Você está na página 1de 27

Desktop/Tender No.

46/SCADA Tender set/TENDER SET final review

PUNE MUNICIPAL CORPORATION.


SHIVAJINAGAR, PUNE-411005.
TEL.: 020 25501000,
FAX: (020)25501203.
Website: www.punecorporation.org

ELECTRICAL DEPARTMENT
TENDER DOCUMENT
TENDER NO :-

Design, Supply, Install and Maintain 1000 feeders and


Feeder based SCADA system on existing LED street light
fittings.

1
Desktop/Tender No.46/SCADA Tender set/TENDER SET final review

DISCLAIMER

The information contained in this document (Tender) whether subsequently


provided to the bidders, (Bidder/s) verbally or in documentary form by or on behalf of
Pune Municipal Corporation (henceforth referred to as PMC in this document) or any of its
employees or advisors, is provided to Bidders on the terms and conditions set out in this
Tender document and any other terms and conditions subject to which such information is
provided.

This Tender document is not a contract and is not an offer or invitation to any party. The
purpose of this Tender document is to provide the Bidders or any other person with
information to assist the formulation of their financial offers (Bid). This Tender document
includes statements, which reflect various assumptions and assessments arrived at by PMC in
relation to the proposed project. This Tender document does not purport to contain all the
information each Bidder may require. This Tender document may not be appropriate for all
persons, and it is not possible for the Commissioner, PMC and their employees or advisors to
consider the investment objectives, financial situation and particular needs of each Bidder.
The assumptions, assessments, statements and information contained in the Bid documents,
may not be complete, accurate, adequate or correct. Each recipient must conduct its own
analysis of the information contained in this Tender document or to correct any inaccuracies
therein that may appear in this Tender document and is advised to carry out its own
investigation into the proposed project Design, Supply, Install and Maintain 1000 feeders
and Feeder based SCADA system on existing LED street light fittings. in Pune (the
Project), the legislative and regulatory regimes which applies thereto and by and all matters
pertinent to the proposed Project and to seek its own professional advice on the legal,
financial, regulatory and taxation consequences of entering into any contract or arrangement
relating to the Project.

Information provided in this Tender document to the Bidder is on a wide range of


matters, some of which may depend upon interpretation of law. The information given is not
intended to be an exhaustive account of statutory requirements and should not be regarded as
a complete or authoritative statement of law. PMC accepts no responsibility for the accuracy
or otherwise for any interpretation of opinion on law expressed herein.

PMC and their employees and advisors make no representation or warranty and shall
incur no liability to any person, including the Bidder under law, statute, rules or regulations
or tort, the principles of restitution or unjust enrichment or otherwise for any loss, cost,
expense or damage, accuracy, reliability or completeness of the Tender document, which may
arise from or be incurred or suffered in connection with anything contained in this Tender
document, any matter deemed to form part of this Tender document, the award of the Project,
the information and any other information supplied by or on behalf of Commissioner PMC or
their employees, any consultants or otherwise arising in any way from the selection process
for the Project.

2
Desktop/Tender No.46/SCADA Tender set/TENDER SET final review

PMC also accepts no liability of any nature whether resulting from negligence or
otherwise howsoever caused arising from reliance of any Bidder upon the statements
contained in this Tender document.

PMC may in its absolute discretion, but without being under any obligation to do so,
can amend or supplement the information in this Tender document. The information that
PMC is in a position to furnish is limited to this Tender document, along with any
amendments/ clarifications thereon.

The issue of this Tender document does not imply that PMC is bound to select a
Bidder or to appoint the Selected Bidder (as defined hereinafter) or Bidder (as defined
hereinafter), as the case may be, for the Project and PMC reserves the right to reject all or any
of the Bidders or Bids without assigning any reason whatsoever.

The Bidder shall bear all its costs associated with or relating to the preparation and
submission of its Bid including but not limited to preparation, copying, postage, delivery
fees, expenses associated with any demonstrations or presentations which may be required by
PMC or any other costs incurred in connection with or relating to its Bid. All such costs and
expenses will remain with the Bidder and PMC shall not be liable in any manner whatsoever
for the same or for any other costs or other expenses incurred by a Bidder in preparation or
submission of the Bid, regardless of the conduct or outcome of the bidding process.

This Tender document and the information contained herein are confidential and for
use only by the person to whom it is issued. It may not be copied or distributed by the
recipient to third parties (other than in confidence to the recipients professional advisor). In
the event that the recipient does not continue with the involvement in the Project in
accordance with the Tender document, the information contained in the Tender document
shall not be divulged to any other party. The information contained in the Tender document
must be kept confidential.

3
Desktop/Tender No.46/SCADA Tender set/TENDER SET final review

PUNE MUNICIPAL CORPORATION


NOTICE INVITING TENDER

COMPETITIVE BIDDING THROUGH e-Procurement

Adv. No. Date.

The Pune Municipal Corporation invites Tender (Two Bids i.e Technical &Financial Bid) in
conformity with the detailed tender notice to be eventually drawn up into a contract for the
execution of work as detailed in table below from intending Bidders

SR no Tender Name of the work Estimate Earnest Tender Period Of


no Amt Money set Contract
Deposit price
1 2 3 4 5 6 7

Design, supply,
install and Maintain,
1000 feeders and
Feeder based 4 months +
1 SCADA system on B-2 12,00,000/- +5 year
existing LED street maintenance
light fittings.

1. The Selected Bidder should carry out a survey for installation of SCADA feeders on
existing PMC feeders and submit the same to PMC and install per feeder SCADA.

2. Eligibility Criteria: As given in the detailed Tender Document available on PMC E-


tender site.

4
Desktop/Tender No.46/SCADA Tender set/TENDER SET final review

3. Bid documents consisting of specifications, the schedule of quantities and the terms
and conditions of contract and other necessary documents can be seen in the PMC
web site i.e., (pmctenders.abcprocure.com)

4. Bid must be accompanied by submission of Earnest Money Deposit (EMD) online


in the PMC account (RTGS) and cost of document specified for the work in the table
Col.5 and 6 above, pledged in favour of Commissioner, PMC. As specified in the
Bidding documents along with scanned copy of valid EPF, VAT, PAN CARD,
VALID ELECTRICAL CONTRACTOR LICENSE, affidavit and certifying
declaration statement in the Form as mentioned in the last page of DNIT otherwise,
the Bid will be outrightly rejected by PMC.
5. The EMD of non winning bidders will be returned after issuance of LOA to the
successful bidder. The EMD of successful bidder will become as a part of Security
deposit.
6. The Bidder must possess compatible Digital Signature Certificate (DSC). Only online
tenders submitted shall be considered.

7. Pre-Bid meeting will be arranged on --------- at 12:00 AM in Wadke hall, third floor,
PMC main Building, Shivaji nagar, Pune.

8. The tender will be available for online purchase from --------- to ----------; Unless
extended by PMC, the Bid shall be submitted on before -----------, To --------- upto
14:30 hours Bid Due Date, in the manner and form as detailed in this Tender
document. Bids submitted by either facsimile transmission or telex will not be
acceptable.

9. After submission of the Tender, Bidder should give the demo of SCADA system. The
financial bids of the technically qualified Bidders shall be opened on the due date of
opening by the opening officers using their DSC. The date and time of opening will
be intimated to the responsive Bidders after technical evaluation, tests, trials and
satisfactory results as per the PMC requirements.

10. Security deposit will be 5 % of the tender amount. The EMD shall be converted into
the part of security deposit and balance will be deducted from first running bill and
will be returned with EMD after 1 year after handing over the entire project to PMC.
Entire project includes complete installation in 4 months and 5 complete years of
maintenance.

5
Desktop/Tender No.46/SCADA Tender set/TENDER SET final review

11. The Commissioner, PMC, reserves the right to change scope of works and terms and
conditions of the Bid for the benefit of PMC. Decision of the commissioner is final.

12. The Commissioner, PMC reserves the right to reject any or all the Bids without
assigning any reason thereof.

Superintending Engineer (Electrical)


Pune Municipal Corporation

6
Desktop/Tender No.46/SCADA Tender set/TENDER SET final review

SCOPE OF WORK
(a) Design, supply, install and Maintain 1000 feeders and Feeder based SCADA system
on existing LED street light fittings. to meet the requirement as defined in
specifications, data sheets attached with the Technical Bid and required for
completion of the Project to be submitted by the Bidder. The installation of
equipments by the Selected Bidder shall be taken up as per the directive of PMC.

(b) After the Award of Contract , the Selected Bidder shall enter into an agreement in the
format provided by PMC. (hereinafter referred to as Contract) with PMC as per
the terms and conditions of the Tender document. The Bidder shall be under the
obligation to comply all the terms and conditions of the Tender document along with
clauses relating to warranty and maintenance mentioned under the Contract during the
Contract Period. The Bidder should open his site office in Pune for the smooth
execution and maintenance of the Project. The Bidder has to maintain necessary
equipment on site which is required for implementation and maintenance of the
Project activities.

(c) The Bidder shall maintain proper records and registers for the daily maintenance
activities. They have to depute necessary technical and other staff for the same.

(d) All the machineries and equipment required for implementation of the Project is to be
arranged by the Selected Bidder. PMC shall provide only authorization and necessary
clearance and permission for the same, if required.

(e) The survey of no. of lamps on the feeder on which the SCADA system is to be install
should be done by the Bidder after issuing the work order and is to be incorporated
with SCADA.

(f) The quality of the project will be maintained by Bidder during the Contract Period.
The Bidder has to follow all necessary safety guidelines/directions issued by the
PMC from time to time.

(g) The design and specification of SCADA system and its (compatibility) with present
SCADA system (implemented and under implementation) will be given by the
Selected Bidder along with necessary documentation. The system needs to be fully
integrated with present SCADA system and with Smart city operations centre. For
sharing data with third party platform proposed in Smart City Operation Centre
(SCOC) the solution should support the integration by following methods: (1) API
Purpose is to interface SCADA with external program that will be installed at
SCOC using API (Application programming interface). To achieve this purpose,
the vendor should publish API documentation and write up on set of standardized
requests to fetch the data for the purpose of information, analysis, decision and

7
Desktop/Tender No.46/SCADA Tender set/TENDER SET final review

control. The document should elaborate exact structure of requests and responses
for understanding and interfacing by third party application including all required
licenses. (2). SDK Purpose is to work on abstraction layer over the interface by
third party application. Vendor should provide SDK (software development kit)
comprises of library with extra tools, applications, data files, data structure and
supported with sample code. (3) Any alternate framework for interfacing that
vendor may offer with prior approval.

(h) Providing GPRS/ Sim card expenses is sole responsibility of the bidder so the expenses for
the same shall be beared by the Bidder.
(i) Provider has to co-ordinate for technical as well as any other reasons with existing running
SCADA project. For this the successful bidder has to appoint his technical representative 24
X 7 hours. The names of such representatives will be informed to PMC officials.
(j) The bidder has to maintain all installed SCADA feeders for 5 year from date of
commissioning. The maintenance of the feeder piller should be carried out within 24 hours
after receiving the complaint.
(k) PMC reserves the right to vary the quantities shall be binding to the Bidder.

(l) The Bidder shall submit monthly monitoring and verifying report of energy SCADA.

(m) The Bidder will have full responsibility of warranty of system as per given PMC
format SCADA feeder for the Contract Period and warranty will start from the date of
successful commissioning of the switching points.

(n) The Bidder will have full responsibility of packing and transportation from the
manufacturers works to the site including insurance.

(o) The Bidder will have full responsibility of receipt, storage, preservation and
conservation of equipment at the site.

(p) The Bidder will have full responsibility of pre-assembly, if any, erection, testing and
commissioning of all the equipment.

(q) The Bidder will have full responsibility of reliability tests and performance and
guarantee tests on completion of commissioning.

(r) The Bidder will have full responsibility of labeling of information which shall be
distinctly and indelibly marked on the housing like to include year of manufacturing,
batch no., serial no., name of manufacturer, rated wattage and voltage (Input) .

(s) The LED street lights installed by PMC to be linked per feeder through wireless
technology/ GIS/SCADA to Street lighting management server software, appropriate
remote monitoring and verifying system to ensure information on street lighting
parameters including consumption etc.
8
Desktop/Tender No.46/SCADA Tender set/TENDER SET final review

(t) The SCADA System being centralized shall be operated 24x7 at the designated
location to be prescribed and allocated by PMC to always remain accessible to the
staff of PMC.

(u) After a successful completion of the Project all material/ accessories installed by the
Bidder during the Project will be property of PMC. The Bidder shall follow
procedure detailed in this Tender document to hand over the site in satisfactory and
working condition to PMC at the end of the Contract Period. Before handing over the
site, the Bidder has to seek handing over certificate and no dues certificate from
PMC officials.

1. ELIGIBILITY CRITERIA

1.1. -Qualifying terms and conditions (Bid Criteria)


This Bid is open to manufacturers / authorized dealers / Contractors who are in the
field of Atomization and SCADA work in the market since last 3 (three) years
satisfying the below mentioned criteria. The bidder will be company/LLP/Proprietary
etc. In case of LLP or partnership, deed of partnership should at least one year before
the tender submission date. The consortium/joint venture in any form is not allowed.
A. The Bidder should have been operating and maintaining a single SCADA project
of minimum 5 crores successfully in last the past 3 (years) years for energy sector
The completion report and performance certificate shall be submitted.
B. The Bidder should have minimum Net worth of Rs. 1,00,00,000/- (Rupees One
Crore ) at the close of the preceding financial year.
C. The Bidder should have Turnover per year of Rs. 3,60,00,000/- (RupeesThree
Crore sixty lacs ) in last three financial years.

1.2 Copies of work orders received by the Bidder along with the installation and
satisfactory performance reports of its client(s) in the past 5 (five) years should be
submitted by the Bidder from the competent authority as a proof of experience
1.3 Statutory Auditor certificates for above Qualifying terms and conditions (Bid
Criteria) mentioned in A, B, C.
1. The Bidder must have a valid electrical license issued by the Electrical Licensing
Board, India in the Bidders name or in the name of the person hired by the
Bidder.
2. The Bidder should not have been debarred from any of the Central/State
Government Department/ Board/Corporation/ PSUs/Municipalities. The Bidder
9
Desktop/Tender No.46/SCADA Tender set/TENDER SET final review

shall submit a certificate in this context with the technical part of the Bid.
3. The Bidders shall have to furnish the following documents as evidence to fulfill
their qualifying criteria as mentioned above:

i Certificate of incorporation or registration of the organization.


ii. Audited annual accounts for the last 3 (three) financial years.
iii. Besides above the Bidder has to furnish service tax, registration certificate,
copy of the PAN card, CST registration certificate, EPF, VAT as applicable.

4. A Bidder shall be disqualified if it is determined by the PMC at any stage of


bidding process that the Bidder has made misleading or false representation in the
form, statements and attachments in the proof of the qualification requirements.
The Bidder shall also be disqualified if it fails to continue to satisfy the Bid
Criteria during any stage of the evaluation process. Supplementary information or
documentation regarding qualifications may be sought from the Bidder at any time
and must be so provided within reasonable timeframe as stipulated by the PMC.

5. The Bidder has to demonstrate successful operation of the offered SCADA system
as indicated , failing which the Bidder shall be rejected.

6. The Bidders are required to demonstrate their products for site testing and
verification by a committee of PMC (PMC Committee) to demonstrate
physically that the offered product meets the technical specification.

7. The venue and time of testing shall be communicated after opening of Technical
Bid.

8. The Bidder has to report to the Engineer-in-Charge for testing along with the
required products and instruments at least one 1 (day) before the commencement
of the testing so that necessary arrangements for replacement of existing fixtures
and installations for the testing and demonstration can be taken up.

9. The Bidders who fail to report for the testing with their products and instruments
as specified shall be rejected.

10. The offers of the Bidder whose product fail to work satisfactorily during the
testing shall also be rejected.

11. The offers of Bidders whose products do not conform to the specifications during
the onsite testing shall be out rightly rejected.

12. No cost for the demonstration shall be borne by PMC. PMC shall also not be held
responsible for accident or for any damage or failure of the products or instruments
10
Desktop/Tender No.46/SCADA Tender set/TENDER SET final review

during the demonstration. Adequate safety arrangements need to be made by the


Bidder for safety of human being and equipments.

2 SUBMISSION OF BIDS:

Design, supply, install and Maintain 1000 feeders and Feeder based SCADA system on
existing LED street light fittings.
The Bids shall be submitted in two parts.

2.2 PART-I: TECHNICAL BID

Technical bid shall contain following documents:

i. Acceptance of General Terms & Conditions as per Tender document.


ii. All relevant company documents and certifications as mentioned in Eligibility
Criteria.
iii. The Bid will have to be signed and submitted by the proper authorized person as
appointed by the Bidder. The Letter of Authority confirming the same should be
submitted along with the Bid.
iv. Bid in the prescribed format (Appendix-I) along with Annexes and supporting
documents;
v. Power of Attorney for signing the Bid as per the format at Appendix-II;
vi. copies of Bidders duly audited balance sheet and profit and loss account for the
preceding 5 (five) years; and
vii. any other sector or project-specific requirement that may be specified by PMC.
viii. Printed catalogue and technical specification/literature.
ix. The Bid documents duly signed by authorized signatory in each page and stamped.
x. Declaration duly signed by signatory of the Bidder in the official letterhead stating
that Bidder has understood the scope of work and site conditions and carried out
necessary site visits and completely comprehended the geographical aspects, works,
land use as pacts and all normal and specific quality, safety, health and environment
requirement and have sufficient resources such as qualified and experienced man
power, material land equipments/instruments to carry out the scope of work.
xi. Incomplete/conditional bids are liable to be rejected out rightly.
xii. No request for extension of the above mentioned due dates shall been entertained.
However, PMC reserves the right to do so in case of circumstances deemed
unavoidable.

xiii. Bid Security

The Bid shall be accompanied by submission of EMD of INR 12,00,000/- (Twelve


lakh) online in the PMC account (RTGS) and cost of the Tender document specified
hereinabove, pledged in favour of Commissioner, PMC, As specified in the Bid
11
Desktop/Tender No.46/SCADA Tender set/TENDER SET final review

documents along with scanned copy of valid EPF, VAT, PAN CARD, VALID
ELECTRICAL CONTRACTOR LICENSE, affidavit and certifying declaration
statement in the Form as mentioned in the last page of DNIT. The offers without
EMD will be rejected without assigning any reason as being non-responsive. The
EMD shall be returned to the unsuccessful Bidders within a period of 180 (one
hundred and eighty) days from the date of announcement of the Successful Bidder
after approval of standing committee.

2.3 PART 2: FINANCIAL BID:


The financial bid shall be superscripted as: Financial Bid for (Appendix II)
Design, supply, install and Maintain 1000 feeders and Feeder based SCADA system on
existing LED street light fittings. for Pune Municipal Corporation.

1) Financial bid shall contain only the duly filled in final financial bid format as
in duly signed and stamped by authorized signatory and covering letter duly
signed by the authorized signatory and stamped on the letter head of the
Bidder.
The offer should be considering all taxes and duties till the completion of the
Project.
a) The Bidder shall acquaint itself with the work and working conditions at site
and locality. No claim shall be entertained on this issue after the offer has
been submitted.
b) The cost of preparing the Bid including a visit to the site or office etc. will not
be reimbursed as a direct cost of the assignment and PMC is not bound to
accept any of the Bids submitted.
c) Any accessories/item which may not have been mentioned in the specification
but are required for satisfactory commissioning of the work shall be deemed
to be included in the Contract and shall be provided by the Bidder without
extra charges later on.
d) The Bidders may visit the site segment to estimate the work before submitting
their bids at their own cost.
e) PMC reserves the right to order the final quantity and the bidder should
provide 50% extra quantity if needed with same cost.

The pages of documents, technical specifications, bids, supporting documents


etc. shall be duly signed by the authorised signatory and company seal should be
affixed or each page. All pages should be properly numbered and tagged or bound to
avoid loss of information during processing of documents. Any part of which is not
specifically signed by the authorised signatory and not affixed with company seal
may not be considered for the purpose of evaluation.

12
Desktop/Tender No.46/SCADA Tender set/TENDER SET final review

3 AWARD OF CONTRACT:
a. Contacting the Municipal Corporation:

From the time of Bid opening to the time of award of Contract (Award of
Contract or Letter of Award or LOA), if any Bidder wishes to contact the
PMC on any matter related to the Bid, he should do so in writing in accordance to the
below given details . Any effort by a Bidder to influence the PMC in respect of Bid
evaluation, Bid comparison or Award of Contract, will result in the rejection of the
Bidder.
Kind Attention
Name :
Address:
Telephone:
Email id:
Any documents submitted by the tenderer apart from the Tender documents and the
documents asked for in the Tender would not be considered for evaluation.

b. PMC will award the Contract to the successful Bidder/s whose Bid has been determined
to be the lowest- evaluated responsive Bid (Selected Bidder), provided further that
the Bidder has been determined to be qualified to perform the Contract satisfactorily. In
case of the Bid prices of more than one Bidders are same or early delivery is required,
the PMC at its option/ discretion may negotiate the price further with other Bidders and
award the Contract to the lowest price and accordingly divide the work amongst such
Bidders.
c. Within 30 (thirty) days from the date of issue of work order from PMC, the Selected
Bidder shall sign and execute the Contract in the format The Contract shall be executed
in non-judicial stamp paper of suitable amount in INR as per the applicable stamp duty.
Failure to execute the Contract shall constitute sufficient ground for cancellation of
award of contract and forfeiture of the Security Deposit.

13
Desktop/Tender No.46/SCADA Tender set/TENDER SET final review

4 FRAUD AND CORRUPT PRACTICES

4.1 The Bidder and their respective officers, employees, agents and advisers shall observe the
highest standard of ethics during the Bidding Process. Notwithstanding anything to the
contrary contained herein, the PMC may reject a Bid without being liable in any manner
whatsoever to the Bidder if it determines that the Bidder has, directly or indirectly or
through an agent, engaged in corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice in the Bidding Process. In such an event, PMC
shall be entitled to forfeit and appropriate the EMD or Security Deposit as the case may
be, as damages without prejudice to any other right or remedy that may be available to
PMC under the Bid documents and/or the Contract or otherwise.
4.2 If a Bidder is found by the PMC to have directly or indirectly or through an agent,
engaged or indulged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice during the Bidding Process, such Bidder shall
not be eligible to participate in any tender issued by PMC during a period of 2 (two) years
from the date such Bidder is found by PMC to have directly or indirectly or through an
agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice, as the case may be.
4.3 The following terms shall have the meaning hereinafter respectively assigned to them:

(a) corrupt practice means (i) the offering, giving, receiving, or soliciting, directly
or indirectly, of anything of value to influence the actions of any person connected
with the Bidding Process (for avoidance of doubt, offering of employment to, or
employing, or engaging in any manner whatsoever, directly or indirectly, any
official of PMC who is or has been associated in any manner, directly or
indirectly, with the Bidding Process or the LOA or has dealt with matters
concerning the Contract or arising there from, before or after the execution
thereof, at any time prior to the expiry of 1 (one) year from the date such official
resigns or retires from or otherwise ceases to be in the service of PMC, shall be
deemed to constitute influencing the actions of a person connected with the
Bidding Process); or engaging in any manner whatsoever, whether during the
Bidding Process or after the issue of the LOA or after the execution of the
Contract, as the case may be, any person in respect of any matter relating to the
Project or the LOA or the Contract, who at any time has been or is a legal,
financial or technical adviser of PMC in relation to any matter concerning the
Project;

(b) fraudulent practice means a misrepresentation or omission of facts or


suppression of facts or disclosure of incomplete facts, in order to influence the
Bidding Process;

14
Desktop/Tender No.46/SCADA Tender set/TENDER SET final review

(c) coercive practice means impairing or harming or threatening to impair or


harm, directly or indirectly, any person or property to influence any persons
participation or action in the Bidding Process

(d) undesirable practice means (i) establishing contact with any person connected
with or employed or engaged by PMC with the objective of canvassing, lobbying
or in any manner influencing or attempting to influence the Bidding Process; or
(ii) having a Conflict of Interest; and

(e) restrictive practice means forming a cartel or arriving at any understanding or


arrangement among Bidders with the objective of restricting or manipulating a full
and fair competition in the Bidding Process.

5 GENERAL TERMS AND CONDITIONS OF THE BID

1) No Bidder shall submit more than one Bid for the Project.

2) All communications in relation to or concerning the Tender, Bid documents


including the pre-bid meetings and any other agreement/undertaking/document
submitted by the Selected Bidder with respect to the Project shall form part of the
Tender document/Contract.

3) PMC may, in its sole discretion extend the Bid Due Date by issuing an addendum
uniformity for all Bidders. Any changes after pre bid meeting made by the
department will be treated as a part of Bid document.

4) Late Bids: Bids received by PMC after the specified time on the Bid Due Date
shall not be eligible for consideration and shall be summarily rejected.

5) Notwithstanding anything to the contrary, the terms specified in the Tender


document shall have an overriding effect over any other document.

6) Verification and Disqualification:

a) PMC reserves the right to verify all statements, information and documents
submitted by the Bidder and the Bidder shall, when so required by PMC, make
available all such information, evidence and documents as may be necessary for
such verification. Any such verification, or lack of such verification, by PMC
shall not relieve the Bidder of its obligations or liabilities hereunder nor will it
affect any rights of PMC there under.
b) PMC reserves the right to reject any Bid and appropriate the EMD if;
I. At any time a material misrepresentation is made or uncovered, or,
15
Desktop/Tender No.46/SCADA Tender set/TENDER SET final review

II.The Bidder does not provide, within the time specified by PMC, the
information sought by PMC for evaluation of the Bid.
c) Such misrepresentation /improper response shall lead to the disqualification of the
Bidder, after the Bids have been opened and the highest Bidder gets disqualified /
rejected, then PMC reserves the right to;
I. Invite the remaining Bidders to submit their Bids, or;
II. Take any such measure as may be deemed for in the sole discretion of
PMC including annulment of the Bidding Process.
d) In case it is found the evaluation or at any time before signing of the Contract or
after its execution, that one or more of the qualification conditions have not been
met by the Bidder, or the Bidder has made material misrepresentation or has given
any materially incorrect or false information. The Bidder shall be disqualified and
PMC shall be entitled to forfeit and appropriate the EMD, or
e) Security Deposit as the case may be as damages, without prejudice to any other
right or remedy that may be available to PMC under the Bid documents and/or the
Contract, or otherwise.
f) At any time prior to the Bid Due Date, PMC may, for any reason, whether at its
own initiative or in response to clarifications requested by a Bidder, modify the
Tender document by the issuance of an addendum.

7) Any addendum issued hereunder will be notified the PMC website and PMC shall
not bear any responsibility or liability arising out of non-receipt of the information
regarding amendments in time or otherwise. The Bidders must check the website
for any such amendment before submitting their Tender.
8) Validity of Bids The Bids shall be valid for a period of not less than 120 (one
hundred and twenty) days from the Bid Due Date. The validity of Bids may be
extended by mutual consent of the respective Bidders and PMC.
9) Confidentiality - Information relating to the examination, clarification, evaluation
and recommendation for the Bidders shall not be disclosed to any person who is
not officially concerned with the process or is not a retained professional advisor
PMC, in relation to or matters arising out of, or concerning the Bidding Process,
PMC will treat all information, submitted as part of the Bid, in confidence and will
require all those who have access to such material to treat the same in confidence.
PMC may not divulge any such information unless it is directed to do so by any
statutory entity that has the power under law to require its disclosure or is to
enforce or assert any right or privilege of the statutory entity and/or PMC or as may
be required by law or in connection with any legal process.
10) The Bidder/Selected Bidder shall comply with the applicable laws and obtain all
permits, consents, approvals required under relevant at all times during the
Contract. Non-compliance with the applicable laws shall result in an Event of
Default
11) The HOD (Electrical), PMC / supervising authority or any other official authorized
by PMC shall have full power and authority to inspect the Project work at any time
16
Desktop/Tender No.46/SCADA Tender set/TENDER SET final review

and the Bidder shall offer the official every facility and assistance to carry out
such inspections. The Bidder or his authorized representative shall at all times
during the usual working hours and all other times, when so notified, remain
present to receive orders and instructions given to the Bidder s representative shall
be considered to have the same force, as if they had been given to the Bidder
himself. The Bidder shall comply with the orders and instructions within such
justified time as per nature of work or default.

6 WORK COMPLETION:

6.1 In any case, the Bidder cannot abandon the Project till completion of the work. The
Bidder shall have to give an undertaking in proper forms for the same as required by
PMC from time to time. In case, the Bidder abandons the Project, all rights and
remedies as available to PMC under applicable laws and the Contract shall be
exercisable by PMC at its sole discretion including the right of PMC to purchase the
necessary material from alternate sources and any extra cost incurred during any such
process shall be recovered from the Contract and debited to the Bidder s account.
Security deposit in such case shall be forfeited.

7 EXTENSION OF TIME:

7.1 The Bidder will be bound to complete the Project on given time mentioned in the
document. PMC may consider giving extension if it has reason to believe that delay is
because of unavoidable reasons.

7.2 Penalty :-
If work is not completed by the Bidder in stipulated time, the penalty charge per day
Rs.5000/-, maximum. Upto 1% of Bid amount will be deducted from the bill. After
reaching the limit of 1% bid amount as penalty, the contract shall be terminated and
security deposit will be forfeited.

8. Payment Terms :

As the Project installation period is 4 months in each month the Bidder should install
and commission 250 SCADA feeders. So accordingly in each month payment will be done as
a 20% of tender amount. In 4 months complete 80% amount will be paid after installation and
commissioning of 1,000 SCADA feeders.

Remaining 20% will be given as a 5% per year from the end of second year of
maintenance till the end of 5th year of maintenance.
During the maintenance period, the Bidder shall ensure to repair/ replace the defective
systems for SCADA feeder within 48 (forty eight) hours of receipt of the complaint failing
which PMC shall be impose penalty at the rate of INR 500/- (Indian Rupees Five Hundred
17
Desktop/Tender No.46/SCADA Tender set/TENDER SET final review

Only) of per default per day per SCADA feeder. The penalty amount so imposed shall be
deducted from the Payment available with PMC. Separate record of the complaints shall be
maintained by the PMC, Pune. The complaint shall be conveyed by the PMC through
mail/fax. To avoid the penalty, it is suggested that Bidder may maintain extra stock for
material in the store of PMC as necessary. In the event the Bidder fails to repair/replace the
defective system for a period continuing for more than 2 days, then it shall be treated as
Event of Default. And termination of contract will be initiated.

Whenever and in whichever year the maintaince not done contract will be terminated
and balanced payment and SD will be forfeited.

8 SAFETY PRECAUTIONS:

8.1 The Bidder shall observe all applicable regulations regarding safety at the Site. Any
compensation due on account of accident at site shall be borne by the Bidder .

9 AUTHORITY FOR ACCESS:

9.1 No persons other than the employees of the Bidder and his sub- Bidder shall be
allowed on the Project site except with the written consent of PMC. Facilities to inspect
the work shall at all times be accorded by the Bidder to PMC and its representatives,
authorities and officials.

10 STORE:

10.1 The storing of materials at work site shall be arranged by the Bidder at its own cost. The
Bidder have to ensure that minimum required spares of SCADA/ Street lighting
management server software should be stored in advance. No compensation shall be
made by PMC for any damage or loss of materials during storing, transit transportation
and at the time of erection. The Bidder has to ensure necessary safety and insurance
during the storage and during installation of the project. The Bidder after dismantling of
existing fitting/ materials shall submit the same on every day basis to the Engineer in
Charge at PMC Electrical Stores.
11 INSURANCE:

11.1 The Bidder shall insure and keep insured all the SCADA feeders at his own cost. The
insurance policy/s should cover damage, theft, loss or injury to person or property which
may occur due to Project facility or improper maintenance throughout. The Contractor
shall ensure that PMC is included as co-insured in all the insurance policies. The
Contractor shall submit to PMC such copies of the insurance policies and other relevant
documents.

18
Desktop/Tender No.46/SCADA Tender set/TENDER SET final review

11.2 The insurance of all the equipments covered under this specification shall also be
done by the Bidder with their own insurance underwriters at their own risk. The Bidder
shall make his own arrangement to receive and store the material at site. Any claim due to
loss or breakage during transit, storage and installation shall be settled by the Bidder with
its insurance underwriters and the settlement of claims with the insurance company,
railway authorities etc. for any loss/damage occurring during transit and storage at works
site shall entirely be the responsibility of the Bidder .

11.3 Further, the Bidder shall undertake free replacement of the materials damaged or lost
during transit, storage and installation which will be intimated by the Consignee within 7
(seven) days of such loss or damage. Comprehensive insurance cover for men,
machinery and all parts shall be arranged by the Bidder for the entire period of
Contract/during the maintenance period.

19
Desktop/Tender No.46/SCADA Tender set/TENDER SET final review

TECHNICAL SPECIFICATIONS

Features Item Discription


Operational Features The Feeder based SCADA system unit
should be a GPRS and/or GSM (with IMEI
number) proven technology based remote
energy monitoring system with latest
technology.
capacity for self-protection from short-
circuit, over voltage and antitheft alert.
The Feeder based SCADA system unit
should have a battery backup of at least 12
hours.
The Feeder based SCADA system Unit
should have requisite Digital Input/Output to
fetch data.
The rating of the Feeder based SCADA
system units should be at least twice that of
the lighting load.
Enclosure Box to be FRS material with
proper lock arrangement.
Energy measurement and The Feeder based SCADA system unit
Should be able to capture (record) and
communication features provide following parameters at variable
time-intervals (Individual switching point
wise and/or networked switching points) :
Voltages
Current
Power Factor
Active Power (kW)
Apparent Power (kVA)
Metering kWh cumulative
Metering kVAh cumulative
Number of hours each at the LED
luminaires was glowing
Number of hours the power supply was
unavailable
Special emergency on/off facility with
wireless control.
Benchmarking capacity so as to generate
alert SMS for:
Phase-wise currents on crossing threshold
values*
Phase-wise voltages on crossing threshold
values*
MCB trips
Theft alerts
Group failure of lights
No output supply
Alert SMS shall be forwarded to five (5)
phone numbers, in each of the respective
20
Desktop/Tender No.46/SCADA Tender set/TENDER SET final review

municipality.
Class 1.0 accuracy Energy Meter with ISI
marking/IS-13779 is to be used for power
measurement. Type testing report from
NABL Accredited Lab to be provided.
* Please refer the technical specifications for
designing the threshold values for voltage
and current.
Web based Application- Central Control and Monitoring System
functionalities
Feeder based SCADA system shall have a
web-server to receive and record all data with
time stamping from the streetlight controllers.
It should be able to communicate with any
individual switching points or collectively
amongst networked switching points for
control and monitoring.
It should able to record LED luminaires
glowing and non-glowing hours of a
particular switching point.
It should be able to display the power
failure details of a particular switching point
and the relevant luminaires.
It should register all fault conditions like
excess voltage/current drawn, lamps failure,
no-power supply, etc. through the
instantaneous alert messages sent by the
Feeder based SCADA system unit.
Reports such as energy saving report, lamp
failure report, actual hours of operation,
uptime (%), etc. should be generated on a
daily basis from the data/readings received
from the Feeder based SCADA system units.
It should be able to track the failure of
lamps in a particular switching point.
Different user authorization levels should be
settable and the central server should be
capable of handling heavy traffic, i.e. the
number of LED street lights installed in
respective ULBs under this program.
All the Feeder based SCADA system units
should be remotely configured from the
Central Control Unit:
Setting the Response Time Count (RTC)
time of Automation unit
Knowing the current status of any particular
switching point.
Reset the unit.
The minimum interval for the update of data
should be 15 minute but programmable up to
1 minute.
Auto synchronization of controller with
21
Desktop/Tender No.46/SCADA Tender set/TENDER SET final review

server timing to be further synchronized with


standard GPS clock timing.
The system monitors all the following from
the Feeder based SCADA system unit
Voltages each phase
Current each phase
PF each phase
Metering kWh cumulative
Metering kVAh
Further system is able to indicate various
faults
Number of operational lights
Number of non-operational lights
Failure of contactor
Status of the incoming supply (power
failure)
High /low voltage
Overload on the phases
The central Feeder based SCADA system
unit is capable of handling minimum 400
number switching point units.
Feeder based SCADA system shall have
server preferably dedicated server set-up or
cloud based arrangement to ensure 100%
guarantee of the data transmission and real
time data storage for last 2 years (24 Months)
and archived data for the contract period.
Data authenticity and validation has to be
ensured. Reports to be submitted in a
common CVS format.
Cyber security, safe database management,
data retrieval and trouble free operation of
software and allied systems (24*7) to be
ensured.
Feeder based SCADA system system
should have a self-healing mechanism and in
case of failure, Bidder to ensure resumption
of service within 24 hours. Till
resumption of full services, the default
settings of the Feeder based SCADA system
should ensure timely ON/ OFF operation of
the street lights.
System to report Jamming/ hacking
attempts and maintain status-quo in case of
Jamming/ hacking attempts i.e. if lights are
ON, they should remain ON till the default
OFF time recorded in the system. In case
lights are OFF at the time of Jamming
attempt/ hacking, lights should remain OFF
till default ON time recorded in the system.

22
Desktop/Tender No.46/SCADA Tender set/TENDER SET final review

Essential requirements of the Street Lighting Control system

The Street Lighting Control system with a weatherproof enclosure with proper Earthing
system shall essentially consist of the following facilities:

a) Automatic (with a timer), Remote (with GPRS/GSM) and Manual Switching Options
b) Remote Energy Measurement
c) Dimming functionality
d) Near real-time monitoring
e) Alarms and Report generation.
f) Emergency override locally and remotely.
g) Web based User Interface with Integrated Visual maps.
h) Data security and secured system access.
i) Prevent unauthorized physical access to the street light control box.
j) Uninterrupted operation, even during single phasing.
k) System integration with third party application software for smart city requirements.

23
Desktop/Tender No.46/SCADA Tender set/TENDER SET final review

Appendix I - Letter Comprising the Bid for Qualification

Dated:

To,
[The Secretary,
***********
***********]

Sub: Bid for qualification for ***** Project

Dear Sir,

With reference to your Tender document dated .., I/we, having examined the
Tender document and understood its contents, hereby submit my/our Bid for Qualification for
the aforesaid Project. The Bid is unconditional and unqualified.

1. I/ We acknowledge that PMC will be relying on the information provided in the Bid
and the documents accompanying such Bid for qualification of the Bidder for the
aforesaid project, and we certify that all information provided in the Bid and in
Annexes A to E is true and correct; nothing has been omitted which renders such
information misleading; and all documents accompanying such Bid are true copies of
their respective originals.
2. This statement is made for the express purpose of qualifying as a Bidder for the
development, construction, operation and maintenance of the aforesaid Project.
3. I/ We shall make available to PMC any additional information it may find necessary
or require to supplement or authenticate the qualification statement.
4. I/ We acknowledge the right of PMC to reject our Bid without assigning any reason or
otherwise and hereby waive, to the fullest extent permitted by applicable law, our
right to challenge the same on any account whatsoever.
5. I/ We certify that in the last three years, have neither failed to perform on any
contract, as evidenced by imposition of a penalty by an arbitral or judicial authority or
a judicial pronouncement or arbitration award, nor been expelled from any project or
contract by any public authority nor have had any contract terminated by any public
authority for breach on our part.
6. I/ We declare that:
(a) I/ We have examined and have no reservations to the Tender document,
including any Addendum issued by PMC;

(b) I/We have not directly or indirectly or through an agent engaged or indulged in
any corrupt practice, fraudulent practice, coercive practice, undesirable practice
or restrictive practice, as defined in Tender document, in respect of any tender

24
Desktop/Tender No.46/SCADA Tender set/TENDER SET final review

or request for proposal issued by or any agreement entered into with PMC or
any other public sector enterprise or any government, Central or State; and
(c) I/ We hereby certify that we have taken steps to ensure that in conformity with
the provisions of Section 4 of the Tender document, no person acting for us or
on our behalf has engaged or will engage in any corrupt practice, fraudulent
practice, coercive practice, undesirable practice or restrictive practice.
7. I/ We believe that satisfy(s) the Net Worth criteria and meet(s) all the requirements as
specified in the Tender document and are/ is qualified to submit a Bid.

8. I/ We certify that in regard to matters other than security and integrity of the country,
have not been convicted by a Court of Law or indicted or adverse orders passed by a
regulatory authority which could cast a doubt on our ability to undertake the Project
or which relates to a grave offence that outrages the moral sense of the community.

9. I/ We further certify that in regard to matters relating to security and integrity of the
country, have not been charge-sheeted by any agency of the Government or convicted
by a Court of Law.

10. I/ We further certify that no investigation by a regulatory authority is pending either


against us/ or against our/ their Associates or against our CEO or any of our directors/
managers/ employees.

11. I/ We undertake that in case due to any change in facts or circumstances during the
Bidding Process, we are attracted by the provisions of disqualification in terms of the
provisions of this Tender, we shall intimate PMC of the same immediately.

12. The power of attorney for signing of Bid are also enclosed.

13. I/ We understand that the selected Bidder shall either be an existing Company
incorporated under the Indian Companies Act, 1956, or shall incorporate as such prior
to execution of the Contract.

14. I/ We hereby irrevocably waive any right or remedy which we may have at any stage
at law or howsoever otherwise arising to challenge or question any decision taken by
PMC in connection with the selection of Bidder, selection of the Bidder, or in
connection with the selection/ Bidding Process itself, in respect of the above
mentioned Project and the terms and implementation thereof.

15. I/ We agree and undertake to abide by all the terms and conditions of the Tender
document.

25
Desktop/Tender No.46/SCADA Tender set/TENDER SET final review

16. I/ We certify that in terms of the Tender, my/our Networth is Rs. .. (Rs.
in words) and the Aggregate Experience Score is .. (number in
words).

17. We agree and undertake to be jointly and severally liable for all the obligations of the

18. Bidder under the Contract till occurrence of Financial Close in accordance with the
Contract.

In witness thereof, I/ we submit this bid under and in accordance with the terms of the Tender
document.

Yours faithfully,

Date: (Signature, name and designation of the Authorised Signatory)

Place: Name and seal of the Bidder/ Lead Member

Note: Paragraphs in square parenthesis may be omitted, if not applicable, or modified as


necessary.

26
Desktop/Tender No.46/SCADA Tender set/TENDER SET final review

Appendix II
FINAL FINANCIAL BID OF THE PROJECT

Sr.No. Per unit cost of SCADA No. of SCADA feeders Total Cost
feeder
1. 1000

Signature of the Bidder with seal

27

Você também pode gostar