BID NOTICE Maharashtra State Electricity Distribution Company Limited Tender No: CE/IPDS/ Smart Grid- /Cng/T-02/2016-17 ver 1.0 Dated: 22.12.2016 The Chief Engineer (IPDS), on behalf of Maharashtra State Electricity Distribution Company limited (the Employer) hereby invites sealed bids from eligible bidders for Appointment of Smart Grid Implementation Agency for Congress Nagar Division, Nagpur. Entire bidding document is available on MSEDCL e-tendering Website http://works.mahadiscom.in/etender/etender as per date indicated below. Any changes in the Bid Schedule, corrigendum etc. shall also be notified via MSEDCL s website. Prospective bidders are therefore requested to regularly check the website for any updates. Tender Fee: Rs.25,000/- plus 13.5% MVAT. The bidder should submit non-refundable Bid Fee of Rs.25,000/- plus 13.5% MVAT in the form of online payment on e-tendering Website. The estimated cost of tender is Rs. 158.71 Crores Bid Security (Earnest Money Deposit) : The bid must be accompanied with Bid Security for an amount equal to Indian Rs. 1.5871 Crs for covering the entire scope of work. The bid security shall be denominated in Indian Rupees only. The bid security shall be in the form of Unconditional Bank Guarantee from any Nationalized/Scheduled Indian Bank in favour of the Maharashtra State Electricity Distribution Co. Ltd., payable at Mumbai as mentioned in details in Tender Document (RFP). The EMD original Bank Guarantee should be submitted to this office. Calendar of Events Event Date and Time Begin Sale of RFP Document Date and time of Pre-BID Meeting Last Date and time of online submission of Technical and Commercial Bid 22.12.2016 at 15.00 Hrs 02.01.2017 at 11.00 Hrs 16.01.2017 upto 15.00 Hrs Date and time of Technical Bid Opening 18.01.2017 at 11.00 Hrs BRIEF SCOPE OF WORK: Select a system integrator that can design the solution for the proposed Smart Grid project at Congress Nagar Division, Nagpur with following functionalities: 1. Smart Grid Maturity Model Assessment 2. AMI for 1,25,403 Consumers 3. Demand Response ( including ADR for selected 15 nos of consumer premises ) 4. Integrated SCADA/DMS and Outage Management System 5. Smart Grid Monitoring Center - Integrated Visualization and Analytics 6. Other Requirements Installation and commissioning of SCADA/DMS Electrical & Network Communication Hardware such as RMU, RTU, FRTU, Numerical Relay, Sensors including earthing for all equipments etc. Installation and commissioning of IT hardware Installation and configuration of Smart Meters, Data Concentrator Unit (DCU), TMU etc. Integration with existing legacy, RAPDRP Part A solutions, Big data analytics and ERP applications etc. Network Management Network will be mix of network technologies such as RF mesh network, GSM/GPRS, 3G, 4G, MPLS etc. SGIA is responsible for providing, installing and implementing end-to-end communication network and also establish software solution for monitor and maintain the health of the network. SGIA is responsible for ascertaining suitability, installing and implementing end-to-end communication network. Cellular connectivity shall be checked before deployment by SGIA. Details of all networks shall be elaborated in technical proposal by Bidder.
The links proposed under this RFP must be integrated by the Bidder with present MPLS cloud* without any adverse commercial implications to MSEDCL. *The present Bandwidth service provider for R-APDRP (i.e. M/s Reliance communications) has provided MPLS links at Data Center, DR Center, CCC, R-APDRP-SCADA/DMS project, Town locations (includes Congress Nagar Division, Nagpur RVDU locations), etc. in a single MPLS cloud. Cyber Security Training and Capacity Building Facility Management Services for the period of 5 years after user acceptance of entire project. Qualifying requirements are enclosed as Annexure A Chief Engineer (IPDS), Prakashgad, 5 th Floor, Plot No G-9, Bandra (East), Mumbai Phone: 022 26474211 Fax: 022 26472868 Email: ceipds.msedcl@gmail.com smartgrid@mahadiscom.in
ANNEXURE- A QUALIFYING REQUIREMENTS: Sr. No. QR/Definitions 1. Definition of Bidder(s) - Bidder The bidder can be an individual organization or a consortium of maximum five (5) organizations meeting the QR. - Lead Bidder One of the consortium members responsible for performing key components of the contract shall be designated Lead Bidder. Evidence of this authorization shall be provided by submitting a power of attorney signed by legally authorized signatories of all consortium members along with the bid. The lead bidder s direct experience in both India or overseas will be considered. When the solution provider is not the lead bidder and is another consortium member, they along with the lead bidder shall be responsible for implementation of that module. In such cases, the solution provider of each module should qualify independently (i.e. QR for AMI, QR for OMS, QR for SCADA/DMS etc.). The lead bidder shall have a registered office and operations in India for at least one year prior to submission of the bid. Also each member of consortium shall have registered office in India. (Certificate of Incorporation/Registration Documents should be submitted as proof of the same) The Bidder / member of consortium should not be blacklisted/ barred by any Govt. Organization or Regulatory Agencies or Govt. Undertaking. Bidder should submit a self-undertaking signed by its Authorized Signatories for the same. A. QR for Bidder: Bidder must meet the following requirements individually and in case of a consortium, collectively by the members of Consortium, except where specifically mentioned. 1 Experience in The bidder should have successfully implemented below List of clients, smart Smart Grids projects in power sector utilities in India or Overseas during grid functionalities implementation last 5 years. (i.e. from Year 2011-12 and onwards) implemented and SCADA/DMS (2 projects in operation with one individual client project for past 3 years) certification/loa and self-certification with OMS (2 projects in operation for past 1 year) contact details of clients. AMI/AMR for 10,000 no. of endpoints per project (The experience of (2 projects in operation for past 2 years) Parent company/ DSM/DR (2 projects in operation for past 1 year) wholly owned subsidiary in overseas GIS implementation and integration (2 projects in certificate from Parent project will be considered, if
2 OEM Implementation Partner Status 3 Financial Strength 4 Employee Capability 5 Quality Certification operation for past 1 year) All above modules need not necessarily be implemented in single project/work order. The bidder should be an authorized implementation partner of OEM products proposed in the bid and should possess all the necessary authorizations of the OEM in order to supply, customize, implement and support their OEM solutions. The bidder should have an average turnover of at least Rs.210 Crores in any of the 3 audited financial years, during last 5 years. (i.e. Year 2011-12, 2012-13,2013-14,2014-15,2015-16) In case of consortium, average turnover of consortium collectively, should be at least Rs.210 Crores and that of Lead Bidder should be at least Rs. 30 Crores in any of the 3 audited financial years, during last 5 years. (i.e. Year 2011-12, 2012-13,2013-14,2014-15,2015-16) The bidder should have at least 25 employees having work experience of 5 years in India, who have worked on Smart Grid solutions such as AMI, OMS, SCADA/DMS, Grid automation, or IT in electricity distribution, on its payroll as on 31 st March 2016. However module-wise minimum employees must be as below : 1) SCADA/DMS-7 Nos 2) OMS- 5 Nos 3) AMI/AMR-7 Nos 4) DSM/DR- 3 Nos 5) GIS-3 Nos The bidder should submit detailed resumes with contact information for all experts who are proposed to be deployed in this project A) The bidder or all the members of consortium should have SEI CMM Level 3 certificate Or ISO 9001:2008 or its higher version certification. B) Bidder, Lead Bidder of consortium or associate partner should have SGMM experience or equivalent model (internationally accepted) experience. company/wholly owned subsidiary that they will support the project is provided.) Manufacturer s authorization form from the OEM Company balance sheet. Annual audited financial statements Self-Certification from Authorized Signatory along with names of the experts Signed resumes of the employees Copy of relevant Certificate Self-Certification B. QR for AMI solution provider 1 Financial Strength The AMI solution provider should have a cumulative turnover of at least Rs. 30 Crores in any of the 3 audited financial years, during last 5 years. (i.e. Year 2011-12,2012-13,2013-14,2014-15,2015-16) Company balance sheet. Annual Audited Financial Statements 2 Experience AMI solution provider should have successfully executed at least 2 AMI/AMR projects involving an installation of at least 10,000 meters per project. The AMI/AMR project should have been operational for at least 2 years as on date of opening of the bid. List of clients and client certification / LOA and selfcertification & contact details of clients. C. QR for SCADA/DMS and OMS solution provider
1 Financial The SCADA/DMS and OMS solution provider should have an annual turnover of at least Rs. 200 Crores in any of the 3 audited financial years, during last 5 years. (i.e. Year 2011-12,2012-13,2013-14,2014-15,2015-16). The solution provider for SCADA/DMS and OMS should have a net worth not less than paid-up equity, in any of the 3 audited financial years, during last 5 years. (i.e. Year 2011-12,2012-13,2013-14,2014-15,2015-16). 2 Technical The solution provider for SCADA/DMS and OMS shall provide evidence of previous experience in the design, engineering, supply, installation, testing and commissioning of at least three SCADA & DMS project for power distribution systems (11KV or above) in the last 5 years and meeting the following: 1. The project should consist of at least 20 RTUs/Data Concentrators (DCU)/Bay controllers and the system should have at least the following functionality either in a single project or a combination of projects: SCADA software supporting alarms, tagging, trending, SOE, real time data acquisition & calculations. 2. DMS software supporting at least 2 functions out of: load flow, loss minimization via feeder reconfiguration, FLISR (Fault Location, Isolation and System Restoration) / FMSR (Fault Management and System Restoration) 3. Software functional redundancy for SCADA and DMS functions. 4. The solution provider for OMS shall provide evidence of previous experience in the design, engineering, supply, installation, testing and commissioning of at least 2 OMS project in India or Outside India for power distribution systems in the last 5 years for a minimum of 50,000 consumers per project. Out of the 3 SCADA/DMS projects at least 1 of the above project should have been in successful operation for 3 years as on the date of opening of the bid and at least 2 OMS project should have been in successful operation for 1 year as on date of opening of the bid. Annual Audited Financial Statements Experience certificates / acceptance reports and copies of works order / LoAs from the client for completion of work done, in support of the qualifying requirements, clearly establishing: the start and end date of the project, scope of work and value on the client s letterhead. The supporting proof documentation must be labeled as original/true copy/translation, as the case may be and the same shall be signed and authenticated by an authorized signatory of the bidder. The client contact details shall be provided against each proof of project experience submitted. Proof documents available in any language other than English shall be translated into English and authenticated by an authorized signatory of the bidder. In such cases, copies of the documents in their original language shall also be submitted. D. QR for Ring Main Unit (RMU)Supplier 1 Experience The RMU supplier should have proven experience for at least 5 years in design, manufacture, supply & testing at work for the RMUs offered for equal or a higher voltage class. The RMUs being offered should have proven service and proof of successful operation for at least 2 years as on the date of The bidder shall submit a legally enforceable Memorandum of Understanding (MoU) agreed between the consortium partners, who meet the qualifying requirements. List of clients and individual client certification along with details of experience in design, manufacture, supply & testing at work
submission of the tender 2 Testing Facilities The RMU supplier should have adequate inhouse testing facilities for conducting acceptance tests in accordance with the relevant IS in the RMU Specifications. 3 Financial Strength RMU supplier should have a minimum turnover of Rs. 10 crore in any one financial year during the previous 3 years. ( i.e. 2013-14,2014-15,2015-16) Self-Certification with details of the facilities Annual audited financial statements E. QR for Numerical Relay Supplier 1 Experience The supplier shall have a minimum of 1 year of experience in the design, manufacture, supply & testing of numerical relays up to the end of the last financial year. List of clients and individual client certification along with details of the experience in design, manufacture, supply & testing at work and client contact details. 2 Financial Strength The supplier for numerical relays shall have a minimum turnover of Rs. 1 Crore in any 1 financial year during the previous 3 years. (i.e. Year 2013-14,14-15,15-16) F. QR for Analytics solution provider Annual audited financial statements 1 Financial Strength The solution provider for Analytics Company balance sheet. should have annual turnover of at Annual Audited Financial least Rs. 30 Crore in any of the 3 Statements audited financial years. (i.e. Year 2011-12,2012-13,2013-14,2014-15,2015-16) 2 Analytics solution to utility The Analytics Solution should have been implemented in at least 3 Electric utilities globally for analytical functions such as load forecasting, Situational awareness and data historian. G. QR for Meter Manufacturer 1 Financial Strength The Meter manufacturer shall have an annual turnover of Rs. 80 Crores during any of the 3 financial years, during last 5 years. i.e. (2011-12,2012-13,2013-14,2014-15,2015-16) Detailed credentials, documentary evidence / letters from clients and contact details of clients and references for each project/ LOA and self-certification and contact details of clients. Company balance sheet. Annual audited financial statements 2 Experience The Meter Manufacturer shall have supplied minimum 5 lakhs AMR compatible Static meter/smart Meters during the last three financial years (2013-14,2014-15,2015-16). List of clients and 1. individual client certification along with details of experience in design, manufacture, supply & testing at work and client contact details OR 2. PO Copies and selfcertification with contact details of clients along with details of experience in design, manufacture, supply & testing.
3 Nature of Firm of Meter Manufacturer 4 Smart Meter Capability Offers from original meter manufacturers in India will only be allowed. The smart meters proposed should meet the relevant standards in India and the meter supplier should have capabilities (both production and financial) to supply the full quantity of meters within 3 months of the award of contract. Self-certificate self-declaration and BIS certificate H. QR for Network Bandwidth Service Provider (NBSP) Work Experience The network solution provider Necessary purchase should have implemented at least order/loi/contract/certification 5 multi-location WAN Projects on client s letterhead/ (installation, integration, maintenance & management) Performance certificate as proof of services provided for the last 3 during the last 3 financial years financial years needs to be (i.e. Year 2013-14, 14-15, 15-16) submitted. out of which at least 2 projects should have involved Leased Lines, ISDN, VSAT, RF, DSL, VPN /MPLS or Fiber Optic or a combination of these technologies for a customer having a minimum of 10 WAN locations. 2 Period Experience The network solution provider should have been in the network installation / maintenance services business for the last 3 years. (i.e. Year 2013-14,14-15,15-16) Incorporation certificate along with Memorandum & Articles of Association 3 Financial Strength The Network Solution Provider should have cumulative turnover of at least Rs. 100 crores in any three audited financial years, during last 5 years. ( i.e. 2011-12,2012-13,2013-14,2014-15,2015-16) 4 Certification The Network Solution Provider should be an ISO 9001:2000 certified company. Annual audited financial statements Copy of certification from authorized certification body 5 Network Feasibility of Project Area The Network Solution provider should have the necessary network infrastructure and good quality network coverage in project area. Internal Network reports & Selfcertification of feasibility of Project Area locations. 6 Workforce The Network Solution Provider Signed resume of employees
should have at least 10 personnel on its payroll with a minimum experience of 5 years The roles & responsibilities of the personnel should include installation or integration or maintenance or management of network systems. need to be submitted. Scanned signatures shall be accepted I. QR for Solution Provider for Demand Response (DR) solution provider 1 Work Experience The Demand Response (DR) Solution Provider should have successfully executed at least 2 Demand Response/ Demand Side Management/ VVO project globally and should be in successful operation at present. List of clients and individual client certification.
Format For Prebid Queries Sr. RFP Volume, Ref. Section & Clause No Page No. Clarification Required by Bidder Justification by Bidder MSEDCL's Response