0% found this document useful (0 votes)
7 views

Spec21

The Tamil Nadu Power Distribution Corporation Limited is inviting e-tenders for the supply, installation, testing, and commissioning of 1200 smart meters as part of a pilot study in Erode, Gobi, and Salem Circles. Bidders must submit their bids electronically through the Tamil Nadu Government E-Procurement Portal, with specific instructions for registration, bid preparation, and submission outlined in the document. Key dates include the start of document downloads on February 12, 2025, a pre-bid meeting on February 21, 2025, and the final bid submission deadline on March 13, 2025.

Uploaded by

ketangoswami.v
Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
7 views

Spec21

The Tamil Nadu Power Distribution Corporation Limited is inviting e-tenders for the supply, installation, testing, and commissioning of 1200 smart meters as part of a pilot study in Erode, Gobi, and Salem Circles. Bidders must submit their bids electronically through the Tamil Nadu Government E-Procurement Portal, with specific instructions for registration, bid preparation, and submission outlined in the document. Key dates include the start of document downloads on February 12, 2025, a pre-bid meeting on February 21, 2025, and the final bid submission deadline on March 13, 2025.

Uploaded by

ketangoswami.v
Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 97

TAMIL NADU POWER DISTRIBUTION CORPORATION LIMITED

Specification for Specification for Supply, Installation, Testing,


commissioning of 1200 Nos. of 3Ø, (10A-60A, Class1.0) whole current
Smart Meters with DLMS Protocol as per IS 16444 Part 1, Communication
module with Cellular communication along with required SIM cards and
last mile connectivity, deployment of HES/ MDAS at ELCOT cloud, and
integration with existing Feeder MDMS along with AMC for a period of 9
months in Erode, Gobi & Salem Circles as Pilot Study under Two-Part
Open Tender System through E-Tendering

(Through NIC Platform)

SPECIFICATION NO. CE/IT& RAPDRP- 21 / 2024-25

Office of the Chief Engineer/ Information Technology & RAPDRP


144, Anna Salai, Chennai-600 002
TAMIL NADU.

E Mail : [email protected]

Service Provider: National Informatics Centre


Website for online bid submission: https://tntenders.gov.in

1
INSTRUCTIONS FOR ONLINE BID SUBMISSION:

The bidders are required to submit soft copies of their bids electronically on the
TAMILNADU GOVERNMENT E PROCUREMENT Portal, using valid Digital Signature
Certificates. The instructions given below are meant to assist the bidders in
registering on the TAMILNADU GOVERNMENT E PROCUREMENT Portal, prepare
their bids in accordance with the requirements and submitting their bids online on
the TAMILNADU GOVERNMENT E PROCUREMENT Portal. More useful information
for submitting online bids on the TAMILNADU E GOVERNMENT PROCUREMENT
Portal may be obtained at: https://tntenders.gov.in/nicgep/app

A. REGISTRATION:

Bidders are required to enroll on the e-Procurement module of the Tamil Nadu
Government E procurement Portal (URL: https://tntenders.gov.in)
1) By clicking on the link “Online bidder Enrollment” on the TAMILNADU
GOVERNMENT E -PROCUREMENT Portal which is free of charge.

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


unique username and assign a password for their accounts.

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

4) Upon enrolment, the bidders will be required to register their valid Digital
Signature Certificate (DSC) (Class II or Class III Certificates with signing
key usage) issued by any Certifying Authority recognized by CCA India (e.g.
Sify/ nCode/ eMudhra etc.), with their profile.

5) Only one valid DSC should be registered by a bidder. Please note that the
bidders are responsible to ensure that they do not lend their DSC’s to others
which may lead to misuse.

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

B. SEARCHING FOR TENDER DOCUMENTS:


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

2
2) Once the bidders have selected the tenders they are interested in, they may
download the required documents / tender schedules. These tenders can be
moved to the respective ‘My Tenders’ folder. This would enable the TAMILNADU
GOVERNMENT E-PROCUREMENT Portal to intimate the bidders through SMS/ e-
mail in case there is any corrigendum issued to the tender documents.

3) The bidder should make a note of the unique Tender ID assigned to each
tender, in case they want to obtain any clarification / help from the Helpdesk.

C. PREPARATION OF BIDS:

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

2) Please go through the tender advertisement and the tender document carefully
to understand the documents required to be submitted as part of the bid.
Please note the number of covers in which the bid documents have to be
submitted, the number of documents - including the names and content of each
of the document that need to be submitted. Any deviations from these may
lead to rejection of the bid.

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


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

4) To avoid the time and effort required in uploading the same set of standard
documents which are required to be submitted as a part of every bid, a
provision of uploading such standard documents (e.g. PAN card copy, annual
reports, auditor certificates etc.) has been provided to the bidders. Bidders can
use “My Space” or ‘’Other Important Documents’’ area available to them to
upload such documents. These documents may be directly submitted from the
“My Space” area while submitting a bid, and need not be uploaded again and
again. This will lead to a reduction in the time required for bid submission
process.

3
D. ELECTRONIC SUBMISSION OF BIDS:
The bidder shall submit online the requirements under qualification
criteria and technical documents required and SCHEDULE OF PRICE/
BOQ vide SCHEDULE-A. All the documents are required to be signed
digitally by the bidder. After electronic online bid submission, the
system generates a unique bid reference number which is time
stamped. This shall be treated as acknowledgment of bid submission.

E. PROCEDURE FOR SUBMISSION OF BIDS:


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

2) The bidder has to digitally sign and upload the required bid documents one by
one along with page number and Index, as indicated in the tender document.

3) Bidder has to select the payment option as “online” to pay the EMD as
applicable and enter details of the instrument.

i. The online payment Gateway has been enabled for TNPDCL in TN Tenders
portal (https://tntenders.gov.in). The payments for the tenders like EMD will be
carried out by the Bidders only through online payment mode.
Note: As the internet banking process (NEFT/RTGS) may take some time for
confirming the receipt of EMD, bidders may plan in such a way to pay the EMD
accordingly to avoid any delay in bank confirmation. After getting success
status of EMD payment only, the bidder can submit the bid.
ii. The EMD amount should be the exact amount and no excess or less amount
should be transferred through online payment gateway or through
irrevocable Bank guarantee with validity for one year. If excess or short, the
tender status will be shown as invalid.
iii. If submitting EMD as PEMD/ UDYAM (SSI) (as mentioned in the specification),
then select the exempted from EMD payment as “YES”. Then upload the EMD
exemption documents only in “pdf” files.
iv. The bidder has to submit the tender document online well in advance before
the prescribed time to avoid any delay or problem during the submission
process. If there is any delay, due to other issues, bidder only is responsible.

4) Bidder should prepare the EMD as per the instructions specified in the tender
document.

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

4
as name of the bidder etc). No other cells should be changed. Once the details
have been completed, the bidder should save it and submit it online, without
changing the filename. If the BoQ file is found to be modified by the bidder, the
bid will be rejected.

6) The server time (which is displayed on the bidders’ dashboard) will be


considered as the standard time for referencing the deadlines for
submission of the bids by the bidders, opening of bids etc. The bidders
should follow this time during bid submission.

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

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

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

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

11) In all cases, bidder should use their own ID and Password along with Digital
Signature certificate at the time of submission of their bid.

12) During the entire e-tender process, the bidders will remain completely
anonymous to one another and also to everybody else.

13) The e-tender floor shall remain open from the pre-announced date & time and
for as much duration as mentioned above.

14) All electronic bids submitted during the e-tender process shall be legally
binding on the bidder. Any bid will be considered as the valid bid offered by
that bidder and acceptance of the same by the Buyer will form a binding
contract between Buyer and the Bidder for execution of supply.

15) It is mandatory that all the bids are submitted with digital signature certificate
otherwise the same will not be accepted by the system.

16) TNPDCL reserves the right to cancel or reject or accept or withdraw or extend

5
the tender in full or in part as the case may be without assigning any reason
thereof.

17) The server time shall be treated as final and binding. Bids recorded in the
server before the bid closing time will only be treated as valid bid. Bidders are,
therefore, advised to submit their bids well before the closing time of e-tender.
If any bid reaches the server after the bid closing time as per server time, the
same will not be recorded and no complaint in this regard shall be entertained.
The Tender Inviting Authority (TIA) will not be held responsible for any
sort of delay or the difficulties faced during the submission of bids online by the
bidders due to local issues.

18) Bidders are advised to exercise caution in quoting their bids in e-tender and e-
reverse auction as the case may be to avoid any mistake. Bids once submitted
can’t be recalled.

19) Any order resulting from this bidding process shall be governed by the terms
and conditions mentioned in the tender documents.

20) No deviation to the technical and commercial terms & conditions are allowed.

F. ASSISTANCE TO BIDDERS:

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

2) Any queries relating to the process of online bid submission or queries relating to
TAMIL NADU GOVERNMENTE PROCUREMENT Portal in general may be directed
to the 24x7 TAMIL NADU GOVERNMENT E PROCUREMENT Portal Help desk.

6
TAMIL NADU POWER DISTRIBUTION CORPORATION LIMITED
SPECIFICATION NO. CE/IT& RAPDRP- 21 / 2024-25
IINVITATION FOR BID
For and on behalf of TNPDCL, E-tenders are invited under Open Tender –Two-part
system for the following work:
1) Tender Specification CE/IT& RAPDRP- 21/ 2024-25
:
No.
2) Name of the work Supply, Installation, Testing, commissioning of 1200
Nos. of 3Ø, (10A-60A, Class1.0) whole current Smart
Meters (along with meter box & accessories) with
DLMS Protocol as per IS 16444 Part 1, Communication
module with Cellular communication along with
required SIM cards and last mile connectivity,
:
deployment of HES/ MDAS at ELCOT cloud, and
integration with existing Feeder MDMS along with AMC
for a period of 9 months for agricultural services in
3 nos. feeders of Erode, Gobi and Salem circles as Pilot
Study under Two-Part Open Tender System through
E-Tendering.
3) Method of Tender e-Tender Two-Part Open Tender
: Online Part I- Techno-Commercial Bid and
Part II- Price Bid through https://tntenders.gov.in
4) (a) Earnest Money Rs.1,18,400/-(Rupees One Lakh Eighteen
Deposit (EMD) Thousand and Four Hundred only)
i) The Online payment Gateway has been enabled for
TNPDCL in TN Tenders Portal. (https://tntenders.
gov.in) All the payments for the tenders like EMD
: will be carried out by the Bidders only through
online payment mode.
ii) The EMD amount should be the exact amount and
no excess or less amount should be transferred
through online payment gateway. If excess or
short, the tender status will be shown as
invalid.
(b) Bank Guarantee Bank Guarantee in Lieu of EMD for Rs.1,18,400/-
(Rupees One Lakh Eighteen Thousand and
Four Hundred only) with a validity for a period
of one year as on date of tender opening will be
accepted. The BG towards EMD should be
uploaded and the original should be submitted
within three (3) working days (between 10.30 am
and 5.15 pm) from the date of tender opening
failing which offer is summarily rejected. The Format
is enclosed as ANNEXURE –III.
(c) Permanent PEMD holders of Rs.20 lakhs and above with
Earnest Money TANGEDCO are eligible to participate in the tender.
7
Deposit (PEMD) Undertaking in lieu of EMD should be uploaded as
Holders per Annexure- IV
(d) SSI Units SSI Units located within Tamil Nadu against UDYAM
Registration certificate are eligible for exemption of
EMD against submission of documents as detailed in
Section-I. Undertaking in lieu of EMD should be
uploaded as per Annexure- IV
5) URL for online bid
submission for e- : https://tntenders.gov.in
tender
6) Tender documents
download start date : 12.02.2025 @ 17.00 Hrs
and time
7) Pre-bid meeting 21.02.2025 @ 11.30 Hrs
8) Bid submission
: 06.03.2025 @ 14.00 Hrs
start date and time
9) Bid sale and On-Line
Bid Submission End : 13.03.2025 @ 14.00 Hrs
date and Time
10) Last Date & Time 13.03.2025 @ 14.00 Hrs
for payment of EMD : (EMD payment made by the bidders only through
online payment gateway mode)
12) Date & Time of
opening of tender : 14.03.2025 @ 14.30 Hrs
electronically
13) Specification at https://tntenders.gov.inThe prospective bidders may
:
website download the same.
14) Documents to be The Technical bid & Price Bid (BOQ) and all other
uploaded by the documents scanned in support of the following shall
Tenderers during be uploaded with the bid:
e- submission 1. EMD/ Exemption of EMD along with undertaking
:
2. BQR
All Schedules, Annexures and other documents
whichever is applicable as per the Tender
Specification requirements.
15) Clarification to be The Chief Engineer /IT & RAPDRP,
sought for from 4th Floor/ Northern Wing / TANTRANSCO Building,
:
144 Anna Salai, Chennai 600002.
Email: [email protected]
16) Place at which tenders Office of the Superintending Engineer/RDSS,
will be opened 5th Floor/ Northern Wing / TANTRANSCO Building,
:
144 Anna Salai, Chennai 600002.
Email: [email protected]
NOTE: In the event of the specified date of opening of bids being declared holiday,
the bid shall be opened on the next working day at the same time and venue.

8
TAMIL NADU POWER DISTRIBUTION CORPORATION LIMITED
SPECIFICATION NO. CE/IT& RAPDRP- 21 / 2024-25

INDEX

S.No Section Description Page. No.


1 Section – I Earnest Money Deposit 11
2 Section – II Bid Qualification Requirements 17
3 Section – III Rejection Of Tenders: 20
4 Section – IV Instructions To Tenderers 21
5 Section – V Commercial 31
6 Section – VI Technical Specification 57
7 Schedule – A Schedule Of Prices 76
8 Schedule – B Declaration Form 77
9 Schedule – C-1 Statement of Supply Orders Executed / Under 78
Execution In Respect Of Tendered Item
10 Schedule – C-2 Statement of Type Test Particulars 79
11 Schedule – D Deviation from Technical Specification 80
12 Schedule – E Deviation from Commercial Specification 81
13 Schedule – F Questionnaire 82
14 Schedule – G Undertaking Toward Jurisdiction for Legal 85
Proceedings
15 Schedule – H Declaration Pursuant to Section 206AB 87
16 Schedule – I Declaration Form for Input Tax Credit Benefit 88
17 Schedule – J Tender Acceptance Letter 89
Guidelines for Releasing GST Portion to 90
18 Annexure- I
Suppliers/ Contractors
Bank Guarantee for Security Deposit Cum 91
19 Annexure – II
Performance Guarantee
20 Annexure – III Bank Guarantee for EMD 94
21 Annexure – IV Undertaking in lieu of EMD 96

9
10
SECTION – I
EARNEST MONEY DEPOSIT

1.0. Tenderer should pay the specified amount towards Earnest Money Deposit as
follows:
1.1 Earnest Money Deposit: Rs.1,18,400/-(Rupees One Lakh Eighteen
Thousand and Four Hundred only)

to be paid through online payment Gateway mode.


1.2 If submitting Earnest Money Deposit as PEMD/ UDYAM (SSI) (as mentioned in
the specification), then select the exempted from EMD payment as “YES”. Then
upload the EMD exemption documents only in PDF files.
1.3 After confirming the EMD paid amount/ BG uploaded/ Exemption uploaded,
then only the system / tender portal will allow to submit the technical and
financial bids.
2.0. Mode of Payment:

Payment of EMD:
The online payment Gateway has been enabled for TNPDCL in TN Tenders
portal (https://tntenders.gov.in). All the payments for the tenders like Earnest
Money Deposit will be carried out by the Tenderer only through online payment
mode. The Earnest Money Deposit amount should be the exact amount and no
excess or less amount should be transferred through online payment gateway
services of State Bank of India (SBI). If excess or short, the tender status will
be shown as invalid. The Earnest Money Deposit payment to be made only
single payment.
2.1 Bank Guarantee for EMD:
Bank Guarantee in lieu of EMD amount with a validity for a period of one year
as on date of tender opening will be accepted. The BG towards EMD
should be uploaded and the original should be submitted within three
working days (between 10.30 am and 5.15 pm) from the date of
tender opening failing which the offer is summarily rejected. The
Format is enclosed as Annexure –III.
Bank Details
Name of the Beneficiary : Chief Financial Controller/General/ TNPDCL
Bank Name : Canara Bank, Electricity Avenue, Anna Salai,
Chennai- 02
Bank Account No : 0911201003004
11 Digit IFSC code : CNRB0000911
9 Digit MICR Code : 600015024
2.2 PEMD Holder of TANGEDCO:
The Tenderers who are having valid Permanent EMD with TANGEDCO for an
amount of Rs.20 Lakhs and above are exempted from payment of Earnest
Money Deposit and are eligible to participate in the tender. Undertaking in
lieu of EMD should be uploaded along with the valid PEMD document.
11
The Format is enclosed as Annexure –IV.
Firms who have PEMD less than that amount specified above are
not eligible to participate on the basis of the PEMD deposited by them
even for lesser quantity and value. Undertaking in lieu of EMD in original
should be submitted within 03 working days (between 10.30 am and 5.15 pm)
from the date of tender opening in addition to uploading of it in the portal
failing which offer will be summarily rejected.
Scanned copy of proof of PEMD shall be uploaded along with the tender.
If the Tenderer desires to become a Permanent E.M.D. holder, they are advised
to deposit the required amount with the TANGEDCO as Permanent E.M.D. well
in advance, obtain a certificate from the Financial Controller/Purchase.
PEMD of TANTRANSCO will not be considered for TANGEDCO Tenders.
Any other mode of payment of EMD other than on line payment/ Bank
Guarantee/ UDYAM (SSI) (as mentioned in the Specification) shall not be
accepted and the tenders shall be rejected if EMD is not paid in the
prescribed manner.
If undertaking in lieu of EMD is not furnished, the offer shall be summarily
rejected.
3.0 EXEMPTION FOR PAYMENT OF EMD:-
Exemption from payment of EMD in respect of SSI Units located within Tamil
Nadu against UDYAM Registration certificate.
3.1 The following categories of Industries are exempted from payment of
EMD having UDYAM Registration alone:-
i. SSI Units located in Tamil Nadu state and registered under UDYAM
portal for the tendered item (by clearly mentioning the 5 digit NIC
code).
ii. Departments of the Government of Tamil Nadu.
iii. Undertakings and Corporations owned by the Government of Tamil Nadu.
iv. Labour Contract Co-operative Societies of Tamil Nadu
v. The PEMD holders of Rs. 20 Lakhs and above under revised slab aree
exempted from the EMD payment.
3.2 Undertaking in lieu of EMD as per ANNEXURE-IV shall be furnished
for Exemption from payment of EMD for Local SSI units with valid
UDYAM Registration Certificate.
If undertaking in lieu of EMD is not furnished, the offer shall be
summarily rejected. Undertaking in lieu of EMD in original should be
submitted within 03 working days (between 10.30 am and 5.15 pm) from the
date of tender opening in addition to uploading of it in the portal failing which
offer will be summarily rejected.
3.3. The SSI Units located outside the State of Tamil Nadu are not eligible
for exemption from payment of EMD in TANGEDCO tenders against
UDYAM Registration Certificate even though registered in UDYAM
portal for tendered items.
12
SSI units having provisional registration certificate are not eligible for exemption.

3.4 The bidders who have examined the tender specification together with
Schedules attached, participated in the tender by availing EMD exemption is
deemed to accept to pay the amount equivalent to EMD amount as stipulated
under Clause No.1 above, with costs if any, in the event of non - fulfillment of
the conditions stipulated in the tender specification (i.e.) in all cases where
EMD paid is to be forfeited. The GST applicable for the above shall also be
paid to TNPDCL by the bidder.
a) In case of tenderers exempted from payment of EMD, the undertaking in
lieu of EMD shall be uploaded along with the tender.
b) Tender will be rejected if the undertaking is not signed/ authenticated in
all pages of undertaking.
c) Signature of witnesses should be affixed at the end of undertaking along
with details of name and address.
3.5. The Tenderer is deemed to accept to pay the amount equivalent to EMD
immediately when a demand is raised by Board against the Tenderer without
any demur in the event of the following.

1. If he withdraws his tender or backs out after acceptance of the tender


or fails to remit the Security Deposit.
2. If he revises any of the terms quoted during the validity period.
3. If he violates any of the conditions of the tender specification.
4.0 Government of India, Ministry of MSME Notification :
4.1. Government of India, Ministry of MSME, vide notification No.S.O.2119(E) dated
26.06.2020 has notified certain composite criteria for classifying the
enterprises as Micro, Small and Medium Enterprises and insisted Udyam
registration in Udyam Registration Portal to obtain an e certificate Viz. Udyam
Registration certificate calculation of turnover, calculation of investment,
Registration of existing Enterprises and Updation and transition period in
classification. The above notification may be adhered to by the tenderers and
TNPDCL will adopt the guidelines issued therein in evaluation of bids submitted
by the tenderers.
4.2 An enterprise shall be classified as a micro, small or medium enterprises on the
basis of the following criteria, namely:
i. A micro enterprise, where the investment in plant and machinery or
equipment does not exceed one crore rupees and turnover does not
exceed five crore rupees;
ii. A small enterprise, where the investment in plant and machinery or
equipment does not exceed ten crore rupees and turnover does not
exceed fifty crore rupees; and
iii. A medium enterprise, where the investment in plant and machinery or
equipment does not exceed fifty crore rupees and turnover does not
13
exceed two hundred and fifty crore rupees.
5.0. The EMD will not carry any interest.
6.0. Others viz. Central and other State Government Departments / Undertakings
and Corporations other than those in Tamil Nadu shall have to pay Earnest
Money Deposit and Security Deposit cum performance Guarantee.
7.0. The Bidders are informed that mere uploading of bid by the Bidder, who has
exempted from EMD payment, shall be considered as token of acceptance of
the bidder to pay the amount equivalent to EMD, together with costs if any, in
the events of non-fulfillment of conditions stipulated in the Tender Specification
ie., in all cases where EMD paid will be forfeited. The EMD forfeiture will not
attract GST.
8.0. The State Government, Public Sector Undertakings who are exempted from
payment of EMD should also pay as penalty an amount equivalent to the
amount fixed as Security Deposit in the event of non-fulfillment or non-
observance of any of the conditions stipulated in the contract.
9.0. The tenderer shall upload the audited copy of Profit and Loss
account/ Balance Sheet certified by a Chartered accountant along
with the proof for exemption from payment of EMD in order to ensure
the SSI status of the firm based on the Annual Turnover and the
investment held in Plant and Machinery for extending exemption
from paying EMD. If the above documents are not furnished along with the
proof of exemption of EMD and Undertaking, the tenders will not be
evaluated.
9.1. In case the investment held by the tenderer (Micro and Small Enterprises with
Udayam registration) in Plant and Machinery and annual turnover exceeds the
prescribed limit stipulated (cl.4.2) or the criteria specified for registration prior
to 1.7.2020, the General Manager, District Industries Centre concerned will be
requested to verify the SSI status of the firm. Till receipt of confirmation from
General Manger/District Industries Centre concerned, the exemption from
paying EMD for SSI units will not be extended.
9.2. The firm registered in Udyam Portal under Medium Scale is not eligible for
exemption of EMD
10.0. Refund of EMD :
i. The Earnest Money Deposit will be refunded automatically to the
unsuccessful tenderers after intimation of the rejection / non-acceptance of
their tender is sent to them through tender portal. i.e. after technical
evaluation

ii. The Earnest Money Deposit will be refunded automatically to the eligible
tenderer who have not received the detailed Purchase order. i.e. after
issue of Award of Contract.
iii. The Earnest Money Deposit will be settlement to TNPDCL account in the
case of successful tenderer on receipt of detailed Purchase Order and will
not carry any interest. The settlement of Earnest Money Deposit will be
adjusted in the Security Deposit cum Performance Guarantee.

14
11.0. Payment of EMD:
The online payment Gateway has been enabled for TNPDCL in TN
Tenders portal (https://tntenders.gov.in). All the payments for the tenders like
Earnest Money Deposit will be carried out by the Tenderer only through online
payment mode. The Earnest Money Deposit amount should be the exact
amount and no excess or less amount should be transferred through online
payment gateway services of State Bank of India (SBI). If excess or short, the
tender status will be shown as invalid. The Earnest Money Deposit payment to
be made only single payment.

11.1 Documents to be uploaded for EMD:

The following should be uploaded by the Vendor during submission of Techno-


commercial bid for payment of EMD failing which the offer will be
SUMMARILY REJECTED.
i. Bank Guarantee in lieu of EMD amount with a validity for a period of
one year as on the date of opening of tender. The original Bank
Guarantee as per Annexure- III shall be furnished within three
working days from the date of tender opening.
ii. The proof for PEMD with TANGEDCO along with an undertaking in lieu of
EMD
iii. The proof of exemption of EMD with documents (i.e. UDYAM
Registration certificate) and Tender Acceptance Letter & Undertaking in
lieu of EMD as per Annexure.
iv. Exemption from payment of EMD is applicable only for SSI Units located
within Tamil Nadu against valid UDYAM Registration certificate.
v. The SSI Units located outside the State of Tamil Nadu are not eligible for
exemption from payment of EMD in TNPDCL tenders against UDAYM
Registration Certificate even though registered in UDYAM portal for
tendered items.
The tenderers shall upload the audited copy of Profit and Loss
account/ Balance Sheet certified by a Chartered accountant along with
the proof for exemption from payment of EMD in order to ensure the SSI
status of the firm based on the Annual Turnover and the investment held
in Plant and Machinery for extending exemption from paying EMD. If the
above documents are not furnished along with the proof of exemption of
EMD and Undertaking, the tenders will not be evaluated.
(12) The Earnest Money Deposit (EMD) made by Tenderer will be forfeited
after e-tender opening if:
i. they withdraw the tender or backs out after acceptance.
ii. they withdraw the tender before the expiry of validity period stipulated in

15
the Specification or fails to remit the Security Deposit cum performance
Guarantee.
iii. they violates any of the provisions of these regulations contained herein.
iv. they revises any of the terms quoted during the validity period.
v. the documents furnished with the offer is found to be bogus or the
documents contain false particulars, the EMD paid by the tenderers will be
forfeited in addition to blacklisting them for future tenders/contracts in
TNPDCL.
vi. If it is found at later stage that the bidder has availed EMD
exemption by hiding facts, it will be construed that such a bidder
has not complied with the EMD requirements, as mentioned in
Section I, and suitable action deemed fit will be taken including
summarily rejection of offer, blacklisting/ banning the firm from
participating in future TNPDCL/ TANTRANSCO/ TNPGCL/ TNGECL
tenders.

16
SECTION – II
BID QUALIFICATION REQUIREMENTS (BQR)
The Bidders shall become eligible to bid on satisfying the following "Bid Qualification
Requirements' and on production of the required documentary evidence along with
the tender.

S.No Requirements Supporting Documents

1 Bidder must be a registered company in Enclose copy of Registration


India. certificate of the Company

2. The bidder should be either Meter 1.Authorization letter/ Agreement


Manufacturer or HES Solution provider form with concerned OEMs (either
proposed in the bid and should possess Meter Manufacturer or HES Solution
necessary authorizations of Meter provider as the case may be) and
Manufacturer or HES Solution provider as undertaking to support the project
the case may be to Supply, Customize, for the entire project period.
Implement and support their OEM 2. Documentary proof such as
solutions. Certificate of Incorporation and
Registration certificate along with
Memorandum & Articles of
Association, for Meter
Manufacturer/ HES Provider.
Valid ISO certificate / License to
manufacture as documentary
evidence to establish as meter
manufacturer & Valid ISO certificate
duly specifying the HES Services as
documentary evidence for HES
Solution providers to be submitted.
3 Bidder should have manufactured and Enclose copy of P.O/ work order,
supplied minimum 500 nos. of 3Ph end user certificate ensuring
Smart meters on cellular communication operation for at least 1 (one) year
technology and; should have integrated and the copy of agreement along
their meter with HES for a project value with roles and responsibility should
of Rs. 30 lakhs (Rupees Thirty lakhs only) be furnished if the bidder is a
in an Indian/ Global Utility (power/ consortium member/ Sub vendor.
water/ natural gas/ telecom) as a Sole
bidder/Consortium member/ sub vendor
in the last 7 (seven) years and which are
in operation for at least 1 (one) year.

17
4 Bidder shall have all the valid Type test Valid BIS and type-test certificate
certificate for 3Ph Smart meter (issued obtained from NABL certified/ Govt.
within the last 5 years) and BIS accredited labs to be submitted.
certificate, compliant to IS 16444 Part-1
5 Bidder must have experience in Enclose copy of P.O/ work order,
implementation of AMI/AMR and end user certificate ensuring
integration of head-end system HES with operation for at least 1 (one) year
MDM / Billing systems on standard and the copy of agreement along
interfaces and data exchange models for with roles and responsibility should
at least 500 consumers / end points for a be furnished if the bidder is a
project value of Rs. 30 lakhs (Rupees consortium member/ Sub vendor.
Thirty lakhs only) in an Indian/ Global
Utility (power/ water/ natural gas/
telecom) as a Sole bidder/Consortium
member/ sub vendor in the last 7 (seven)
years and which are in operation for at
least 1 (one) year.
6 The Annual Turn-over of the Bidding The tenderer shall furnish either the
company shall be not less than Rs.1 Cr annual turnover certificate with
(Rupees One Crore only) during anyone UDIN certified by Charted
of the previous three years (2021-22, Accountant or Annual Statement of
2022-23, 2023-24). Accounts i.e. Profit & Loss Account
and Balance Sheet with UDIN
certified by Chartered Accountant in
support of Annual Turn Over.
Proof of documents should be
furnished for all the three years.
7 Should have a valid ISO 9001:2015 Enclose Copy of valid certificate
certification
8 Should have IEC/ISO 27001 Certification Enclose Copy of valid certificate
(Software Development &
Customization), as the requirement may
be.
9 Currently Bidder shall not be blacklisted/ An undertaking by an authorized
banned due to dissatisfactory signatory of the company needs to
performance by any government / quasi- be submitted in this regard
government authority in India for supply
of materials/ carrying out operations and
maintenance work.

18
 Bidders who are previous / current supplier to TNEB /TANGEDCO/TNPDCL
will be considered for further evaluation, even though they have not enclosed
copies of End User Certificate after ensuring with concerned authorities for
the performance alone.
 The bidder shall be permitted to appoint sub vendor/ component providers
(Meter manufacturer, HES Solution Provider, Telecommunication service
provider etc., as the case may be) so as to meet its obligations under the
Contract with the TNPDCL. The bidder should specify the name of the sub
vendor/ component/ solution provider.

S.No Description Name of the Role


Company (Bidder/ Sub Vendor)
1 Meter manufacturer
2 HES vendor
3 Telecommunication service
provider
4 …

 If the bidder is a meter manufacturer, then the bidder should satisfy the
following BQRs 1, 2, 3, 4, 6, 7 & 9 and the HES provider (sub vendor) should
satisfy the BQRs 1,5,8 & 9 and TSPs should satisfy BQRs 1 & 9.
 If the bidder is a HES provider, then the bidder should satisfy the following
BQRs 1, 2, 4, 5, 6, 8 & 9 and the meter supplier (sub vendor) should satisfy
the BQRs 1, 3, 7 & 9 and TSPs should satisfy BQRs 1 & 9.
 If the bidder is a meter and HES provider, then the bidder should satisfy the
BQRs 1 to 9 and TSPs should satisfy BQRs 1 & 9.
 In case of foreign experiences provided for qualification requirements, the
documentary evidences to establish the experience achieved has to be
attested by the Consulate General of India of the country, where experience
is gained, so as to ensure its genuineness.
 The details of the end user with Contact Person’s Name, Mobile Number,
Address and Email ID shall be provided. The utility has got right to verify the
genuineness of such certificate from the concerned issuing authority.

 Bidders should upload documentary evidence in support of the Bid


Qualification Requirements.
 The offers of Bidders not satisfying the above "Bid Qualification
Requirements” and not furnishing the documentary evidence will be
summarily rejected.

19
SECTION – III

REJECTION OF TENDERS:

I. Tenders will be SUMMARILY rejected if:

(a) The EMD requirements are not complied with.


(b) Undertaking in lieu of EMD is not enclosed with the offer submitted by the
bidders who are exempted from payment of EMD.
(c) The Bid Qualification Requirements as per Section-II of this Specification
are not satisfied.
(d) Not providing the documentary evidence in support of Bid Qualification
Requirements.
(e) If the bids are received through, Consortium or Joint venture, the
same will not be considered and the bids will be rejected.

II. Tender is liable to be rejected, if it is


1. Not covering the entire scope of work.
2. Not in the prescribed form.
3. Not properly signed by the tenderer.
4. From any blacklisted Firm or Contractor
5. Received after the expiry of the due date and time.
6. Received by Telex/ Telegram/ FAX / E-Mail
7. Not in conformity with TNPDCL’s Commercial terms and Technical
Specifications.
8. Received from a tenderer who is directly or indirectly connected with
Government service or TANGEDCO service or services of Local
Authority.
9. from a tenderer whose past performance/vendor rating is not
satisfactory
10. validity period quoted is less than that stipulated in the
Specification.
11. not containing all the required particulars as per Schedules
12. the offers are received from consortium
13. If Questionnaire as per Schedule-F is not duly filled up and properly
signed by the tenderer
14. Proof of GST Registration certificate not provided.

** ** **

20
SECTION – IV

INSTRUCTIONS TO TENDERERS

1.1 E- tenders in Two Part System containing (a) Technical Bid with commercial
terms and (b) Price Bid, will be received on-line for and on behalf of Tamil
Nadu Power Distribution Corporation Limited herein after referred as TNPDCL.
All the tenders shall be prepared and submitted electronically strictly in
accordance with the Instructions set forth herein.

1.2 The tender documents are available in https://tntenders.gov.in.The


prospective bidders may get the Specification by downloading from the web
site free of cost.

1.3 The tenderers who have downloaded the specification from the above
Government/ NIC websites shall ensure whether any clarification/ amendment
is issued to the specification, before submission of their tender, by visiting the
websites.

2.0. THE TAMIL NADU TRANSPARENCY IN TENDERS ACT 1998:

2.1 The Tamil Nadu Transparency in Tender Act 1998 and the Tamil
Nadu Transparency in Tender Rules 2000 and subsequent
amendments thereof are applicable to this tender.

2.2. THE TENDERERS WHO DO NOT FULLFILL THE "BID QUALIFICATION


REQUIREMENT" AS PER SECTION-II NEED NOT PARTICIPATE IN THE
TENDER. OFFERS NOT SATISFYING THIS "BID QUALIFICATION
REQUIREMENTS" WILL NOT BE CONSIDERED AND WILL BE SUMMARILY
REJECTED.

3.0 Scope of Work:


The scope of this work involves the Supply, Installation, Testing, Commissioning
of 1200 Nos. of 3Ø, (10A-60A, Class1.0) whole current Smart Meters (along with
meter box & accessories) with DLMS Protocol as per IS 16444 Part 1,
Communication module with Cellular communication along with required SIM
cards and last mile connectivity, deployment of HES/MDAS at ELCOT cloud, and
integration with existing Feeder MDMS along with AMC for a period of 9 months
to carry out pilot study as a substitution to physical feeder segregation in 3 nos.
feeders of Erode, Gobi and Salem circles by installing smart meters in
agricultural services (virtual feeder segregation) under Two-Part Open Tender
System through E-Tendering.

4.0 Submission of Tender Offer:

4.1 The Tenderer is expected to examine all instructions and Schedules detailed in
the Specification and submit the Schedules and other required documents
called for in this Specification, only as per the formats enclosed herewith.
21
4.2 The tenderers are requested to submit all the documents electronically in pdf
form only (ie., by attaching the scanned copies of documents) along with
their tender.

4.3 TWO PART E-TENDER:


The e-Tenders shall be in Two Part as detailed below:
i) Part I shall contain:
(a) Proof for payment of EMD/ Exemption from payment of EMD along with
undertaking
(b) Documentary evidences to satisfy the Bid Qualification Requirement and all
required technical and commercial documents as required in the
Specification.

ii) Part II shall contain the PRICE BID only.


If the price bid/ price schedule as indicated/ uploaded along with the
technical bid, the offer will be summarily rejected.

4.4 The Tender Offer consisting of all Schedules should be filled up and signed
by the Tenderer or any person holding Power of Attorney authorizing him to
sign on behalf of the Tenderer before submission of the Tender. The date of
signature should invariably be indicated. The tender shall contain the name,
residence and place of business of person or persons submitting the tender.
In the event of tender being submitted by other than a firm, it must
be signed by a partner (copy of partnership deed should be enclosed) and
in the event of the absence of any Partner, it shall be signed on his behalf
by a person holding a Power of Attorney authorising him to do so, Certified
copies of which shall be enclosed.

4.5 The Schedule-A PRICE BID (BOQ) in excel format shall be downloaded and
prices with all taxes as applicable should be quoted in the specified column
and upload, failing which your tender will not be accepted.

4.6 Tender submitted on behalf of companies registered under the Indian


Companies Act, shall be signed by person duly authorized to submit the
tender on behalf of the company and shall be accompanied by certified true
copies of the resolutions, extracts of the Articles of Association, special or
general Power of Attorney etc. to show clearly the title, authority and
designation of persons signing the tender on behalf of the company.

4.7 Conflict of Interest:


All bidders found to be in conflict of interest shall be disqualified.

22
4.8 Questionnaire Filling:
A Questionnaire is appended as Schedule F in this specification for Bid
Qualification Requirements, Commercial and Technical details. It is
obligatory on the part of the tenderer to furnish all details as per
the "Questionnaire". In case, this is not filled up and signed at the
bottom of each page of the questionnaire and enclosed with the
offer, the Bid will be liable for rejection.

5.0 Modifications/ Clarifications to Tender Documents:

5.1. At any time after the commencement of e-Tender and before the closing of
the event, TNPDCL may make any changes, modifications or amendments
to the tender documents and same will be uploaded in the NIC portal
through corrigendum which can be downloaded from the Vendor login.
5.2 If any tenderer raises clarifications after the opening of the tender, the
clarified reply issued by the Chief Engineer/ IT& RAPDRP / TNPDCL/
Chennai-2 on the clarifications will be final and binding on the Tender.
5.3 All tender offers shall be prepared by typing or printing in the formats
uploaded with this specification.
5.4 All information in the tender offer shall be in ENGLISH only. It shall not
contain interlineations, erasures or over writings except as necessary to
correct errors made by the tenderer. Such erasures or other changes in the
tender documents shall be attested by the persons signing the tender offer.

5.5 Clarifications

1. Bidders, may seek clarifications on this bid in writing, through email to


reach TNPDCL prior to one day of the Pre- Bid Meeting. Email may be sent
to CE/ IT & RAPDRP – [email protected]
2. In case any tenderer asks for a clarification to the tender documents before
48 hours of bid submission deadline, the Chief Engineer /IT & RAPDRP will
clarify the same. If any clarifications received after that, will not be
considered.

3. TNPDCL may issue clarification only, at its sole discretion, which is


considered reasonable by it.

4. Any such clarifications issued shall be made available in the portal


www.tntenders.gov.in.
5. TNPDCL is not under any obligation to entertain/ respond to suggestions
made or to incorporate modifications sought for.
6. Pre-Bid Meeting as per NIT.

23
6.0 Quotation of Rates:

6.1. Rates should be quoted in the BoQ only (Price schedule in NIC portal)

6.2. Offers giving lump sum price, without giving their breakup as per details
required in the attached Price Schedule-A (BoQ) shall be liable for rejection.

7.0. Printed Terms and Conditions in Tenders:


7.1. Supplier's printed terms and conditions will not be considered as forming
part of the tender under any circumstances.

8.0. Incomplete Tenders:


8.1. Tender, which is incomplete, obscure or irregular is liable for rejection.

9.0 Ambiguities in Conditions of Tenders:

9.1 In the case of ambiguous or contradictory terms/ conditions mentioned in the


bid, interpretation as may be advantageous to the purchaser may be taken
without any reference to the Tenderer.
9.2 The tender offer shall contain full information asked for in the accompanying
schedules and elsewhere in the specification.
9.3 Tenderers shall bear all costs associated with the participation in the e-
Tender and the purchaser will in no case be responsible or liable for these
costs.
9.4 No offer shall be withdrawn by the Tenderer in the interval between the
deadline for submission and the expiry of the period of validity specified/
extended validity of the tender offer.
Note: If the due date happens to be a holiday the tenders will be
received and opened on the immediately succeeding working day
without any change in the timings indicated.
9.5 If the tenderer has any doubt about the meaning of any portion of this
specification, he should at once submit particulars thereof to the Chief
Engineer/ IT& RAPDRP in writing in order that the doubts may be cleared
before the submission of his tender.
9.6 If the tenderer finds any ambiguity in any of the terms and conditions
stipulated in this specification, he shall get it clarified from the Chief
Engineer/IT& RAPDRP, as per the time specified in NIT at least 48 hours
before bid submission deadline date & time. If this is not done and
subsequent to the opening of the tenders, it is found that the doubts about
the meaning or ambiguity in the interpretation of any of the terms and
conditions stipulated in this specification are raised by the tenderer either in
his tender or by a separate letter, the interpretation or clarification issued by
the Chief Engineer/ IT& RAPDRP, such of those terms and conditions of the
specification as may be raised by the tenderer, shall be binding on the
tenderer.
9.7 Tenders received from Agents will not be considered.

24
9.8 Disqualification of Tenders:
Attempt by any tenderer to bring to bear extraneous pressure on the
Tender Accepting Authority shall be sufficient reason to disqualify the tender
as per Rule 27 (3) of Tamil Nadu Transparency in Tenders Rules 2000.
If the bids are received through Consortium, the same will not be
considered and the bids will be rejected.

10.0 Tender Opening:

10.1 Opening of Commercial & Technical Bids without Price (PART-I):

The Tender offers except price Bid will be opened electronically at


14.30 Hrs. on the date notified at the Office of the Superintending
Engineer / RDSS, 5th Floor/ Northern Wing / TANTRANSCO Building, 144 Anna
Salai, Chennai 600002. Through https://tntenders.gov.in and this could be
viewed by bidders online on the date and time mentioned as above.

If the last date set for submission of e-tender offers and opening date
happens to be a holiday, the tenders will be received and opened on the
succeeding working day without any changes in the timings indicated.
In all cases, the amount of EMD/ bid security and validity of the bid shall
be scrutinized. Thereafter, the bidder’s name and such other details as the
Tender Inviting Authority may consider appropriate, will be recorded as bid
opening summary and the same will be uploaded on the e-procurement portal.

Information Required and Clarifications:


1. In the process of examination, evaluation and comparison of tender
offers, the TNPDCL may at its discretion, ask the Tenderer for a
clarification of his offers. All responses to requests for clarifications shall
be in writing to the point only. No change in the price or substance of
the offer shall be permitted.
2. The TNPDCL will examine the tender offers to determine whether they
are complete, whether any computational errors have been made,
whether required sureties have been furnished, whether the documents
have been properly signed and whether the offers are generally in
order.
4. The Tender offers shall be deemed to be under consideration
immediately after they are opened and until such time official intimation
of award/ rejection is made by the Tender Accepting Authority to the
tenderers. The Tenderers shall not make attempts to establish
unsolicited and unauthorized contact with the Tender Inviting
Authority, Tender Accepting Authority or Tender Scrutiny
Committee after the opening of the tender and prior to the
notification of the award and any attempt by any tenderers to
bring to bear extraneous pressures on the Tender Accepting
Authority shall be sufficient reason to disqualify the tenderer.
After acceptance of the tender by the Tender Accepting Authority, the
details will be arranged to be published in the Tender Bulletin of Tamil
Nadu Government.
25
5. Mere submission of any Tender offer connected with these documents
and Specification shall not constitute any agreement. The tenderer shall
have no cause of action or claim against the TNPDCL for rejection of his
offer. The TNPDCL shall always be at liberty to reject or accept any
offer or offers at its sole discretion and any such action will not be
called into question and the Tenderer shall have no claim in that regard
against the TNPDCL.
The issue of this BID DOCUMENT does not imply that TNPDCL is bound
to select a Bidder for the Project and TNPDCL reserves the right to
reject all or any of the Bidders or Bids or discontinue or cancel the
bidding process without assigning any reason whatsoever.
6. Prior to the detailed evaluation, TNPDCL will determine the substantial
responsiveness of each offer to the Bidding documents
10.2 Opening of the Price Bids: (PART - II):
The date and time of opening of Price Bids shall be later notified through
tender portal to the Bidders who full fill the BQR criteria and whose bids are
found to be commercially and technically acceptable.

11.0. Evaluation and Comparison of the Tender Offers:


11.1. The tenders will be evaluated strictly as per the Tamil Nadu Transparency
in Tenders Act, 1998 and the Tamil Nadu Transparency in Tender Rules,
2000.
11.2. The tender offers received will be examined to determine whether they
are in complete shape, all required Data have been furnished, properly
signed and generally in order and conforms to all the terms and conditions
of the Specification without any deviation.
11.3 The bids will be separately evaluated with respect to eligibility and
qualification requirement, sufficiency of the submission, conformation/
compliance/ responsiveness to all the mandatory requirements, terms,
conditions and the specification without any deviation.
11.4. For the purpose of evaluation of tender offers, the following factors will
be taken into account for arriving the evaluated price:
a) The quoted price will be corrected for arithmetical errors.
b) In case of discrepancy between the price quoted in words and figures
lowest of the two will be considered.
c) The rate of CGST, SGST and IGST as applicable both in percentage
and amount shall be indicated in the offer along with HSN and SA
code.
d) The evaluated price shall be arrived in compliance with the provisions
of GST on the Transaction value ie. (Ex works price + P&F +Fright
and Insurance) + GST. In case of import of goods would be treated as
interstate supplies and would be subject to IGST in addition to
applicable Customs duty.

26
e) Since GST is enacted wherein all taxes & duties are sub summed price
evaluation shall be inclusive of applicable GST in all cases, i.e. even if
the bidders are only within the state or bidders are within the state
and outside TN.
f) The bidders should have registered under GST Act and furnish GSTIN.
g) In the event of bidder is within TN, SGST & CGST shall apply and if
the bidder is outside TN, IGST shall apply.’
11.5. Evaluation will be done for a whole package only.
11.6. All the communication technologies will be evaluated on par with each
other in a uniform platform.
11.7 The rates quoted by the eligible lowest tenderer in the open tender Rate
Contract Scheme shall be compared with the prevailing market rate and
the rates of previous period and if the Tender Accepting Authority is of the
view that the quoted rates are too high, the rates will be negotiated and
the rate will be determined. All eligible bidders who accept the rate shall
be enlisted.

11.8 Tie breaker:


When more than one bidder has quoted same value during bid
submission and accepted in Finance Evaluation, Evaluator is allowed to
select any one combination of bidder value (i.e. the L1 bidder) to initiate
for financial bid resubmission for Tie break.

11.9 Online negotiation:


Provision to go for on line negotiation has been provided for the
Tender Evaluator. The online negotiation process in the portal is similar
to the process for negotiation under tie breaker process. However,
financial rebid submission can be invited from only one bidder.
As per the provisions of Tamil Nadu Transparency in Tender
Rules 2000, the bidder should not alter the quantity offered in the bid
during price negotiation/ matching.

11.10 The TNPDCL also reserves the right to allocate the quantity is as per
Cl. No. 31.4 of Tamil Nadu Transparency in Tender rules, 2000.

12.0 Validity:
12.1 The tender offer shall be kept valid for acceptance for period of 90 days
from the date of opening of offers. The offers with lower validity period are
liable for rejection.
12.2 Further, the tenderer shall agree to extend the validity of the Bids without
altering the substance and prices of their Bid for further periods, if any,
required by TNPDCL.

27
13.0 Rights of TNPDCL:
13.1 Notwithstanding anything contained in this Specification, the TNPDCL
reserves the rights:
a) to vary the quantity finally ordered to the extent of (+ or -) 25% indicated
in the Tender document.
b) to recover losses, if any, sustained by TNPDCL, from the supplier who
pleads his inability to supply and backs out of his obligation after award of
contract. The security deposit paid shall be forfeited.
c) to cancel the orders for not keeping up the delivery schedule.
d) to vary the delivery period based on the requirement and contingencies at
the time of placing the Contract.
e) to accept the lowest eligible tender.
f) to reject any or all the tenders or cancel without assigning any reasons
therefor.
g) to relax or waive or amend any of the conditions stipulated in the tender
Specification wherever deemed necessary in the best interest of the
TNPDCL.
13.2 The purchaser reserves the right to request for any additional information
and also reserves the right to reject or accept the proposal of any tenderer,
if in the opinion of the purchaser, the qualification data is incomplete or in
the opinion of the TNPDCL the bidder is found not qualified to satisfactorily
perform the contract.

13.3 Rights to reject the tenders: -


1) After negotiation with the Tenderer and before passing the order
accepting a tender, if the Tender Accepting Authority decides that the
price quoted by such tenderer is higher by the percentage as may be
prescribed over the schedule of rates or prevailing market rates, the
tender shall be rejected.
2) The Tender Accepting Authority before passing the order accepting a
tender, may also reject all the tenders for the reasons such as changes in
the scope of procurement, lack of anticipated financial resources, court
orders, accidents or calamities and other unforeseen circumstances.

13.4 To cancel the order along with the forfeiture of EMD if SD cum
Performance guarantee is not furnished within 30 days from the date of
receipt of PO. In that event, the award may be made to L2 tenderer. The
belated Security Deposit cum Performance Bank Guarantee shall not be
accepted.

28
14.0. Deviations:
14.1 The offers of the Tenderers with Deviations in Commercial terms and
Technical Terms of the Tender Document are liable for rejection.
14.2 No alternate offer will be accepted.
14.3 The tenderer shall furnish, if there are any deviations in the technical and
commercial terms in the Schedules D&E. Deviations mentioned elsewhere
will not be considered. If no deviations are furnished in said schedules, it
will be construed that the tenderer is accepting all terms specified in the
specification. Similarly, if any deviations are furnished in the said schedules,
it will be construed that these are the only deviations and the tenderer is
accepting all other terms of the specification and the offer will be taken for
evaluation if the deviations are acceptable to TNPDCL or otherwise the offer
will be rejected.

15.0 Permanent Account Number (PAN):


The tenderers are requested to furnish the Permanent Account Number in
their offer.

16.0 GST REGISTRATION CERTIFICATE (GSTIN) :


The tenderers are requested to furnish the GSTIN in their offer. The
tenderer should enclose with the tender, a copy of certificate of GST
Registration with TIN Number.

17.0 Bar of Jurisdiction:


Save as otherwise provided in the Tamil Nadu Transparency in Tenders Act
1998 and subsequent amendments, taken by any officer or authority under this
Act shall be called in question in any court, and no injunction shall be granted
by any court in respect of any action taken or to be taken by such officer or
authority in pursuance of any power conferred by or under this Act.

18.0 Appeal:
Any Tenderer aggrieved by the order passed by the Tender Accepting Authority
under Section-10 of the Tamil Nadu Transparency in Tenders Act 1998 may
appeal to the Government within 10 (Ten) days from the date of receipt of
order.

19.0 Tender Document:


“All the intending e-tenderers are informed that in the event of the documents
furnished with the offer being found to be bogus or the documents contain
false particulars, the EMD paid by such tenderers will be forfeited in addition to
blacklisting them for future tenders / contracts in TNPDCL” and also cancelling
the award of contract issued to them.”

29
20.0 POTENTIALLY SICK INDUSTRIAL COMPANIES:
The tenderers should indicate clearly in the tenders whether the
Company is a potentially sick Industrial Company or a sick Industrial
Company in terms of Section-23 or Section-15 of sick industrial
companies’ special provisions Act, 1985. Failure to supply this
information will make the tender liable for rejection.

******

30
SECTION - V
COMMERCIAL
1.0 Scope:
Supply, Installation, Testing, Commissioning of 1200 Nos. of 3Ø,
(10A-60A, Class1.0) whole current Smart Meters (along with meter box &
accessories) with DLMS Protocol as per IS 16444 Part 1, Communication
module with Cellular communication along with required SIM cards and
last mile connectivity, deployment of HES/MDAS at ELCOT cloud, and
integration with existing Feeder MDMS along with AMC for a period of
9 months to carry out pilot study as a substitution to physical feeder
segregation in 3 nos. feeders of Erode, Gobi and Salem circles by
installing smart meters in agricultural services (virtual feeder
segregation) under Two-Part Open Tender System through E-Tendering.

2.0 Placing of Orders:


2.1 It is not binding on TNPDCL to accept the lowest or any tender. TNPDCL
reserves the right to split and place orders for the items with different
tenderers and for revising the quantities at the time of placing the orders.
TNPDCL reserves the right to vary the quantity finally ordered to the
extent of (+ or -) 25% either way of the requirement indicated in the
tender documents.
2.2 The award of contract will be issued to the successful tenderer with all
TNPDCL’s terms and conditions, duly indicating the approved unit rates
and the approximate quantity allotted. The approved rates will be FIRM.

3.0 PRICE:
3.1. The Tenderers are requested to quote FIRM PRICE only. The price will be
FIRM and valid for the entire period of contract.
3.2 The prices quoted should be as per Price Schedule. The tender offer
should also contain the breakup details of all duties and taxes.

4.0. Details of Constitution of Firm:


The tenderers shall furnish documentary evidence for the constitution of the
firm such as Memorandum and Articles of Association, Partnership Deed etc.
with details of Name, Address, Telephone, FAX Nos. E-Mail, Electricity Board
Service Connection No., etc. of the manufacturing plants.
4.1. Legal Status of the Firm:
The Tenderer should furnish the necessary document evidencing their legal
status of the firm along with their offer.
4.2. Details of Purchase Orders Already Executed:
The tenderers shall furnish documentary evidence with details of various
Purchase Orders placed on them and executed during the last Seven years as
on date of tender.

31
5.0 Delivery Period/ Implementation period/ Period of Contract:
Period of Contract
The Period of Contract comprises of implementation period of 90 days
followed by Annual Maintenance Contract (AMC) for Nine (9) months from
the date of successful completion of implementation.
S.No Milestone Timeline (In months)
Phase-1:
i) Supply of 100% of Smart Meters
along with auxiliary materials at
site in good condition
ii) Supply, deployment, testing,
commissioning of relevant software
(HES/MDAS). 90 days from the date of
1 receipt of Letter of Award
iii) Site installation, testing and (LoA).
commissioning of 100% smart
meters along with meter box &
accessories, integration with Head
End System , receipt of data in
ELCOT Cloud and integrated with
existing Feeder MDMS
FMS for a period of 9
Phase-2: Facility Management
months will commence
2 services (FMS) for Software and
after completion of Phase-
Hardware.
1

Note: TNPDCL will provide the Agriculture service location details within 15
days from the date of issue of LoA. The quantity of Agriculture services
provided with readiness will be accounted for implementation schedule.

6.0 Inspection and Despatch Instruction

6.1 Inspection
i. The authorized representatives of the purchaser shall have access to the
supplier’s or sub-vendor’s works at any time during working hours, for the
purpose of inspecting the manufacture of the materials and for testing the
selected samples from the materials covered by this specification. The
supplier or the sub-vendor shall provide facilities for the above.

32
ii. Tenderers are requested to furnish in their tenders the exact location of
their factory with detailed address to enable inspection by Board if
considered necessary.
iii. Not less than 5 days advance intimation shall be given about the
quantity of materials that will be ready for inspection to the Board’s
Officers. The arrangement for inspection shall be made by supplier in such
a way that the delivery schedule is kept up. The materials shall not be
despatched without instruction from Board.
iv. Factory inspection will be done by the Board’s officers to assess the
genuineness in manufacturing the tendered materials and to assess
whether the firm have infrastructural facilities to manufacture the same.

6.2 Despatch Instruction


The supplier should despatch only after getting despatch instructions from the
CE/IT & RAPDRP. The materials shall not be despatched without instruction from
the CE/IT & RAPDRP. If the supplier despatches the materials without the prior
approval of the purchaser, then the purchaser shall not be responsible for any
demurrage or wharfage or both and only the supplier should bear any expenditure
arising out of such unapproved despatches.

7.0 GST: Goods and Services Tax [GST]:

a) Goods and Services Tax [GST] as a modern law, has been brought after Article
366(12A) of the Constitution as amended by 101st Constitutional Amendment
Act, 2016. GST is an indirect tax system, commonly used by both the Central
Government and the State/UT to final consumption with credit of taxes paid at
previous stages available as set off. In a nutshell, only value addition will be
taxed and burden of tax Governments on goods and services. GST is a
destination-based tax on consumption of goods and services. It is proposed to
be levied at all stages right from manufacture up is to be borne by the final
consumer. GST has been rolled out w.e.f. 01.07.2017, across India.

b) The GST to be levied by the Centre on intra-State supply of goods and / or


services would be called the Central GST (CGST) and that to be levied by the
States/ Union territory would be called the State GST (SGST)/ UTGST.
Similarly, Integrated GST (IGST) will be levied and administered by the Centre
on every inter-state supply of goods and services.

c) Any supplier of goods and service Provider of services who makes a taxable
supply with an aggregate turnover of over Rs.20 lakhs in a financial year is
required to obtain GST registration. In special category states, the aggregate
turnover criteria is set at Rs.10 lakhs. in simple words Every business whose
taxable supply of goods or services under GST (Goods and Service Tax) and
whose turnover exceeds the threshold limit of Rs. 20 lakh / 10 Lakh as
applicable will be required to register as a normal taxable person.

33
d) GST Registration Number: TNPDCL has migrated into GST regime on
15.06.2017 by duly uploading various mandatory data as required by the GST
portal. The provisional ID issued to TNPDCL is 33AADCT4784E1ZC. The details
are also posted in TNPDCL web portal.
GST Registration Number or GSTIN is 15 Digit identification number which
is allotted to each applicant who applied for GST Registration. GST Number is
completely based on the Pan Number and State code. First two digit represent
the state code and another 10 digit represent the PAN number of the client,
one digit represents the entity code (Like proprietorship or partnership etc),
one digit is blank and last one is represent check digit.

e) Transaction Value: The value of a supply of goods or services or both shall


be the transaction value, which is the price actually paid or payable for the
said supply of goods or services or both where the supplier and the recipient
of the supply are not related and the price is the sole consideration for the
supply. Sec 15(1) states that value of supply of goods and service shall be the
transaction value i.e. the price actually paid or payable.
The conditions for accepting the transaction value are-
i. Supplier and the recipient of the supply are not related.
ii. Price is the sole consideration for the supply.

f) Composition Scheme: Composition scheme specifies that registered person


whose turnover in the preceding financial year is below certain specified limit
(Currently Rs.75 lakhs) may intimate the proper officer to pay in lieu of tax
payable by him an amount calculated at such rate may be specified.

Eligibility for composition scheme: Sec10(2) of the central Goods and Services
Tax Act, 2017 states that the registered person shall be eligible to opt under
sub- section (1), if-
 he is not engaged in the supply of services other than supplies referred
to in clause (b) of paragraph 6 of Schedule II;
 he is not engaged in making any supply of goods which are not leviable
to tax under this Act;
 he is not engaged in making any inter-State outward supplies of goods;
 he is not engaged in making any supply of goods through an electronic
commerce operator who is required to collect tax at source under section
52; and
 he is not a manufacturer of such goods as may be notified by the
Government on the recommendations of the Council.

g) Supply of Service and Goods: When there is a combined supply of many


goods/ services, it has to be determined whether it is a Composite supply or
mixed supply of goods or services.

(i) Composite Supply: A composite supply is the one where all the goods
or services or a combination has to supplied together i.e., naturally
bundled and there would be a Principal Supply that could be identified
(Ex. Supply of Machinery with packaging, insurance and freight – the

34
principal supply is machinery). In this case, the rate of principal supply
will be applied on entire value.

(ii) Mixed Supply: A mixed supply is where the goods or services or the
combination thereof which could be individually supplied (like Pizza and
Coke) but sold together at a single price. In this case, the highest rate to
the good in that mix is applied on all the goods. The GST shall be
applicable at appropriate prevailing rates as notified by GST Act. In the
event of delay in execution of contract, the GST rate prevailing on the
scheduled period or on the actual date of execution, whichever is less
only will be admitted.

i. The bidders should have registered under GST Act and furnish GSTIN. In
the event of contractor is within TN, SGST & CGST shall apply and if the
contractor is outside TN, IGST shall apply.
ii. In case of delayed delivery, the GST prevailing on the date of despatch
or on the last day of the contractual delivery period whichever is LESS
will be admitted. For both the cases, the supplier shall furnish
documentary evidence while submitting the bills for payment.
iii. Basic customs duty and IGST will attract for import items.
iv. Input Tax Credit:
The tenderer should quote their rates taking into account the (Input Tax
Credit) relief available to them on account of GST already paid.
The benefit of Input Tax Credit (ITC) if any availed by the bidder shall be
passed on to TNPDCL while quoting the price.
a) The L1 bidder will be insisted to furnish a declaration to effect that ITC
benefit as per sec 171 of CGST Act, any reduction in rate of tax on any
supply of goods or services or the benefit of input tax credit has been
passed on to TNPDCL by way of commensurate reduction in prices and
as such to declare that the bidder is extending Rs……………/- or % as
rebate in quoted price against input tax credit benefit. Otherwise, it is
also to declare that bidder do not have any input tax credit benefit on
account of GST applicable against this job. If it is established that
bidder have availed input tax credit benefit against this job, the
differential tax benefit will be returned to TNPDCL failing which
TNPDCL may take appropriate action.
b) In the event of bidder declaring NIL ITC benefit, certificate from
chartered Accountant has to be submitted to support the above.
Besides, it may also be specified suitably that the ITC declaration shall
be submitted in non-judicial stamp paper of value not less than Rs.
200 as per Schedule - I.
v. GST is applicable on Security Deposit forfeited.

35
7.1 GST- E-INVOICE:
i. TNPDCL cannot avail input tax credit from suppliers whose turnover
exceeds Rs.5 crores without an e-invoice or e-invoiced debit note or e-
invoiced credit note. E-Invoice is a system in which B2B invoices are
authenticated electronically by GSTN for further use on the common
GST portal. Under the electronic invoicing system, an identification
number will be issued against every invoice by the Invoice Registration
Portal (IRP) to be managed by the GST Network (GSTN).

ii. TDS under GST is applicable for this tender and will be deducted @ 2%
on each and every invoice of the contract as per section 51 of CGST Act
2017 notified by the Central Government Notification No.: 50/2018
dt.13.09.18.

iii. GSTR-2A of TNPDCL will be verified to ensure the remittance of GST.As


and when suppliers uploaded their GSTR 1 returns, TNPDCL’s GSTR2A
return will be downloaded from portal and shared with all units for
verification of GST reimbursement claims of suppliers, so as to admit
such claims at the time of P.O Closing.

7.2 TDS under GST as per Section 51 of the CGST Act, 2017:

The Central Government vide Notification No.50/2018 dated 13th September


2018 has notified 1st day of October, 2018 as the date from which the
provisions of Tax Deducted at Source (TDS) under GST as per Section 51 of
the CGST Act, 2017 shall come into force. Accordingly, Tax at the rate of 2% (
i.e. CGST 1% and SGST 1% ) or (IGST 2%) will be deducted from the
payment made or credited to the supplier (i.e deductee) of taxable goods or
services or both from the invoices raised by the suppliers or service providers.

The Standard Operating Procedure (SOP) issued by CBIC is available in


www.cbic.gov.in/resources//htdocs-cbec/gst/28092018 SOP_ON_TDS.pdf can
be referred to for further clarification.

8.0 Insurance:
Contracting firms shall arrange insurance for the items being supplied by
them, through any of the Nationalised Insurance Companies. It will be the
responsibility of the supplier to replace the defective/ damaged items and make
good the shortages and other losses in transit, free of cost, lodge and recover
claim from insurance Under-writers/Carriers.

9.0 Packing and Forwarding:


The packing shall conform to relevant packing standards. The supplier/
contractor should however, ensure that the packing is such that the materials
reach their destination without damage/loss during transit by Rail or Road and
subsequent storage. The words "Handle with care" should be printed on the
36
cartons. The equipment/materials and all its accessories shall be securely packed
and despatched, freight paid, duly insured, at supplier’s risk and cost. The
packing may be in accordance with the manufacturer’s standard practice. The
supplier is responsible for ascertaining the facilities that exist for Road Transport
to site. Each package shall be clearly marked and contain detailed packing list,
such as gross weight, net weight etc. The supplier is solely responsible for any
loss or damage during transport. The despatch of materials shall be made only
after the approval of routine test certificates by the Board.

10.0 Addition of Quantity:


TNPDCL is at liberty to increase or decrease the size of the related
quantities of equipment / material / service to be provisioned as mentioned in
the contract subject to the maximum of 25% i.e., (+ or –) 25% at the same
rate and terms & condition.
In case, the change required by TNPDCL exceeds 25% of the total
contract price, the said change would be subject to the supplier/ contractor’s
written consent to the request of TNPDCL.

11.0. Payment:

i. Payment will be made to the supplier/ contractor by NEFT/RTGS / Bank


transfer. The bank charges involved in making payment will be to the
account of the Supplier/contractor.
ii. The payment will be made directly to the contractor based on submission of
claims to the Chief Engineer/ IT & RAPDRP, TNPDCL, Chennai -2. Invoices in
triplicate has to be furnished to the CE/IT & RAPDRP. These payments will
be made by the DFC/Central Payment Division, by RTGS/ NEFT/ Electronic
mode on any one of the Nationalised Banks, Scheduled Banks approved by
Reserve Bank of India in Tamil Nadu.
iii. The Bank charges, if any, involved in making the payment will be to the
account of the supplier/ contractor. The supplier/ contractor has to furnish
the following details of the Bank account to which the payment be credited.
i. Name of the Account Holder
ii. Name of the Bank
iii. Name of the Branch
iv. Account No.
v. IFSC code of the Branch
iv. Payments will not be made for materials damaged during transit. All
defective materials shall be replaced by the supplier/contractor free of
charge.

37
v. Payment to the supplier/contractor will be made only after furnishing
documentary evidences for having paid the EPF & ESI contributions towards
its employees.
11.1 Payment Terms for the Works completed within implementation
period:
i. Phase-1:100% of the All-inclusive price including GST charges towards
the cost of Supply, Installation, Testing, Commissioning of 1200 Nos. of 3Ø,
(10A-60A, Class 1.0) whole current Smart Meters (along with meter box &
accessories) with DLMS Protocol as per IS 16444 Part 1, Communication
module with Cellular communication along with required SIM cards and last
mile connectivity, deployment of HES/MDAS at ELCOT cloud, and integration
with existing Feeder MDMS, Completion of UAT – Go Live and against
submission of invoices along with required documents.
ii. Phase-2 (FMS): Period of 9 months after project Go-Live
Software & Hardware maintenance along with last mile connectivity
and licensing including manpower & Integration with existing feeder MDMS
for a period of 9 months @ PMPM on successful data acquisition at MDMS
against submission of bills with required documents will be paid on quarterly
basis after applying SLA penalty if any. (No invoice shall be raised for the
non-communicating meters for more than 30 days / not installed meters in a
particular month)
Note:
i. Phase -1 payment of 100% will be processed on ensuring submission of the
following
a. Validity of Security deposit cum performance guarantee of 5% of the total
value of the Contract.
b. GST Registration Certificate.
c. Documentary proof (Phase-1 quantity) towards completion of Supply,
Installation, Testing, commissioning of 1200 Nos. of 3Ø, (10A-60A,
Class1.0) whole current Smart Meters (along with meter box &
accessories) with DLMS Protocol as per IS 16444 Part 1, Communication
module with Cellular communication along with required SIM cards and
last mile connectivity, deployment of HES/ MDAS at ELCOT cloud, and
integration with existing Feeder MDMS in Erode, Gobi & Salem Circles.
ii. Phase-2:
Payment will be processed @ PMPM on successful data acquisition at
MDMS on submission of SLA report along with the invoice at the end of every
quarter after deducting SLA penalties if any.
In cases of delay in completion, it will be accepted subject to the following
conditions.
38
a. There should be no declining trend in prices.
b. Payment will be released as per the recent purchase order rates or lowest
rates obtained during the recent tenders opened subject to levy of liquidated
damages for belated works.
c. TNPDCL reserves the right to accept or reject the delayed completion of
Phase 1 work without assigning any reason there for and take action as per
the other terms and conditions of this specification. However, acceptance of
belated supplies will be subject to liquidated damages and the same will not
absolve the terms and conditions of P.O.
The TNPDCL has the right to recover any dues including the liquidated damages
from the supplier from the balance amount besides Security Deposit.
General:
1. The release of payments shall be progressive and performance/ output-
based as per the Payment Schedule, where the payments shall be made for
measured deliverables and outputs on acceptance by TNPDCL.

2. The selected bidder shall obtain sign-off for each Phase/ milestone
completed from the Purchaser and raise invoice against the same.

3. Payments (Excluding disputed amounts, if any) shall be made promptly by


TNPDCL, no later than Ninety (90) days after submission of an invoice
completed in all respect, and admission by TNPDCL.

4. In the event of TNPDCL failing to keep the stipulated time frame for
releasing payment, simple interest for the delayed payment will be paid by
TNPDCL to the vendors at the SBI three months MCLR rate for the delayed
period beyond 90 days (The simple interest shall be calculated for the
delayed period by adopting the 3 months MCLR of SBI prevailed at the time
of date of Po shall be taken as base date to ascertain the interest rate)

5. Power to withhold: Notwithstanding anything contained in the Payment


Schedule mentioned below, if in the opinion of TNPDCL, Project
Implementing Agency/ Consortium is deficient in any manner in comparison
to the prescribed standards, TNPDCL shall be at liberty to withhold a
reasonable portion of the payments due to the Contractor, till such work/
supply/ service is made conforming to the prescribed standards. These
powers to withhold payments shall be without prejudice to any other power/
right of TNPDCL under this Contract.
6. If any excess payment has been made by TNPDCL due to difference in
quoted price in proposal and Contractor’s invoice, TNPDCL may without
prejudice to its rights recover such amounts by other means after notifying
39
the Contractor or deduct such excess payment from any payment
subsequently falling due to the Contractor.

7. The currency in which payment shall be made to the Contractor under this
contract is Indian Rupees (INR).

8. The release of payments shall be milestone based and performance/ output-


oriented as per the given Payment Schedule, where the payments shall be
made for measured deliverables and outputs on acceptance by TNPDCL.

12.0 Security Deposit cum Performance Guarantee:

1. The successful tenderer will have to furnish 5% of order value as the


Security Deposit cum Performance Guarantee in the form of electronic
mode of payment or DD/Banker’s Cheque or irrevocable Bank Guarantee.
The security deposit cum Performance Guarantee will not carry any interest
and shall be valid for the entire contract period.

2. In case of irrevocable Bank Guarantee, it should be a single Bank Guarantee


to 5% of the order value.

3. The successful tenderer will have to furnish the Security Deposit cum
Performance Bank Guarantee within 30 days from the date of receipt of
P.O. In the event of failure to remit Security Deposit cum Performance Bank
Guarantee within the prescribed period, EMD shall be forfeited and order
will be cancelled. The award may be made to L2 tenderer. The belated
Security Deposit cum Performance Bank Guarantee shall not be accepted.

4. Security Deposit cum Performance Bank Guarantee should be a single


irrevocable Bank Guarantee up to the end of contract from the anticipated
date of receipt of last consignment of goods/materials at site in good
condition. In case of delay in supply, the Security Deposit cum
Performance Bank Guarantee should be extended suitably to cover the
guarantee period for its validity without break in period till the completion
of guarantee. The Security Deposit cum Performance Bank Guarantee will
be released on expiry of guarantee period/ Warranty after ensuring that
defects/damages during the guarantee periods are rectified/ replaced.
5. The Security Deposit cum Performance Guarantee will be refunded to the
contractor only if the contract is completed to the satisfaction of the
TNPDCL. If the TNPDCL incurs any loss or damage on account of breach
of any of the clauses or any other amount arising out of the contract
becomes payable by the contractor to the purchaser, then the purchaser
will in addition to such other dues that he shall have under the law,
appropriate the whole or part of the Security Deposit cum Performance

40
Bank Guarantee and such amount that is appropriated will not be refunded
to the contractor.

6. Failure to comply with the terms regarding Security Deposit cum


Performance Guarantee set out in the contract order within the stipulated
time by the successful tenderer will entail in the cancellation of the
contract without any further reference to contractors.

7. The Security Deposit cum Performance Guarantee will be released on


completion of contract.

8. In the event of furnishing Bank Guarantee towards Security Deposit, the


validity of the Bank Guarantee if required shall have to be extended till
completion of contract.

9. In case of the requirement arising for extension of the Bank Guarantee, the
extended Bank Guarantee shall have to be submitted to TNPDCL within the
date of expiry of the existing Bank Guarantee. In case of failure to submit
such extended Bank Guarantee within the due date (expiry date), TNPDCL
shall invoke the Bank Guarantee by addressing the Bank directly.

10. The GST is applicable for Security Deposit cum Performance Guarantee
forfeited.

13.0 Income Tax:


Income Tax will be recovered from the contractors every running bill at the
prevailing rate of tax in force with amendments issued from time to time as per
the Income Tax Act.

14.1 Provision of Section -194Q of IT Act :.


1. Any person, being a buyer, who is responsible for paying any sum to any
resident for purchase of goods of value (or) aggregate value exceeding
Rs.50 lakhs in any previous year, shall, at the time of credit of such sum to
the account of the seller (or) at the time of payment, whichever is earlier,
shall deduct an amount equal to 0.1% of such sum exceeding Rs.50 lakhs
as TDS under Section-194Q of IT Act.
The supplier of goods is required to furnish the PAN to TNPDCL for
making the payment. In case the suppliers do not have PAN. TNPDCL is
required to deduct tax at higher rate as per the provisions of section 206AA.
In case of specified person i.e., Any person who has not filed Income Tax
return for two previous years immediately before the previous year in which
TDS is required to be deducted and the time limit for filing of Income Tax
return u/s 139(1) of the Income Tax Act, 1961 has expired provided the
total TDC & TCS in INR is Rs.50,000 (or) more in each of the two previous
years the TDS rate u/s 194Q will apply at higher rate u/s 206AB.

41
2. The provision of this section shall not apply to the transactions on which tax
is deductible under any other provisions of the Income Tax Act 1961 and
also on the transactions in which Tax is collectible under the provisions of
Section 206C.
3. On purchase of goods/ materials, TNPDCL shall have the primary and
foremost obligation to deduct Tax at source and no tax shall be collected on
such transaction u/s 206C(1H). TDS u/s 194Q is also applicable on the
Advance paid for purchase of goods.
4. In case of works contract wherein supply and erection are separable, the
value of supply of goods exclusive of GST will be subject to deduction of
TDS under section 194Q. On the other charges i.e. erection, testing,
commissioning and maintenance charges, TDS under section 194C will
apply and hence TDS u/s 194Q will not apply.
5. The above provision comes into effect from 01.07.2021 onwards and hence
no TCS under section 206C(1H) has to be paid by TNPDCL on purchase of
Goods. Accordingly, TNPDCL will deduct TDS under section 194Q on all the
purchase of goods exceeding the threshold limit i.e. aggregate credit (or)
payment exceeds Rs.50 lakhs. It is mandatory for vendor to submit the
declaration format in Schedule to determine the applicability of TDS rate u/s
206AB.
6. In case any procurement of goods/ materials is made by TNPDCL from
overseas supplier and the payment is not taxable to the overseas supplier in
India, the TDS under section 194Q will not apply.

15.0 PENALTIES:
Service level Agreement (SLA):
• SLA shall be valid for AMC period.
• The successful bidder shall provide monthly reports during the AMC period to
TNPDCL.
• Penalty shall be levied based on uptime, calculated at the end of each month as
below.
• MDAS/MDMS should have facility to calculate and display these SLA’s.
The total penalties under SLA categories are capped at 20% of Quarterly charges

Complete Meter data (At the end of each month) (Instantaneous, Load survey,
Daily profile, Billing profile, Tampers and Events)
Data Availability Penalty
>=95% Nil
>=85% but less than 95% 1% of monthly AMC charges
Below 85% 2% of monthly AMC charges
System Availability

42
Data Availability Penalty
>=99.5% Nil
<=99.5% Deduction of 0.4% of monthly AMC charges for every 0.5%
or part there of reduction in availability capped at 4.0%
penalty.
Maximum penalty of 4% shall be deducted when system
availability is <95.0%
For remote connect/ disconnect with acknowledgement/ response for selected meters

Action performed 95% of


Nil
meters within 10 minutes
>=85% but less than 95% 1% of monthly AMC charges
Below 85% 2% of monthly AMC charges

16.0 Safety Regulations:


The contractor shall have to ensure that the workmen follow all instructions
such as making entry in the log card for all works carried out on the equipment
obtaining authorised signature for all the works done and observe all
precautions against accidents and injuries while at works as required by the
relevant rules and it should be the obligation of the contractor to pay
compensation, if any, to the workers as per the TNPDCL in this regard.
The contractor should insure all his workmen against any accident or
injury in respect of this work.
16.1 Safety of Personnel:
The Contractor is solely responsible for arranging the following for his
workmen.
a) Safety during the erection work at spot. The Contractor’s workers
should wear necessary safety appliances during the work.
b) Insurance of workman and other personnel working under him. The
Contractor should cover his employees under accident Insurance Plans
of General Insurance Company of India to cater for the workmen’s
Compensation Act, 1923, with all later amendments.
c). Compensation to workmen as per workman compensation act in case
of accidents or injuries.
16.2 Liability for Accidents to Person:

i. The Contractor shall indemnify and save harm to the Board against all
actions, suits, claims, demands, costs or exposes arising in connection
with injuries suffered prior to the date when the works or plant shall
have been taken over by the date when the works or plant shall have
been taken over by the persons employed by the Contractor or his sub-
contractor, the works whether under the Central Law or under the
workmen’s compensation Act 1923 or any other statutory law in force at
43
the date of the order dealing with the question of the liability of
employees for injuries suffered by employees and to have taken steps
properly to insure against any claims there under.
ii. On the occurrences of an accident which results in the death of the
workmen employed by the Contractor or which is due to the tender work
and or so serious as to be likely to result in the death of any such
workmen, the Contractor shall within 24 hours of happening of such
accident intimate in writing to the concerned Engineer and such officers
required by the provision of the workmen’s Compensation Act, the fact of
such accident. The Contractor shall indemnify Board against all loss or
damage sustained by Board resulting directly or indirectly from his failure
to given intimation in the manner aforesaid, including the penalties or
fines, if any payable by Board as a consequence of Board’s failure to give
notice under the Workmen’s Compensation Act or otherwise to confirm to
the provisions of the said Act in regard to such accident.
iii. In the event of any claim being made, or action brought against the
Board involving the Contractor and arising out of the matters referred to
and in respect of which the Contractor is liable under the clause, the
Contractor shall be immediately notified thereof and he shall with the
assistance, if he so requires, of the Board but at the sole expense of the
Contractor, conduct all negotiations for the settlement of the same or of
any litigation that may arise there from. In such cases, the Board shall at
the expenses of the Contractor, afford all available assistance for any
such purpose.
iv. In the event of an accident is respect of which compensation may
become payable under workmen’s Compensation Act VIII of 1923 and
any subsequent amendment thereof whether by the Contractor or by the
Government as principle, it shall be lawful for the Engineer to retain out
money due and payable to the Contractor such sum or sums of money as
may in the opinion of the said Engineer be insufficient to meet such
liability. The opinion of the Engineer shall be final in this regard to all
matters arising under this clause and will not be subjected to any
Arbitration.
v. Liability for damages or loss to third party including inspecting officers
due to acts of the Contractor or his plant, or such Contractor connected
with the execution of this order shall be fully borne by the Contractor.
The Contractor shall maintain such detailed records to furnish
information regarding entitlement and discharge of all workmen
employed under this order as to be adequate for the timely and full
settlement of claims under the Workmen’s Compensation Act. All cases of
accident or injuries shall be reported to the Engineer with all the details
required for the settlement under the Workmen'’ Compensation Act.
44
vi. The Contractor should report about all accidents within 24 hours to the
Assistant Executive Engineer of the Board in the preliminary accidents
form. He should furnish other particulars such as Medical Certificates,
Wages particulars, fitness certificate, proof for having paid the
compensation fixed by the Board, etc. in due course without delay.
16.3 Liability for Damage to Work or Plants:

i. The Contractor shall during the progress of the work properly cover up
and protect the work and plant from injury by exposure to the weather
and shall take every reasonable proper, timely and usual precaution
against accident or injury to the persons from any cause and shall be and
remain answerable and liable for all accidents or injuries there to which
until the same, be or deemed to be, taken over may arise or be
occasioned by the Acts or omissions of the Contractor or his workmen or
his sub-Contractors and all losses and damages to the works or plant
arising from such injuries as aforesaid shall be made good in the most
complete and substantial manner by and at the sole cost of the
Contractor and to the reasonable satisfaction of the Engineer, should
such loss or damage happen to units of works, plant or materials falling
outside the scope of this order and the Contractor due to these shall be
placed or compensated for by the Contractor to the satisfaction of the
Engineer.
ii. In the case of losses or damage to any portion of the work occasioned by
other causes, the same shall, if required by the Board be made good by
the Contractor in like manner but at the cost of the Board, at a price to
be agreed between the Contractor and the Board or in default of
agreement settled by Arbitration and the Board shall pay to the
Contractor the order value of the portion of the work so lost or damages
or any balance of such order value remaining unpaid as the case may be.
iii. Until the work shall be or deemed to be taken over as aforesaid the
Contractor shall also be liable for and shall indemnify the Board in
respect of all damage or injury to any person or to any property of the
Board or of others occasioned by the act of Contractor, his workmen or
his sub-Contractors or by the defective design, or materials and not due
to cause beyond his control. If due to Contractor’s carelessness,
negligence or non-observance of safety precautions, damage to
generating machinery of Board should occur, the full cost will be
recovered from the Contractor.
16.4 Protection of Equipment and Safety:
The Contractor shall take all reasonable care to protect the
materials handed over to him. Wherever necessary, suitable temporary
fencing and listing shall have to be provided by the Contractor as a
45
safety measure against accident and damage of property of T.N.E.B.
Suitable caution notices shall be displayed where access to any part
may be deemed to be unsafe and hazardous.
17.0. Liquidated Damages:
The Implementation Schedule as specified should be guaranteed by the supplier
under the liquidated damages clause given below:
17.1 If the supplier/contractor fails to complete the activities within the time
specified in each Phase or any extension thereof, the purchaser shall recover
from the supplier/ contractor as liquidated damages, a sum of one half of a
percent (0.5%) of the All-inclusive price for each completed week of delay.
The total liquidated damages shall not exceed ten percent (10%) of the All-
inclusive price of works so delayed.
17.2 If the activities to be rendered against this LoA are made by the supplier/
contractor beyond the completion Period and if they are accepted by the
Board, such acceptance is without prejudice to the Board's rights to levy
liquidated damages for the delay in completion of works.
17.3 TNPDCL will also be at liberty to cancel the order if the delivery is not made
as per the schedule, notwithstanding its rights to claim liquidated damages
for the belated completion.
17.4 The service providers are liable to pay the amount of loss sustained by the
Board in the event of non-execution of orders, if any placed on them either in
full or part to the satisfaction of the Board under the terms and conditions of
LoA and in the event of placing orders for such quantities on some others at
a higher price. This will be in addition to LD.
17.5 If there is any downward trend in prices in the event of belated completion,
the service provider has to accept the same at reduced price with the levy of
liquidated damages.
17.6 The defaulting suppliers will be made liable to pay to TNPDCL in addition to
liquidated damages for delay, the actual difference in price, wherever
TNPDCL orders the delayed quantity to be supplied/executed by other
agencies at a higher rate. This is without prejudice to other rights under the
terms of contract.
17.7 TNPDCL will also be at liberty to cancel the order if the implementation is not
made as per the schedule specified, notwithstanding its rights to claim
Liquidated Damages for the belated supplies and quantity outstanding to be
supplied as on the date of cancellation.
18.0 GUARANTEE:
18.1 The materials shall be guaranteed for satisfactory operation and good
workmanship for a period of 66 months from the date of last consignment of
meters at site in good condition or 60 months from the date of installation

46
whichever is later. Any defect noticed during this period shall be replaced at
free of cost to the TANGEDCO.
18.2 Any defects noticed during this period shall be rectified free of cost to the
Board within two days from the date of intimation of defect/ failure.
Irrespective of number of failures and repairs, the suppliers are responsible
for replacement of defective materials till the completion of guarantee period.
18.3 A written guarantee guaranteeing the Board against defects in the materials
supplied, either in materials or workmanship should be furnished preferably
along with the initial bill as per payment clause. The guarantee shall be
operative for a period of 66 months from the date of last consignment of
meters at site in good condition or 60 months from the date of installation
whichever is later.
18.4 Any defects or failure occurring within the guarantee period shall be replaced
free of cost within two days on receipt of such defects of failures in the
server. If they are not replaced within this period, the contractor shall pay
the liquidated damages as per the liquidated damages clause in the contract
for the delay from the date of receipt of intimation for the defects or failures.
A guarantee certificate in the above form shall be submitted along with the
bills themselves. Any expenditure incurred in the transportation of meter for
rectification or replacement will be to the suppliers account.
18.5 The tenderers who quote from outside Tamil Nadu may indicate whether any
service centers are available inside Tamil Nadu, so as to rectify / repair the
meters that are defective/failed within guarantee period without delay.
18.6 The incidental expenses, transport and freight charges for the replacement of
defective materials within the guarantee period may also be borne by the
supplier.
18.7 OEM warranty:
Product/ Equipment Warranty: Smart Meters and the HES to be
supplied for this project shall be new and are of latest version and shall have
manufacturer’s warranty for a period of 66 months from the date of last
consignment of meters at site in good condition or 60 months from the date of
installation whichever is later.
19.0 Loss or Damage:
1. External damages or shortages that are prima facie, the results of rough
handling in transit or due to defective packing will be intimated within fortnight
from the date of receipt of the materials at site. Internal defects, damages or
shortages of integral parts which cannot ordinarily be detected on a superficial
visual examination by bad handling in transit or defective packing, would be
intimated within 2 months from the date of receipt of materials. In either case,
the defective materials shall be replaced / rectified by the supplier at free of
cost to the TANGEDCO.
2. If during the period of supply, it is found that goods already supplied are
defective in material or workmanship or do not conform to specification or

47
unsuitable for the purpose for which they are purchased, then it will be open to
the purchaser either to reject the goods or repudiate the entire contract and
claim such loss that the purchaser may suffer on that account require the
supplier to replace the defective goods, free of cost.
3. Similarly, if during the guarantee period any of the goods found to be defective
in materials or workmanship or do not conform to specification or are
unsuitable for the purpose for which they are purchased, it will be open to the
purchaser either to repudiate the entire contract and claim damages or accept
such parts of the goods that are satisfactory and require the supplier to replace
the balance or to claim compensation for the entire loss sustained by the
purchaser on that account.
4. In the event of supplies being received damaged or any shortages at the
destination stations, the cost of such materials, GST (if payable) and other
charges payable thereof will be paid only proportionate to the value of
materials received in good condition, unless the damaged goods or short
supplies are made good free of cost by the suppliers.
For all legal purposes, the materials shall be deemed to pass into the Board’s
ownership at the destination Stores/ Site, where they are delivered and accepted.

20.0 Replacement of Defective / Damaged Materials:


20.1 Notwithstanding anything contained in Liquidated Damages clause of this
contract, where the whole or part of the materials supplied by the supplier
are found to be defective or damaged or are not in conformity with the
contract, such defects or damages in materials supplied within guarantee
period shall be replaced by healthy tested meters at the point of destination
at free of cost within two days.
20.2 If the defects or damages are not rectified or replaced within this period, the
contractor shall pay the liquidated damages at the rate of ½% (half
percent) value (all-inclusive price) of such material for each
completed week of delay subject to maximum of 10% (Ten percent) for the
delay from the date of receipt of intimation of the defects or damages.
20.3 In the event of supplies being received damaged or short at the destination
stores/ site, the cost of such materials will be paid only proportionate, to the
value of the materials received in good condition unless the damaged goods
or short supplies are made good free of cost to the Board by the supplier.
20.4 If during the period of supply, it is found that goods already supplied are
defective in materials or workmanship or do not conform to the Specification
or are unsuitable for the purpose for which they are purchased then it will be
open to the purchaser either to reject the goods or repudiate the entire
contract and claim such loss that the purchaser may suffer on the account or
require the contractor to replace the defective goods free of cost.

48
20.5 Similarly, if during the guarantee period stipulated under Guarantee clause
subsequent to the date of receipt of the goods, any of the goods be found
defective in materials or workmanship, or do not conform to the rate contract
or are unsuitable will be open to the purchaser either to repudiate the entire
contract and claim damages or accept such part of the goods that are
satisfactory and required the contractor to replace the balance or pay
compensation to the extent of the loss sustained by the purchase on that
account.
20.6 The defective intimation by the purchaser to the vendor shall be made either
by email, post, fax and gram.
20.7 If even after such rectification or replacement of the damaged or defective
part, if the equipment/materials ordered is not giving the satisfactory
performance as per the contract, then it will be open to the purchaser either
to reject the goods or repudiate the entire contract and claim such loss
sustained by TANGEDCO.
20.8 Notwithstanding any other remedies available, the Purchaser shall be
entitled to dispose of the defective/ damaged materials in ‘as is where is’
condition without further notice, if the contractor/ supplier fails to rectify the
defect and/ or replace the damaged materials and/ or fails to remove the
defective/ damaged materials with in two days period as per PO term.
Board reserves right to dispose of such materials. This is without prejudice to
the imposition of Liquidated Damages, Ground rent, forfeiture of security
deposit etc.,
20.9 If any delay is caused by the supplier in replacement of defective/ damaged
material, their poor performance will be taken note of while ordering in
future.
21.0. Force Majeure:
21.1 If at any time, during the continuance of the contract, the performance
in whole or in part, in any obligation under this contract, shall be
prevented or delayed by reasons of any war, hostility, acts of public
enemy, acts of civil commotion, strikes, lockouts, sabotages, fires,
floods, explosions, epidemics, quarantine restrictions or other acts of
God (herein after referred to as eventualities) then, provided notice of
the happening of any such eventuality is given by the tenderer to the
TNPDCL within 15 days from the date of occurrence thereof, neither party
shall, by reasons of such eventuality, be entitled to terminate this
contract nor shall any claim for damages against the other in respect
of such non-performance or delay in performance and deliveries under
this contract, shall be resumed as soon as practicable after such
eventuality has come to an end or ceased to exist.
21.2 Provided that if the performance in whole or part by the supplier on any
obligation under this contract is prevented or delayed by reasons of
any eventuality for a period exceeding 60 days, the TNPDCL may at its
option terminate this contract by a notice in writing.

49
21.3. The period of extension shall be decided only by the authority who placed
the order, after verifying the evidence for the cause of the delay. It is hereby
specifically agreed that time is the essence of the contract.

22.0 Non-Assignment
The supplier shall not assign or transfer the contract or any part thereof
without the prior approval of the Purchaser.

23.0. Failure to Execute the Contract:


Contractors failing to execute the order placed on them to the
satisfaction of TNPDCL under the terms and conditions set-forth therein, will
be liable to make good the loss sustained by TNPDCL, consequent to the
placing of fresh orders elsewhere at higher rate, i.e. the difference between
the price accepted in the contract already entered into and the price at which
fresh orders have been placed. This is without prejudice to the imposition of
Liquidated Damages and forfeiture of security deposit. Failure to execute the
contract within the stipulated time the tenderer will be recommended for
blacklisted by giving due notice.

24.0. Effecting of Recoveries:


TNPDCL is empowered:
a) To recover any dues against this contract in any bills/ Security Deposit Cum
Performance Guarantee/ Earnest Money Deposit/ Permanent E.M.D. due to
the contractor either in this contract or any other contract with TNPDCL.
b) To recover any dues against any other contracts of the contractor with
TNPDCL, with the available amount due to the contractor/security deposit
against this contract.

25.0. Arbitration Act not to Apply:


TNPDCL will not accept any arbitration in case of disputes arising in any
respect under this contract. Any dispute arising out of this contract shall not be
subject to arbitration under the provisions of Arbitration and Conciliation Act
1996 in the event of any dispute between the parties.

26.0. Past Performance:


The intending tenderers shall furnish the details of various work contracts
for the similar scope of works executed by them during the last seven years as
on the date of Tendering in the proforma enclosed in the Tender Specification
and also the proof for having attended similar works along with their
satisfactory performance.
The details furnished by the tenderers shall be in complete shape and if it
is found that any information is found omitted, suppressed, incomplete or
incorrect, the same will be taken note of while dealing with the Tenderers in
future.

50
27.0 Dues to TNPDCL/TANGEDCO
Amount due from the contractor to the TNPDCL/TANGEDCO for default in
any other contract will be adjusted from the pending payment of the contract
awarded against this specification.

28.0 Jurisdiction for Legal Proceedings (AFTER AWARD OF CONTRACT)


No suit or any proceedings in respect of any matter arising in respect of
this contract shall be instituted in any Court except in the High Court, City Civil
Court at Chennai or at the Court of Small Causes at Chennai. It is agreed that
no other Court shall have jurisdiction to entertain any suit or proceedings, even
though part of the cause of action might arise within their jurisdiction. In case
any part of cause of action might arise within the jurisdiction of any of the
Courts in Tamil Nadu and rest within the jurisdiction of Courts outside the Tamil
Nadu then it is agreed to between the parties that such suits or proceedings
shall be instituted in a Court within the State of Tamil Nadu and no other Court
outside the State of Tamil Nadu shall have jurisdiction even though any part of
the cause of action might arise within the jurisdiction of such Court. The
successful Tenderer shall furnish an undertaking as per Schedule-G in a non-
judicial stamp paper of Rs.200/- agreeing to the above condition.

29.0 Statutory Compliance Certificates


a) The Contractor executing the works contract in TNPDCL/
TANGEDCO/TANTRANSCO should obtain the Statutory Compliance
Clearance Certification from the Online Compliance Service Providers
engaged by TNPDCL/TANGEDCO/ TANTRANSCO, the required documents
should be submitted by the contractors to the respective Online
Compliance Service Providers.
b) The charges for Statutory Compliance Clearance Certification will be at the
rate of Rs.2.00/- per man day per month with minimum charges of
Rs.400/- and maximum charges of Rs. 3,200/- and Rs.300/- for re-audit
due to reasons attributable to the contractor. The charges should be paid
by the respective contractors to the service provider online.

30.0 Term and Extension of Contract:


The term of this contract shall be for a period of as indicated in the
contract and contract shall come to an end on expiry of such a period except
when its term is extended by TNPDCL. Period of contract can be extended
based on TNPDCL’s need and satisfactory performance of the agency on
mutually agreeable rates, terms and conditions.

31.0 Exit Management:


In case the contract with TNPDCL ends or is terminated before the expiry
date of contract the bidder shall demonstrate the solution to the officials of

51
TNPDCL, handover the solution, TNPDCL’s data and all other relevant
documentation with updated details of materials and services provided under
this contract.
31.1. Exit Management Purpose:
a) This Schedule sets out the provisions, which will apply on expiry or
termination of the Contract.
b) The Parties shall ensure that their respective associated entities carry
out their respective obligations set out in this Exit Management
Schedule.

31.2. Exit Management Schedule:


a) The contractor shall prepare and present a detailed exit plan within 3
month of termination notice receipt / expiry of contract to the TNPDCL.
b) The Contractor shall re-draft the Exit Management Plan annually
thereafter to ensure that it is kept relevant and up to date.
c) During the exit management period (3 months), the Contractor shall
use its best efforts to deliver the services.
d) “NO PAYMENT” will be paid to the Contractor for the exit management
during the 3 months period.
e) TNPDCL will review the Exit plan. If approved, Supplier shall start
working on the same immediately. If the plan is rejected, Supplier shall
prepare alternate plan within one month. If the second plan is also
rejected, TNPDCL will provide a plan for Supplier, and it should be
adhered by in totality.
f) The exit plan should cover at least the following:
i. Handover all developed codes, related licenses for software used,
related documentation, etc., and other Configurable items, if any,in
his possession
ii. Handover the list of all associated IT Assets, passwords, etc., at all
locations to the purchaser.

32.0 Termination of Contract:


TNPDCL may without prejudice to any other remedy for breach of
contract, by written notice of default with a notice period of One Month, sent
to the Successful Bidder, terminate the contract in whole or in part, (i) if the
Successful Bidder fails to Provide IT Resource /Services within the time
period(s) specified in the Contract, or within any extension thereof granted by
TNPDCL ; or (ii) if the Successful Bidder fails to perform any of the obligation(s)
under the contract; or (iii) if the Successful Bidder, has engaged in fraudulent
and corrupt practices in competing for or in executing the Contract.

52
32.1 TERMINATI0N OF CONTRACT BY THE PURCHASER
i. The Purchaser reserves the right to terminate the Contract due to
reasons other than those mentioned under clause entitled
"Contractors Default". The Purchaser shall in such an event give
fifteen (15) days notice in writing to the Contractor of his decision
to do so. The Contractor shall be paid by the Purchaser for all
work executed prior to the date of termination at the rates &
prices provided in the contract.
ii. The Contractor upon receipt of such notice shall discontinue the
work on the date and to the extent specified in the notice, make
all reasonable efforts to obtain cancellation of all orders and
contracts to the Purchaser, stop all further sub-contracting or
purchasing activity related to the work terminated, and assist the
Purchaser in maintenance, protection, and disposition of the
works acquired under the Contract by the Purchaser.
iii. If the contract is terminated under the provisions of the above
clause, the Contractor shall with all reasonable diligence remove
from the site all the Contractor's equipment and shall give similar
facilities to his sub-contractors to do so.
iv. If the contract is terminated as aforesaid, the Contractor shall be
paid by the Purchaser (in so far as such amounts or items shall
not have already been covered by on account payment made to
the Contractor) for all work executed and accepted by the
Engineer prior to the date of termination at the rates and prices
provided in the Contract and in addition.
(a) The amount payable in respect of any preliminary items, so
far as the work or service comprised therein has been
carried out or performed and an appropriate portion as
certified by the Engineer of any such items of the work or
service comprised therein which has been partially carried
out or performed.
(b) Any other expenses which the contractor has expended for
performing the works under the Contract subject to being
duly certified by the Engineer, based on documentary
evidence for having incurred such expenses.
v. The contractor shall be further required to transfer the title and
provide the Purchaser with the following, in the manner and as
directed by the Purchaser
(a) Any completed works
(b) Such partially completed works including drawings,
information and contract rights as the Contractor has
specially performed, produced or acquired for the
performance of the Contract.
53
32.2 TERMINATION FOR CONVENIENCE:
The Purchaser may, by written notice sent to the supplier,
terminate the Contract, in whole or in part, at any time for its
convenience. The notice of termination shall specify that termination
is for the Purchaser's convenience, the extent to which performance
of work under the Contract is terminated and the date upon which
such termination becomes effective.

33.0 Rejection:
The Owner will reject any Material/Equipment supplied by the Contractor if, during
Tests, or Service, any of the following conditions arise:
i. Material/ Equipment, including its Components, are proved to have been
manufactured not in accordance with the agreed Specifications.
ii. Material/Equipment fails on any Test indicated in the Technical
Specification. The Owner reserves the right to retain the rejected
Equipment and take it 42 into service until the Bidder replaces, at no extra
Cost to the Owner, the defective Material by a new Material. Alternately, the
Bidder shall Repair or Replace the Equipment within a reasonable period to
the satisfaction of the Owner at no extra Cost to the Owner.

34.0 Maximum Weights and Dimensions of Packing:


i. The supplier is responsible to make sure about the facilities that exist for Road
and Rail transport to site, the maximum packages which can be conveyed by
the railways and crane lift available at the destination railway station. The
supplier is also responsible for any loss or damage during transport and
storage untill handing over of the project .
ii. Each case or package should be clearly marked and should contain detailed
packing list.

35.0 Responsibility:
The Tenderer is responsible for delivery of the materials at the destination
station in good condition. The tenderer shall include and provide for securely
protecting and packing the materials as per relevant packing standards to avoid
damages or loss in transit. All risks connected with the supply of these materials
should be borne by the supplier.

36.0 Failure To Execute The Purchase Order /Contract:


Suppliers failing to execute the order placed on them to the satisfaction of
the TNPDCL under the terms and conditions set-forth therein, will be liable to
make good the loss sustained by the Board, consequent to the placing of fresh
orders elsewhere at higher rate, i.e. the difference between the price accepted in
the contract already entered into and the price at which fresh orders have been

54
placed. This is without prejudice to the imposition of penalty under the
Liquidated Damages clause and forfeiture of security deposit etc., Wherever the
supplier/supplier does not commence supply as agreed to, the E.M.D./ S.D. paid
by the firm will also be forfeited in terms of P.O./ Contract and his name
blacklisted after due notice. His poor performance will be recorded for reference
in future ordering.

37.0 Raw Materials :


It is the responsibility of the tenderer to make their own arrangement to
procure the necessary raw materials required for the manufacture.

38.0 Climatic Conditions


The materials are for use in Tamil Nadu and should be satisfactory for
operation under tropical conditions in Tamil Nadu. a) The ambient temperature
will be within the range of +10 Degree Centigrade to +50 Degree Centigrade. b)
The altitude will be more than 1200metres.(sea level above) c) The max.
atmospheric humidity will be in the range of 95%. d) Average number of thunder
storm days per annum is 65. e) Average number of dust storm days per annum is
5. f) Average number of rainy days per annum is 65. g) Average annual rainfall is
10.00 cm. h) The climatic conditions are prone to wide variation in ambient
condition and equipment offered under this specification shall be suitable for
installation at any place within Tamil Nadu.

39.0. Interchangeability:
All similar parts and removable parts of similar items shall be
interchangeable with each other.

40.0 Patent Rights etc.:


The supplier shall indemnify the purchaser against all claims, actions, suits
and proceedings for the infringement or alleged infringement of any patent,
design or copy right protected either in the country of origin or in India by the
use of any equipment supplied by the supplier other than for the purpose
indicated by or reasonably to be inferred from the specification.

41.0 Effecting Of Recoveries :


Any loss, arising due to non-fulfilment of this contract or any other contract,
will be recovered from the Security Deposit held and / or any other amount due
to the supplier from the Board from this Contract as well as from other contracts.

42.0 Confidentiality:
i. The selected agency(s) and their personnel shall not, either during the term
or after expiration of this contract, disclose any proprietary or confidential

55
information relating to the services, contract or business or operations of
TNPDCL.
ii. The successful bidder shall keep confidential all the details and information
with regard to the assignment, individual information of resources including
documents, employee records, systems, facilities, operations, management
and maintenance of the systems/ facilities.
iii. TNPDCL shall retain all rights to prevent, stop and if required take the
necessary punitive action against the selected bidder regarding any
forbidden disclosure. The bidder shall be levied damages heavily in case of
any data leak, unethical practices in office environment, security breach and
disclosure of confidential information.

43.0 ELECTRICITY RULES:


All works shall be carried out in accordance with the latest provisions of
the Indian Electricity Act/Electricity Supply Act and the Indian Electricity
Rules there-under unless modified by this specification.

*******

56
Section - VI
TECHNICAL SPECIFICATION
1.0 Scope of work:
Supply, Installation, Testing, Commissioning of 1200 Nos. of 3Ø, (10A-60A,
Class1.0) whole current Smart Meters (along with meter box & accessories) with
DLMS Protocol as per IS 16444 Part 1, Communication module with Cellular
communication along with required SIM cards and last mile connectivity,
deployment of HES/MDAS at ELCOT cloud, and integration with existing Feeder
MDMS along with AMC for a period of 9 months to carry out pilot study as a
substitution to physical feeder segregation in 3 nos. feeders of Erode, Gobi and
Salem circles by installing smart meters in agricultural services (virtual feeder
segregation).

No. of Agri
Name of No. of. Agri
S. No Feeder name services with
the Circle services
projection
1 Erode 11 KV Parapalayam 469 490
2 Gobi 22KV Kondaiyampalayam 361 380
3 Salem 22KV R.N Palayam 313 330
TOTAL 1143 1200

The detailed scope of the tender is as follows:


i. Supply of 1200 Nos. 3Ø, (10A-60A, Class 1.0) whole current Smart Meters
with DLMS Protocol as per IS 16444 Part 1.
ii. Pluggable Communication module with communication technology such as
4G, 4G fallback to 2G along with required SIM cards.
iii. Installation, Testing, Commissioning of above Smart meters in agricultural
services of 3 nos. of feeders selected for pilot study as detailed in Annexure-
I.
iv. Supply, installation, deployment of HES/MDAS at ELCOT cloud and
integration with existing TNPDCL Feeder MDMS.
v. Supply, installation Testing & commissioning of 1200 Nos. of SIM cards with
4G, 4G fallback to 2G along with last mile connectivity terminated at ELCOT
cloud.
vi. Supply and installation of auxiliary materials required for fixing of smart
meters, such as Meter Board (Hylam sheet), double compartment
Polycarbonate Box (IP-65), 32A/63A Fuse Units, Back Clamps, Service wire,
G.I. Wire, GI Earth Pipe and bolts & nuts etc.,
vii. The unique identification number shall be provided on the name plate.
viii. The metering box shall be earthed properly.
ix. Existing service wire may be utilized. Additional wire if necessary, shall be

57
under the scope of bidder.
x. Smart meters to be fixed on the pole at a height of min 6.5 feet from the
ground level.
xi. SLA compliance and maintenance of the entire system during the pilot study
period.
xii. To furnish valid type test certificates
xiii. Supply of mobile application for installation of smart meter and downloading
data from the smart meter in case of non-communication and viewing of
reports.

xiv. The bidder shall ensure that data security should adhere to the “CEA (Cyber

Security in Power Sector) Guidelines, 2021”.

xv. Network communication charges/SIM rentals charges should be borne bythe


bidder up to pilot project period.
xvi. Entire metering system along with software/Hardware will become the
property of TNPDCL.
xvii. It is responsibility of the bidder to fix smart meters for newly released
Agricultural services in the feeders under pilot study during project period
and same should be integrated to TNPDCL Feeder MDMS.
xviii. All the installed smart meters RTC (real time clock) shall sync to the GPS
time.
xix. The successful bidder shall complete the works by the intended completion
date as per milestones specified in the contract data.
xx. The Agricultural Consumer data and its intended feeder cum DTR with
substation details are to be mapped appropriately.
xxi. Replacement of defective meters is in the scope of the bidder for the entire
warranty period.
xxii. Meter communication/ healthy status reports should be captured at
periodical intervals as per the requirement of TNPDCL.
xxiii. Meter location shall be captured (Lat- Lon Coordinates).
xxiv. The network connectivity charges for SIM with static IP and private APN,
with MPLS VPN aggregated bandwidth with managed services from Network
service providers at Data Center/ ELCOT will be under the scope of bidder.
2.0 Overview of the Pilot project:
The main objective of this project is to carry out a pilot study in 3 nos. of
Agriculture feeders as a substitution to physical feeder segregation by installing

58
Smart meters with communication facility in Agricultural services as instructed
by MoP through its Nodal Agency M/s. REC and TNERC.
This pilot project is proposed in this circumstances that laying of new
feeders in rural and semi urban areas for physical feeder segregation works
may be a challenging task due to space restriction and appropriate clearance.
Also, such physical feeders, if laid will lead to phenomenal increase in
aggregated technical losses. The agriculture feeder segregation by installing
Smart Meters to all agricultural consumers may be a cost & time effective
solution. This scheme is to automatically acquire smart meter data from all
agricultural consumers of TNPDCL for avoiding any human intervention, monitor
important energy parameters, use meter data for accurate accounting and
energy balancing purposes and generate exceptions and MIS report for proper
planning, monitoring, decision support and taking corrective actions on the
business activities of the management.
3.0 Specification of Smart Meters :
The bidder shall supply, install, integrate and commission 1200 Nos. of 3
phase 10-60Amps smart meters, in the Pilot Project Area (Annexure-1)
throughout the Contract Period. The TNPDCL shall provide details of
Agricultural Consumer locations in the Pilot Project Area during the project
implementation period where smart meters are to be installed.
Three phase whole current Smart Meters shall comply with technical
specifications as provided below.
The bidder has to furnish valid BIS certification before the supply of
meters.
After meter installation, details of consumer connections, such as
consumer identification no., meter ID, its hardware & software configuration,
name plate details, make, type (3 Phase) shall be updated in the software
system. The removal of old meter if available in the field, installation of new
smart meter, and mapping of the smart meter in MDMS with consumer no.
has to be done together on the same day through meter installation mobile
application. The removed old meter to be handed over to the concerned
Section office.
3.1 Technical Specifications for Whole Current A.C. Three Phase
Smart Energy Meter
The specification covers the design, manufacturing, testing, supply, and
delivery of AC whole current 3 phase 4 wires, Smart Energy Meter with
bidirectional communication facility suitable for Advanced Metering
Infrastructure (AMI) with connect/disconnect switch. The meter shall
communicate with Head End System (HES) on cellular communication

59
technology mentioned in IS16444 Part 1, as per the requirement of the
TNPDCL.
Basic Features
The Smart Meter would have the following minimum basic features-
 Measurement of electrical energy parameters
 Bidirectional Communication
 Integrated Load limiting switch/relay
 Tamper event detection, recording and reporting
 Power event alarms as per IS16444 Part-1
 Remote firmware upgrade
 TOD feature
 Net Metering (kWh) features
 On demand reading
 General standards applicable for meters

S. No. Standard No. Title

1 IS 13779 with latest AC Static Watt-hour Meter class 1& 2


amendments

2 IS 15884 with latest Alternating Current Direct Connected Static


amendments Prepayment Meters for Active Energy (Class
1 and 2)- Specification

3 IS 16444 Part 1 with A.C. Static Direct Connected Watt Hour


latest amendments Smart Meter Class 1 and 2- Specification

4 IS 15959 Part 1 & Part 2 Data Exchange for Electricity Meter Reading,
with latest amendments Tariff and Load Control-Companion
Standards

Communication:
Meter shall have the ability to communicate with Head End System (HES)
on Cellular communication technology as mentioned in IS16444 Part 1 in a
secure manner. The meter shall accommodate SIM card/ e-SIM of any service
provider. The meter shall log the removal of the plug-in type communication
module removal /nonresponsive event with snapshot.
Remote connect/disconnect/ load limiting: Remote Connect/
disconnect/ Load control facilities would be as per IS 16444 part 1.

60
Other Specifications
Features Minimum requirement of features
Applicable Standards The meters shall comply with IS 16444 Part 1 for all
requirements.
Reference Voltage As per relevant IS
Current Rating 10-60 A
Category UC1
Starting Current As per IS 16444 Part 1
Accuracy Class 1.0 as per IS 16444 Part 1
Limits of error As per IS 16444 Part 1
Operating Temperature range As per IS 13779
Humidity As per IS 13779
Frequency As per IS 16444 Part 1
Influence Quantities As per IS 16444 Part 1
Power Consumption of meter As per IS 16444 Part 1
Current and Voltage Circuit As per IS 16444 Part 1
Running at No Load As per IS 16444 Part 1
Test output device As per IS 16444 Part 1
Meter Display As per IS 16444 Part 1
Name Plate & marking Meter As per IS 16444 Part 1
Display
Parameters to be measured As per IS 16444 Part 1 / As per IS 15959 Part-2
Maximum Demand resetting As per IS 15959 Part-2
Time of Use registers As per IS 15959 Part-2
Power Quality Information As per IS 15959 Part-2
LED/LCD Indicators As per IS 16444 Part 1
Load Survey/Interval Data As per IS 15959 Part-2
Tamper/ Event Recording As per IS 15959 Part-2
Measuring Elements As per Is 16444 Part 1
Alarm As per IS 16444 Part 1 / As per IS 15959 Part-2
Load Control As per IS 16444 Part 1
Connect/Disconnect switch UC1 as per IS 16444 Part 1
Status of Load switch As per IS 16444 Part 1

61
Programmability As per IS 16444 Part 1
Communication As per IS 16444 Part 1
Communication Protocol As per IS 16444 Part 1
Remote Firmware upgrade As per IS 15959 Part-2
Real Time Clock (RTC) As per IS 16444 Part 1 / IS 15959 Part 1 & Part 2
Data Retention As per IS 16444 Part 1
Battery Backup Meter shall be supplied with adequate separate
battery backup for RTC.
First Breath (Power on) and Last
gasp (Power off) condition
As per IS 16444 Part 1
detection and communication to
HES
Plug-in Communication Module The Smart Meters shall have a dedicated sealable
slot for accommodating plug-in type bi -directional
communication module with cellular communication
technology. The Plug-In module shall be field
swappable/ replaceable.

Data display facility (Auto/ Manual)


As per IS 16444. However minimum requirement should include the following:
Data Display shall be in two modes-
 AutoScroll and Scroll with Push Button
The display parameters shall be:
 AutoScroll
 Display Check
 Date and Time
 Cumulative Active Energy kWh with legend.
 Cumulative Apparent Energy kVAh with legend.
 Current month MD in kW with legend.
 Current month average Power Factor
 Instantaneous voltage VRN
 Instantaneous voltage VYN
 Instantaneous voltage VBN
 Instantaneous current IR
 Instantaneous current IY
 Instantaneous current IB
 Instantaneous current IN
 Instantaneous Load kW and kVA
 Instantaneous average Power Factor

62
These parameters should be displayed on the LCD/ LED continuously for a period of
10 seconds
 On Auto scroll.
 Scroll with Push-button
All Parameters mentioned under Auto-Scroll mode should be displayed. Additionally,
the following Parameters shall also be displayed:
 Internal diagnostics (display check)
 Meter Serial No
 Cumulative Energy in kVArh Lag/ Lead with legend
 Cumulative Active Energy kWh ToD wise with legends.
 Cumulative Apparent Energy kVAh ToD wise with legends.
 Current month MD in kVA with legends
 Last month cumulative kWh with legends
 Last month cumulative kVAh with legends
 Last month MD in kW with legends
 Last month Average Power Factor

Further, the Meter should display High Resolution energy values with
resolution of 3 digits before decimal and 2 digits after decimal in push button mode.
The meter’s display should return to default display mode (continues auto scroll)
if push button is not operated for more than 10 seconds. (The order of display may be
as per the requirement of TANGEDCO). Meter display should not go in to sleep mode
during Power-On condition.
Anti-tamper features
The meter shall continue working under tamper conditions as defined in IS 15959
Part 2 and would log the event and send alarm at Head End System after detection
of the defined tamper features as per IS 15959 Part 2.
Type Tests & Test Certificates
Smart Meter shall be type tested for tests as per relevant parts of IS 16444 (latest
versions) and certified by Indian Standard wise list of BIS recognized labs as
available at https://bis.gov.in/index.php/laboratorys/list-of-bis-recognized-lab/.
Necessary copies of test certificates shall be submitted.
Routine & Acceptance Tests
The Factory Acceptance and Routine tests shall be carried out as per IS 16444
Part 1.

63
General & Constructional requirements:
Meter shall be BIS marked as per IS 16444 Part 1. General & construction
requirement shall be as per IS 16444/IS 15959 / IS 13779
Meter base & Meter cover:
Meter base & cover shall be as per IS16444 Part1/ IS 13779.The meter Base
& cover shall be ‘Break to open’ design. The material for meter base and cover shall
be made of high-grade polycarbonate.
The meter Base & cover shall be ultrasonically welded / Chemically welded or
other suitable bonding technology and it will not be possible to remove the cover
from the base without evidence of damage
Terminal block & cover - As per IS 16444 Part 1/IS 13779
Design:
Voltage circuit, sealing arrangement, terminal block, terminal cover and
nameplate etc. shall be in accordance with IS-16444 Part1 (latest version). The
meter shall be compact and reliable in design, easy to transport and immune to
vibration and shock involved in transportation and handling.
Name plate and marking:
The meter should bear a name plate clearly visible, effectively secured against
removal and indelibly/distinctly marked in accordance with relevant IS. In addition,
“Name of the TNPDCL”, purchase order no. & year/month of manufacturing shall be
provided on the meter name plate. The rating plate information shall be as per
relevant IS.
Connection diagram: As per IS 16444 Part 1
Fixing arrangements:
The meter shall be mounted type. The Meter should have three fixing holes, one
at top and two at the bottom. The Top hole should be such that the holding screw
is not accessible to the consumer after fixing the meters. The lower screws should
be provided under sealable terminal cover. The requisite fixing screws shall be
supplied with each meter.
Sealing arrangement:
Arrangements shall be provided for proper sealing of the meter cover so that
access to the working parts shall not be possible without breaking the seal. The
sealing arrangement and number of seals shall be as per relevant IS/ requirement
of TANGEDCO.

64
Meter box:
The Meter Box would be provided as per requirement of the TNPDCL/ purchaser
and the material of the Meter Box should be such that it does not hamper
communications.
Packing
 The meters shall be suitably packed for vertical/horizontal support to withstand
handling during transportation.
 The meter shall be packed appropriately to ensure safe transportation,
handling, identification and storage.
 All packing materials shall be as per environment law in force. The primary
packing shall ensure protection against humidity, dust, grease and safeguard
the meter’s performance until its installation.
 The secondary packing shall provide protection during transportation.
 The packing case shall indicate “Fragile in nature” and direction of placement of
box.
 The packing shall indicate marking details like Manufacturer’s name, meters,
quantity etc.
Transportation
 The meter shall be compact in design. The meter block unit shall be capable
of withstanding stresses likely to occur in actual service and rough handling
during transportation.
 The meter shall be convenient to transport and immune to shock and vibration
during transportation and handling.
 The meter should not be exposed to undue shock and mishandling during
transportation.
 The stacking of box inside transport media should be such as to avoid their
free movement.
 The packing should also be protected from rain and dust by transport media.
 The AMISP shall be responsible for any damage during transit due to
inadequate or improper packing.
Testing and Manufacturing Facilities at Manufacturer’s Place
The manufacturer shall have facilities of conducting Acceptance Testing as per
IS 16444 Part 1.
Inspection
 The meters shall be sealed as per the mutual agreement of the supplier and
the purchaser
 The TNPDCL /purchaser may inspect the meter randomly as per sampling plan
for acceptance test as per IS16444 Part1. The meters shall be tested for
65
acceptance test as per IS16444 Part-1
3.2 General requirement for pluggable communication module for Smart
Meters:
 In order to improve the Radio Performances of the wireless
technology(Cellular). It is recommended to place the communication module
anywhere on the accessible part of the meter. This will also enable an easy
approach to improve antenna performances.
 Meter shall have the means of tamper detection to record the event(s) of the
removal of the communication module set from the meter, irrespective of
whether the meter is in power on (has supply) or powered off (no supply)
condition.
 The Module shall be hot swappable and shall fit snugly inside the meter box,
so that the same IP class of the meter is maintained.
 A transparent cover may be used for the purpose,
a. To have a sealing arrangement with the meter body as well as
b. For easy viewing of LED indicators and antenna assembly without
having to open the cover.
3.3 SIM Card:
For placing the SIM Card, a SIM card holder shall be provided and shall be
accessible only by opening /sliding the cover. Interlocking facility shall be provided
under the device cover. SIM cards lot / cover shall have sealing arrangement to
avoid access to unauthorized person. The Top and Base Cover shall have a suitable
sealing arrangement.
3.3.1 SIM CARD MANAGEMENT:
The bidder shall ensure the availability, insertion and management of the SIM cards
to be used in communication module. In order to pursue this, following points need
to be ensured by the bidder.
i. Procurement and availability of SIM cards before the installation starts.
ii. The bidder shall be responsible for management of SIM inventory including
but not limited to total installed, in-stock, replaced and
rejected/suspended/terminated SIMs.
iii. The bidder shall ensure that the SIM information is available in the Head End
System/ Meter Data Acquisition System before physical installation is carried
out.
iv. The bidder shall have to ensure timely suspension, termination, activation and
reactivation of SIMs and the process shall comply with the prevailing
regulations of DoT / TRAI & shall be approved by TNPDCL.

66
v. The bidder need to monitor the usage, alarm, events and connectivity for the
SIM cards used in this project.
vi. SIMs need to be preconfigured for activation before meter installation.
vii. The Bidder shall ensure that communication module is properly sealed after
SIM insertion before installation.
viii. Replacement of faulty SIM cards.
ix. Provide daily, real-time project status updates of installations to TNPDCL.

4.0 Head End System (HES):

 The main objective of HES is to acquire meter data automatically avoiding


any human intervention and monitor parameters acquired from meters.
 The bidder shall provide a HES which is suitable to support the collection and
storage of data as per performance level for a defined no. of Smart Meters.
 This system will be responsible for data acquisition from the Smart Meters.
Other salient features of this system are as follow:
a. Validation of data
b. Repository for collected data.
c. Change in programming of the Smart meters over remote such as
firmware upgrade, or any other changes envisaged in Smart meter.
4.1 Scope of Supply and Implementation of HES / MDAS:
• Supply – HES/MDAS shall be supplied as per the technical specification.
• Implementation – HES/MDAS shall be deployed in TNPDCL / ELCOT Data
Centre.
• Integration with existing Feeder MDMS (Meter Data Management System)
• IT Hardware shall be provided by TNPDCL. Bidder need to specify
requirement
of hardware and storage including requirement of operating system.
• Testing – After successful deployment of the system testing shall be
carried out based on technical specification.
4.2 General Requirements of HES/MDAS:
1. HES/MDAS shall have capability to collect, validate data and process data
received from Smart Meters.
2. HES/MDAS shall also manage the smart meters installed in field.
3. HES/MDAS shall have user role-based authentication for access, user
access rights management, dashboard for viewing data in graphical mode,
analysis & reporting of data, Security features and audit trail.
67
4. HES/MDAS system shall have user friendly GUI to monitor communication
status, instantaneous parameters, tampers, parameters like voltages,
current, active power, power factor, events, consumption etc.
5. HES/MDAS shall have option to export CDF as per MIOS standard as well as
user defined report Generation in format of Excel, PDF, XML and CSV for
further integration with other systems.
6. Alerts (for Alarms and Events) shall be displayed in HES/MDAS for further
action and shall be user configurable. Events and alarms should be
configurable via SMS, Notification and Email.
7. HES/MDAS shall have facility for On Demand acquisition of user selectable
parameters and data Profiles from meter periodically.
8. HES/MDAS shall support data acquisition from different type and all makes of
smart Meters.
9. HES/MDAS shall provide facility to configure the smart meters remotely
without site visit through user access rights.
10. HES/MDAS shall support upgrade of firmware in the smart meters over-the-
air (OTA) in batch mode in bulk.
11. HES/MDAS shall provide communication status of smart meters.
12. In case of non-communication, HES/MDAS shall be able to provide root
cause of the communication failure.
13. HES/MDAS system shall provide energy usage profile for a single smart
meter or group of meters. The load profile shall illustrate energy
consumption and peak demand in user defined intervals (15min/5min) for a
user-specified time period.
14. System shall have the ability to recover from a hardware or application
failure. System shall have provision to monitor and optimize different
application processes and services in-terms of CPU usage and memory.
15. Systemshallhavecapabilitiesforcloud-basedhostingorinhouseserver.
16. System shall be able to interface with the standard mail system for alert and
notification.
17. Assessment of backhaul connectivity (SIM/ MPLS/ Fibre) for data transfer
from NIC /Gateway /Router/Access Point to HES / MDAS.
18. This will interface with MDMS over the data exchange models and interfaces
shall comply with CIM/XML/IEC61968/62056.
19. The HES/MDAS should facilitate issuing commands to carry out the following
operations:

68
 Get instantaneous data
 Get load survey data (current day or for a date range with a limit of 90
days)
 Get event/ tamper data (current day or for a date range with a limit of
60days).
20. Configuration change:
 NIC / Smart Meters configuration changes
 Server – end configuration required for Schedule of smart meter data.
21. Smart Meter and HES/MDAS integration functionalities:
 NIC / Smart Meters Firmware upgrades
 Get current configuration
 Remote reset of NIC.
 Smart Meter name plate information – serial number, firmware version,
IMEI number, date & time of meter etc.
 It should be possible to issue the commands to individually or selectable
meters or a collection of meters (user defined) or all meters.
 It should be possible to monitor the status of the command and report on
the count of meters wherein the command has succeeded and number of
meters wherein command has failed. A command should automatically
re- attempt to connect to smart meters up to a maximum of number of
times (defined by the TNPDCL) in predefined intervals.
 There should be automatic detection of missing data and issue commands
to attempt to retrieve the same.
 The daily / weekly / monthly reporting of Online/offline/ toggling counts of
cellular NICs and their lists should be e-mailed to pre-configured e-mail ids.
22. Time synchronization of Smart Meter with Server or Network to be enabled.
23. Two-way communication with smart meter.
24. Signals for connect & disconnect of switches present in end points such as
meters. This facility shall be provided for both single meter (unicast) as well as
for a group of meters (multicast).
4.2.1 Configuration:
 Load profile capture period
 Demand integration period
 Setting of parameters for TOU billing
 Net metering
69
 Billing date / month-to-date for prepaid meters
 Clock setting/time synchronizations
 Load curtailment limit
 Event setting for connect/disconnect
 Number of auto reconnection attempt
 Time interval between auto reconnection attempts
 Lock out period for endpoint (meter)relay
 Remote firmware update: It shall be possible to update the firmware of the
meters in both Unicast (one to one) and in Multicast fashion (Group of
meters). It shall be also possible to have remote firmware upgrade for an
individual and a group of nodes (NAN/WAN, Routers/ Gateways/ Access
Point, DCU.
• Password setting
• Push schedule
• Setting threshold limits for monitored parameters (will be provided to
successful bidder)
4.3 Monitoring and Reporting Capability
Not limited to TNPDCL’s other requirements of reporting, HES shall have
critical and non-critical reporting functionality. The critical & non-critical information
generated from this reporting functionality shall be made available at user
configurable periodicity.
4.3.1. Critical Reporting
HES shall have alarms and keep record of following events:
a) Event log for node’s (meter) events such as tamper/power failures etc.
b) Data not received from nodes/endpoints (Smart meters)
c) Relay does not operate for connect /disconnect (Smart meters, etc.)
d) Communication link failure with nodes/endpoints (Smart meters, etc.)
e) Network Failure
f) Power Failure
4.3.2. Non-Critical Reporting
HES shall report and keep record of following communication failure events:
a) Retry attempts
b) Missed periodic reading
c) Failure to connect.
70
4.4. Service level Agreement(SLA):
 SLA shall be valid for AMC period.
 The successful bidder shall provide monthly reports during the AMC period to
TNPDCL.
 Penalty shall be levied based on uptime, calculated at the end of each month as
below.
 MDAS/MDMS should have facility to calculate and display these SLA’s.

The total penalties under SLA categories are capped at 20% of Quarterly charges

Complete Meter data (At the end of each month) (Instantaneous, Load survey,
Daily profile, Billing profile, Tampers and Events)
Data Availability Penalty
>=95% Nil
>=85% but less than 95% 1% of monthly AMC charges
Below 85% 2% of monthly AMC charges
System Availability
Data Availability Penalty
>=99.5% Nil
<=99.5% Deduction of 0.4% of monthly AMC charges for every 0.5%
or part there of reduction in availability capped at 4.0%
penalty.
Maximum penalty of 4% shall be deducted when system
availability is <95.0%
For remote connect/ disconnect with acknowledgement/ response for selected meters

Action performed 95% of


Nil
meters within 10 minutes
>=85% but less than 95% 1% of monthly AMC charges
Below 85% 2% of monthly AMC charges

5.0 Specifications of 3-ph Polycarbonate Meter Box:


5.1 SCOPE:
This specification covers the technical requirements of design, manufacture, testing
at manufacturer's works, packing, forwarding, supply and unloading at store/site
and performance of meter box with all accessories for trouble free and efficient
operation.
Meter boxes shall consist of two separate chambers, one suitable to accommodate
LT smart meter with communication module and other suitable for installation of 3
nos. 63A fuse unit along with connecting wires if necessary.

71
The dimension of the meter box has to be designed by the bidder to accommodate
the smart meter and the fuse unit procured by them with necessary adequate
clearance for safety.
5.2 APPLICABLE STANDARDS
The equipment covered by this specification shall unless otherwise stated, be
designed, manufactured and tested in accordance with the latest edition of the
following Indian/international standards and shall conform to the regulations of the
local statutory authorities.
S.No Standard Name Title
1 IS:14772-2000 General requirements for Meter boxes for accessories
for house hold and similar fixed electrical
installations- specifications

2 IS:11731(Part-II)- Methods of test for determination of Flammability of


solid electrical insulating material when exposed to
1992
an igniting source
3 IS:4249-1967 Specification for classification and method of test for
non- ignitable and self-extinguishing properties of
solid electrical insulating materials.

4 IS:5133(Part-II)- Specification for the Meter box of electrical


accessories
1969
5 IS:2500(Part-I)- Sampling procedure for inspection by attributes part-I
sampling schemes indexed by acceptance quality
2000
limit (AQL) for lot-by-lot inspection.

6 UL 746-C Polymeric Materials in Electrical equipment.

GENERAL TECHNICAL REQUIREMENTS PROPERTIES OF PLASTIC


MATERIAL
The plastic material, which is to be used by the bidder for these moulded Meter
Box, must have the following properties:
S.No. Property Units Value
1 Physical Water Absorption % Max. 0.35

2 Thermal HDT Deg. C Min. 125.

3 Flammability FV2
a) Rating Passes
b) Glow wire test @ 650 Deg.
C

72
4 Mechanical
a) Tensile Strength Mpa Min. 50
b) Flexural strength Mpa Min. 90
c) Modulus of Elasticity Mpa Min. 2000
d) Izod impact strength KJ/Sq.m. Min 8
notched 23OC.

5.3 Technical Requirements:


S.No Description Requirement
1 Application Outdoor
2 Degree of protection IP 65
3 Flammability requirement FV2
4 Grade of material Polycarbonate with fire retardant, Self-
Extinguishing, UV stabilized and anti-oxidation
properties having good dielectric and
mechanical strength.
5 Material Meter box (base and Cover) shall be made of
polycarbonate material which complies
following properties:
• Meter box shall be weather proof
• Capable to withstanding temperatures of
boiling water for 5 minutes continuously
without distortion or softening.
• It shall withstand Glow-wire test at 650DC as
per IS:14772.
a) Base: Polycarbonate with fire retardant, Self-
Extinguishing, UV stabilized and anti-oxidation
properties having good dielectric and
mechanical strength.
Opaque
Polycarbonate with fire retardant, Self-
b) Cover: Extinguishing, UV stabilized and anti-oxidation
properties having good dielectric and
mechanical strength.
Transparent
6 Material of the gasket Rubber gasket
7 Material withstand 125OC + 2 OC

73
5.4 GENERAL CONSTRUCTIONS:
i. The meter box shall be weatherproof, tamper proof and shall be made of
Injection moulded polycarbonate material with self-extinguishing, UV
stabilized, recyclable and Anti oxidation properties having good dielectric and
mechanical strength. The box shall be of adequate strength, unbreakable and
shall be made in two pieces (base and cover). The base shall be opaque
whereas the cover shall be completely transparent.
ii. The meter Box shall have roof tapering down to both the sides for easy flow
of rainwater and shall have IP 65 degree of protection for affording protection
against dust and water.
iii. The thickness of the box shall not be less than 3.0 mm on the load bearing
side and other sides, door and roof shall not be less than 2.5 mm.
iv. The box shall be designed in such a way that there should be the following
clearances between the meter and the Meter box:
Minimum
Sl.No Parameter
Clearance
Between Sides of the meter body and meter box(Excluding the
1 30 mm
flanges on the meter body for sealing screws.)
2 Between the lower edge of the terminal block and the box 70 mm
3 Between the back of the meter and the meter box base 10 mm
4 Between the front of the meter and the meter box front 10 mm
5 Between the top of the meter and the meter box cover 20 mm
v. The meter base supports inside the box should have adequate strong
enough moulded supports within the block to avoid damage during tightening
of screws and raised by about 10 mm in the box for ease of wiring. While
fixing, the meter screws should not protrude outside.
vi. The design of the meter box shall be such that it may facilitate easy wiring
and access to the meter terminals. Suitable circular holes shall be provided at
the bottom of the cupboard for inlet & outlet cables with glands of size 25
Sq.mm suitable for 4 core armoured aluminium cable(s) for three phase
meter. A suitable arrangement like clamping nut may be provided with the
gland so that opening diameter can be reduced to the size of cable.
vii. The box cover shall be fixed to the base through two number hinges
(approx. length 30 - 60 mm). The arrangement for hinges shall be provided
on the side of the base and shall be such that it may avoid unauthorized
access to inside of the box. Hinges should be outside and enclosed by
polycarbonate material and once the box is closed and sealed, hinges should
not be approachable. Box cover shall be openable by more than 90 degrees.

74
viii. For holding and sealing the box, two U-shaped latches shall be provided.
The latch shall be Gl sheet with minimum thickness 2 mm, to secure it with
the base of the box. The latch shall be provided along with suitable clamp
assembly in base as well as cover, such that these are fully covered by the
latch after closing. The clamp along with the latch shall have a sealing hole
such as to provide a through sealing arrangement in the assembly.
ix. For fixing the box to pole suitable back clamps with key holes taping
screws, nuts and washers shall be provided by the supplier with every Box.
x.The smart meter along with communication module is to be installed in the
Meter Box and the Meter Box in assembled condition shall have provision to fix
it to a pole or on wall.
xi.Suitable rubber gasket of round shape all around the cover along its periphery
shall be provided for protection.
xii.After closing and sealing the meter box, it should not be possible to allow
entry of any sharp object even forcefully inside the box without breaking
base/cover.
xiii. Suitable overlapping (approx. 10 mm) shall be provided between base and
cover to avoid access to the meter or its accessories inside the meter box by
any means after sealing the box.
xiv.The tolerance permissible in overall dimension of Meter Box shall be ± 2 %.

75
SCHEDULE-A
SCHEDULE OF PRICES
(To be filled in by the Tenderer)
SPECIFICATION No.- CE/IT& RAPDRP- 21/ 2024-25
Due for submission on :
BOQ should be downloaded from NIC portal and to be filled up and should
be submitted
S.No Description Qty. Basic GST % All Total
Price per and inclusive All
Unit Amount Unit inclusive
Excluding In Rs price price
Tax Including
in Rs. GST (Rs) in Rs.
1 Supply, Installation, 1200
Testing, Commissioning of
1200 Nos. of 3Ø, (10A-60A,
Class 1.0) whole current
Smart Meters (along with
meter box & accessories)
with DLMS Protocol as per
IS 16444 Part 1,
Communication module
with Cellular
communication along with
required SIM cards and last
mile connectivity,
deployment of HES/ MDAS
at ELCOT cloud, and
integration with existing
Feeder MDMS and
Completion of UAT – Go
Live
2 Software & Hardware 1200
maintenance along with last
mile connectivity and
licensing including
manpower & Integration
with existing feeder MDMS,
for a period of 9 months.
Total
 Any downward trend on commercials comparing with prevailing market
rates, should passed on to TNPDCL during the contract period.

PLACE : SIGNATURE :
DATE : NAME :
DESIGNATION :
COMPANY SEAL: COMPANY :

76
SCHEDULE-B

DECLARATION FORM

(To be signed by the tenderer)

Strike off, whichever is not applicable:

To

The Chief Engineer/ Information Technology & RAPDPR


Tamil Nadu Power Distribution Corporation Limited,
6th Floor, Western Wing,
NPKRR Maaligai, Electricity Avenue,
144, Anna Salai, Chennai - 600 002.

Dear Sir,

1. Having examined the above specification together with the accompanying


schedules etc., we hereby offer the work covered in this Specification at the
rates entered in the attached schedule of prices.

2. We hereby guarantee the particulars entered in the schedules attached to the


Specification.

3. Our company is not a potentially Sick Industrial Company or a Sick Industrial


Company in terms of Section-23 of Section-15 of the Sick Industrial Companies
(Special Provisions) Act, 1985.

Yours faithfully,

PLACE : SIGNATURE :
DATE : NAME :
DESIGNATION :
COMPANY SEAL: COMPANY :

*******

77
SCHEDULE-C -1

STATEMENT OF SUPPLY ORDERS EXECUTED IN RESPECT OF TENDERED ITEM

(To be filled in by the tenderer)

Sl Name & Name of P.O.No Qty Value of Scheduled Actual Whether Whether
No Address of works & Date order in Date of Date of PO copy End User
the Executed Rs.Lakhs completio completion attached Certifica
Organisation n of order Yes/ No te
of order Copy is
Enclose
d
Yes/ No
1 2 3 4 5 6 7 8 9 10

COMPANY SEAL SIGNATURE :


NAME :
DESIGNATION :
COMPANY :
DATE :

78
SCHEDULE-C -2

STATEMENT OF TYPE TEST PARTICULARS


( TO BE FILLED IN BY THE TENDERER)

S.NO. NAME OF THE TEST NAME OF THE DATE OF TEST


LAB
1 2 3 4

NOTE :
The above Type Tests should have been conducted in any one of the NABL/
Government accredited standard laboratories issued within the last 5 years as on
the date of opening of tender.

COMPANY SEAL :

SIGNATURE :
NAME :
DESIGNATION :
COMPANY :
DATE :

79
SCHEDULE – D

DEVIATION FROM TECHNICAL SPECIFICATION

All technical deviations from the specification shall be filled in by the Tenderer,
clause by clause, in the Schedule.

SECTION NO. CLAUSE NO. DEVIATION

The Tenderer hereby certifies that the above mentioned are the only deviations
from the Technical Specification and the tender conforms to the specification in all
other respects.

COMPANY SEAL: SIGNATURE :

DESIGNATION :

COMPANY :

DATE :

Note : It may be noted that Technical and commercial deviation against the tender
specification are liable for rejection.

80
SCHEDULE – E

DEVIATION FROM COMMERCIAL SPECIFICATION

All commercial deviations from the specification shall be filled in by the Tenderer,
clause by clause, in the Schedule.

SECTION NO. CLAUSE NO. DEVIATION

The Tenderer hereby certifies that the above mentioned are the only deviations
from the Commercial Specification and the tender conforms to the specification in
all other respects.

COMPANY SEAL: SIGNATURE :

DESIGNATION :

COMPANY :

DATE :

Note : It may be noted that Technical and commercial deviation against the tender
specification are liable for rejection.

81
SCHEDULE-F

QUESTIONNAIRE

(TO BE UPLOADED ALONGWITH "COMMERCIAL AND TECHNICAL BID

BID QUALIFICATION REQUIREMENT & COMMERCIAL CONDITIONSINSTRUCTIONS:


(a) Strike off, whichever is not applicable
(b) Separate sheets should be used, wherever necessary:

Sl. PARTICULARS BIDDER'S


No RESPONSE
1 Name & Address of the Firm / Company
(a) Registered Office

(b) Factory / works Address

(c) Fax No.

(c) E-mail ID

2. Name, Designation & Address of the person signing the


tender

3. (a) Whether the Company is Small Scale / Medium Scale /


Large Scale Unit

(b) If so, write registration No.

(c) Is SSI Unit registered with Udyam-category /


validity to be mentioned

4. Whether the copies of purchase orders executed uploaded YES / NO

5. Whether the Annual Turnover of the bidder during any one YES / NO
of the last three years (2021-22, 2022-23 & 2023-24)
shall be more than Rs.1 Crores
YES / NO
Whether the proof for evidence there for has been uploaded

NOTE: These details mentioned in Sl. No. 4 and 5 should


be uploaded.

SIGNATURE OF THE TENDERER

82
Sl PARTICULARS BIDDERS
No RESPONSE
6 EARNEST MONEY DEPOSIT Payment through
Online / Bank
(a) Mode Guarantee/
Amount : Rs. 1,18,400/- Exemption.

(b) If exempted, state whether the bidder is SSI Unit of Tamil


Nadu / Tamil Nadu
Govt. Dept./
Undertakings

Whether Undertaking in lieu of EMD exemption is YES / NO


uploaded

(c) Whether Permanent EMD is available with TANGEDCO YES / NO


(Documentary evidence about acceptance of PEMD should
be uploaded)

NOTE: If item (a) or (b) or (c) is not uploaded along with


the tender, the offer will not be considered for further
evaluation.

7 VALIDITY:
Whether your offer is valid for a period of 90 days from YES / NO
the date of opening of Commercial / Technical Bids (Offers
with validity period of less than 90 days are liable to be
rejected)

8 PRICE:
(a) Whether the price quoted is FIRM YES / NO
(b) Whether the following break ups for the quoted Unit YES / NO
Price (All-inclusive price excluding GST)
Basic Price
GST
(c) Whether you are agreeable, in case of delayed supply, YES / NO
the GST prevailed on the date of actual provision of
supply or the GST applicable on the contractual date of
supply whichever is less shall only be payable.

NOTE: If no breakup details for the quoted price is given,


the offer will be liable for rejection.

SIGNATURE OF THE TENDERER

83
Sl PARTICULARS BIDDERS
No RESPONSE
9 I.T.Pan No. YES / NO

10 Whether you are agreeable for the following clauses


specified under Section-V of the Specification:
(a) Payment Terms YES/NO
(b) Security Deposit cum performance Guarantee YES / NO
(c) Delivery / Implementation period YES / NO
(d) Liquidated Damages YES / NO
(e) Jurisdiction for Legal Proceedings YES / NO
(f) SLA YES / NO
(g) Guarantee YES / NO

Date : SIGNATURE OF THE TENDERER

Place : NAME

STATUS IN THE COMPANY


(Affix Seal of the company)

UNDERTAKING

I , Sole Proprietor / Partner of M/s.


give undertaking that details given in the above QUESTIONNAIRE are correct to
the best of my knowledge and I agree to abide by all your Tender / Order terms
& conditions.

Date : SIGNATURE OF THE TENDERER


Place : NAME
STATUS IN THE COMPANY
(Affix Seal of the company)

84
SCHEDULE -G

UNDERTAKING TOWARD JURISDICTION FOR LEGAL PROCEEDINGS

(To be filled by the tenderer in a non-judicial stamp paper of value not


less than Rs.200/-)

This undertaking executed at ……………………… on this ……….. (date)


………………..(month) two thousand and twenty four M/s. …………………
………………………………….. a company registered under Companies Act, 1956 having
its Registered Office at ………………… hereinafter called the Contractor (which
expression shall where the context so admits mean and include its successors in
office and assigns) with the Tamil Nadu Power Distribution Corporation Limited
(TNPDCL), a statutory authority created under the powers vested with Companies
Act 1956 having its Office at No.144, Anna Salai, NPKRR Maaligai, Chennai -2
hereinafter called the purchaser (which expression shall where the context so
admits means and includes its successors in Office and assigns).

WHEREAS the contract is for the …………………… in terms of the Purchase


Order No……………. dated ………………………

AND WHEREAS in accordance with Clause………………… of the above said LOA


certain terms were stipulated for the above ………………

AND WHEREAS in accordance with clause ………….. of the above-mentioned


Purchase Order, the contractor has to furnish an undertaking that no suit or any
proceedings in regard to any matter arising in any respect under this contract shall
be instituted in any court other than in the High Court, Madras, City Civil Court of
Chennai or other court of small causes at Chennai.

In consideration of TNPDCL having agreed to accept the undertaking, the


Contractor undertakes that no suit or any proceedings in regard to any matter
arising in respect of this contract shall be instituted in any court other than in the
High Court, Madras, City Civil Court at Chennai or the Court of Small Causes at
Chennai. It is also agreed that no other court shall have jurisdiction to entertain
any suit or proceedings, even though, part of the cause of action might arise within
their jurisdiction. In case, any part of cause of action arises within the jurisdiction
of any of the Courts in Tamil Nadu and rest within the jurisdiction of Courts outside
Tamil Nadu, then it is agreed to between the parties that such suits or proceedings
shall be instituted in a Court within the State of Tamil Nadu and no other Court
outside Tamil Nadu shall have jurisdiction even though any part of the cause of
action might arise within the jurisdiction of such Courts.

85
IN WITNESS WHEREOF OF THIRU……………………… of the contractor hereby
put his hand and seal for due observe of the Undertaking in the presence of the
following witnesses.

SIGNATURE WITH SEAL

WITNESS:
(Signature with Name and Address)
1.

2.

86
SCHEDULE- H

Declaration Pursuant to Section 206AB

(To be obtained from applicable Supplier)

This is to declare that ____________________(Name of the Supplier)


have filed the Return of Income (ROI) under the relevant provisions of the
Income Tax Act, 1961 for the Assessment Year 2021-22, 2022-23 and 2023-24
(Financial Year 2021-22 and FY 2022-23) and we shall file the ROI for
Assessment Year 2024-25 (Financial Year 2023-24) within the due date as per
the provisions of the said Act.

Permanent Account No. (PAN) of our Company/ Firm/ Individual is


___________________. The details of return of Income filed as below:

Acknowledgement
Sl.No. Assessment Year Date of Filing
No.

1 2021-22 _________________ ___________

2 2022-23 _________________ __________

3 2023-24 _________________ __________

Place:

Date:

(Authorised Signatory)

Signature & Seal

87
SCHEDULE- I
Declaration Form for Input Tax Credit Benefit
(To be Submitted by the bidders in NJS paper of value not less than
Rs.200/-)
To
The Chief Engineer/ Information Technology & RAPDPR
Tamil Nadu Power Distribution Corporation Limited,
6th Floor, Western Wing, NPKRR Maaligai, Electricity Avenue,
144, Anna Salai, Chennai - 600 002.

We hereby declare and confirm that we are registered vendor under GST Act having
GSTIN …………………………in State of ……………………… . Our applicable GST% for the
above reference job is under code ……………… .

We hereby declare and confirm that we are unregistered vendor under GST Act
being turnover is less than Rs…………………………Lakhs (being threshold limit) per
annum. (For unregistered vendor, the vendor has to submit an affidavit in the
enclosed format).

We hereby declare and confirm that we are registered vendor under composite
scheme having GSTIN.

We are aware that as per sec 171 of CGST Act, any reduction in rate of tax on any
supply of goods or services or the benefit of input tax credit should be passed on to
TNPDCL by way of commensurate reduction in prices and as such we hereby
declare that we are extending Rs.-----/- or % as rebate in my quoted price against
input tax credit benefit.

We hereby declare that we do not have any input tax credit benefit on account of
GST applicable against this job. If it is established that we have availed input tax
credit benefit against this job, the differential tax benefit will be returned to
TNPDCL failing which TNPDCL may take appropriate action.

Signature of the bidder with Company Seal

Witness with address:


1)

2)

Note: Bidder may strike out the para not applicable

88
SCHEDULE – J

DECLARATION FORM

To be signed with company seal on letter head and uploaded in the


technical Bid
TENDER ACCEPTANCE LETTER
(To be given on Company Letter Head) Date:

To,
The Chief Engineer/ Information Technology & RAPDPR
Tamil Nadu Power Distribution Corporation Limited,
6th Floor, Western Wing, NPKRR Maaligai, Electricity Avenue,
144, Anna Salai, Chennai - 600 002.

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No:------------------------Name of Tender/Work

Dear Sir,
1. I/We have downloaded / obtained the tender document(s) for
the above mentioned ‘Tender/Work’ from the web site(s) namely:-----------
-------------------------As per your advertisement, given in the above
mentioned website(s).
2. I/We hereby certify that I/We have read the entire terms and conditions of
the tender documents from page No.------ to --------(including all
documents like annexure(s), schedule(s), etc.,) which form part of the
contract agreement and I/We shall abide hereby the terms / conditions /
clauses contained therein.
3. The corrigendum(s) issued from time to time by your department/
organization too has also been taken into consideration, while submitting
this acceptance letter.
4. I/We hereby unconditionally accept the tender conditions of above
mentioned tender document(s) corrigendum(s) in its totality / entirety.
5. In case any provisions of this tender are found violated, then your
department/organization shall without prejudice to any other right or
remedy be at liberty to reject this tender/bid including the forfeiture of the
full said earnest money deposit absolutely.
6. I / We hereby unconditionally accept to pay the amount equivalent to EMD
along with applicable GST, together with the costs if any, in the event of
non fulfilment of the conditions in the tender specifications.

Yours Faithfully,

(Signature of the bidder, with official Seal)

89
ANNEXURE- I

Guidelines for releasing GST portion to suppliers / Contractors:-

As per GST guidelines TNPDCL/TANGEDCO/TANTRANSCO has to ensure the


remittance of GST to Govt. made without omissions by the supplier/contractors,
since GSTR 2A is getting updated regularly.

Hence the following guidelines were issued to the Supplier / Contractor:


1. The Tax invoices shall have the details of rates, quantity and admissible rate of
GST.
2. The suppliers shall pay the GST and file the returns under GST promptly to
avoid delay in processing / payment of invoices could be avoided/ minimized. If
the supplier paid the GST, their invoices would be exhibited in the GSTR-2A and
the same will be taken as GST compliance of Supplier/contractor.
3. The running bills will be passed after verification of the GST paid in the previous
month. In case of high value bills (say 10 lakh or above) the GSTR-2A will be
verified before passing the bills.
4. In case of one and only bill against the PO/W.C, the bill will be passed after
verification of GSTR-2A only.
5. The updated GSTR-2A available in the portal will be utilized in lieu of
documentary proof for any GRT claim.
6. Instead of insisting for the hard copy of any document proof such as returns
filed, Challons remitted, CA certificate, GSTR-3B the GSTR-2A will be verified for
admitting invoices.
7. The Tax supplier who has availed the scheme of quarterly filing of returns (i.e
when turnover is upto 150 Lakhs) the following mechanism will be adopted for
passing the bills.
i. If it is only one bill, the GST payment of the supplier’s bill will be verified
during PO closure.
ii. If there are multiple bills, then
(a) Bills related to first 3 months i.e Initial quarter will be admitted inclusive
of GST without verifying with GSTR-2A reports.
(b) Bills for the subsequent quarter will be passed if GST payment of bills
raised on TNPDCL in the earlier processed quarter has been updated and
exhibited in GSTR-2A .
If discrepancies arise between the value shown in the GSTR-2A and the invoices
available, the liability towards GST may be restricted to the lower of the above two.

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

90
ANNEXURE – II

BANK GUARANTEE FOR SECRUITY DEPOSIT CUM PERFORMANCE


GUARANTEE

(B.G shall be executed on Non judicial stamp paper of Rs. 500/-)

THIS DEED OF GUARANTEE made on this ……………day of………………… Two


Thousand and Twenty --------by the Bank …………………………………………………….
(Hereinafter called the Bank) to and in favour of the Tamil Nadu Power Distribution
Corporation Limited (TNPDCL) a body corporate constituted under the Electricity
(Supply) Act 1948 (C.A.54 of 1948) having its office at, 144, Anna Salai, NPKRR
Maaligai, Chennai – 600 002 represented by the Chief Engineer, Materials
Management ……………………….. hereinafter called the purchaser).
WHEREAS Messrs. ………………………………………. (hereinafter called the contractor
have by virtue of the contract entered into with the Purchaser as per the Purchase
Order order No. ………………… dated ------- agreed with the Purchaser to supply
…………………………………..in accordance with the terms and conditions of the
contract.
AND WHEREAS in accordance with the terms of the contract in P.O
…………………………. Dated ……………………….. the contractor has to pay a sum of Rs.
…………………( Rupees …………………………….. Only) as Security Deposit cum
Performance Guarantee from a nationalized bank/scheduled bank.
AND WHEREAS the contractor has requested the Purchaser to accept bank
guarantee in lieu of Security Deposit cum Performance guarantee for a sum
equivalent to ……………………………………………………………. Percent of the value of
the contract for the satisfactory performance of the contract.
AND WHEREAS the Bank has at the request of the contractor, agreed to guarantee
the payment of the said sum in case the contract is not performed in accordance
with the specifications indicated in the terms and conditions in letter of intent / P.O
………….. dated ……………………. or in the letter dated the
………………………………………………..
NOW THIS DEED WITNESSES AS FOLLOWS :
1. In consideration of the purchaser having agreed to accept the Bank Guarantee
from a Nationalized Bank towards Security Deposit cum Performance Guarantee for

91
a sum equivalent to Rs. …………….. (Rupees
………………………………………………………………….. Only) the Bank do hereby
guarantee that if the contractor fails to perform the contract in accordance with the
specifications and conditions of the contract as subsequently amended, the Bank
shall pay forthwith merely on demand without any demur to the purchaser such
amount or amounts, as the bank may be called upon to pay by the purchaser.
PROVIDED that the liability of the Bank under this deed shall not at any time
exceed the amount of Rs. ………………… (Rupees
………………………………………………………Only).

PROVIDED further that the guarantee hereunder furnished shall be released as


soon as the contractor has performed his part of the contract in accordance with
the terms of the contract and the period of performance guarantee is over and a
certificate to that effect is issued by the Purchaser.
2) The Bank further undertakes to indemnify the purchaser against any loss or
damage that may be caused or suffered by the Purchaser by reason of any breach
of the terms and conditions in the said letter of Intent / Purchase Order No.
……………………………………….. dated ………………………..
3) The guarantee herein contained shall remain in force till the terms and
conditions of the Purchase order …………………….. dated ………………. have been fully
and properly carried out by the said contractor and in any case the guarantee shall
not hold good after …………………………………
4) The Bank further agrees with the purchaser that the Purchaser shall have the
fullest liberty (without the consent of the Bank and without affecting in any manner
the obligations of the Bank hereunder) to vary any of the terms and conditions of
the contract or to extend the time of performance of the contract by the said
contractor from time to time or to postpone from time to time any of the powers
exercisable by the purchaser against the said contractor and to forbear or to
enforce any of the terms and conditions relating to the said contract and the Bank
shall not be relieved of its liability by reason of any such variation, or extension
being granted to the said contractor or by reason of any forbearance, act or
omission on the part of the purchaser or any indulgence by the purchaser to the
said contractor or by any such matter, or thing whatsoever which under the law

92
relating to sureties would but for these provisions have effect of so relieving the
Bank.
5) Any account settled between the Purchaser and the contractor shall be the
conclusive evidence against the Bank for the amount due and shall not be
questioned by the Bank.
6) The expression `Bank’, `Purchaser’ and `Contractor’ hereinbefore used shall
include their respective successors and assigns.

IN WITNESS WHEREOF THIRU. ………………………………………….. for and on behalf of


the Bank has signed this Deed on the day, month and year first above written.

Signature

With the seal of the Bank


(Name in Block letters)

IN THE PRESENCE OF WITNESS

1)

(Name in Capital with Address)

2)

(Name in capitals to be super scribed with designation


Office address or Residential address)

93
ANNEXURE – III

BANK GUARANTEE FOR EMD

(B.G for EMD shall be executed on Non judicial stamp paper of Rs. 500/-)

Beneficiary:-------------------------------

Date:------------

Bid Guarantee No: __________________


We have been informed that (insert name of bidder) (herein after called „‟the
bidder‟‟) has submitted to you its bid dated (insert date) (herein after called „‟the
bid‟‟) for the Tender No. ____________of TNPDCL for the year 2024-25".

Furthermore, we understand that, according to your conditions, bids must be


supported by a bid guarantee.

At the request of the bidder, we (name of the Bank) hereby irrevocably undertake
to pay you any sum or sums not exceeding in total an amount of (amount in
figures)_____(amount in words) ____________________________ upon receipt by
us of your first demand in writing accompanied by a written statement stating that
the bidder is in breach of its obligation(s) under the bid conditions ,because the
Bidder:

a) has withdrawn its bid during the period of bid validity specified by the Bidder in
the Form of Bid; (or)

b) having been notified of the acceptance of its Bid by the TNPDCL during the
period of validity (i) fails or refuses to execute the Contract Form, if required, or ii)
fails or refuses to furnish the Security Deposit, in accordance with the Instructions
to Bidders.

This guarantee will expire:(a) if the bidder is the successful Bidder, upon our receipt
of copies of the contract signed by the Bidder and the Security Deposit issued to
upon the instruction of the Bidder and (b) if the bidder is not successful Bidder,
upon the earlier of (i) our receipt of copy of your notification to the Bidder of the

94
name of the successful Bidder; or (ii) twenty eight days after the expiration of the
Bidder’s Bid.

Consequently, any demand for payment under this guarantee must be received by
us at the office on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC
publication No 758.

Signature

With seal of the Bank

(Name in block letter)

In the presence of witness:

1. (Name in capital and address)

2. (Name in capital and address)

95
ANNEXURE – IV
UNDERTAKING IN LIEU OF E.M.D.
(TO BE FURNISHED IN NON-JUDICIAL STAMP PAPER OF VALUE NOT LESS
THAN Rs.200/-)
THIS DEED OF UNDERTAKING executed
at………………………........................................ ........................... on this
.......................................................................day of
……............................................ hereafter called ‘TENDERER’ ( which expression
shall where the context so admits mean and include their Agents, Representatives,
Successors – in – office and Assigns).

TO AND IN FAVOUR OF THE TAMIL NADU POWER DISTRIBUTION CORPORATION


LIMITED, (TNPDCL) a corporation incorporated under companies act , 1956 and a
subsidiary of TNEB Ltd., having its office at NPKRR Maaligai , 144, Anna Salai,
Chennai – 600 002, herein called the “TNPDCL” (which expression shall where the
context so admits mean and include its successors in office and Assigns )

WHEREAS the Tenderer is required to pay Earnest Money Deposit of


Rs......................./- (Rupees…………………………………………………………..Only) for
participation in the tender for supply of .......................................................... in
terms of Specification No.......................

AND WHEREAS the tenderer has requested the TNPDCL to accept an undertaking in
lieu of payment in cash of the Earnest Money Deposit.

AND WHEREAS the TNPDCL has accepted the request of the tenderer subject to his
executing an undertaking to pay to the Board not exceeding Rs. ………………(Rupees
………………………………………………………………………. only) representing the amount
equivalent to the amount of Earnest Money Deposit specified to be paid to the
TNPDCL in the event of non-fulfillment of breach of any of the conditions of the
tender by Tenderer as mentioned hereunder.

IN CONSIDERATION of the TNPDCL having agreed to accept an undertaking from


the tenderer in lieu of payment of Earnest Money Deposit in cash, the tenderer
undertake to pay the sum of Rs. …………………. (Rupees
…………………………………...only) immediately when a demand is raised by the
TNPDCL against the tenderer without any demur in the event of the following:
i) If he withdraws his tender or backs out after acceptance of the tender or fails
to remit the Security Deposit.
ii) If he revises any of the terms quoted during the validity period.
iii) If he violates any of the conditions of the Tender Specification No……… Dated
……………….
96
NOW THE CONDITIONS OF THE above written undertaking is such that if the
tenderer shall duly and faithfully observe and perform the conditions specified as
above, then the above written undertaking shall be void, otherwise it shall remain
in full force.

The tenderer undertakes not to revoke this guarantee till the contract is completed
under the terms of contract.

The expression, ‘TENDERER’ and the ‘TNPDCL’ hereinafter before used shall include
their respective successors and assigns in office.

IN WITNESS WHERE OF THIRU...........................................................................


acting for and on ‘behalf’ of the Tenderer has signed this deed on the day, month
and year herein before first mentioned.

SIGNATURE :
NAME IN BLOCK LETTERS :
SEAL OF THE COMPANY :
In the presence of Witnesses :
1. Signature

(Name and Address)

2. Signature

(Name and Address)

97

You might also like