupplier/Contractor within a reasonable time not exceeding six months of theintimation of defects. Supplier’s/Contractor’s responsibility arising out of supplyof material or its use whether on warranties or otherwise shall not in any caseexceed the cost of correcting the defects or replacing the defective part/materialand upon the expiry of the warranty period stipulated above, all such liabilitiesshall terminate. However this clause shall not be applicable in case lamps/tubelights. The above provision shall equally apply to the material soreplaced/repaired by the Supplier/Contractor under this clause in case the sameis again found to be defective within 12 months of its replacement/repair. In casethe replacement/repair of defective material is not carried out within six monthsof intimation of defects, the Supplier/Contractor shall have to pay interest @12% per annum on the value of each complete operational unit of equipmentbeginning from the date of its becoming defective up to date of its re-commissioning after replacement/repair.

2.25 Maintenance Support(AMC) Services :The retrofitted RTU shall have warranty up to 3 years as mentioned in clause2.24 above. The bidder shall be responsible to maintain sufficient quantity ofspares for further period of 10 years as required to maintain the RTUs.The bidder shall quote separately the comprehensive Annual MaintenanceCharges (AMC) for 10 (ten years) applicable after expiry of three yearWarranty period mentioned above. A separate contract for AMC, initially forthe period of 7 (seven) years, shall be signed by Purchaser with successfulbidder, if required. During the said AMC period, the bidder shall beresponsible to supply/replace any material/equipment existing as well assupplied during retrofittingPurchaser may further extend the said AMC for further period of 3 years atthe same rates/terms & conditions and shall be acceptable to bidder.

20

Purchaser also reserves the right to terminate the Maintenance Support (AMC)services at any stage during the pendency of the contract without assigning anyreason, and affect the recoveries/ penalties against the vendor, if any.Note : Bidder shall give undertaking regarding maintaining the sufficientquantity of spares for further period of 10 years after expiry of warranty,as required to maintain the RTUs.

2.26 Maintenance during Installation, commissioning etc:The Vendor shall be responsible to maintain the RTUs during installation, fieldtesting, commissioning, Integration etc. till it's taking over by the Purchaser.During this period the vendor shall make available the services of their hardwareand software specialists within 24 hours of the notification of any problem(s)that may exist. The vendor shall repair or replace all defective parts and shallhave prime responsibility for keeping the system operational.2.27 Completeness of Equipment:All fittings, accessories and apparatus not specifically mentioned in thespecification but are actually necessary for completeness of the equipment shallbe deemed to be included in the offer. All equipment shall therefore be completein all respects whether such details are mentioned in the tender document ornot.2.28 Training:The successful tenderer will be required to impart training to minimum 4 nos.Engineers so as to fully acquaint them with Design, Testing and commissioning,including fault detection , Protocol details etc. covered in this tender, if sodesired by the Purchaser. The period of training shall be mutually agreed uponand all expenses shall be borne by the Purchaser.2.29 Raw Material:The raw material to be used in the manufacture of the goods/equipment to besupplied against Purchase Order/Contract shall be of the best quality of its kindobtainable in the market. The Supplier/Contractor shall be solely responsible forthe procurement of raw material required for the purpose.2.30 Material & Workmanship:All the materials used in the manufacture of equipment shall be of the bestquality obtainable of their respective kinds and whole of the work shall be of thehighest class, well finished and of approved design and make. Casting shall befree from blow holes, flaws, cracks or other defects and shall be smooth, closegrained and of true forms and dimensions.

21

2.31 Changes:No variation or modification or waiver of any of the terms and provisions shallbe deemed valid unless mutually agreed upon in writing by both the Purchaserand the Supplier.2.32 Packing:All material should be suitably packed for transportation direct to the consigneeand the Supplier shall be responsible for all damages/losses due to improperpacking. All boxes shall be marked with the signs indicating up and down sides ofthe boxes and also unpacking instructions considered necessary by the Supplier.The contents of boxes shall have place marks corresponding to the number in thepacking lists to enable easy identification. The destination station name of thematerial shall also be marked on all boxes. The prices quoted by the Tenderersshall be deemed to include the cost of packing.2.33 Instruction Plates & Markings:All the nameplates, instruction plates, warning signs and any markingswhatsoever on the equipment and its parts/ sub assemblies and otheraccessories shall be in English language with idioms in current use. Purchase

Order number and date be given on the name plates.

2.34 Test Certificates and Documents:The bidder shall be required to furnish to the Purchaser's office/consignees,wherever necessary, the following documents along with the consignment:i) Printed pamphlets & catalogues. 3 Copiesii) RTUs station folder containing key diagram, I/O points,bill of Material, GA layout drgs, erection/ Installationdrgs, wiring details/sizes interconnecting/ terminationdetails), etc for each station (separately)5 Copies

iii) User (Operation and Maintenance ) Manual 5 Copiesiv) Approved Drawings / as-built drgs 5 Copiesv) RTU Training Manual (detailed) 5 Copiesvi) Any other relevant information/document (as to bedecided by purchaser) 3 Sets2.35 Civil Suit/ Jurisdiction:All legal & Arbitration proceedings in connection with the PurchaseOrder/Contract shall be subject to the territorial jurisdiction of the local CivilCourts at Patiala, Punjab only.2.36 Undertaking:All the Tenderers are required to give the following undertakings on theirletterhead with the tender documentsi) That they would not pay any commission etc. or engage any commission agent orliaison agent for dealing with PSTCL in any matter including purchase ofequipment

22

ii) That no officer/official of the PSTCL will deal with any person who claims to be acommission agent or liaison agent of any company and that the officers/officialsof the PSTCL must deal only with persons directly employed by the Suppliers.In addition, bidder shall submit following undertakings also:-Note: a)The Punjab based firms claiming order preference shall be required tofurnish an undertaking in prescribed form (Annexure-V) on a Non-judicialstamp papers of appropriate value to the effect that they shall execute the orderif placed on them under ‘Order Preference’ as per the tender specification.b) Undertaking by bidder regarding maintaining the sufficient quantity ofspares for further period of 10 years after expiry of warranty, as required tomaintain the RTUs.2.37 Arbitrationa) If at any time any question, dispute or difference, what so-ever, shall arisebetween the Purchaser/ PSTCL and the Vendor/Supplier, upon or in relation to,or in connection with the Purchase Order/Contract, either party may forthwithgive to the other, notice in writing of the existence of such question, dispute ordifference and the same shall be referred for sole arbitration of a nominee of thePurchaser/ PSTCL, who shall give a reasoned/speaking awards. The award of theSole Arbitrator shall be final and binding on the parties under the provision ofthe Indian Arbitration Act, 1996 and of the rules there under. Any statutoryamendment, modification or re-enactment thereof for the time being in force,shall be deemed to apply to and be incorporated in the Contract/Purchase Order.It will not be objectionable if the Sole Arbitrator is an officer of the PSTCL and hehas expressed his views on all or any of the matters in question of dispute ordifference.b) Upon every or any such reference, the cost of and incidental to the reference andaward respectively shall be in the discretion of the Sole Arbitrator so appointedwho may determine the amount thereof or direct the same to be taxed asbetween Solicitor and Client or as between party and party and shall direct bywhom and to whom and in what manner the same is to be borne and paid.c) The work under the Contract shall, if reasonably possible, continue during thearbitration proceedings and no payment due or payable by the Purchaser/PSTCL shall be withheld on account of such proceedings.2.38 Approval Of Drawings/ Certificates:i) Complete technical details/ specifications of the equipment, Type & RoutineCertificates (as already carried out on similar equipment), detailed equipmentdrawings and any other special requirement for shipping/transportation ofequipment up to destination will be submitted by supplier as a part of Design &Engineering activity in line with the provisions of Design and documentationrequirements.ii) Approval on drawings wherever required, will be conveyed by the Purchaserwithin 15 days from its receipt In case any further details or modifications berequired , the same shall be conveyed to the Vendor within the said 15 daysperiod for conveying approval where after it will be the responsibility of thesupplier to re-submit modified drawings , incorporating all comments/ mark-

23

ups within 2 weeks of receipt of intimation and get the same approved from thePurchaser which will be done within the usual 15 days period from their receipt.2.39 CONTRACT:The detailed order issued in accordance with agreed terms and conditions andaccepted/acknowledged by the firm shall itself form valid contract along withsubsequent amendment, if any, and shall be construed and operated as such interms of Indian Contract Act-1872 as amended up to date.It will be obligatory on the part of the successful Tenderer to execute within30 days of the receipt of detailed order, a legal contract agreement on non-judicial stamp paper of the appropriate value. The detailed Purchase Order soissued shall be termed Purchase Order-Cum-Contract Agreement. The contractshall be made in duplicate and one copy will be retained by each party.2.40 Cancellation:The Purchaser reserves the right to cancel the Purchase order as a whole or inpart at any time or in the event of default on the part of the Supplier prior to thereceipt of intimation regarding taking in hand of the manufacture of materialagainst the Purchase Order/ dispatch of material to the consignee.

Dy. CE/SLDC (Project)PSTCL, Ablowal, Patiala

24

Section: III

Location of RTUs, Scope of Work & Technical Specifications for RTUs:

1.0 Location of RTUs:The tentative list of exiting 220KV & 132KV RTU stations locations (i.e.Generating station/Sub Stations) where RTUs by successful bidder shall besupplied, installed/retrofitted, tested, commissioned & integrated with existingSCADA system under ULDC-I (M/s Areva Ltd.) and subsequently with newSCADA/EMS control centre being set up by M/s Siemens ltd. under ULDC Phase-II is as follows:-List of existing RTU Stations :Sr.no Name of Grid S/Stn. Make of existing RTU1 132 KV Mukerian PH-2 C-DAC Make, Generating stn. RTU.2 132 KV Mukerian PH-4 C-DAC Make, Generating stn. RTU.3 220 KV Wadala Granthian C-DAC Make.4 220 KV Gobindgarh1 C-DAC Make, major drawl station.5 220 KV Mohali C-DAC Make, interstate RTU.6 132 KV Anadpur Sahib HP-2 C-DAC Make, Generating stn. RTU.7 132 KV Anadpur Sahib HP- 1 ABB Make, Generating stn. RTU.8 132 KV Pathankot ABB Make, Interstate point RTU.Notes:1) The tentative list of I/O counts and Bill of Material (BOM) of above RTUs is givenas Annexure-IA.2) The tentative list of new bays which are being not being telemetered presently isgiven as Annexure-IB.3) Initially 2 No. RTUs (one each of C-DAC and ABB make to be decided bypurchaser) shall be taken up as a pilot project and depending upon its successfulperformance for six months at least, remaining 6 No. RTUs shall be taken upsubsequently.4) Tentatively Baud rate shall be 300 for all the RTUs.5) The purchaser reserves rights to change the location or to modify quantity of theRTUs, as per its actual requirement at any stage during the pendency of thecontract.

2.0 Scope of work :Brief scope of work include survey design, engineering, supply,erection/retrofitting in the existing RTU cabinets, testing, commissioning &integration of RTUs with existing SCADA/EMS System(M/s Alstom India ltd)under ULDC-I & upcoming ULDC-II (M/s Siemens Ltd.) on both thecommunication protocols i.e. IEC 60870-5-101 & IEC-60870-5-104. Offered

25

RTU(s) shall also support other communication protocols like IEC 61850,Modbus, DNP etc.All the necessary wiring required for successful integration of RTUs includinginter panel wiring between RTU and SIC panel shall also be in the scope ofbidder.Bidder shall use the existing RTU/SIC panels, cable/wires, TBs, hardware liketransducers, CMR relays, etc. and in case of malfunctioning and/or being founddefective of any material/wiring being used/in opearation such as transducers/Modems/splitters/CMRs TBs etc. , the same shall be also be replaced by thebidder using the material available with purchaser ( ie spares/dismantledRTUs/new procurement) .In case, purchaser do not have sufficient quantity of any item/items e.g.transducers, CMRs, wires, TBs etc. as required for successful integration ofRTU(s), he may ask successful bidder to provide the such short fall.In addition, data telemetry of all those bays which at presently are not beingtelemetered (i.e new bays comprising of Lines/transformers/Bus-bar etc), shallalso be in the scope of successful bidder. Tentative list of new bays is as perAnnexure-IB.Bidder also needs to wire at least 20% spare capacity in RTU rack /panel(minimum one for each type of Input/output card) for additions/expansions tocater future requirements.The Successful Bidder shall supply all such items and provide a complete RTUdesign that meets all of the Purchaser's functional requirements defined in thisSpecification.

Note(s):-i) All hardware, software, accessories and services required for successfulcommissioning/ integration and operation of the supplied equipment inconjunction with the existing/upcoming SCADA/EMS System at Master/ SLDCstation but are not specifically mentioned in the specification shall be included inthe scope of contract.ii) Bidders may visit respective sites (at their own expenses), and make surveysand assessment as deemed necessary for proposal submission, after takingpermission from purchaser.iii) Successful bidder shall carry out joint survey with the purchaser designatedofficial at the RTU locations (mentioned in clause 2.0) to prepare a list of existingfaulty material before taking up the commercial manufacturing of the equipment.On the basis of joint survey, purchaser reserves the rights to delete supply of anyRTU amongst above list from the scope of the bidder.3.0 Technical Specifications for RTUs :3.1 GENERALThe RTUs shall be designed in accordance with applicable International Electro-Technical Commission (IEC), Institute of Electrical and Electronics Engineer(IEEE), American National Standards Institute (ANSI) and National EquipmentManufacturers association (NEMA) standards, unless otherwise specified in the

26

specification. In all cases, latest editions or revisions of applicable standards ineffect shall apply Strict compliance should be made to the standards, scalability,modular and open architecture.Regardless of the RTU configuration purchased, the RTU shall be capable of allfunctions specified herein. The optional functions, if any specified in thespecifications, may be implemented with the addition of necessary hardware andsoftware modules in the field as and when required by the Purchaser withoutany additional financial implications except for |hardware cost if any.It is Purchaser's intent that the Successful Bidder uses as much standardhardware and software as possible; however, all of the functional requirementsof this Specification must be satisfied. The use of the Successful Bidder'sstandard hardware and software may cause the Successful Bidder to concludethat there is a need for additional items not specifically mentioned in thisSpecification. The Successful Bidder shall supply all such items and provide acomplete RTU design that meets all of the Purchaser's functional requirementsdefined in this Specification.3.2 Functional Requirements:All functional requirements mentioned herein shall be provided by the biddereven if a function is not initially implemented. As a minimum, RTUs shall becapable of performing the following functions :-(a) Collecting and processing the digital status inputs, analog inputsaccumulated values and transmitting to master station(s).(b) Receiving and processing digital & analog commands from the masterstation(s).(c) Accepting polling messages from at least two master station(s)simultaneously using partitioned databases for each master station.(d) Communication simultaneously on all communication ports and usingmultiple concurrent protocols including IEC 60870-5-101,IEC 60870-5-104 & Modbus/103.(e) Data transmission rates from 300 to 9600 bits per second for serial ports(for both IEC 60870-5-101 & Modbus/103) and 10/100Mbps for TCP/IPEthernet ports..(f) RTU shall be compatible with other protocols also i.e. IEC 61850, Modbus,DNP etc.(g) RTU shall have capability of automatic start-up and initialisationfollowing restoration of power after an outage without need of manualintervention. All restart shall be reported to connected remote controlstation(s).(h) RTU shall support time synchronisation through message received frommaster station using IEC 60870-5-101 protocol.(i) RTU shall support downloading of RTU database from master stationusing IEC 60870-5-101 protocol and IEC 60870-5-104 protocol.(j) RTU shall support SOE(Sequence of Events) feature.

27

(k) RTU should be capable of being configured into point to point, party-lineand as a data concentrator.3.3 Communication ports Requirements:-RTUs shall support simultaneous communication with multiple independentmaster stations/remote control centres, maintenance & configuration terminal(laptop PC), a local logger(printer), Multi-function transducer/IEDs and localData Monitoring System(LDMS)/logger.The RTU shall have the communication ports (minimum 8 nos.) as follows :-Two Ethernet ports for connectivity to master station on IEC 60870-5-104protocol and IEDs on IEC 61850i) Two RS232 ports for communicating with master stations on IEC 60870-5-101.ii) One port for RTU maintenance and configuration terminal.iii) One port for LDMSiv) Required number of RS 485 ports( minimum 2 nos) for pollingMFTs/IEDs in multi-drop(party line) mode.It shall be possible to increase the number of communication ports in RTU byaddition of cards, if required in future. The RTUs shall support the use of adifferent communication data exchange rate(bits per second) and scanning cycleon each port.3.4 Master Station Communication ProtocolThe Successful Bidder shall provide a communication protocol forcommunicating with SCADA master station(s) using the IEC 60870-5-101 andIEC 60870-5-104 (future requirement) communication protocol standard. Thecommunication protocol shall support all the requirements of this standard. The

communication protocol shall be non-proprietary and the SuccessfulBidder shall provide complete description and documentation of theprotocol to Purchaser.The RTU shall perform as a slave to SCADA system when using the IEC 60870-5-101 protocol. All communication shall be initiated by the SCADA system masterstations. RTU must notify the master stations of unusual conditions at the RTU(such as a power fail/restoration or RTU malfunction-Diagnostic facility), thetransfer of changed data etc. All the notifications shall be accomplished withinthe framework of the periodic data acquisition exchanges.The RTU shall process the various messages/commands for communication tothe Master station using the following priority.a) Control commandb) Status data by exceptionc) Analog data by exceptiond) Analog data periodice) Status data integrity scans

28

The RTUs shall support the use of a different communication data exchange rate(bits per second), scanning cycle and /or communication protocol(s) to eachmaster station.Detailed Interoperability Profile of present requirement- IEC 60870-5-101 isgiven in Annexure –VII vis-à-vis existing SCADA/EMS control room (i.e at SLDC,Ablowal, Patiala)3.5 Exception Reporting i.e. Reporting of Status Points:The RTU communication protocol shall report status changes by exception tomaster station(s). Digital status data shall have higher priority than Analog data.The communication protocol shall also support an integrity scan(userconfigurable) of all status data by master stations. The integrity scan will reportthe status of all RTU data assigned to the scan group.3.6 Reporting of Analog Points:The Analog data shall normally be scanned periodically from the master stationto update all the values at master station with in 10 to 15seconds. However,analog data reporting by exception on change of value by more than 20%(configurable from 1% to 20% in the RTU) than its previous scanned value shallalso be implemented to update the analog values quickly in the SLDC.3.7 Scan GroupsAnalog and digital input points (including points reported by exception) shall beassignable to scan groups. A scan group shall be a specified set of data pointswithin the RTU's central database which will be communicated to a masterstation when requested by a specific (addressed) scan request. A scan group sizeshall only be limited by the communication protocol message length. Any RTUinput point shall be assignable to any scan group. The RTU shall support at leastsixteen scan groups and all scan groups per communication port. (i.e. masterstation/LDMS interface). The Successful Bidder shall provide a convenient andflexible scheme for assigning points in the RTU to scan groups.3.8 Control SecurityNormally RTU shall operate in remote control mode i.e. Supervisory Control shallbe exercised through SCADA master station. However when RTU is configured inlocal control mode, the control can be exercised through local control panel. RTUshould have Local/remote key on RTU panel. When in local mode, RTU shouldreject commands received from master station, by providing negative response.The operation of control outputs shall use a true select-check-before-executecommand sequence between the RTU and the SCADA system master station.The RTU shall reset its control logic upon any error in the sequence or if theexecute message is not received within a set time (user adjustable i.e say from 2 -30 seconds) after the command message is received at the RTU.

29

3.9 Data Concentrator Communication ProtocolThe RTU shall act as an IEC 60870-5-101 and IEC 60870-5-104 protocol masterand collect data and also perform supervisory control from/on the slave RTUsand communicate it to the SCADA system at SLDC.The Master protocol implementation shall be such that the data pollingrequirements mentioned in Interoperability document (Annexure-VII) is at leastaccomplished.The Successful Bidder is responsible for making any necessary modification inhis implementation of the communication protocol, if required, for the successfulintegration of the existing RTU. The detail of the protocol implementation of theexisting RTU is provided in Interoperability document.3.10 Analog Inputs:Each RTU analog input card shall accommodate analog current inputs which areisolated, unipolar or bipolar, 2-wire ungrounded differential signals. Existinganalog inputs are of +4 to +20 mA. However, RTU shall be capable of acceptingother standard input ranges as under:-(a) 0 to +10 mA(b) -10 to +10 mA.The RTU accuracy, for analog input measurement shall be 99.8% or better at 25deg C ambient temperature. Mean accuracy shall drift no more than 0.002% perdeg C within the temperature range of -5 to +55 deg. C. Determination ofaccuracy shall be made while the analog multiplexer is operating at rated speed.The analog-to-digital converter shall have a minimum resolution of 2048 counts(sign plus 11 data bits).Each input shall have surge protection and filtering to provide protection againstvoltage spikes and residual current at 50 Hz, 0.1 mA (peak-to-peak). Overload ofup to 50% of the input shall not sustain any failures to the input.The RTU shall make all appropriate signal level conversion and conditioning toallow full utilization of analog inputs and meaningful reasonability checking.Including signal conditioning components, the input impedance shall not begreater than 250 (for 4-20 mA current range).3.11 Digital Status InputsThe digital status input interface shall be capable of accepting isolated wet or drycontact status inputs. The Successful Bidder shall supply necessary sensingvoltage, current limiting, optical isolation, and de-bounce filtering independentlyfor each digital status input. The sensing voltage shall not exceed 48 Vdc. Thesensing voltage source shall be isolated from that of the RTU logic power suchthat any noise or a short circuit across the sensing supply's output terminalswould not disrupt the RTU operation other than the shorted digital status input.

30

The RTU shall accept two types of status inputs i.e. Single Point Status inputs andDouble point status inputs.The RTU shall store all status changes detected for retrieval by the masterstations. For communication delays or short-term failure of communicationswith a master station, the RTU shall store a minimum of 1000 status changeevents. The RTU shall report any overflow of this status change buffer to themaster stations.3.12 Momentary Change DetectionTwo-state status input points with momentary change detection shall be used byPurchaser for points where multiple operations (changes of state) can occurbetween RTU scans (e.g., breakers with re-closing devices that operate fasterthan the scan rate). The RTU shall capture and maintain all of the momentarychanges, up to 4 per MCD digital status point. The MCD status input points shallbe set to capture operations of greater than 20 ms duration. Operation of lessthan 20 ms shall be considered no change (contact bounce). The captureduration shall be adjustable between 4 and 25 ms.Alternatively, the RTU can store and report the multiple state changes of a digitalinput as discrete events. It shall be ensured that all the changes are reported tothe Master station in the sequence in which they occur in the RTU.3.13 Sequence of Events (SOE) CollectionThe RTU shall collect digital status input data and time-of-operation from fast-operating devices. The RTU shall time-stamp the data using its internal clockwith a time resolution of one millisecond. The time resolution will enablePurchaser's personnel to determine the sequential operation of device statechanges. Any digital status input data point in the RTU shall be assignable byPurchaser as an SOE point. Each time a SOE status indication point changes state,the RTU shall time-tag the change and store the change (open, close) and thetime-tag of the event in SOE buffers within the RTU. The SOE buffer shall be sizedfor at least 1000 events.When requested from a SCADA system master station, the RTU shall transmit theSOE data stored in its buffer corresponding to that master station. Anacknowledgement of receipt by the master station shall be made prior to the lossof any data in the RTU SOE buffer. Data not received at the master station shallbe retransmitted. An indication that SOE storage at an RTU is approachingcapacity (at 80%) shall be transmitted to the master station in the normalperiodic scan so that a priority scan can be sent by the master station to retrievethe SOE data. An additional indication shall provide the status of RTU SOE databuffer overflow.3.14 Digital Control OutputsThe RTU shall provide the capability for a master station to select and change thestate of digital control output points. Device control will be used by Purchaser tocontrol power system devices including:

31

(a) Two-state Devices:Circuit breakers, motor-operated switches, auto/manual switches, relaydisable/enable and other two-state devices(b) Variable Output Devices:Raise/lower pulse output for transformer On load-tap-changers (OLTC) controland other variable output devices control.The RTU shall have the capability for control outputs as described below:3.15 Raise/Lower Pulse OutputsThe RTU shall provide the capability to generate raise/lower pulse outputswhich will be used for transformer tap position settings. A pair of outputs shallbe supplied for each (raise/lower) pulse contacts that drive control outputrelays.When commanded from the master station, the appropriate raise or loweroutput shall be operated for the selected time interval. The raise/lower outputfor each point shall operate over a range of 0.1 to 4 seconds.3.16 RTU Control Security and Safety RequirementsThe RTU shall include the following security and safety features as a minimum:a. Select-check-operate sequence for control output.b. Partitioned database for each master station and control point shall beselectable only from one master station. A Control point in the RTUonce selected by a Master station shall not be operable from anotherMaster station.c. No more than one control point shall be selected at any given time inthe RTU.d. The control selection shall be automatically cancelled if after receivingthe "control selection" message, the "operate" command is notreceived within the set time period.e. No false output shall result during power up or power down.3.17 Control Disable (Local/Remote switch)A manual Local/Remote switch shall be provided for each RTU to disable allcontrol output relays by breaking its power supply connection. When in the"Local" position, the Local/Remote switch shall allow testing of the controloutputs without activating the control output relays.A status input indication shall be provided for the Local/Remote switch to allowthe SCADA system to monitor the position of the switch.3.18 Time SynchronizationThe RTU shall maintain real-time clock and shall have an internal RTU time basewith a stability of 1 ppm or better. The RTU shall maintain the real-time clockinformation even when the auxiliary power to the RTU is switched OFF.

32

The RTU time will be set from time synchronization messages received frommaster station at every 10 minutes when using the IEC 60870-5-101communication protocol.The RTU shall support the calculation of propagation delay dynamically byMaster station.Bidder shall supply a GPS receiver for each RTU for synchronisation of its RTUclock for communication over IEC-60870-5-104 protocol.3.19 Power SupplyThe RTU power supply module shall have following characteristics:

Suitable for operating at nominal 48 V DC with voltage variation from 41 to58 V DC. Suitable for positive DC earth system. Have reverse polarity protection.The Successful Bidder shall supply any hardware as required to convert inputvoltage to the required internal voltages for the RTU hardware. The RTU shalloperate with grounded input power from Purchaser. The RTU shall not placeadditional ground on the input power.Each RTU shall have the capability of automatic start-up and initialisationfollowing restoration of power after an outage without need of master stationintervention. All restarts shall be reported to the connected master stations.Secondary power shall be provided to the RTU at 230 Vac, 50 Hz, single-phasefor non-critical auxiliary equipment including heaters, internal lighting, andinternal maintenance outlets.

3.20 Power Supply ProtectionOver voltage and under voltage protection shall be provided to the input andoutput of the power supply in addition to output over current protection tosafeguard the RTU internal logic from being damaged as a result of a componentfailure in the power supply and to prevent the RTU internal logic from becomingunstable and causing mal-operation as a result of voltage fluctuations.3.21 Terminal BlocksTerminal blocks shall be screw-type/ stud type/ cage clamp type/ self stripping/spring type having provision for disconnection (isolation), with full-depthinsulating barriers made from moulded self-extinguishing material. Rust-proofing of metallic components shall be provided by means of the metal used ora suitable coating. Terminal blocks shall be appropriately sized and rated for theelectrical capacity of the circuit and wire used.TBs for CT circuits shall have feature for CT shorting (on CT side) &disconnection (from load side) to facilitate testing by current injection.Similarly, TBs for PT circuit shall be Fuse link type and have feature fordisconnection to facilitate voltage injection for testing.

33

3.22 Noise LevelThe audible noise generated by the RTU equipment shall not exceed 50 dbAmeasured at one meter from the enclosure.3.23 Environmental RequirementsThe RTU will be installed inside buildings without temperature or humiditycontrol. The RTU shall be capable of operating in ambient temperatures from 0to +55 deg C with rate of temperature change of 20 deg C/hour and relativehumidity up to 95% non-condensing.3.24 RTU Size and ExpandabilityThe RTU shall be supplied for the sizing as per actual site requirements. The RTUshall further contain atleast 20% spare capacity for every I/O point type, aswired spare capacity which can be used without any hardware additions in theRTU/SIC Panels including I/O cards, TBs, wiring etc. In addition to the above, theRTU shall have the capacity to add additional I/O modules to expand the overallpoint count of the RTU by a minimum of 50% of the supplied capacity. All the I/Opoints available in the modules/cards supplied in the RTU shall be wired to TBs.3.25 RTU Diagnostic features:The RTU design shall facilitate isolation and correction of all failures. Thefollowing features which promote rapid problem isolation and replacement offailed components shall be provided:

Self-diagnostic capabilities within each RTU which can be initiated at theRTU site On-line error detection capabilities within the RTU and detailed reportingto the connected master stations of detected errors. A non-volatile event buffer that shall record all fatal errors/restarts/fail. Local indication of major RTU failure.

3.26 RTU Tests

3.26.1 Type Testing:The Successful Bidder shall supply a type tested RTU. The bidder shall submitRTU type test reports along with the bid for same make & model of RTU. Thetype test report shall include the tests indicated in Annexure - VIII. In case theRTU type test reports do not meet specification requirements, relevant type testsshall be performed at any accredited lab in India without extra cost toPURCHASER.3.26.2 Routine Testing:Each complete unit shall undergo routine testing as per applicable standards in afactory premises.3.26.3 SAT/End to End Testing Requirement and ProcedureThe Successful Bidder shall be responsible for providing field installation andtesting Upon completion, a field performance test shall be performed to exerciseall functions of the RTUs.This testing will include, but not be limited to the following test:

34

(a) Check of BOQ(b) Check for auto restoration of RTU on DC power recovery after its failure.(c) RTU database verification including point-to-point operation and scalingaccuracy using the master station.(d) Proper functioning of hardware and software by exercising of selectedRTU functions using the master station.(e) Test operation of all communication ports of RTU. Test operation of alldiagnostic software and confirm issuance of meaningful messages for alltypes of error conditions.(f) Test time synchronization and accuracy of the RTU from the master station.(g) End to End test (between RTU & Master station) for all I/O pints includingaccuracy of results shall be checked at RCC also.3.26.4 Guaranteed Site Availability Test (GSAT)The vendor shall demonstrate continuous availability of 99% for each of the RTUduring Guaranteed Site Availability Test (GSAT) to be conducted afterCommissioning/integration for a minimum period of three months (90 days).The availability achieved shall be calculated jointly by the Bidder'srepresentative and the purchaser as per the modalities to be finalized by thePurchaser beforehand. Non-availability due to external factors such as failure ofDC power supply, communication etc. shall be treated as hold-time & availabilitytest duration shall be extended by such hold time. In case the actual achievedavailability falls short of the guaranteed availability under the contract, it wouldbe considered as vendor's default. The equipment shall be taken over only aftersuccessful demonstration of guaranteed site availability Test(GSAT) and thatdate will be reckoned as date of successful commissioning for all intents andpurposes and three year warranty period shall starts from this date. Till suchtime full responsibility to operate & maintain the equipment shall be of theBidder.Note: The detailed RTU test procedures shall be submitted by the Successful Bidderwell in advance for approval by purchaser.3.27 RTU Test toolsThe Successful Bidder shall maintain RTU test tools/ test equipment to be usedfor RTU configuration & maintenance purposes in addition to other testing asmentioned here.a) RTU database configuration & generation tool)b) Master station-cum-RTU simulator & protocol analyser software tool.c) Laptop/Software tools along with interfacing cables & connectors.

a) RTU database Configuration & generation toolThe RTU database configuration & generation software tool shall be capable toconfigure, modify, compile, and download the database of the RTU. Theconfiguration tool shall also provide for documentation and printout of the RTUdatabase in a well organised form.b) Master station-cum-RTU simulator & protocol analyser software tool

35

The master station-cum-RTU simulator tool shall be capable of simulating themessages of both the Master station and the RTU for the IEC 60870-5-101 andIEC 60870-5-104 protocol. It shall be used to monitor and test the RTUs/Masterstation operation and communication interfaces.The simulator tool shall be capable of transmitting and receiving singleand repeated messages using the communication protocol. Each receivedmessage shall be checked for validity, including the check code. It shall maintainand display error counters so that the number of errors during a period ofunattended testing can be accurately determined. It shall be capable offormatting and transmitting, both as one-time and periodic transmissions, anymaster station-to-RTU command. It shall also be possible to prepare illegalmessages, such as messages having invalid check codes, for transmission. Thesimulator shall be programmable to transmit and acknowledge a set of messages.It shall be capable of capturing the communication traffic for storage andanalysis.3.28 Guaranteed Technical Particulars (GTP) of RTUs:- Bidder shall adhere tominimum Guaranteed Technical Particulars(GTP) of RTUs as per Annexure-IXattached.3.29 Other Items Specifications: - Technical specification of other items e.g.Transducer/MFTs, Contact Multiplying Relays (CMRs), Power & control Cables,Modem etc. are given in the Annexure-X,XI,XII,XIII & XIV respectively.3.30 DOCUMENTATIONThe Successful Bidder shall submit hardware and software documentation forRTU/SIC to Purchaser for review and approval. After approval four set of all thedocuments shall be submitted as final documentation. Any changes observedduring field implementation shall be incorporated in the as-build drawing andfour sets of same shall be submitted to Purchaser. All manuals, configurationutilities and software tools shall be in English language.The following minimum documents are envisaged for submission:

oDetails of RTU database for all point countsoDetails of hardware to be suppliedoDetails of software to be suppliedoRTU Functional Design & SpecificationoI/O list for all pointsoRTU Hardware, maintenance and operation manuals.oRTU FAT/SAT documentsFurther Successful Bidder shall provide complete set of documents in soft copyas well (CD media) in two sets.

Dy. CE/SLDC (Project)PSTCL, Ablowal, Patiala

36

ANNEXURE: IASCHEDULE OF REQUIREMENT by Purchaser:TENTATIVE DETAIL OF Input/ Output Points & Bill of quantity of CARDS FORRETROFITTING OF RTUs

Sr.No. Name oflocation CPUcard Powersupply A/Ipoints Analogcard* DI/SS DI/DS Digitalcard* D/O Digitaloutcard* Tapposition1 MPH-2 1 1 20 1 21 8 2 3 1 02 MPH-4 1 1 25 1 25 13 2 6 1 33 WadalaGranthian 1 1 39 2 30 14 2 4 1 44 Gobindgarh(o) 1 1 31 2 32 15 2 3 1 35 Mohali 1 1 30 2 32 16 2 3 1 36 ASHP-2 1 1 18 1 15 8 1 2 1 07 ASHP-I 1 1 12 1 9 5 1 2 1 08 Pathankot 1 1 20 1 24 12 2 4 1 4

TOTALCARDS

8 8 11 14 8 17

* Final quantities to be decided by bidder based on the configuration of thecards to be offered.SS: Single Status DS: Dual statusIMPORTANT NOTE:

1) The bidder shall have to assess the requirements of I/O cards andassociated hardware in the RTU panel based on the above Input/ OutputCounts and adding 20% additional I/O counts requirements

2) Any other associated item/card(s) not covered above but required to meetthe functional requirements of the specification, shall be included by thebidder in the offer. In case the bidder fails to assess/include the same, suchitem/activity shall be provided by the bidder within the contract price.

37

ANNEXURE: IB

Tentative list of additional new bays (Lines/Transformers/Bus Bar) for thefollowing RTU locations

Sr. No. Name of location A/Ipoints DI/SS DI/DS Name of the bay1 MPH-2 Nil Nil Nil2 MPH-4 Nil Nil Nil3 Wadala Granthian 4 4 2 Kotlisuratmali Ckt andShrihargobind Ckt-2 (Line)4 Gobindgarh (o) 4 4 2 Amloh Ckt and Ikolaha Ckt(Line)5 Mohali 2 2 1 Derrabassi Ckt (Line)6 ASHP-2 Nil Nil Nil7 ASHP-I Nil Nil Nil8 Pathankot 4 4 2 Sarna Ckt-1 and Ckt-2(Line)

Note: 1) The bidder shall also include the above requirement in the offer in addition toAnnexure IA, while arriving at final quantity(s) for bid purposes.2) Inter-panel wiring from C&R panel to RTU for Analog (CT/PT) and digital(Status) for above mentioned additional bays, shall also be included in thescope of vendor.3) All Intra-panel wiring along - with TBs, connectors, ferrules, etc within RTU asrequired and inter-panel wiring between RTU & Transducer /SIC panel asrequired during retrofitting, shall also be provided by Vendor.4) In case of lines Analog signal shall comprise of Active Power and ReactivePower only. Digital status shall include CB status (Open and Closed), IsolatorStatus (Open or Closed)5) In case of Transformers Analog signal shall comprise of Active Power andReactive Power, OLTC (Tap Position) as well as Tap Position dual outputdisplay. Digital status shall include CB status (Open and Closed), IsolatorStatus (Open or Closed)6) In case of Bus Bars, Analog signal shall comprise of Voltage (KV) andFrequency (Hz).

38

ANNEXURE -II

SCHEDULE OF DEVIATION(THIS MUST ACCOMPANY THE MAIN TECHNICAL & COMMERCIAL OFFER)Tenderers shall carefully state below any and all points in this tender which are not inaccordance with technical specifications and the general conditions.Sr. No. Para No. & Page. Deviations, if any.A) TECHNICAL1.2.3.B) GENERAL/ COMMERCIAL1.2.3.

Tenderer hereby certifies that the above mentioned are the only deviations fromPurchaser’s afore-mentioned specification and general conditions.

SIGNATURE:NAME:DESIGNAION:(SEAL OF COMPANY)

39

ANNEXURE -III

SCHEDULE OF BILL OF MATERIAL/QUANTITIES(As Quoted & included in the bid)

(THIS MUST ACCOMPANY THE MAIN TECHNICAL & COMMERCIAL OFFER)

S No. Description Make /Model/Type QUANTITY (Nos)1 2 3 4

I) BASIC REQUIREMENTS OF CARDS/HARDWARE TO BE INCLUDED IN LUMPSUM PRICES:

1.0 RTU1.1 CPU1.2 Power Supply Module1.3 Communication Module, if any1.4 Any other2.0 Input /Output Cards2.1 Analog Input Card2.2 Digital Input Card2.3 Digital Output Card( for CB / tapchanging)2.4 Any other card3.0 Modems ( Dual Redundant)RTU end 8SLDC end 84.0 Erection HardwareCables (All type, size wise)4.1 2.5 mm2 for CT As Required4.2 2.5 mm2 for PT As Required4.3 4.0 mm2 for CT As Required4.4 1.5 mm2 for digital status As Required4.5 0.5 mm2 signal cable As Required5.0 Local GPS for Clocksynchronizing of RTU (Optional)(Note : Bidder shall use existingGPS clock, wherever compatible)6.0 Any other Item not coveredabove

40

II) OPTIONAL ITEMS :1.0 TRANSDUCERS1.1 Active Power Transducer1.2 Reactive Power Transducer1.3 Voltage Transducer1.4 Frequency Transducer1.5 OLTC Dual Output (one for local &other for remote data)1.6 OLTC Display Unit1.7 MFT2.0 Aux. Relays/ CMRs2.1 Digital Inputs(SS&DS) / SOE2.2 Digital Output3.0 Any other Item not coveredabove

41

ANNEXURE -IV (A)

SCHEDULE OF UNIT PRICES(THIS MUST ACCOMPANY THE PRICE OFFER)SNo. Description Make/Model/Type Ex-workspriceinclusive ofpacking&forwardi-ngchargesformingpart ofproducti-oncost

Inlandfreight&insurancechargesPacking &forwarding chargesnotformingpart ofproduction cost,handlingfreight &transitinsurance

FORDestination Price(excluding taxes &duties)(4+5+6)

Exciseduty /Custom duty@ ___(oncol. 4)

CentralSalestax/VAT/oranyothertaxes

Erection,testing&commi-ssioningcharges

ServiceTaxoranyother tax(oncol.10)

(Rs.) (Rs.) (Rs.) (Rs.) (Rs.) (Rs.) (Rs.) (Rs.)1 2 3 4 5 6 7 8 9 10 111.0 RTU1.1 CPU1.2 Power SupplyModule1.3 CommunicationModule, if any2.0 Input/Output

Cards2.1 Analog InputCard2.2 Digital InputCard2.3 Digital OutputCard( for CB /tap changing)3.0 Modem4.0 Aux. Relays/

CMRs4.1 DigitalInputs(SS&DS) /SOE4.2 Digital Output5.0 TRANSDUCERS5.1 Active PowerTransducer5.2 Reactive PowerTransducer5.3 VoltageTransducer

42

5.4 FrequencyTransducer5.5 OLTC Dual Output(one for local &other for remotedata)5.6 OLTC DisplayUnit5.7 MFT6.0 ErectionHardware7.0 Cables (All type,size wise)7.1 2.5 mm2 forCT(1A)7.2 2.5 mm2 for PT7.3 4.0 mm2 forCT(5A)7.4 1.5 mm2 fordigital status7.5 0.5 mm2 signalcable(interpanel)8.0 Local GPS forClocksynchronizing ofRTU (Optional)Note: Any other item not covered above may be included by bidder.

SIGNATURE:NAME:DESIGNAION:(SEAL OF COMPANY)

43

ANNEXURE -IV (B)SCHEDULE OF LUMPSUM PRICES(THIS MUST ACCOMPANY THE PRICE OFFER).Based on the IO list/BOQ, quoted unit prices and applicable taxes & Duties, the firm shallindicate overall lump sum prices for each RTU herein.

A) SUPPLY Portion PRICES:S.No. Name of RTUStation Lumpsum ex-worksprices inclusive ofpacking &forwarding chargesforming part of theproduction cost. (Forcomplete RTUoffered)

Lumpsuminlandfreight&insurance charges

Lumpsum Packingcharges not formingpart of productioncost, handling,cartage, freightcharges & transportrisk/ transitinsurance etc.

TotalLumpsumFORDestination/Site SupplypriceTaxes &DutiesED/ CD(@ ___)Rate to bespecifiedCST/VAT ( @ __ )Rate to bespecified(Rs.) (Rs.) (Rs.) (Rs.) (Rs.) (Rs.)

A B C D E F G H12345678TOTAL SUPPLY PORTION PRICE: Rs __________________ (In Words)B) Erection, Testing, Commissioning & Integration charges:S.No. Name of RTU Station LUMPSUM ERECTION,TESTING COMMISSIONING &INTEGRATION CHARGES.(Rs.)

Lumpsum servicetax or any other tax(on col. C )(Rs.)A B C D12345678

44

Total Erection, testing, Commissioning & Integration Charges (1 to 8)Rs_____________________ (In Words)C) Other Services:

S.No Description Lumpsum Charges(Rs.) Taxes, if applicable ( To bespecified) (Rs)1 Design/Engineering &Documentation2 Maintenance Support (AMC)Services (10 Yrs.) year-wise3 Any other (Not included above)TOTAL (1 to 3) Rs______________ (In Words)

D) TOTAL lump sum quoted prices (A to C) Rs______________ (In Words)E) Total Taxes & Duties (A to C) Rs______________ (In Words)NOTES:1) No taxes and duties shall be paid on the element of cost quoted (packing chargesnot forming part of production cost) of the price format given above.2) The quoted Unit prices shall be applicable for addition/ deletion of quantitiesduring contractual period3) In case of addition/deletion of RTUs , Design / Engineering & Documentationcharges, spares, erection hardware or any other charges quoted in lump sum,shall be revised on pro rata basis.4) The tenderers are required to quote price per unit.5) Tenders without break up of prices are liable to be rejected.6) This Performa must be filled-up and returned alongwith the tender.7) Prices shall be in Indian Rs and FIRM

SIGNATURE:NAME:DESIGNAION:(SEAL OF COMPANY)

45

ANNEXURE -VUNDERTAKING FORM (Order Preference)(To be entered on a Non Judicial Stamped paper of appropriate amountRs……………….only)We…………………………………….. states that our works are situated inthe State of Punjab and we claim “order Preference “ as stipulated in the P.S.T.C.L.tender specification No…………………. due on……………………against which we havesubmitted our tender No…………………………….. date……………………….. Weundertake to execute the order/contract if place/awarded on to us even bycounter offer at the rates worked out by Punjab State Transmission CorporationLimited in accordance with its Purchase Regulations. It is further understoodthat in the event of refusal by us or failure on our part to execute theorder/contract (full or part) placed/awarded on us under ‘Order Preference ‘ onany account what so ever, the Punjab State Transmission Corporation Limitedshall have the right to forfeit the earnest money deposited by us and we shallhave no claim for the refund thereof. The Punjab State Transmission CorporationLimited shall also have the right to suspend business dealing with us and to backlist our firm, without prejudice to other rights accruing to the Punjab StateTransmission Corporation Limited under the Purchase order/contract ifplaced/awarded on to us.Signature of constituted attorney

46

ANNEXURE -VI

PROFORMA FOR GENERAL INFORMATION FOR APPRAISAL OF FIRM’SCAPABILITY AND CAPACITY TO MANUFACTURE ITEM(S)1.GENERAL INFORMATION:(A) i) Name of the tendering Firm.ii) Complete address of the office.iii) Regd office Addressiv) Contact Telephone Number(s).v) Fax Number.vi) Fax Number.vii) e- mail ID(B) i) Name of the Responsible Officer with designation.(Managing Director/Partner/Chief Engineer/Works Engineer etc.)ii) Day on which weekly holiday is observed.(C) Complete Address of the works.i) Telegraphic address.ii) Telephone Number(s) & Telex Number.iii) Names of two responsible persons with designation(Managing Director/Partner/Chief Engineer/Works Engineer etc.).iv) Day on which weekly holiday is observed..(D) Name & Address and Telephone number of two referencesI) i) Name.ii) Address.iv) Mob/Telephone No.v) E Mail ID.II) i) Name.ii) Address.iii) Mob/Telephone Noiv) E Mail ID2. Year of Establishment.3. Constitution of the firm.a) Private or public limited.b) Registered under the companies ACT or any other ACT. Give Registration No. & Date.4. FINANCIAL POSITION:a) Land (Area & Value)b) Building (Covered Area & Value).c) Plant & Machinery.d) Total drawing limit from Banks.i) Annual Financial turnover duly audited for the last two years.ii) Latest Income Tax clearance certificate.5. MAN POWER:a) Graduate Engineer(s).

47

b) Diploma Holder(s).c) Skilled work.d) Non-skilled workers.6. PRODUCTION CAPACITY PER MONTH OF THE ITEM COVERED IN YOUR

QUOTATION AND JUSTIFICATION FOR ASSESSMENT.a) Details of plant and machinery installed (please attached separate sheets, ifnecessary).b) Details of raw material required.c) Source of raw material.d) Stock in hand.e) In case , any raw materials are required to be imported, indicate arrangement ofraw material procurement.f) Quality controls exercised in procurement of its materials.7. a) Details of manufacturing process.b) Scheme of quality controls.i) During manufacturing process.ii) At the finished stage.c) Whether any records being maintained in respect of quality controls exercised.8. Details of testing facilities available with the firm.9. Details of orders executed/under execution during the last three years (includingquantity and value).a) With erstwhile PSEB.b) Other State Electricity Boards/Govt. of India and theirinstitutions/undertakings.c) Other important customers.10. a) Whether the item(s) are on Punjab Govt./DGS&D/Central Govt. approvedRate Contracts (Attach copies of rate contracts).b) Whether the firms works is having ISO for the item quoted, if yes, pleasemention ISO No. and validity.c) Whether the firm is licenses to use ISI mark or any other Govt. qualityMark for the item quoted. Please specify No. and validity of license. (Copies oflatest test certificates issued by Govt. Laboratories/any recognized Test Housebe attached).NOTE:- 1. Please attached additional sheets, where required.2. Copies of documents attached with the performa should beattested by the firm’s authorised representative with stamp markof the firm. Signature of authorized Signatory of the firm

Seal of the firm.

48

ANNEXURE -VII

INTEROPERABILITY PROFILE of IEC 60870-5-101 protocolThis companion standard presents sets of parameters and alternatives from which subsets have to be selected toimplement particular telecontrol systems. Certain parameter values, such as the number of octets in theCOMMON ADDRESS of ASDUs represent mutually exclusive alternatives. This means that only one value ofthe defined parameters is admitted per system. Other parameters, such as the listed set of different processinformation in command and in monitor direction allow the specification of the complete set or subsets, asappropriate for given applications. This clause summarizes the parameters of the previous clauses to facilitate asuitable selection for a specific application. If a system is composed of equipment stemming from differentmanufacturers it is necessary that all partners agree on the selected parameters.

The selected parameters should be marked in the white boxes as follows:

□ Function of ASDU is not used

■ Function or ASDU is used as standardized (default)

Note : In addition, the full specification of a system may require individual selection of certain parameters forcertain parts of the system, such as the individual selection of scaling factors for individuallyaddressable measured values.

49

1.1 SYSTEM OR DEVICE

(System-specific parameter, indicate the definition of a system or a device by marking one of the following with

an ‘■’)

□ System definition

□ Controlling station definition (master)

■ Controlled station definition (Slave)

1.2 NETWORK CONFIGURATION

(Network-specific parameter, all configurations that are used are to be marked with ■ )

■Point-to-point ■Multipoint-party line

■ Multiple point-to-point □ Multipoint-star

1.3 PHYSICAL LAYER (Network-specific parameter)

Transmission speed (control direction) :

Unbalanced interchange Unbalanced interchange Balanced interchangecircuit V.24/V.28 circuit V.24/V.28 circuit X.24/X.27Standard Recommended if >1 200 bit/s

□ 100 bit/s □ 2 400 bit/s □ 2 400 bit/s

■ 200 bit/s □ 4 800 bit/s □ 4 800 bit/s

■ 300 bit/s □ 9 600 bit/s □ 9 600 bit/s

■ 600 bit/s □ 19 200 bit/s

■ 1 200 bit/s □ 38 400 bit/s

(for unbalanced transmission only) □ 56 000 bit/s

□ 64 000 bit/s

Transmission speed (monitor direction) :

Unbalanced interchange Unbalanced interchange Balanced interchangecircuit V.24/V.28 circuit V.24/V.28 circuit X.24/X.27Standard Recommended if >1 200 bit/s

□ 100 bit/s ■ 2 400 bit/s □ 2 400 bit/s

■ 200 bit/s □ 4 800 bit/s □ 4 800 bit/s

■ 300 bit/s □ 9 600 bit/s □ 9 600 bit/s

■ 600 bit/s □ 19 200 bit/s

50

■ 1 200 bit/s □ 38 400 bit/s

(for unbalanced transmission only) □ 56 000 bit/s

□ 64 000 bit/s

1.4 LINK LAYER (Network-specific parameter)

Frame format FT 1.2, single character 1 and the fixed time out interval are used exclusively in this companionstandard.

Link transmission procedure Address field of the link

□ Balanced transmission □ Not present (balanced transmission only)

■ Unbalanced transmission ■ One octet

□ Two octets

□ Structured

■ UnstructuredFrame length

255 Maximum length L (number of octets)

1.5 APPLICATION LAYER

Transmission mode for application data

Mode 1 (Least significant octet first), as defined in clause 4.10 of IEC 870-5-4, is used exclusively in thiscompanion standard.

Common address of ASDU(system-specific parameter)

■ One octet □ Two octets

Information object address(system-specific parameter)

□ One octet □ Structured

■ Two octets ■ Unstructured

□ Three octets

Cause of transmission(system-specific parameter)

■ One octet □ Two octets (with originator address)

Selection of standard ASDUs(station-specific parameter)

51

■ <1> := Single-point information M_SP_NA_1

□ <2> := Single-point information with time tag M_SP_TA_1

■ <3> := Double-point information M_DP_NA_1

■ <4> := Double-point information with time tag M_DP_TA_1

□ <5> := Step position information M_ST_NA_1

□ <6> := Step position information with time tag M_ST_TA_1

□ <7> := Bitstring of 32 bit M_BO_NA_1

□ <8> := Bitstring of 32 bit with time tag M_BO_TA_1

■ <9> := Measured value, normalized value M_ME_NA_1

□ <10> := Measured value, normalized value with time tag M_ME_TA_1

■ <11> := Measured value, scaled value M_ME_NB_1

□ <12> := Measured value, scaled value with time tag M_ME_TB_1

□ <13> := Measured value, short floating point value M_ME_NC_1

□ <14> := Measured value, short floating point value with time tag M_ME_TC_1

■ <15> := Integrated totals M_IT_NA_1

□ <16> := Integrated totals with time tag M_IT_TA_1

□ <17> := Event of protection equipment with time tag M_EP_TA_1

□ <18> := Packed start events of protection equipment with time tag M_EP_TB_1

□ <19> := Packed output circuit information of protection equipment withtime tag M_EP_TC_1

□ <20> := Packed single-point information with status change detection M_PS_NA_1

□ <21> := Measured value, normalized value without quality descriptor M_ME_ND_1

Process information in control direction(station-specific parameter)

■ <45> := Single command C_SC_NA_1

■ <46> := Double command C_DC_NA_1

□ <47> := Regulating step command C_RC_NA_1

□ <48> := Set point command, normalized value C_SE_NA_1

■ <49> := Set point command, scaled value(required only for analog output command)* C_SE_NB_1

□ <50> := Set point command, short floating point value C_SE_NC_1

□ <51> := Bitstring of 32 bit C_BO_NA_1

System information in monitor direction(station-specific parameter)

52

■ <70> := End of initialization M_EI_NA_1

System information in control direction(station-specific parameter)

■ <100> := Interrogation command C_IC_NA_1

■ <101> := Counter interrogation command C_CI_NA_1

□ <102> := Read command C_RD_NA_1

■ <103> := Clock synchronization command C_CS_NA_1(optional, if GPS is used for time synch. of the RTU)*

□ <104> := Test command C_TS_NA_1

■ <105> := Reset process command C_RP_NA_1

■ <106> := Delay acquisition command C_CD_NA_1(optional, if GPS is used for time synch. of the RTU)*

Parameter in control direction(station-specific parameter)

□ <110> := Parameter of measured value, normalized value P_ME_NA_1

□ <111> := Parameter of measured value, scaled value P_ME_NB_1

□ <112> := Parameter of measured value, short floating point value P_ME_NC_1

□ <113>:= Parameter activation P_AC_NA_1

File transfer (may not be required)*(Station-specific parameter)

■ <120>:= File ready F_FR_NA_1

■ <121>:= Section ready F_SR_NA_1

■ <122>:= Call directory, select file, call file, call section F_SC_NA_1

■ <123>:= Last section, last segment F_LS_NA_1

■ <124>:= Ack file, ack section F_AF_NA_1

■ <125>:= Segment F_SG_NA_1

■ <126>:= Directory F_DR_TA_1

Special use(Private range)

■ <137>:= regulating delay command C_RC_NB_1(for Raise/Lower command of OLTC .May not be required)*

53

1.6 BASIC APPLICATION FUNCTIONS

Station initialization(Station-specific parameter)

■ Remote initialization

General interrogation(system or station-specific parameter)

■ Global

■ Group 1 ■ Group 7 ■ Group 13

■ Group 2 ■ Group 8 ■ Group 14

■ Group 3 ■ Group 9 ■ Group 15

■ Group 4 ■ Group 10 ■ Group 16

■ Group 5 ■ Group 11

■ Group 6 ■ Group 12 Addresses per group have to be defined

Clock synchronization(Station-specific parameter)

■ Clock synchronization (optional, if GPS is used for time synch. of the RTU)*

Command transmission (Required only when control command is envisaged)*

(Object-specific parameter)

■ Direct command transmission ■ Select and execute command

■ Direct set point command transmission ■ Select and execute set point command

□ C_SE ACTTERM used

■ No additional definition

□ Short pulse duration (duration determined by a system parameter in the outstation)

□ Long pulse duration (duration determined by a system parameter in the outstation)

□ Persistent output

Transmission of integrated totals(station or object-specific parameter)

■ Counter request ■ General request counter

■ Counter freeze without reset □ Request counter group 1

■ Counter freeze with reset □ Request counter group 2

□ Counter reset □ Request counter group 3

□ Request counter group 4

54

Addresses per group have to be defined

Parameter loading(Object-specific parameter)

□ Threshold value

□ Smoothing factor

□ Low limit for transmission of measured value

□ High limit for transmission of measured value

Parameter activation(Object-specific parameter)

□ Act/deact of persistent cyclic or periodic transmission of the addressed object

File transfer(Station-specific parameter)

■ File transfer in monitor direction (for SOE data file from RTU to RLDC, may not be required)*

■ File transfer in control direction (for downloading of RTU database from RLDC-May not be required)*

55

Additional Information on IEC 60870-5-101A. Telemetred Data and ASDU mappingThe following table explains the type of the telemetered data and corresponding ASDUs used to transmitthis data as per IEC 60870-5-101 protocol. These are same for all the above three RLDCs.

Type of Data Data Unittype as perIEC

Description asper IEC

Data pollingmethod

Interrogationgroup

Transmittedafter Class-Xrequest

Info Obj.AddressrangeAnalog inputs (P,Q, V,f, OLTC tap position) ASDU-11 Measured valuescaled value As cyclic dataon Class 2 polls Class 2 8448-Digital inputs –Singlestatus (Isolators,Protection signals)A single status object usesthe same IOA addresswhen being sent as ASDU-1or ASDU-2 or as a filetransfer

ASDU-1 Single pointinformation By exception(spontaneous)and on periodicGroup scanGroup-1 Class 1 onexception,Class 1 afterGroup 1 scan

376-ASDU- 2 Single pointinformationwith time tag By exception(spontaneous) Class 1 onexception 376-

Digital inputs –Double status(Circuit breakers)A double status object usesthe same IOA addresswhen being sent as ASDU-3or ASDU-4 or as a filetransfer

ASDU-3 Double pointinformation By exception(spontaneous)and on periodicGroup scanGroup-1 Class 1 onexception,Class 1 afterGroup 1 scan

256-ASDU-4 Double pointinformationwith time tag By exception(spontaneous) Class 1 onexception 256-

Pulse accumulators ASDU-15 Integratedtotals By periodiccounterinterrogation Group-1(counterinterrogation)Class 2 12544-

Analog Outputs(Setpoint) ASDU-48 Set pointcommandNormalizedvalue37120

Digital Controlcommand (CBTrip/Close) ASDU 46 Doublecommand 33024-SOE (Digital inputswith Time) File*transfer See the fileformat enclosed

56

B. Data polling method1. The RTU shall respond to the Master stations request for the at least thefollowing commands as per the protocol:- Status of Link- Reset of Link- Delay acquisition command *- Clock synchronization command *- General interrogation command- Interrogation of Scan group 1 command (all status data)- Interrogation of Scan group 2 command (all analog data)- Class 1/2 data polling- File transfer in Monitor direction (SOE file)*If supervisory control commands are envisaged, then SBO procedure is to beused.2. RTU shall send all Analog and status data in response to the Generalinterrogation command.3. All digital inputs are to be assigned to Scan group-1.4. Analogs are defined as periodic data and are sent to RLDC on Class 2 request.The periodicity varies from 10 seconds to 15 seconds depending upon thequantity of data and available bandwidth.5. Digital input state changes are to be reported spontaneously by RTU as Class 1data. The Digital input data have higher priority than Analog values. An integrityscan is performed for all the digital inputs using Scan group-1 at every 10minutes interval.6. The SOE (Sequence of Events) information is stored in a file in the RTU. Theformat of SOE data is enclosed in a separate file. This file is transferred using thefile transfer feature of IEC 60870-5-101 protocol.* These features may not be required

57

58

59

60

61

62

63

64

ANNEXURE -VIIIList of Tests on RTU/SIC

TestNos DESCRIPTION OF THE TEST TypetestRoutinetest Fieldtest1 Check for BOQ, Technical details, Construction & Wiringas per RTU/SIC drawings √ √ √2 Check for RTU database & configuration settings √ √ √3 Check the operation of all Analog inputs, Status input &Control output points of RTU/SIC √ √ √4 Check for operation of all communication ports of RTU √ √ √5 Check for communication with multiple master stationsusing partitioned databases √ √ √6 Check for auto restoration of RTU on DC powerrecovery after its failure √ √ √7 Test for RTU self diagnostic feature √ √ √8 Test for RTU time synchronization from Master andGPS √ √ √9 Test for RTU SOE feature √ √ √10 Test for down loading of RTU data base from masterstation √ √11 End to end test (between RTU & Master station) for allI/O points √ √12 RTU Analog accuracy test for Analog inputs √ √13 Test for RTU operation with DC power supply voltagevariation √ √14 Test for RTU internal Clock stability √ √15 Test for RTU Noise level measurement √ √16 Test for IEC 60870-5 -101 & IEC 60870-5-104 protocolimplemented and matching with protocol profile ofexisting RTU √ √17 Test for Control Security and Safety for Control outputs √ √18 Other functional tests as per technical specificationrequirements. √ √19 Test for RTU as Data concentrator for IEC 60870-5-101and 60870-5-104 protocol. √ √20 Test for Modems (All the relevant tests as perStandards) √ √ √21 Test of Transducers (All the relevant tests as perStandards) √ √22 Test of CMRs/ Interposing Relays (All the relevant testsas per Standards) √ √23 Cables (All the relevant tests as per Standards) √ √

65

EMI/EMC IMMUNITY TESTS FOR RTU24 Surge Immunity Test as per IEC 60870-2-1 √25 Electrical Fast Transient Burst Test as per IEC-60870-2-1 √26 Damped Oscillatory Wave Test as per IEC 60870-2-1 √27 Electrostatic Discharge test as per IEC 60870-2-1 √28 Radiated Electromagnetic Field Test as per IEC 60870-2-1 √29 Damped Oscillatory magnetic Field Test as per IEC-60870-2-1 √30 Power Frequency magnetic Field Test as per IEC-60870-2-1 √

INSULATION TEST FOR RTU31 Power frequency voltage withstand Test as per IEC60870-2-1 √32 1.2/50 μs Impulse voltage withstand Test as per IEC60870-2-1 √33 Insulation resistance test √

ENVIRONMENTAL TEST FOR RTU34 Dry heat test as per IEC60068-2-2 √35 Damp heat test as per IEC60068-2-3 √36 Cold Test as per IEC60068-2-1 √Note:-1. EUT - Equipment under Test2. CM - Common Mode; DM - Differential mode3. I/O pints do not include Communication ports4. Passing Criteria0 - no failure: normal performance within the specified limitsA: minor failure: temporary degradation or loss of function or performance which isself-recoverable.

66

ANNEXURE -IXGuaranteed Technical Particulars of RTU(s)

Sl. No. Item Description Value Remarks1. Data transmission rate 300 to 9600 bps for serialport & 10/100 Mbps forEthernet port. Configurable

2. Communication ports Minimum 8 ports 2 Ethernet port for comm. withmaster stations on 104 & IEDson 61850. RS232 ports –for comm. withmaster stations on 101. 1 Port- for RTU configuration &Maintenance tool 1 port for LDMS and localLogger 2 RS 48S ports for pollingMFTs/Energy Meters3. Communication protocolwith Master stations IEC 60870-5-101/1044. Communication protocolwith LDMS IEC 60870-5-101/1045. Communication protocolwith MFTS MODBUS/1036. Communication protocolwith IEDs IEC 618507. Status data transfer toMaster station by exception

8. Analog data transfer toMaster station Normally PeriodicFor major change – byexception9. No. of Scan Groupssupported 1610. Separate Logical Databasefor each Master Station11. RTU shall be able tocapture contact operations of 20ms or more duration12. SOE buffer size at least 1000 events13. Time stamping accuracyfor SOE 1ms14. Supporting Control ofDevices Two state & OLTCcapacitors15. Down loading of RTUdatabase from masterstation Supported16. RTU internal clock stability At least 1 ppm17. Nominal Power supplyvoltage 48V DC

67

ANNEXURE-XSPECIFICATION FOR TRANSDUCER /MFTThe Bidder shall provide the transducers/MFTs, if required, as specified in thefollowing section

A) Transducers:1. TRANSDUCERSThe bidder shall supply transducers/MFTs, if required, for analog input points asper scope of work. The transducers procured with this Specification will beinstalled, wired in the Transducer/ interface cabinet for each power systemsubstation by the bidder.The transducers shall provide the appropriate signal, voltages, and /or current tothe inputs. The analog transducer includes active power, reactive power, voltage,current, frequency, and transformer tap position.2 ANALOG TRANSDUCERSThe analog transducers shall use state-of- the- art solid-state technology. Thetransducers shall comply with the latest standards including the IEC 688.3 SOCKETSThe transducers shall be either modular surface mounted or plug-in printedcircuit board type. Plug-in transducer units shall include a safety socket keyed toprevent plugging in the wrong transducer and shall be easily removable andreplaceable.All transducers shall be mounted on 48.26-cm (19-inch) panels of the interfacecabinet.4 SOCKET TERMINAL BLOCKSElectrical socket connections shall be Screw type/Compression Clamp type. Theterminals shall accept up to two 2.5/4.0-mm sq. wires. All current and voltage circuitsshall be separated.5 TRANSDUCER AUXILIARY POWER SUPPLYAll transducers shall use a 48 V dc auxiliary power supply unless it is specifiedotherwise. The transducers shall have a maximum power consumption of 5 watt.6 TRANSDUCER PROTECTIONThe input, output and auxiliary circuits shall be isolated from each other andearth ground. The transducer output shall be underground and shall have shortcircuit and open circuit protection. The transducers shall comply to the followingrequirements, in addition to the requirement of IEC 60688, without damage tothe transducer.a) Electromagnetic Compatibility: IEC 61000-4-3, Level 1b) Electromagnetic Compatibility: IEC 61000-4-4, Level 1c) Shock Resistance: Minimum severity 50 A, IEC 68-2-27 requirementsd) Vibration Strength: Minimum severity 55/50, IEC 68-2-6 requirementse) Input Circuit Consumption: Less than 0.5 VA for voltage and current circuits.7 ACTIVE POWER TRANSDUCERThe active power transducer shall measure 3- phase active power providing anoutput to the RTU analog input points. Active and reactive power transducers shall beseparate devices. The active power transducer shall have the following characteristics;

68

(a) 3 wire , 3 phase balanced /unbalanced load type(b) Two watt meter measuring method is used(c) Bi- directional power flow(d) Rated quantities :1) Voltage 110 V phase to phase2) Current 1A or 5A3) Nominal Frequency 50 Hz : Range 45 to 55 Hz(f) Output signal shall be 4to 20 ma dc, 0.5 % , accuracy class IEC 688 .8 REACTIVE POWER TRANSDUCERThe reactive power transducer shall measure 3- phase reactive power, providingan output to the RTU analog input points. Active and reactive power transducer s shallbe separate devices. The reactive power transducer shall have the followingcharacteristics:(a) 3- wire , 3- phase balanced/unbalanced load type(b) Two var meter measuring method is used(c) Bi- directional power flow(d) Rated quantities(1) Voltage 110 V phase-to-phase(2) Current 1A or 5A(3) Nominal frequency 50 Hz ; Range 45 to 55 Hz(e) Output signal shall be 4to 20 ma dc, 0.5, accuracy class IEC688.9 VOLTAGE TRANSDUCERThe voltage transducer shall measure 3-phase voltage providing an output to theRTU analog input points. The voltage transducer shall have the followingcharacteristics;(a) Phase-to-phase voltage(b) Input Quantities :(1) Rated Voltage 110 V phase to phase(2) Nominal frequency 50 Hz ;Range 45 to 55 Hz(3) Voltage range 0 to 120 % of the rated voltagec.) Output signal shall be 4 to 20 ma dc, 0.5 %, accuracy class IEC 688.

10 FREQUENCY TRANSDUCERThe frequency transducer shall measure line frequency deviation providing anoutput to the RTU analog input points. The frequency transducer shall have thefollowing characteristics:(a) Frequency deviation output equals Fmeasured - 50 Hz(b) Input quantities :(1) Rated voltage of 110 V ac(2) Rated center frequency 50 Hz(3) Frequency range 45 to 55 Hz(4) Voltage range 0 to 120 % of the rated voltage(c) Output signal shall be 4 to 20 ma dc , 0.1 % , accuracy class IEC 688

69

11 TRANSFORMER TAP POSITIONThere are three types of tap position signals provided from the Purchaser fielddevices: current, voltage, and resistance. The supplier shall provide bufferingtransducers for these signals as input to RTU analog input points. Necessaryinterfacing instruments like suitable resistance box to convert the voltage inputsignals and local panel mounted Tap position indicator (input 4-20 mA,) shall beprovided by the Vendor as per site requirements. OLTC transducer should haveDual output for local as well as remote indication with readable size display.(i)The current tap position buffer transducers shall have the followingcharacteristics:(a) Input Ranges: The input measuring ranges shall be :(1) 0 to +lma(2) 0 to+5ma(3) 0 to +10ma(4) 0 to +20ma(5) +4 to +20ma(b) The voltage drop of the measured input shall be ≤ 2 V DC(c) The continuous overload capacity shall be ≤100ma.(d) Output signal shall be 4 to 20 ma dc, ±0.5%, accuracy class IEC 688.(ii) The existing voltage tap position signals have a variable voltage output. TheBidder shall provide buffering transducers for these signals as input to RTUanalog input points. The voltage tap position buffer transducers shall have thefollowing characteristics.(a) Input Ranges: The input measuring ranges shall be :(1) 0 to 6 Vdc(2) 0 to +24 Vdc(3) 0 to 110 Vdc(4) 0 to ll5Vac(5) 0 to240Vac(b) Output signal shall be 4 to 20 ma dc, ±0.5%, accuracy class IEC 688.(iii) The existing resistance tap position signals have a variable resistant: output.The Bidder shall provide buffering transducers for these signals as input to RTUanalog input points. The resistance tap position buffer transducers shall have thefollowing, characteristics:(a) The input measuring ranges shall be from 0 to 17kilo-ohms (i.e. 1 kilo-ohmper step).(b) Output signal shall be 4 to 20 ma dc, ± 0.5%, accuracy class IEC 688.B) Multi-Function Transducers (MFTs)The contractor shall provide the multi-function transducers for acquiring thereal time analog inputs through 3 phase 4 wire CT/PTs circuits. The multi-function transducer shall be designed for nominal 110V (Ph -Ph voltage) and1A/5A (per phase current). The MFT shall be suitable for 20% continuous over

70

load and shall be able to withstanding 20 times the normal current rating for aperiod one second. The MFT shall be able to accept the input voltages up to120% of the nominal voltage. The MFTs shall have low VA burden. These MFTsshall be mounted in the existing SIC/interface cabinet.Multi-function transducers shall provide at least 'the following parameters as aminimum with the specified accuracies.Sl. No. Parameters Accuracy(i) Voltage ±0.5%(ii) Current ±0.5%(iii) Frequency ±0.1%(iv) Active Power/Reactive power ±0.5% / ±1%(v) lmport & Export Energy (active/reactive) ±1% / ±2%(vi) Power Factor (measuring range shail be 0.6 to 1.0 lag &lead)The parameters to be acquired from multifunction transducers shall beselectable. MFT shall provide the 15 minute values (configurable 15 minute/1hour) of Active Energy lmport, Active Energy Export, Reactive Energy lmport andReactive Energy Export.Multi-function transducers shall accept nominal -48 V DC (positive earthed) asauxiliary power supply. Multi-function transducer shall be provided with RS485interface to communicate with RTU over Modbus/103 protocol in multi-dropmode.The MFTs shall be suitable for mounting on DIN rails. The MFT terminals shallaccept upto two 2.5 mm² / 4 mm² for PT/CT circuit terminations as applicable.

71

ANNEXURE-XICONTACT MULTIPLYING RELAYS (CMRS)Contact Multiplying Relays (CMRs) where ever required to multiply thecontacts of breaker, isolators and protection relays etc shall be arranged by thebidder. The contacts of these relays shall be used to provide status inputs to theRTUs. The relays shall be DC operated, self reset type. The rated operating coilvoltage for relay shall be 220V DC or AC (as per site requirement). The relayshall be able to operate for +/-20% variation from nominal voltage.The CMRs with silver alloy or better contacts shall have a minimum of twochange over contacts (2NO & 2 NC) out of which one set shall be used fortelemetry purposes and the other to be wired out at the TB , shall be used asspare, meeting with interfacing requirement .The contacts shall be rated to carry minimum current capacity of 5A andbreaking capacity of 2500 VAThe relay shall conform to following requirement;a) Power Frequency withstands voltage 2KV for 1 minute as per IEC 255-5.b) Insulation Resistance of 100M ohms measured using 500V DC megger.c) 5KV Impulse test as per IEC 255-5The relays coils shall be shunted with diodes to suppress inductive transientsassociated with energizing and de-energizing of the relay coils. The relays shallconform to the IEC 255-1-00 and IEC 255-5 requirements. The relays must beprotected against the effects of humidity, corrosion & provide with a dusttight cover. The connecting terminals shall be screw type & legibly marked. Therelays shall have a visual operation indicator with push to test button featurewith locking key. The plug in type relays to be equipped with suitable DIN rail/panel mounting screw type socket arrangement ( conforming to IS: 3231:1987 with latest amendments ) for mounting in the existing Control & Relay(C&R) panels.

72

ANNEXURE-XII

Specification for Power & Control CableThe RTU/Transducer panels shall gather all signals from the devices located inControl & Relay panels/ in the substation control room or Communication room.All wires that carry low-level signals shall be adequately protected and separatedfrom power wiring. All wires shall be identified either by using ferrules or bycolour coding. In addition, cables shall be provided with cable numbers at bothends, attached to the cable itself at the floor plate where it enters the cubicles.Shielded cables shall be used for external Cabling from the RTU/Transducerpanels. The external cables (except communication cables) shall have thefollowing characteristics:a) All cables shall have stranded copper conductor.b) Copper core meeting IEC 228 class 2 requirements.c) Minimum core cross-section of 2.5 mm2 for PT cables, 2.5 mm2 for 1 AmpCT cables, 4.0 mm2 for 5 Amp CT cables (as applicable) and 2.5 mm2 forControl outputs and 1.5mm2 for Status inputs and 0.5 mm2 for signal cables.d) The t ra n sd uce r s i g n a l out p ut ca b le c on n e ct e d t o R TU s ha l l b escre e n e d s i gn a l c a b le . The Com mu n i ca t i on cable shall be ofshielded, twisted pairs and of minimum 0.5sq-mm size.e) The cable shall be FRLS type and shall conform to the requirements as per theapplicable IS.f) Shielding longitudinally laid with overlap.g) Dielectric withstand 2.5 kV at 50 Hz for 5 minutesh) External marking with manufacture's name, type, core quantity, cross- section,and year of manufacture.Note: Make and technical data sheet of the all field, signal cables and interconnectingwires/cables shall be provided by the bidder alongwith the tender.

73

ANNEXURE – XIIIModems (for PLCC)The modems shall meet the following requirements:(a) Use CCITT Standards including V.24, V.28.(b) Use frequency shift keying (FSK) modulation.(c) Communicate at data rates of 200, 300, 600 and 1200bps. Changing thecommunication data rate shall only require reconfiguration of the Modem.(d) Use CCITT R.38a and R.38b standard tones for the selected RTU data rate for 200/300 baud rate and V.23 for 600 & 1200 Baud.(e) Full Duplex 2-wire and 4-wire operation.(f) Receive level adjustable from 0 to - 40 dBm @ 600 ohms.(g) Transmit level adjustable from 0 to - 24 dBm @ 600 ohms.(h) Minimum Sensitivity of -48 dBm(i) PLCC modem shall use bandwidth up to 4 kHz and shall have capability toaccommodate multiple data channels along with voice channels or without voicechannels for the flexibility in PLCC routing plan conforming to CCITT-38 /V.23standards.(j) The Modem should have self-test feature such as manual mark/ space keying,analog loop-back and digital loop back. It should have the testing feature accordingto CCITT V-52 code.(k) Modem Power supply shall be suitable for 48V DC (nominal)