12.07.2015 Views

technical specification for static 3 phase 4 wire ct ... - Cescoorissa.com

technical specification for static 3 phase 4 wire ct ... - Cescoorissa.com

technical specification for static 3 phase 4 wire ct ... - Cescoorissa.com

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

CENTRAL ELECTRICITY SUPPLY UTILITYOF ORISSAHead Office: IDCO Towers, 2nd Floor, Bhubaneswar- 751022TENDER SPECIFICATION NO :CESU/ PURCHASE & STORES/207/ 2011-12PROCUREMENT OF 2000 NOS, 3PH,4W,CLASS-1.0,20-100A,W/CMETER(Under MR Head)1 of 53


INDEXSECTION DESCRIPTION PAGE. TENDER NOTICE 3 SECTION- I INVITATION FOR BIDS 4 to 6 SECTION-II INSTRUCTIONS TO BIDDERS 7 to 10 SECTION-III GENERAL CONDITION OF CONTRACT 11 to 18 SECTION-IV TECHNICAL SPECIFICATION OF METERS 19 to 37 SECTION-V TECHNICAL SPECIFICATION OF BOXES 38 to 39GTP OF METERS 40 to 43GTP OF BOXES 44 SECTION-VI ANNEXTURESA) SCHEDULE OF BIDS ( ANNEX-A) 45 to 46B) ABSTRACT OF GENERAL TERMS ANDCONDITIONS ( ANNEX-B) 47C) PRICE SCHEDULE ( ANNEX-C) 48D) NON COMPLIANCE SCHEDULE ( ANNEX-D) 49E) TEST CERTIFICATE SCHEDULE ( ANNEX-E) 50F) DELIVERY SCHEDULE ( ANNEX-F) 51E) PROFORMA FOR COMPOSITE B.G. ( ANNEX-G) 52 to 532 of 53


CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSAIDCO TOWERS ( II nd Floor) , Janapath ,Bhubaneswar-751022Phone:2545681,2542895,2541727, Fax:0674-2543125 Web Site:www.cescoorissa.<strong>com</strong>.TENDER NOTICETender Notice No. CESU.H.Qrs./ P&S / Tender, W/C Meter & MU/437/11-12/ 37187Dt-17.10.11Sealed tenders are invited on two part basis in duplicate, super scribing the Tender Specification No. &date of opening as mentioned below from reputed manufa<strong>ct</strong>urers only <strong>for</strong> supply of the followingmaterials.Sl. Lot No & MaterialsQuantity inEMDinCostofNo TS-Nonos Rs. tenderpaper ( Rs )1 Lot-1 3P4W,11KV,5A(sec),0.2 Class, CTPT Combined230 nos 75000/- 8000/- +206 /11-12 Metering Units.4% VAT2 Lot-2 3P4W,33KV,1A(sec),0.2 Class, CTPT Combined150 nos 106000/-206 /11-12 Metering Units.3 207 /11-123PH,4W,Static,Class-1.0, 20-100A,ISI Marked 2000 nos 92000/- 8000/- +Whole Current Meters with RF Communication4% VATfacilities & Boxes.Sale of Bid Documents18.10.11, 11AMLast date of sale of Bid(14.11.11,5PM <strong>for</strong> item Sl-1 &2),(15.11.11,5PM <strong>for</strong> item Sl-3)documentsLast Date of Submission of Tender (15.11.11,1PM <strong>for</strong> item Sl-1&2),(16.11.11,1PM <strong>for</strong> item Sl-3)Date of Opening of Tender (15.11.11,4PM <strong>for</strong> item Sl-1&2),(16.11.11,4PM <strong>for</strong> item Sl-3)(Technical Bid)For details of N.I.T. Please visit our website www.cescoorissa.<strong>com</strong>.Memo No. 37188 (12) Dt. 17.10.11Copy <strong>for</strong>warded toChief General Manager( PURCHASE & STORES)PA to CEO,COO,CCO, Sr.G.M.Fin. /C.G.M. (Tech ) /G.M.(AT&C)/DDO / Cash Se<strong>ct</strong>ion <strong>for</strong> in<strong>for</strong>mation &necessary a<strong>ct</strong>ion.C.C. toD.M. ( P.R. ) of this office <strong>for</strong> in<strong>for</strong>mation. He is requested to arrange to publish this Tender Notice in oneleading ORIYA and two leading English News Papers with all India Circulation at the earliest. It may alsobe published in India Times Tender Portal <strong>for</strong> wide circulation.C.C. toSr.G.M (IT) of this office <strong>for</strong> in<strong>for</strong>mation & necessary a<strong>ct</strong>ion. He is requested to post the tender notice,tender <strong>specification</strong> in our website early.Notice Board <strong>for</strong> displayChief General Manager( PURCHASE & STORES)Copy to guard file3 of 53


INVITATION FOR BID1.0 CESU now invites sealed bids from eligible Manufa<strong>ct</strong>urers only <strong>for</strong> Supply of3PH,4W,Static,Class-1.0, 20-100A,ISI Marked Whole Current Meters with RFCommunication facilities & Boxes, suitable <strong>for</strong> Consumer metering to bedelivered at central store of CESU at Bhubaneswar.2.0 (a) Requirement of 3PH,4W,Static,Class-1.0, 20-100A,ISI Marked WholeCurrent Meters with RF Communication facilities & Boxes, suitable <strong>for</strong>consumer metering as indicated below.Sl.NoTenderSpecificationNo3 TS-P&S/207/11-12Name of the materials Units Qty.3PH,4W,Static,Class-1.0, 20-100A,ISIMarked Whole Current Meters with RFCommunication facilities & Boxes.nos 2000(b) Delivery ScheduleDescription ofMaterial3PH,4W,Static,Class-1.0, 20-100A,ISIMarked WholeCurrent Meters withRF Communicationfacilities & Boxes.UnitTotalQty.To bedeliveredwithin 60days fromthe date ofPO(Consignment-I, to bedeliveredatBhubaneswar Store)To bedeliveredwithin 60-90days from thedate of PO(Consignment-II, to bedelivered atBhubaneswarStore)To bedeliveredwithin 90-120 daysfrom thedate of PO(Consignment-III, tobedeliveredatChoudwarStore)To bedelivered within120-150daysfrom thedate ofPO(Consignment-IV, to bedelivered atChoudwar Store)Nos 2000 500 500 500 500Interested eligible bidders may obtain further in<strong>for</strong>mation from the office of ChiefGeneral Manager, PURCHASE & STORES, CESU of Orissa, 2nd Floor, IDCO Tower,Janpath, Bhubaneswar - 751022.3.0 A <strong>com</strong>plete set of bidding documents (tender <strong>specification</strong>) may be purchasedby any interested eligible bidder or their representative, on submission of awritten application and upon payment of a non-refundable fee of Rs.8000.00 +4% VAT either in cash or a demand draft payable to Central Ele<strong>ct</strong>ricity SupplyUtility of Orissa on all working days between 11.00 hrs to 17.00 hrs in personOR can be down loaded from our website www.cescoorissa.<strong>com</strong>. However suchintending bidders must submit the cost of the document in shape of DD at thetime of bid submission.4 of 53


4.0 Request <strong>for</strong> Bid Document through post will not be entertained, however Bidcan be received through post but CESU will not be responsible <strong>for</strong> any postaldelay.The Bids will be opened in the presence of Bidders /Bidder’s representativesas per guidelines vide Clause-6.5.0 The bid must be ac<strong>com</strong>panied by a bid security of Rs.92,000/-.6.0 General:The bid security may be submitted: -In shape of D.D. / Pay Order from any Nationalised Bank of India only infavour of CESU of Orissa, payable at Bhubaneswar.Bids without E.M. Deposit will be reje<strong>ct</strong>ed outright. No adjustment of anyprevious deposit will be entertained. The E.M. Deposit shall be <strong>for</strong>feited incase of non-execution of order or successful tenderer fails to accept thePurchase order.(I) Earnest Money of Rs 92,000/- shall be submitted in shape of DD/Payorder <strong>for</strong>m any Nationalised Bank in favour of CESU of Orissa, payable atBhubaneswar.(II) Cost of Bidding Document = Rs 8,000/- + 4% VAT(III)(IV)(V)The tender papers (Commercial, Technical & Price bids) shall besubmitted in duplicate in a envelope, sealed separately showing techno<strong>com</strong>mercial in one envelope & price bid in one envelope.Date of beginning of sale of Bid Document = Dt. 18.10.11, 11.00 Hrs.Last date and time of sale of Bidding Documents = Dt.15.11.11 up to17.00 Hrs.(VI)(VII)(VIII)Last date and time of receipt of Bids = Dt.-16.11.11 by 13.00 HrsDate and time of opening of bid(Tech. / Commercial only) =in Conference Hall, CESU Headqrs, Bhubaneswar = Dt 16.11.11at 16.00HrsDate and time of opening of Financial bid will be after due evaluation of<strong>com</strong>mercial / <strong>technical</strong> bid, the bidders who qualify in the same would beintimated in due course regarding the date and time of opening offinancial bids .In the event of any specified date <strong>for</strong> the sale, submission or opening ofbids being declared a holiday <strong>for</strong> purchaser, the bids will besold/received/opened up at the appointed time on the next working day.7.0. SAMPLES: -Two sample meters con<strong>for</strong>ming to this <strong>specification</strong> duly sealed along with theType Test certificates shall be submitted with the bid. The above sample metersshall be tested in purchaser’s meter testing lab and/or any independent test lab andthe testing charges will be born by the supplier. The samples shall be <strong>com</strong>pletein all respe<strong>ct</strong>s and no deviations shall be allowed thereafter. In case sample metersdoes not con<strong>for</strong>m to the prescribed <strong>specification</strong>s, the financial bid of offer shallnot be opened. It will be <strong>com</strong>pulsory to submit sample meters as above along withthe bid, failing which the bid will be ignored.5 of 53


8.0 Minimum Qualifying requirements <strong>for</strong> Bidders:Financial :-(A) Bidder shall be financially sound. The minimum average annual Turn over of theintending bidders during last three years should not be less than Rs 2 (Two) crores.The bidder shall furnish audited balance sheet along with profit & loss account <strong>for</strong>last three years.Techno-Commercial :-(B) Bidder Should be manufa<strong>ct</strong>urer only who have designed, manufa<strong>ct</strong>ured, tested andsupplied capacity of such tendered equipment.(C) The bidder must not be anticipating any ownership change during the period fromthe bid submission to two and half years after <strong>com</strong>mercial operation defined assuccessful <strong>com</strong>pletion of <strong>com</strong>missioning and acceptance.(D) The Bidders shall be required to keep their offers valid up to 180 days fromthe date of opening of bids.(E) The Bidder shall meet the minimum qualification criteria mentioned in the biddocument and shall furnish documentary evidence in support of the qualifyingrequirement.(F) The bidder who has failed to execute the CESU order earlier is not eligible toparticipate.Technical :-(F) Bidder shall have adequate provision of design, manufa<strong>ct</strong>ure and testing procedureincluding quality control of the whole current meter similar to the tender<strong>specification</strong> or higher class of accuracy & high current.G) Bidder shall have supplied Similar whole current meters ( both current rating &accuracy class)of the tendered quantity during last three financial years to variousutilities.(H) The Bidder shall furnish Type Test Reports. The type test must have been carriedout in an independent National laboratory as per the relevant IS not earlier thanfive years from the date of opening of bid. The Bids received without type testreports will be treated as Non-responsive.(I)Details of supply made of similar items in the past three years to various utilitieswith documentary evidence and user’s certificate must be enclosed evidencing thequantity supplied.9.0 Notwithstanding anything stated above, CESU reserves the right to review thebidder’s capability to execute the contra<strong>ct</strong>, be<strong>for</strong>e award of contra<strong>ct</strong>s.10.0 CESU at its discretion may relax the minimum qualifying criteria <strong>for</strong> bidders, inconsideration of certain items like outstanding per<strong>for</strong>mance of their meter suppliedto various utilities in past , timely delivery, trouble free service, after sales serviceand proven integrity of bidders etc.11.0 CESU reserves the right to cancel /withdraw the invitation <strong>for</strong> bids without assigningany reasons and shall bear no liability whatsoever consequent upon such a decision.12.0 Telex, telegraphic or in-<strong>com</strong>plete offers shall be reje<strong>ct</strong>ed outright.13.0 The correspondence with regard to the above shall be made at the following address:Chief General Manager (PURCHASE & STORES)Central Ele<strong>ct</strong>ricity Supply Utility of Orissa2 nd Floor, IDCO Towers, JanpathBhubaneswar – 751 022Tel: 0674 – 25456816 of 53


INSTRUCTIONS TO BIDDERS1.0 SCOPE:This <strong>specification</strong> covers the design, manufa<strong>ct</strong>uring, testing, supply & deliveryof 3PH,4W,Static,Class-1.0, 20-100A,ISI Marked Whole Current Meters withRF Communication facilities & Boxes <strong>for</strong> consumer metering at central storeof CESU Bhubaneswar under MR Head.2.0 QUALITY STANDARDS:Quality of produ<strong>ct</strong> must adhere to our <strong>technical</strong> <strong>specification</strong>. The materialsshall confirm in all respe<strong>ct</strong>s to highest standards of engineering, design,workmanship, this <strong>specification</strong> and the latest revisions of relevant Indianstandards, at the time offer and the Purchaser shall have the power to reje<strong>ct</strong>any work or material, which, in his judgment is not in full con<strong>for</strong>mity to thestandards <strong>specification</strong>.3.0 COST OF BIDDING:The bidder shall bear all costs associated with the preparation andsubmission of the bid and the Central Ele<strong>ct</strong>ricity Supply Utility of Orissahereinafter referred to as the Purchaser will in no case be responsible or liable<strong>for</strong> those costs, regardless of the condu<strong>ct</strong> or out<strong>com</strong>e of the bidding process.4.0 CONTENT OF BIDDING DOCUMENTS:In addition to the notice inviting bids, the Bidding Documents include:a. Instru<strong>ct</strong>ion to bidders.b. General Conditions of Contra<strong>ct</strong>c. Qualification requirementsd. Technical <strong>specification</strong>se. Price Schedules & Schedule of Bidsf. Delivery Scheduleg. Abstra<strong>ct</strong> of General terms & conditions.h. Contra<strong>ct</strong> Per<strong>for</strong>mance B.G. <strong>for</strong>mat.The bidder is expe<strong>ct</strong>ed to examine all instru<strong>ct</strong>ions, <strong>for</strong>ms, terms and<strong>specification</strong> in the bidding documents. Failure to furnish all in<strong>for</strong>mationrequired by the bidding documents, the so submitted shall <strong>com</strong>e under nonresponsivecategory & liable <strong>for</strong> reje<strong>ct</strong>ion.5.0 SUBMITTAL OF DOCUMENTSa. Tender Cost & EMD Money.b. Technical bid in sealed cover.c. Price bid in sealed coverd. Abstra<strong>ct</strong> of GCTCe. Scheduled bid of <strong>technical</strong>f. Non Compliance scheduleg. Type test reporth. Audited annual accounts.i. Guaranteed Technical Particularsj. Document required <strong>for</strong> minimum qualifying requirement.6.0 CLARIFICATION ON BIDDING DOCUMENTS:A prospe<strong>ct</strong>ive Bidder requiring any clarification of the Bidding Documentsmay notify the Purchaser in writing or by fax at the Purchaser’s mailingaddress given below . The Purchaser will respond in writing to any request <strong>for</strong>clarification of the Bidding Documents that it receives not later than 10 daysprior to the date <strong>for</strong> submission of bids prescribed by the Purchaser. Writtencopies of the Purchaser’s response including an explanation of the query butwithout identifying the source of inquiry will be sent to all prospe<strong>ct</strong>ive Biddersif required, who have purchased the Bidding Documents.7 of 53


Address:Chief General Manager (PURCHASE & STORES)Central Ele<strong>ct</strong>ricity Supply Utility of Orissa.2 nd Floor, IDCO Tower, Janpath,Bhubaneswar – 751022Tel: 0674 – 2545681,2542895Fax: 0674-25431257.0 AMENDMENT TO BIDDING DOCUMENTS:7.1 At any time not latter than 10(ten) days prior to the deadline of submission ofbids, the Purchaser may <strong>for</strong> any reason whether at his own initiative or inresponse to a clarification requested by a prospe<strong>ct</strong>ive Bidder modify theBidding documents by amendment.7.2 The amendment will be notified in writing or by fax to all prospe<strong>ct</strong>ive Bidderswho have received the Bidding Documents and shall be binding on them.7.3 In order to allow prospe<strong>ct</strong>ive Bidders reasonable time within which to take theamendments into account in preparing their bids, the Purchaser may, at hisdiscretion, extend the deadline <strong>for</strong> the submission of bids.8.0 MODE OF BIDING AND DOCUMENTS COMPRISING BID:The bidding shall be on two part basis. The first part shall pertain to techno<strong>com</strong>mercialaspe<strong>ct</strong>s of the bid in a appropriate schedules, declaration sheets,Deviation schedules, detailed <strong>technical</strong> data/literature, Guaranteed Technicalparticulars besides EMD & sample meters asked <strong>for</strong>.The second part shall deal with bid price in appropriate schedules &<strong>for</strong>mat.Each of the parts shall be kept in separate sealed covers & these in turn shallbe kept in large/sealed envelope <strong>for</strong> submission.9.0 Prices:The quoted ex works price shall be firm during the validity period. The pricebid shall be valid <strong>for</strong> 180 days from the date of opening of <strong>technical</strong> bid. Thepurchaser may ask the bidder to submit the revised price bid only after expiryof the validity period of the original price bid. However, the purchaser reservesthe right to negotiate the offer price with the eligible bidder be<strong>for</strong>e placing theorder.Supplementary/revised price offer submitted by the bidder(s) after duedate of opening of the <strong>technical</strong> bid shall not be considered,unless asked byCESU.10.0 LATE BIDS:Any bid &/or samples sought <strong>for</strong> received by the Purchaser after the deadline<strong>for</strong> submission of bids prescribed by the Purchaser, will be reje<strong>ct</strong>ed and/orreturned unopened by the Purchaser.11.0 PRELIMINARY EXAMINATION:11.1 The Purchaser will examine the bids to determine <strong>com</strong>pleteness,<strong>com</strong>putational errors if any, whether required EMD have been furnished,whether the documents have been properly signed, and whether the bids aregenerally in order.11.2 Arithmetical errors will be re<strong>ct</strong>ified on the following basis. If there is adiscrepancy between the unit price and the total price that is obtained bymultiplying the unit price and quantity, the unit price shall prevail and thetotal price shall be corre<strong>ct</strong>ed. If the Bidder does not accept the corre<strong>ct</strong>ion of8 of 53


the errors, his bid will be reje<strong>ct</strong>ed. If there is a discrepancy between wordsand figures, the amount in words shall prevail.11.3 Prior to the detailed evaluation, the purchaser will determine the substantialresponsiveness of each bid in line with the Bidding Documents. For purposeof these Clauses, a substantially responsive bid is one, which con<strong>for</strong>ms to allthe terms and conditions of the Bidding Documents without materialdeviations& whose sample meters will be approved. The Purchaser’sdetermination of a bid’s responsiveness will be based on the contents of thebid itself without recourse to extrinsic evidence.11.4 A bid determined as not substantially responsive will be reje<strong>ct</strong>ed by thePurchaser and may not subsequently be made responsive by the Bidder bycorre<strong>ct</strong>ion of the non-con<strong>for</strong>mities.11.5 The purchaser may waive any minor in<strong>for</strong>mality or non-con<strong>for</strong>mity orirregularity in a bid, which does not constitute a material deviation, providedsuch waiver, does not prejudice or affe<strong>ct</strong> the relative ranking of any Bidder.12.0 CONTACTING THE PURCHASER:No Bidder shall conta<strong>ct</strong> the Purchaser on any matter relating to its bid,from the time of the bid opening to the time the contra<strong>ct</strong> is awarded unlessrequested by the purchaser <strong>for</strong> any clarification, in writing.Any ef<strong>for</strong>t by a Bidder to influence the Purchaser in the Purchaser’s Bidevaluation, bid <strong>com</strong>parison or contra<strong>ct</strong> award decision may result in thereje<strong>ct</strong>ion of the Bidder’s bid.13.0 PURCHASER’S RIGHT TO VARY QUANTITIES AT TIME OF AWARD:The Purchaser reserves the right at the time of award of contra<strong>ct</strong> to increaseor decrease by up to 20% of quantity of goods and services specified in theSchedule of Requirement without any change in price or other terms andconditions.14.0 The Purchaser reserves the right to accept or reje<strong>ct</strong> any Bid, and to annul theBidding process and reje<strong>ct</strong> all Bids at any time prior to award of contra<strong>ct</strong>,without thereby incurring liability to affe<strong>ct</strong>ed Bidders or any obligation toin<strong>for</strong>m the affe<strong>ct</strong>ed Bidder on the grounds <strong>for</strong> the Purchaser’s a<strong>ct</strong>ion.15.0 ISSUE OF PURCHASE ORDER:After bid evaluation, the purchaser will place the purchase order to the most<strong>com</strong>petitive successful bidder. Within 15 days of receipt of purchase orderbidder will furnish the per<strong>for</strong>mance BG as per requirement in the stipulated<strong>for</strong>mat, failing which the purchaser will cancel the purchase order withoutassigning any reason thereof & <strong>for</strong>feiting the EMD.The firm quoting with better <strong>specification</strong> may be preferred.16.0 NOTIFICATION OF AWARD:16.1 Prior to expiry of the bid validity, the Purchaser will notify the successfulBidder in writing by registered letter or by cable or telex or Fax, to beconfirmed in writing by registered letter, that its bid has been accepted.16.2 Upon the successful Bidder’s furnishing of per<strong>for</strong>mance security, thepurchaser will promptly notify each unsuccessful Bidder and will dischargeits Earnest Money.9 of 53


17. Award Criteria:The Purchaser will award the contra<strong>ct</strong> to the successful Bidder / Bidderswhose bid has / have been determined to be substantially responsive.Negotiation if necessary would be held limiting to L4 only and specifiedquantities will be ordered on different firms to meet the requirements of theCESU.Where negotiations are held, the following pattern of distribution of quantities may beadopted while placing orders after evaluating the per<strong>for</strong>mance of the other bidder(s),provided other bidder (s) agree to match L1 price ( if the tax rate / stru<strong>ct</strong>ure aresame <strong>for</strong> the bidder(s),else other bidder(s) shall match with unit ex worksprice of L1 bidder as base price & applicable taxes shall be loadedaccordingly).I. When the sources of supply are two Percentage distribution between L1 &L2a. When there are two identical L1 offers 50 : 50b. When negotiation with L1 and L2 70 : 30II. In case of three sources 50 : 30 : 20III. In case of four sources 50 : 25 : 15 : 10However it is not binding on CESU to accept the lowest or any other Bid. Itreserves the right to place orders on different Bidders.18. EVALUATION OF BIDThe bid Price of the <strong>technical</strong>ly & <strong>com</strong>mercially qualified (including samplemeter) bidder shall be evaluated.The firms have to quote <strong>for</strong> full quantity. Bids will be cancelled if not offered<strong>for</strong> full quantity.19.0 EXTENSION OF ORDER:-The CESU reserves the right to place an extension order <strong>for</strong> any additionalquantity to the extent of 20% quantity of the original order on the same ratesterms and conditions within six months from the date of order aftercon<strong>for</strong>ming the supply of the materials from the party received during thedelivery period.________________ xxxxx____________________10 of 53


GENERAL CONDITIONS OF CONTRACT1.0 Sealed tenders in duplicate on prescribed <strong>for</strong>ms are invited from reputedmanufa<strong>ct</strong>ures only <strong>for</strong> supply of 3PH,4W,Static,Class-1.0, 20-100A,ISIMarked Whole Current Meters with RF Communication facilities & Boxes asper <strong>specification</strong> attached .2.0 This work shall include but not be limited to the following work:Manufa<strong>ct</strong>uring, Testing, Supply, and Delivery of <strong>static</strong> Energy meters asrequired under the schedule.It is not the intent to specify <strong>com</strong>pletely herein all the details of the design andconstru<strong>ct</strong>ion of material. The material shall, however, con<strong>for</strong>m in all respe<strong>ct</strong>sto high standards of engineering, design and workmanship and shall becapable of per<strong>for</strong>ming <strong>for</strong> continuous operation in a manner acceptable to thepurchaser, who shall interpret the meanings of drawings and <strong>specification</strong>and shall have the power to reje<strong>ct</strong> any work or material which in his judgmentis not in accordance therewith.3.0 Sealed tender in duplicate should be submitted in a sealed envelope. Thename of the firm, tender Notice No., Due date & details of the Earnest Moneyshould be clearly indicated on the cover of the envelope and addressed to theChief General Manager, (PURCHASE & STORES) Central Ele<strong>ct</strong>ricity SupplyUtility of Orissa, 2nd Floor, IDCO Tower, Bhubaneswar Orissa-751022. All thepackets shall be kept in a big envelope.4.0 The tender will be opened in presence of such of those tenderers or theirauthorized representatives as may desire to be present on the due date andtime. Tenders received after the due date and time will be reje<strong>ct</strong>ed.5.0 Deposit of Earnest Moneya) Tender must be ac<strong>com</strong>panied with an Earnest Money of Rs.92,000.00failing which the tender will be reje<strong>ct</strong>ed.b) The Earnest Money should be deposited as per the clause no. 5.0 ofIFB. (Invitation <strong>for</strong> Bid)c) Cheque is not acceptable towards deposit of Earnest Money. Tenderac<strong>com</strong>panied with cheque on account of Earnest Money will beconsidered without earnest money and will be reje<strong>ct</strong>ed.d) No earnest money will be accepted after opening of the tender.e) Details of the earnest money should be indicated on the cover of theenvelope; otherwise the tender will not be opened and returned to theparty.f) The earnest money shall be <strong>for</strong>feited in case of non-execution of ordersor if successful tenderer fails to accept the purchase order..6.0 The authorities reserve the right to cancel the order contra<strong>ct</strong> in part orfull <strong>for</strong> default or delayed supply or supply of sub-standard materials withoutassigning any reason. The authority reserves the right of verifying thetenderer’s credentials, qualifying conditions, manufa<strong>ct</strong>uring capacities, pastper<strong>for</strong>mance, testing facilities etc. to satisfy the tenderer’s capacity inparticipating in the bid.11 of 53


7.0 Price:Prices in figure and the words must be quoted in CESU’s prescribed pro<strong>for</strong>maof price schedule on the firm price basis only, indicating therein clearly andseparately Ex-fa<strong>ct</strong>ory price, freight up to F.O.R. destination in Orissa, underthe jurisdi<strong>ct</strong>ion of CESU, as may be required indicating all taxes and dutieswith applicable rates. The responsibility of safe delivery will rest with thesupplier .The prices must be quoted in INR.8.0 Insurance:The Insurance will have to be underwritten with the any subsidiary of GIC ofIndia except National Insurance Company. As such Insurance premiumshould be included in the quoted price.9.0 Import License:Import License cannot be arranged by CESU <strong>for</strong> such of these materials whichare under banned category of import. When import is desired to be effe<strong>ct</strong>ed bythe tenderers under their own quota, license, the value of quota specificallyavailable against the tender should be stated. In case of availability ofsuitable, indigenously available materials, the same will be preferred.10.0 Tests:Tests will have to be condu<strong>ct</strong>ed on the materials in case an order is placed.The tests that will be condu<strong>ct</strong>ed on the materials as per relevant BIS/ Tender<strong>specification</strong> stated in the tender. Each unit of the materials shall besubje<strong>ct</strong>ed to the tests prescribed in the relevant standard (latest edition)be<strong>for</strong>e supply is affe<strong>ct</strong>ed. Untested materials will not be accepted. Thecertificates of type tests should also be submitted with the tender. Thetenderer has to submit the Quality Assurance Plan (QAP) to be followed <strong>for</strong>the manufa<strong>ct</strong>uring and testing of meters.11.0 Guaranteed particulars:The per<strong>for</strong>mance particulars as required in the <strong>specification</strong> should be sentalong with the tender. Other details not specified but otherwise necessary mayalso be given.12.0 Past Experience:Past experiences and per<strong>for</strong>mance certificate received in respe<strong>ct</strong> of these typesof materials supplied earlier shall have to be submitted with the tender,including their per<strong>for</strong>mance certificate. The Bidders must have supplied inany one year of this tendered quantity during last three years.13.0 Deviation from <strong>specification</strong>:Any Deviation from the specified <strong>specification</strong>s or improvement over the<strong>specification</strong> should be stated in the offer in the enclosed Non-ComplianceSchedule <strong>for</strong>mat. Any specific provision on the meters, which improves itsquality, should be indicated separately.14.0 In<strong>com</strong>e-Tax & Sales Tax:An attested copy of In<strong>com</strong>e Tax clearance certificates and sales taxclearance certificates of 2009-10 (AY) should ac<strong>com</strong>pany the tender. CentralSales Tax Registration no. of the tenderer should also be stated.15.0 Technical particulars & drawinga) The detailed dimensioned drawing will have to be furnished with thetender in case it is applicable.12 of 53


) In<strong>com</strong>plete tenders which do not contain full details, <strong>technical</strong>particulars, dimensions, literatures, price of all items, delivery periodQAP, delivery schedule-bar Chart etc, will be reje<strong>ct</strong>ed.16.0 Progress Report:The supplier will have to submit <strong>for</strong>tnightly progress report in line withaccepted delivery schedule to the Chief General Manager (PURCHASE &STORE). Central Ele<strong>ct</strong>ricity Supply Utility of Orissa Ltd., every monthfollowing the month in which the order is placed , on the progress made bythe supplier towards proper execution of this order.17.0 Per<strong>for</strong>mance Bank Guarantee.17.1 The successful bidder will have to submit Per<strong>for</strong>mance Bank Guaranteeamounting to 10% of the contra<strong>ct</strong> value within 30 days from the date of issue ofaward of contra<strong>ct</strong>. This per<strong>for</strong>mance Guarantee should remain valid <strong>for</strong> aperiod of 3 months over & above the guarantee obligation of 72 monthsfrom the date of last despatch. This per<strong>for</strong>mance Bank Guarantee should bedrawn from a Nationalised Bank in favour of CESU payable at Bhubaneswar inthe prescribed <strong>for</strong>mat on a non Judicial stamp paper worth Rs 100/-. In case offailure to furnish per<strong>for</strong>mance BG, as per CESU <strong>for</strong>mat, an amount equivalent to10% (ten percent) of the total contra<strong>ct</strong> price shall be dedu<strong>ct</strong>ed from the firms bill& same shall be released after submission & approval of <strong>com</strong>posite BankGuarantee or expire of Guarantee period which ever is earlier.In case of delivery extension, BG to be extended accordingly.18.0 Terms of payment.18.1 100% payment will be released <strong>for</strong> each consignment along with taxes withinthirty days after receipt/verification of materials in good condition at the storeand due inspe<strong>ct</strong>ion/testing thereof, subje<strong>ct</strong> to approval of guaranteecertificate, test certificate & submission of Composite Per<strong>for</strong>mance BankGuarantee (amounting to 10% of the contra<strong>ct</strong> value),copy of extension of duedate of delivery if any at this office and after due certification and replacementof defe<strong>ct</strong>ive materials if any. The total price of defe<strong>ct</strong>ive materials (if any) notreplaced shall be dedu<strong>ct</strong>ed from the final payment.18.2 When the supplier does not at any time, fulfill his obligations in replacing /re<strong>ct</strong>ifying etc. of the damaged / defe<strong>ct</strong>ive materials in part or whole promptlyto the satisfa<strong>ct</strong>ion of the CESU, the CESU reserves the right not to accept thebills against subsequent dispatches made by the supplier and only thesupplier will be responsible <strong>for</strong> any demurrages, wharf ages or damageoccurring to the consignments so dispatched.19.0 Consignee / Paying AuthoritySDO Ele<strong>ct</strong>rical Store Sub Division Bhubaneswar is the consignee of thematerial <strong>for</strong> accounting purpose & Manager Ele<strong>ct</strong>rical Store Division, Cuttackis the paying officer.20.0. Guarantee:In the event of any defe<strong>ct</strong> in the materials arising out of faulty design inferiorquality of raw materials and bad workmanship within a period of 72 monthsof last supply, the Bidder shall guarantee to replace or repair to thesatisfa<strong>ct</strong>ion of the purchaser the defe<strong>ct</strong>ive parts at site free of any cost toCESU. Should however, the Bidder fails to do so within a reasonable time, thepurchaser reserves the right to effe<strong>ct</strong> repair or replacement and recovercharges <strong>for</strong> repair or replacement from the Bidder by encashment ofper<strong>for</strong>mance Bank Guarantee.13 of 53


21.0 Inspe<strong>ct</strong>ion21.1 The supplier will keep the Purchaser in<strong>for</strong>med in advance of the time of thestarting and the progress of manufa<strong>ct</strong>ure of equipment in its various stages sothat arrangement could be made <strong>for</strong> inspe<strong>ct</strong>ion. The customer hold points will bedefined at the time of issue of final order. The accredited representative of the CESUwill have access to the supplier’s or his subcontra<strong>ct</strong>or’s work at any timeduring working hours <strong>for</strong> the purpose of inspe<strong>ct</strong>ing the materials duringmanufa<strong>ct</strong>uring of the materials / equipment and testing and may sele<strong>ct</strong> testsamples from the materials going into plant and equipment. The supplier willprovide the facilities <strong>for</strong> testing such samples at any time including access todrawings and produ<strong>ct</strong>ion data at no charge to Purchaser. As soon as thematerials are ready the supplier will duly send intimation to CESU by Regd.Post and carry out the tests in the presence of representative of the CESU. IfCESU feels necessary may sele<strong>ct</strong> one sample from the lot at fa<strong>ct</strong>ory to send <strong>for</strong>testing at CPRI/NTL or any other standard laboratory. In this case allinspe<strong>ct</strong>ion & testing charges in this conne<strong>ct</strong>ion will be borne by the supplier.21.2 The CESU may at its option get the materials inspe<strong>ct</strong>ed by the third party if itfeels necessary and all inspe<strong>ct</strong>ion charges in this conne<strong>ct</strong>ion will be borne bythe supplier.21.3 The dispatches will be affe<strong>ct</strong>ed only if the test results <strong>com</strong>ply with the<strong>specification</strong>. The dispatches will be made only after the inspe<strong>ct</strong>ion by theCESU Officer is <strong>com</strong>pleted to the CESU satisfa<strong>ct</strong>ion or such inspe<strong>ct</strong>ion iswaived by the <strong>com</strong>petent authority.21.4 The acceptance of any quantity of materials will in no way relieve the supplierof its responsibility <strong>for</strong> meeting all the requirements of this <strong>specification</strong> andwill not prevent subsequent reje<strong>ct</strong>ion if such materials are later found to bedefe<strong>ct</strong>ive or deviation from <strong>specification</strong>/IS.21.5 The supplier will give 15 days advance intimation to enable the Purchaserdepute his representative <strong>for</strong> witnessing the acceptance and routine tests.21.6 Should any inspe<strong>ct</strong>ed or tested materials / equipment fail to con<strong>for</strong>m to the<strong>specification</strong>, the Purchaser may reje<strong>ct</strong> the materials and supplier will eitherreplace the reje<strong>ct</strong>ed materials or make alterations necessary to meet<strong>specification</strong>s requirements free of costs to the Purchaser.21.7 After deliver of materials at CESU Store the materials may be verified/retestedin full or taking random samples be<strong>for</strong>e acceptance. In case of any deviationto the <strong>specification</strong>, GTP,IS found during the tests the lot will be reje<strong>ct</strong>ed orwill be replaced by supplier.22.0 Random Sample test after delivered at store.The consignment of meters received at area Stores shall be accepted only aftertesting of meters at any nationalized laboratory, at purchaser’s laboratory or anyother standard laboratory and the testing charges will be borne by thesupplier. Samples of meters shall be sele<strong>ct</strong>ed randomly from a lot of meterssupplied and sent to Purchasers Lab., CPRI or any other standard laboratory <strong>for</strong>acceptance test as per relevant ISS,CBIP Report and as per procedure TechnicalSpecification. If the sample fails in the above tests, the entire lot will be reje<strong>ct</strong>ed.The following tests will be carried out at the Purchaser’s laboratory.1-Test of Starting Condition.2-Test of no load condition.3-Test of Limits of error.4-Test of Repeatability of error.14 of 53


5-Test of meter constant.Other tests6-Software, tamper test, test <strong>for</strong> influence quantities(voltage variation) & displayparameters.23.0 Dispatch:23.1 The manufa<strong>ct</strong>ure after receiving dispatch clearance from the respe<strong>ct</strong>iveinspe<strong>ct</strong>ion Authority/Purchaser should deliver the equipment/materialssuitably packed to CESU designated Stores. The materials are to be suitablepacked and fully insured against all risks and to be delivered as per dispatchinstru<strong>ct</strong>ion to be <strong>com</strong>municated in due course. Immediately after dispatch ofmaterials/equipment., the Bidder should notify the purchaser and consigneeofficer about value of consignment, weight and dimension of consignment byfax and post copy by courier/registered Post, the relevant documents on thestrength of which the consignment can be taken delivery at destination.23.2 Materials/ equipment as per dispatch clearance should have to be dispatchedwithin the stipulated period of the order and inspe<strong>ct</strong>ion of further lots againstthe said order will be arranged after receipt of confirmation regarding physicaldelivery to our stores by the inspe<strong>ct</strong>ion authority.23.3 In case the inspe<strong>ct</strong>ed materials/ equipment are not delivered within onemonth after the stipulated physical delivery period, without any valid reasons,the dispatch clearance already issued against the said lot should beconsidered to be withdrawn and material/ equipment should have to reoffered<strong>for</strong> inspe<strong>ct</strong>ion and testing and re-testing charges will be livable suchcases also.24.0 Packing:The materials shall have to be packed suitably in transportable lots asindicated in the <strong>technical</strong> <strong>specification</strong>. Due care shall have to be ensuredduring transportation to keep the packing and seal inta<strong>ct</strong> <strong>for</strong> acceptance byconsignee stores.25.0 Delivery:The entire quantity mentioned at Clause 2.0 (IFB shall be delivered within 90days from the issue of order. However, the due date of delivery may beextended with the approval from the authority be<strong>for</strong>e submission of bills, elsepenalty as per the LD Clause dedu<strong>ct</strong>ed from the bill shall not be refunded.The materials should reach the destination store within the stipulatedperiod from the date of issue of dispatch clearance otherwise L.D.will be leviedas per L.D. Clause.26.0 a) Liquidated Damage <strong>for</strong> Delay in Delivery.The time of delivery of the materials are to be treated as essence of thecontra<strong>ct</strong> and CESU reserves the right to repudiate the contra<strong>ct</strong> if thematerials are not delivered / physically dispatched within stipulated periodfrom the date of issue of dispatch clearance. Purchaser may at his discretionwaive this conditions or imposition of liquidated damage@ ½ % of the value ofthe material of the particular lot offered/ delivered beyond the scheduledelivery period <strong>for</strong> each week of delay or part thereof up to a maximum limitof 5 % of the value of materials of that particular lot and accept the goodsbeyond the stipulated delivery period. Any liquidated damage, if involved, willbe recovered from the outstanding bills/Per<strong>for</strong>mance Bank Guarantee.15 of 53


) Liquidated damage <strong>for</strong> non repair of the defe<strong>ct</strong>ive materials duringGuarantee Period.The firm shall lift & repair the materials within 60 days from the date of issueof the letter <strong>for</strong> repairing within guarantee period. Else the same shall berepaired by the CESU & 1.5 times of the cost so incurred shall be recoveredfrom the outstanding bill or bank guarantee of the firm.27.0 Prices:The price schedule and the schedule of bids are indicated in Price scheduleFormat, which should be properly filled up and submitted along with the Bidfailing which the tender is liable to be cancelled. The Price quoted should befirm.28.0 Quantity:The quantities mentioned in tender schedules are provisional. The purchaserreserves the right to vary the quantities.29.0 Risk Purchase:The time of delivery or physical dispatch stipulated in the purchase ordershall deemed to be the essence of the contra<strong>ct</strong> and if the Bidder fails todeliver or dispatch any consignment within the period prescribed <strong>for</strong> suchdelivery or dispatch in the said purchase order/ letter of intent, thepurchaser shall be entitled to purchase such consignment or if not available,the best and nearest available substitute elsewhere on the account and at therisk of the Bidder or to cancel the purchaser and Bidder shall be liable to<strong>com</strong>pensate <strong>for</strong> any loss or damage which the purchaser may sustain byreason of such failure on the part of the Bidder.30.0 Acceptance of OrderThe purchaser will <strong>com</strong>municate acceptance of tender to the successfulBidder or his authorized agent by a <strong>for</strong>mal order. The successful tenderer will<strong>com</strong>municate the acceptance of the order, so as to reach the purchaser within15(fifteen) days from the date of issue of the said order. If the acceptance o<strong>for</strong>der is not received within the above period, then the earnest money againstthe tender is liable to be <strong>for</strong>feited.31.0 Force Majeure:The Supplier will not be liable <strong>for</strong> <strong>for</strong>feiture of its per<strong>for</strong>mance security,penalty <strong>for</strong> late delivery, or termination <strong>for</strong> default if and to the extent that itsdelay in per<strong>for</strong>mance or other failure to per<strong>for</strong>m its obligations under theConta<strong>ct</strong> is the result of an event of Force Majeure.31.1 For purposes of this clause, "Force Majeure" means an event beyond thecontrol of the Supplier and not involving the Supplier's fault or negligence andnot <strong>for</strong>eseeable. Such events may include, but are not restri<strong>ct</strong>ed to, wars orrevolutions fires, floods, epidemics, quarantine restri<strong>ct</strong>ions, and freightembargoes.31.2 If a Force Majeure situation arises, the supplier will promptly notify thePurchaser in writing of such condition and the cause thereof. Unlessotherwise dire<strong>ct</strong>ed by the Purchaser in writing, the Supplier will continue toper<strong>for</strong>m its obligations under the Contra<strong>ct</strong> as far as is reasonably pra<strong>ct</strong>ice,and will seek all reasonable alternative means <strong>for</strong> per<strong>for</strong>mance not preventedby the Force Majeure event.No price variance will be allowed during the period of <strong>for</strong>ce measure.16 of 53


32.0 Termination <strong>for</strong> Default32.1 The Purchaser, without prejudice to any other remedy <strong>for</strong> breach of Contra<strong>ct</strong>,by written notice of default sent to the Supplier, may terminate this Contra<strong>ct</strong>in whole or in part:i. If the Supplier fails to deliver any or all of the Materials / equipmentwithin the period(s) specified in the Contra<strong>ct</strong>, or within any extensionthereof granted by the Purchaser.ii. If the Supplier fails to per<strong>for</strong>m any other obligation(s) under the Contra<strong>ct</strong>.iii. If the Supplier, in the judgment of the Purchaser has engaged incorrupt orfraudulent pra<strong>ct</strong>ices in <strong>com</strong>peting <strong>for</strong> or in executing the Contra<strong>ct</strong>.32.2 In the event the Purchaser terminates the Contra<strong>ct</strong> in whole or in part, thePurchaser may procure, upon such terms and in such manner, as it deemsappropriate, Materials / equipment or services similar to those undelivered,and the Supplier will be liable to the Purchaser <strong>for</strong> any excess costs <strong>for</strong> suchsimilar Materials / equipment or Services. However, the Supplier willcontinue per<strong>for</strong>mance of the Contra<strong>ct</strong> to the extent not terminated.33.0 Termination <strong>for</strong> InsolvencyThe Purchaser may at any time terminate the Contra<strong>ct</strong> by giving writtennotice to the Supplier if the Supplier be<strong>com</strong>es bankrupt or otherwiseinsolvent. In this event, termination will be without <strong>com</strong>pensation to thesupplier, provided that such termination will not prejudice or not affe<strong>ct</strong> anyright of a<strong>ct</strong>ion or remedy, which has accrued or will accrue thereafter to thePurchaser.34.0 Termination <strong>for</strong> Convenience34.1 The Purchaser, by written notice sent to the Supplier, may terminate theContra<strong>ct</strong>, in whole or in part, at any time <strong>for</strong> its convenience. The notice oftermination will specify the termination is <strong>for</strong> the Purchaser's convenience,the extent to which per<strong>for</strong>mance of the supplier under the Contra<strong>ct</strong> isterminated, and date upon which termination be<strong>com</strong>es effe<strong>ct</strong>ive.34.2 However the Materials / equipment that are <strong>com</strong>plete and ready <strong>for</strong> shipmentwithin thirty (30) days after the supplier's receipt of notice of termination willbe accepted by the Purchaser at the Contra<strong>ct</strong> terms and prices.35.0 Arbitration:All the disputes arising in conne<strong>ct</strong>ion with the present contra<strong>ct</strong> shall besettled amicable by mutual consultation, falling which shall be finally settledas per the rules of Arbitration & Conciliation A<strong>ct</strong>,1996 at the discretion ofPurchaser. The Jurisdi<strong>ct</strong>ion of arbitration shall be at Bhubaneswar, Orissa,India Only.36.0 Applicable LawThe applicable law shall be that of Union Govt. of India.37.0 Governing LanguageThe Governing Language shall be only English.38.0 Amendment to purchase order:No variation in our modification of the Terms of purchase order shall be madeexcept by written amendment signed by both the parties (Purchaser andsupplier).17 of 53


39.0 Conta<strong>ct</strong> PersonBe<strong>for</strong>e issue of purchase order, successful bidder must declare the name andtelephone number of the authorized person to be conta<strong>ct</strong>ed <strong>for</strong> execution ofthe purchase order.39.1 The bidder should provide detailed in<strong>for</strong>mation regarding any litigation orarbitration arising out of purchase order <strong>com</strong>pleted by them or underexecution by them over last 5 years.40.0 Validity of the OrderWith out amends to any of the terms mentioned above, the purchase ordershall remain valid up to 10 weeks beyond the last date of delivery. Henceorder <strong>for</strong> the quantity of materials not delivered within the validity period shallbe treated as cancelled with out any further correspondence.XXXXXXXXXXXXXXXXXXXX18 of 53


TECHNICAL SPECIFICATION FOR ISI MARKED WHOLECURRENT 3 PH, 4-WIRE STATIC WATT-HOUR METERS WITH RFFACILITIES & BOXES1.0 SCOPEThis <strong>specification</strong> covers the design, engineering, manufa<strong>ct</strong>ure, assembly, inspe<strong>ct</strong>ion,testing at manufa<strong>ct</strong>urer’s works be<strong>for</strong>e despatch, supply and delivery at destinationstore of DISCOM’s, indoor / outdoor type of A.C. whole current Three Phase, 4-Wire,ISI Marked, 20-100 A Static Energy Meters <strong>for</strong> measurement of a<strong>ct</strong>ive energy (kWh)with initial and sustained accuracy of class 1.0 <strong>for</strong> solidly earthed system withbalanced and unbalanced loads <strong>for</strong> power fa<strong>ct</strong>or range of zero to unity (lagging) andunity (leading).The above meters shall be supplied in a pilfer proof box which shall be weather proofmade out of polycarbonate/SMC with flame retardant properties. The meter and boxshould be supplied in suitable packing so as to withstand transit shocks.It is not the intention to specify herein all the details of the design and constru<strong>ct</strong>ionof meter. However, the meter shall con<strong>for</strong>m in all respe<strong>ct</strong>s to high standards ofengineering, design and workmanship and shall be capable of per<strong>for</strong>ming continuous<strong>com</strong>mercial operation, in a manner acceptable to the purchaser, who will interpretthe meaning of drawings and <strong>specification</strong> and shall have the power to reje<strong>ct</strong> anywork or material which in his judgment is not in accordance therewith. The offeredmeter shall be <strong>com</strong>plete with all <strong>com</strong>ponents necessary <strong>for</strong> their effe<strong>ct</strong>ive and troublefree operation.2.0 SERVICE CONDITIONSThe meters to be supplied shall be suitable <strong>for</strong> satisfa<strong>ct</strong>ory continuous operationunder the following service conditions: -1. Maximum ambient temperature : 50 °C2. Maximum ambient temperature in closed box: 60 ° C3. Maximum ambient temperature in shade : 45 °C4. Relative Humidity : 10 to 95%5. Maximum annual rainfall : 1450 mm 26. Maximum wind pressure : 150 kg/m.sq.7. Maximum altitude above mean seal level : 1000 meters8. Isoceraunic level : 50 days/year9. Seismic level (Horizontal acceleration) : 0.3g10. Permitted noise level : 45 dB11. System of earthing : Solidly ground12. Moderately hot and humid tropical climate19 of 53


3.0 APPLICABLE STANDARDSThe specified meters should be of 1.0 accuracy class and confirm the followingIndian and international standard <strong>specification</strong>s. In case, certain details are notcovered in this <strong>specification</strong>, any other Indian /International standard applicable,may be specified and adopted.1 IEC 62053-21 A.C. Static watt hour meters <strong>for</strong> a<strong>ct</strong>ive energy(Class 1 & 2)2 IS 12063 Specification <strong>for</strong> degree of prote<strong>ct</strong>ion3 IS 13779 A.C. <strong>static</strong> watthour meters <strong>for</strong> a<strong>ct</strong>ive energy(class 1 & 2)4 IS 9000 Basic environmental testing procedure <strong>for</strong>ele<strong>ct</strong>ronic and ele<strong>ct</strong>rical items5 CBIP Tech report 88(July 96) with latestamendmentsSpecification <strong>for</strong> AC <strong>static</strong> ele<strong>ct</strong>rical energy ofCBIP, New Delhi with its latest amendments.6 IS-2629 Hot dip galvanizing7. IS:5133 (Pt-II) Specification <strong>for</strong> boxes <strong>for</strong> ele<strong>ct</strong>rical accessories.(Part II boxes made of insulating material)The <strong>static</strong> meters and boxes shall con<strong>for</strong>m to the latest version of available standardas specified above.Meters meeting with the requirements of other authoritative standards, whichensure equal or better quality than the standards mentioned above, shall also beconsidered. Where the meters offered by the supplier con<strong>for</strong>m to other standards,salient points of differences along with advantages to be gain between the standardadopted and the specified standards shall be clearly brought out in a schedule. Twocopies of such standards in authentic English translation shall be furnished alongwith the offer.In case of any dispute, the order of precedence shall be 1) CBIP <strong>technical</strong> report –88(read with all amendment) 2) IS 3) IEC 4) Other standards. In case of any differencebetween provisions of these standards and provision of this <strong>specification</strong>, provisionscontained in this <strong>specification</strong> shall prevail.4.0 GENERAL TECHNICAL REQUIREMENT OF STATIC ENERGY METERS:4.1. Application : 3 <strong>phase</strong> 4 <strong>wire</strong> Whole Current4.2. Rated Voltage : 230 Volts (Ph to N)4.3. Rated Current (I basic ) : 20 Amps (Balanced &Unbalanced load ]4.4. Maximum Continuous current : 100 Amps4.5. Rated Frequency : 50 Hz.4.6. Accuracy class : 1.04.7 Power Fa<strong>ct</strong>or : Unity to Zero (all power fa<strong>ct</strong>orlag/or lead).4.8 Multiplication fa<strong>ct</strong>or : One20 of 53


The offered meters shall start and continue to register on application of 0.2% of basiccurrent at Unity P.F., as per relevant standards and shall work satisfa<strong>ct</strong>orily up torated maximum continuous current with the following supply system variation:Voltage : Vref + 20% to - 30%Frequency : 50 Hz ±5%However manufa<strong>ct</strong>urer can offer meters, which can withstand higher variations.4.9 Temperature : The standard reference temperature <strong>for</strong>per<strong>for</strong>mance shall be 27 °C. The meantemperature co-efficient should not exceed0.03%.5.0 INFLUENCE QUANTITIES:The offered meters should be designed and prote<strong>ct</strong>ed such that all external effe<strong>ct</strong>sand influences shall not change its per<strong>for</strong>mance and they shall work satisfa<strong>ct</strong>orilywithin guaranteed accuracy limits, as specified in CBIP <strong>technical</strong> report – 88 withlatest amendments.6.0 CONSTRUCTION:The offered meters shall be of three element constru<strong>ct</strong>ion to suit measurement in 3<strong>phase</strong> 4 <strong>wire</strong> dire<strong>ct</strong> conne<strong>ct</strong>ed system. The manufa<strong>ct</strong>uring process shall use highquality State-of-the-art surface mounted <strong>com</strong>ponents and the manufa<strong>ct</strong>urer shallensure high reliability and long trouble free service.6.1 GENERAL REQUIREMENTS:The constru<strong>ct</strong>ion of the offered meters shall be rigid, suitable to withstand shock& vibration involved in transportation & handling, as specified in CBIP <strong>technical</strong>report – 88 with latest amendments. Meters shall be designed and constru<strong>ct</strong>ed insuch a way as to avoid introducing any danger in normal use and under normalconditions, so as to ensure especially personal safety against ele<strong>ct</strong>ric shock,safety against effe<strong>ct</strong> of excessive temperature, prote<strong>ct</strong>ion against spread of fire,prote<strong>ct</strong>ion against penetration of solid obje<strong>ct</strong>s, dust and water. The design ofoffered meters shall con<strong>for</strong>m to IP51 of IS: 12063 / IEC: 529 class degree ofprote<strong>ct</strong>ion against dust, moisture and vermin.Meters shall be designed and constru<strong>ct</strong>ed in such a way as to avoid introducingany danger in use so as to ensure specially:a) Personnel safety against ele<strong>ct</strong>ric shock.b) Personnel safety against effe<strong>ct</strong>s of excessive temperature.c) Prote<strong>ct</strong>ion against spread of fired) Prote<strong>ct</strong>ion against penetration of solid obje<strong>ct</strong>s, dust, moisture andvermin.6.2 TROPICAL TREATMENT: -All parts which are subje<strong>ct</strong> to corrosion under normal working conditions shall beprote<strong>ct</strong>ed effe<strong>ct</strong>ively. Any prote<strong>ct</strong>ive coating shall not be liable to damage by ordinaryhandling or damage due to exposure to air, under normal working conditions.Meters shall withstand solar radiation. The offered meters shall be suitably designedand treated <strong>for</strong> normal life & satisfa<strong>ct</strong>ory operation under the hot and hazardoustropical climatic conditions as specified in clause no. 2. The offered meter shall workfrom -10°C to +55°C and RH 95% non-condensing type.21 of 53


6.3 METER CASE:The housing of the meter shall be safe high-grade Engineering plastic /polycarbonate or any other high quality insulating material and shall be very<strong>com</strong>pa<strong>ct</strong> in design. All the insulation materials used in the constru<strong>ct</strong>ion of metersshall be non-hygroscopic, non ageing and of tested quality, capable of withstandingat least 4 kV and resistant to heat & fire. The constru<strong>ct</strong>ion of the meter offered shallbe such that it can be sealed independently and the cover cannot be removed withthe use of a tool, without breaking the seal. The case of meters shall be soconstru<strong>ct</strong>ed that any non-permanent de<strong>for</strong>mation shall not prevent the satisfa<strong>ct</strong>oryoperation of the meter.The meter case shall be fixed into the meter base with specially designed coveredunidire<strong>ct</strong>ional screws and the meter body cover should be ultrasonically &seamlessly welded with the meter base to make the system ‘break-to-open’ type. Anyother suitable break to open arrangement will also be considered. The details of the‘break-to-open’ arrangement to be provided shall be furnished in shape of descriptiveliterature with drawings, brochures etc. The meter top cover shall be fullytransparent.6.4 .TERMINALS -TERMINAL BLOCK –The base of the meter shall have a <strong>com</strong>mon terminal block at the bottom made out ofHigh grade Engineering plastic so as to facilitate bottom conne<strong>ct</strong>ion and shouldhouse solid brass terminals having capability to carry 150% of maximum value ofcurrent. The terminal block should be non hygroscopic, non ignitable and withmaterial of good diele<strong>ct</strong>ric and mechanical strength.The material of the terminal block shall pass the tests specified in CBIP <strong>technical</strong>report 88 with latest amendments and IS14697.The terminal holes in the insulating material shall be of sufficient size toac<strong>com</strong>modate the insulation of the condu<strong>ct</strong>ors. The terminal hole dia. shall not beless than 8.0 mm & shall be of adequate length in order to have proper grip ofcondu<strong>ct</strong>ors / crimping pins with the help of two screws.The terminal block shall satisfy all the conditions such as clearance & creepagedistance between terminals & surrounding part of the meter as specified in relevantclause of CBIP <strong>technical</strong> report – 88 with latest amendments.The manner of fixing the condu<strong>ct</strong>ors to the terminals shall ensure adequate anddurable conta<strong>ct</strong> such that there shall be no risk of loosening or undue heating.Screw conne<strong>ct</strong>ions transmitting conta<strong>ct</strong> <strong>for</strong>ce and screw fixing which may beloosened and tightened several times during the life of the meter shall be such thatthe risk of corrosion resulting from conta<strong>ct</strong> with any other metal part is minimized.Ele<strong>ct</strong>rical conne<strong>ct</strong>ions shall be so designed that conta<strong>ct</strong> pressure shall not betransmitted through insulating material. For current circuits, the voltage shall beconsidered to be at the same potential as <strong>for</strong> the related voltage circuit.All conne<strong>ct</strong>ion screws and washers shall be tinned / nickel plated brass. Theterminal screws shall not have pointed end at the bottom. All terminals shall havetwo screws.Terminals with different potentials, which are grouped close together, shall beprote<strong>ct</strong>ed against accidental short-circuiting.22 of 53


Conne<strong>ct</strong>ion diagram: Every meter shall be indelibly marked with a conne<strong>ct</strong>iondiagram showing the <strong>phase</strong> sequence <strong>for</strong> which it is intended and this diagramshould be attached from inner side of the extended terminal block cover. It should beensured that if special precautions need be taken at the time of testing the meter,the same may be indicated along with circuit diagram.Terminal arrangement: The terminal arrangement and conne<strong>ct</strong>ion diagram shall bemarked in accordance with clause 7.2 of IS 13779. Terminal arrangement shall be insingle tier or in two tier( one <strong>for</strong> voltage and the other <strong>for</strong> current circuit) and shallbe in sequence Ph-R (in), Ph-R (out), Ph-Y (in). Ph-Y (out), Ph-B (in), Ph-B (out),Neutral (in), Neutral (out).6.5 TERMINAL BLOCK COVER.The terminals block cover <strong>for</strong> the offered energy meters shall be extendedtransparent type, and shall be fixed to the meter terminal block by two screws andcan be sealed independently of the meter cover. The terminals, their fixing screws,external condu<strong>ct</strong>ors, their insulation and the insulated <strong>com</strong>partment housing themshall be enclosed by extended terminal cover in such a way that no part of meter orcable / accessories shall be accessible from the front of the meter. The terminalcover shall be provided with suitable cut / holes to allow easy conne<strong>ct</strong>ion /termination of cable.The terminals shall not be accessible without removing the seal(s) of terminal coverwhen energy meter is mounted on the meter board.The terminal block shall have the provision with double screws <strong>for</strong> poly<strong>phase</strong> meterand single screws <strong>for</strong> single <strong>phase</strong> meter <strong>for</strong> fixing to the meter board. It shall not bepossible to remove the meter from the hanging screws with out removing the screwsfrom the terminal block.Non-flammability: The terminal block, terminal cover and the case shall ensurereasonable safety against spread of fire. They shall not be ignited by thermicoverload of live parts in conta<strong>ct</strong> with them. To <strong>com</strong>ply with this, these parts shallfulfil the conditions of the glow <strong>wire</strong> test as per clause 5.2.4 of CBIP Technical reportNo. 88 with latest amendments.Test certificate <strong>for</strong> the material to be used <strong>for</strong> manufa<strong>ct</strong>ure of terminal block,terminal cover and case shall be furnished.6.6 DISPLAY WINDOW:-The window will be scratch and break resistant made of transparent silicon coatedpolycarbonate material suitably fixed with the meter cover such that it will <strong>for</strong>m anintegral part with the meter cover and it cannot be removed undamaged withoutbreaking the meter cover seals. It would not fade in course of time and be<strong>com</strong>eopaque causing inconvenience <strong>for</strong> reading.The viewing window would be minimum 2±0.2mm thickness. The fixing of windowwill be tight with single <strong>com</strong>plete frame all round and will permit clear view of thedisplay. There would not be ingress of moisture and dust through window.6.7 REAL TIME CLOCK :-A real time quartz clock shall be used in the meter <strong>for</strong> maintaining time and calendarand as such no time switches etc. shall be provided. The uncertainty of setting initialtime shall not be more than +/- programmable and 30 seconds from the IndianStandard Time as maintained by NPL, New Delhi. The Maximum drift shall not bemore than ±7 min. / year as per CBIP <strong>technical</strong> report with latest amendments.Facility <strong>for</strong> adjustment of real time shall be provided through Meter ReadingInstrument with proper security.23 of 53


6.8. COMMUNICATION PORTThe energy meter shall have a galvanically isolated optical <strong>com</strong>munication portlocated in front of the meter <strong>for</strong> data transfer to or from a hand held Data Colle<strong>ct</strong>ionDevice (Common Meter Reading Instrument, CMRI- con<strong>for</strong>ming to CBIP <strong>technical</strong>report -111 with latest amendments) with proper security and without error. Themeter should have an additional RF Communication Facility <strong>for</strong> acquiring datathrough appropriate device.The meter should be <strong>com</strong>patible with AMR device which can be conne<strong>ct</strong>ed tothe optical port or any other suitable port provided, so that meter data can be downloaded from remote.The manufa<strong>ct</strong>urer may quote <strong>for</strong> any other type of <strong>com</strong>munication port con<strong>for</strong>mingto any international accepted standards. The manufa<strong>ct</strong>urer may adopt protocol ofhis choice but should load the meter software, protocol software, dial up softwareand any other required software into the base <strong>com</strong>puter station of the purchaser.After loading the software in the purchaser’s base <strong>com</strong>puter station / central<strong>com</strong>puter station, the meter manufa<strong>ct</strong>urer shall demonstrate the data transferthrough hand held CMRI/LPR and AMR <strong>for</strong> generation of appropriate reports to thepurchaser. The data element size and its overhead speed of transmission shall besuch that the entire billing data can be transferred within a maximum period of 10minutes.6.9. DISPLAY OF MEASURED VALUE :The meter in<strong>for</strong>mation should be shown by an ele<strong>ct</strong>ronic display device. Theele<strong>ct</strong>ronic display of the meters should be bright enough and distin<strong>ct</strong>ly visible LCDwith adequate contrast between letters / digits and the background <strong>for</strong> clarity andvisibility so as to read one tenth of KWh. Various displayed parameters can be cycledthrough a push button. Displayed parameters, under present display will beidentified with appropriate text and symbol. The height of display unit will beminimum 8 mm. Under normal condition, the meter will be in auto display mode, sothat designated parameters will scroll cyclically in a continuous manner and thedisplay ‘ON TIME’ will be at least 8 seconds <strong>for</strong> each measured value. The metershould have backlight arrangement in side the meter.When the meter is not energized, the ele<strong>ct</strong>ronic display will not be visible. However,in absence of power, meter display will be a<strong>ct</strong>ivated <strong>for</strong> meter reading by means of anadditional internal battery back up power source.The principal unit <strong>for</strong> the measured values shall be the kWh <strong>for</strong> a<strong>ct</strong>ive energy,kVARh <strong>for</strong> rea<strong>ct</strong>ive energy & kVAh <strong>for</strong> apparent energy.The energy register will be able to record and display, starting from zero, <strong>for</strong> aminimum of 1500 hours, the energy corresponding to rated maximum current atreference voltage and unity power fa<strong>ct</strong>or as per IS 14697. The register should not rollover in between this duration. The decimal digit will be clearly distinguished fromthe integral digit.The meter would have the ‘scroll-lock’ facility, i.e. the facility <strong>for</strong> continuousdisplay of desired parameter from ‘push button display sequence’, to facilitate meterreading <strong>for</strong> a particular parameter. Push button display sequence will haveoverriding effe<strong>ct</strong> over auto-scroll-display sequence. .(Desired parameter can be seen<strong>for</strong> 5 minutes or more time instead of ‘scroll lock’ is also acceptable.)24 of 53


6.10. POTENTIAL LINK:Potential link shall be provided inside the offered meter. Healthy <strong>phase</strong> indicationcan be seen on display.6.11. MEMORY:The offered Meter shall have non volatile memory (NVM) independent of batteryback-up & it shall retain data in ‘power-off’ conditions <strong>for</strong> a period of minimum 12years without power supply. . Readings shall be retained undisturbed in ‘power-off’conditions and at the time of resumption of power supply. Meter shall start reading /displaying cumulative values recorded prior to power interruptions.The meter shall have adequate NVM capacity to keep records of meter reading,billing history, Tamper in<strong>for</strong>mation & Load survey in<strong>for</strong>mation as required anddetailed in this <strong>specification</strong>.6.12. ELECTROMAGNETIC COMPATIBILITYThe offered <strong>static</strong> energy meters shall con<strong>for</strong>m to requirements listed in CBIP<strong>technical</strong> report – 88 with latest amendments and shall also be prote<strong>ct</strong>ed againstradiated interference from either magnetic or radio-frequency source.The meter shall also withstand DC Immunity test as per relevant standard so as toensure that the meter does not saturate on passage of Dire<strong>ct</strong> Current.6.12.1. Immunity to ele<strong>ct</strong>romagnetic disturbance:The meter shall be designed in such a way that condu<strong>ct</strong>ed or radiatedele<strong>ct</strong>romagnetic disturbance as well as ele<strong>ct</strong>ro<strong>static</strong> discharge do not damage orsubstantially influence the meter.NOTE : The disturbance to be considered as:-a. Harmonicsb. Voltage dips and short interruptions.c. Condu<strong>ct</strong>ed transients.d. D.C. and A.C. magnetic fieldse. Ele<strong>ct</strong>ro<strong>static</strong> dischargesf. Ele<strong>ct</strong>ro Magnetic Fields.g. High frequency devices.6.12.2. RADIO INTERFERENCE SUPPRESSIONS: -The meter should not generate noise which could interfere with other equipment andthe meter should work satisfa<strong>ct</strong>orily as per relevant standards.6.12.3. INFLUENCE OF HIGH MAGNETIC FIELD: -The meters will be provided with appropriate magnetic shielding so that any externalmagnetic field (AC/DC ele<strong>ct</strong>romagnet) as per CBIP Technical Report no. 88 withlatest amendments applied on meter would not affe<strong>ct</strong> the proper fun<strong>ct</strong>ioning of themeter and meter will work satisfa<strong>ct</strong>orily as per relevant standards.6.13. Starting Current:The meter will start and continue to register at the current 0.2% of I b . It should befully fun<strong>ct</strong>ional within 5 seconds after rated voltage is applied.25 of 53


6.14. RUNNING WITH NO LOAD:When 115% of rated voltage is applied with no current flowing in the current circuit,the offered meters shall not register any energy and test output of the meter shallnot be more than one pulse on "no load".6.15. POWER SUPPLYThe offered energy meters shall be self powered up type i.e. power <strong>for</strong> working of themeter’s internal ele<strong>ct</strong>ronic circuit would be drawn from all the three <strong>phase</strong>s &neutral. Further, the power supply <strong>for</strong> the meter’s internal ele<strong>ct</strong>ronic circuits wouldbe such that meter shall fun<strong>ct</strong>ion accurately, within the limits specified by thestandard, in the event of loss of neutral. The offered meter shall continue to work incase of loss of any two <strong>phase</strong>s or loss of any one <strong>phase</strong> and neutral.6.16 POWER CONSUMPTION6.16.1 The a<strong>ct</strong>ive and apparent power consumption in each voltage circuit of theoffered whole current meter at reference voltage, temperature and frequencyshall not exceed 1 W and 10 VA per <strong>phase</strong> respe<strong>ct</strong>ively.6.16.2 The apparent power consumption in each current circuit <strong>for</strong> the offered dire<strong>ct</strong>conne<strong>ct</strong>ed meters at basic current, reference frequency and referencetemperature shall not exceed 1.0 VA per <strong>phase</strong>.6.17. CALIBRATION & TEST OUTPUT: -All the offered meters shall be tested, calibrated and sealed at works be<strong>for</strong>e dispatch.Further, no modification of calibration shall be possible at site by any means.The meter shall have a test output accessible from the front and be capable of beingmonitored with suitable testing equipment. The operation indicator, if fitted, must bevisible from the front. Test output device shall be provided in the <strong>for</strong>m of LED(s)<strong>for</strong> kWh, kVArh with dire<strong>ct</strong> or the provision of sele<strong>ct</strong>ing the parameter beingtested.Resolution of the test output shall be sufficient to enable the starting current test inless than 10 minutes and accuracy test at the lowest load shall be <strong>com</strong>pleted withdesired accuracy within 5 minutes (as per clause 4.2.22.10 of CBIP report no.88with latest amendments).The relation between test output and the indication on display shall <strong>com</strong>ply with themarking on the name plate (imp per kWh or KWh per imp).6.18 SEALING OF METERProper sealing arrangement would be provided on the meter to make it tamper proofand avoid mishandling by unauthorized person.Two sealing stickers must be provided on the side of the meter body at the fa<strong>ct</strong>oryafter calibration and testing. The meter cover will have provision <strong>for</strong> placingminimum two numbers additional seals by CESU. The terminal block cover shouldhave provision <strong>for</strong> placing minimum two seals by the CESU. One separate sealingarrangement <strong>for</strong> optical port to be used <strong>for</strong> <strong>com</strong>munication will be provided.26 of 53


All the sealing screws when they are in open condition (i.e. not fixed) would not beeasily detachable from the respe<strong>ct</strong>ive cover. The meter should be designed andconstru<strong>ct</strong>ed in such manner to make it pilfer proof.The holes <strong>for</strong> sealing <strong>wire</strong> shall be of 2mm diameter approximately, suitable <strong>for</strong>making satisfa<strong>ct</strong>ory sealing of the meters.All the above seals would be provided on front side only apart from two numbers ofstickers seals on the side of the meter.7.0 QUANTITIES TO BE MEASURED AND DISPLAY:Display parameters, under present display will be identified with appropriate textand symbol on the LCD display of the meter. There<strong>for</strong>e no such legend plate <strong>for</strong>details of various parameters being displayed will be required.The kWh value shall be displayed with a resolution of one decimal point. The decimaldigit shall be clearly distinguished from the integral digit.The offered meter shall be capable of recording and displaying automaticallyfollowing data in orderAuto Display1. LCD test (Display Test)2. Real Date3. Real Time4. A<strong>ct</strong>ive Energy (Import)5. Apparent Energy6. Maximum Demand in KW & KVA7. MD Reset Count8. Cumulative Max. Demand in (KW) & (KVA)9. Inst. Power fa<strong>ct</strong>or with sign <strong>for</strong> lag /lead10. Inst. Voltage (Each Phase to neutral )11. Inst. Current ( R , Y & B Phase)12. Inst. A<strong>ct</strong>ive Load ( KW )13. Present Month Power on hours(To be reset at billing point)14. Present TOD Energy (A<strong>ct</strong>ive)-1C,2C15. Present TOD MAX. Demand (KW) & (KVA)-1C,2C16. Previous Month Max Demand (KW)&(KVA)Push Button Display1. LCD test (Display Test)2. Real Date3. Real Time4. Rising Demand with E.T.(KW)5. A<strong>ct</strong>ive Energy (Import)6. Apparent Energy7. Maximum Demand in KW & KVA8. MD Reset Count9. Cumulative Max. Demand in (KW) & (KVA)10. Inst. Power fa<strong>ct</strong>or with sign <strong>for</strong> lag /lead11. Inst. Voltage (Each Phase to neutral )12. Inst. Current ( R , Y & B Phase)13. Inst. A<strong>ct</strong>ive Load ( KW )14. Present Month Power on hours(To be reset at billing point)15. Present TOD Energy (A<strong>ct</strong>ive)-1C,2C16. Present TOD MAX. Demand (KW) &(KVA)-1C,2C17. Previous Month Max Demand (KW) &(KVA)27 of 53


18. Tamper Magnetic Influence on display19. Present status of abnormality20. Last Occurrence of abnormality with date & time21. Last Restoration of abnormality with date & time22. Previous month TOD Energy a<strong>ct</strong>ive (1C & 2C)23. Previous month TOD max. demand KW&KVALOAD SURVEY150 DAYS, programmable IP and 30 minutes by default with parameter:-1- KWH & KVAH2- KW & KVA3- Voltage (Phase Wise)4- Current (Phase Wise)5- PFAPPARENT CALCULATION – ( LAG +LEAD)TOD TIMING (Both MD & ENERGY)00: 00 Hrs to 06:00 Hrs06:00 Hrs to 24:00 HrsMD RESET REQUIRED -AUTO MODE ONLY , MANUAL RESET NOT REQUIREDHistoryTOD MD – Minimum 12 monthsAll Energy – Minimum 12 months.Note :-i) Apparent Energy shall be <strong>com</strong>puted considering Rea<strong>ct</strong>ive Energy to be Lag +Leadii)iii)iv)Demand Integration period should be programmable and 30 minutes bydefault.TOD Timings: There shall be provisions of at least Eight (8) Time of Day Zonesand at least Two (2) Tariff Rates <strong>for</strong> Energy (A<strong>ct</strong>ive <strong>for</strong>warded and Rea<strong>ct</strong>ivelag) and Demand registers (Apparent Demand). Number and timing of theseTOD Zones shall be programmable. TOD timings shall be in<strong>for</strong>med fourweeks be<strong>for</strong>e <strong>com</strong>mencement of delivery.Display sequence of the above parameters can be changed as desired at thetime of placement of order or Four (4) weeks be<strong>for</strong>e <strong>com</strong>mencement ofdelivery.28 of 53


8.0 TAMPER AND FRAUD PROTECTIONThe meter shall fun<strong>ct</strong>ion properly under following <strong>com</strong>mon abnormalconditions :1.Phase sequence reversal The meter shall keep working accuratelyirrespe<strong>ct</strong>ive of the <strong>phase</strong> sequence of the supply.2. Missing Neutral The meter shall continue to record accuratelyaccording to ele<strong>ct</strong>rical conne<strong>ct</strong>ions even if theNeutral of potential supply is accidentally orincidentally disconne<strong>ct</strong>ed.3.Current reversal / The meter shall log energy in <strong>for</strong>ward dire<strong>ct</strong>ion.conne<strong>ct</strong>ion reversal4. External magneticinfluenceThe metering system shall be provided withadequate magnetic shielding so that any externalmagnetic field (AC Ele<strong>ct</strong>ro Magnet or DC Magnet)as per the values specified in CBIP TechnicalReport No.88 (with latest amendments) appliedon the metering system shall record the energyas per error limits prescribed by CBIP report.5. Diode circuit onoutgoing neutral.6. Tamper proofirreplaceable seals.It should read accurately as per ISS withexternal diode ckt in the outgoing neutral ckt.It should have Tamper proof seals with numbermatching with that with meter.Beside this the meter should have features to dete<strong>ct</strong> the occurrence and restorationof, at least, the following <strong>com</strong>mon abnormal events:a) Missing Potential & Potential imbalance: The meter shall be capable ofdete<strong>ct</strong>ing and recording occurrence and restoration with date and time the casesof Potential failure which could happen due to disconne<strong>ct</strong>ion of potential leads(one or two), failure of <strong>phase</strong> line fuse from the Trans<strong>for</strong>mer primary side. Metershall also dete<strong>ct</strong> and log cases of voltage unbalance (from 10 % or more <strong>for</strong> morethan 15 minutes) of voltages.b) Current Circuit Open: The meter shall be capable of dete<strong>ct</strong>ing and recordingoccurrences and restoration of opening of any one or two <strong>phase</strong>s of currentcircuit which can happen due to intentional / accidental disconne<strong>ct</strong>ion ofcurrent circuits. The meter shall be able to log abnormality conditions in currentopen event like CT leads burns, loose conne<strong>ct</strong>ion, CT winding open etc in themeter memory. No load condition should not record in meter memory as aCurrent circuit open event.c) Power on/off: The meter shall be capable to record power on & off time eventsand also power on /off events in the meter memory persisting beyond specifiedtime. Persistence time shall be 15 minutes by default. The report shall beavailable through base <strong>com</strong>puter software in a meaningful <strong>for</strong>mat indicatingoccurrence / restoration and total power outage.d) Software Changing: Any <strong>com</strong>munication with the meter <strong>for</strong> any change in metersoftware or any attempt to write in meter software (software tamper) should berecorded in the meter memory with date and time stamping. However, any<strong>com</strong>munication <strong>for</strong> reading the meter data should not be recorded in the metermemory. This data should also be available in the display as highlighted in this<strong>specification</strong>.29 of 53


e) Magnetic Tamper: Additionally, meter shall be capable to record the presence/removal of magnet with date & time stamp in case the influence of magnetexceeds the limit as desired in the respe<strong>ct</strong>ive standard.f) Neutral Disturbance: Meter shall be provided with the proper logic to identifyneutral disturbance & record the event..g) Software locking : The meter shall have password prote<strong>ct</strong>ed software lockingprovision to enable any change in TOD timings & demand integration period orany other requirement of CESU.h) The bidder may offer any other recordable abnormality event, which will beuseful in consumer metering, along with the detailed descriptions,literatures, usefulness and every other implications.The meter shall record the above abnormalities with time and date of theiroccurrences & restorations with a snap shot of ele<strong>ct</strong>rical conditions viz. Voltage,current, PF etc at Base Computer System <strong>for</strong> the events a), b), c) as mentionedabove if abnormalities persist <strong>for</strong> a definite persistence time.Logic <strong>for</strong> calculation of voltage and current imbalance shall be furnished by thebidder.The meter shall keep records <strong>for</strong> the minimum last 150 events (occurrences andrestorations) <strong>for</strong> above of abnormal conditions. The recording of events shall be onFIFO basis. It shall be possible to retrieve the abnormal event data along-with allrelated snap-shots' data through the meter's optical port or through radio with thehelp of a CMRI and download the same to the BCS where it shall be available <strong>for</strong>viewing. All this in<strong>for</strong>mation shall be made available in simple and easilyunderstandable <strong>for</strong>mat.The meter shall also be capable to withstand and shall not get damaged if <strong>phase</strong>-to<strong>phase</strong>voltage is applied between <strong>phase</strong> to neutral.The sele<strong>ct</strong>ion of the abnormality events and manner of recording, retrieval etc.shall be decided during the <strong>technical</strong> evaluation of the offers and will be speltout in the contra<strong>ct</strong>.9.0 BILLING HISTORY & LOAD SURVEY: -9.1 The meter shall have sufficient non-volatile memory <strong>for</strong> recording history ofenergy parameters (monthly and TOD) - kwh,kvah. Kvarh.maximum demand(kw/kva), monthly average - voltage, current, power fa<strong>ct</strong>or and power ON or OFFhours <strong>for</strong> last twelve(12) billing cycles (Bill date shall be 00 hrs of the 1 st day of thecalendar month by default )The meter shall be capable of recording a<strong>ct</strong>ive and apparent demand <strong>for</strong> all a<strong>ct</strong>ive,rea<strong>ct</strong>ive and apparent energies <strong>for</strong> at least 150 days power On days with <strong>phase</strong>-wiseVoltage and current profiling.The logging interval <strong>for</strong> load survey shall be programmable and 30 Minutes bydefault. Load survey data shall be logged <strong>for</strong> last 150 ‘ power on’ days <strong>for</strong> interval of30 minutes programmable. In case there are no power <strong>for</strong> the <strong>com</strong>plete day from0000 hrs to 2400 hrs, the same shall not be recorded in Load survey days. The loadsurvey data can be retrieved with the help of Meter Reading Instrument and /orremote conne<strong>ct</strong>ivity as and when desired & load profiles could be viewed graphically/ analytically with the help of meter application software. The meter applicationsoftware shall be capable of exporting these data <strong>for</strong> analysis to other user softwarein spreadsheet <strong>for</strong>mat (Excel or any other advanced <strong>for</strong>mat).30 of 53


9.2 MD Registration: -The meter shall continuously monitor and calculate maximum demand <strong>for</strong> eachtariff rate <strong>for</strong> TOD metering. Integration period to be incorporated in the meter shallbe in<strong>for</strong>med four weeks prior to the delivery. At the end of every demand integrationperiod the new calculated MD shall be <strong>com</strong>pared with the previous MD and metershall store whichever value is higher.9.3 MD RESET: The meter shall have the following MD resetting options:-a) Automatic reset at the end of a certain predefined period. The predefinedperiod shall be at 2400 Hrs of the last date of each calendar month(or0000hrs of 1 st day of each calendar month) <strong>for</strong> which at leastprogrammable and 30 years calendar shall be programmed by themanufa<strong>ct</strong>urer.b) Resetting locally through a CMRI or remotely through GSM / PSTN<strong>com</strong>munication with the meter through authenticated <strong>com</strong>mand is notallowed.c) Manual resetting arrangement (MD reset push button) with sealingfacility is not required.d) All MD reset shall be recorded as an event.10.0 SELF DIAGNOSTIC FEATURE :The meter shall keep log in its memory <strong>for</strong> unsatisfa<strong>ct</strong>ory / non-fun<strong>ct</strong>ioning ofthe RTC battery, LCD, Memory etc. of meter. Further, the meter should havethe capability to check the corre<strong>ct</strong>ness of the wiring at the time of meterinstallation. A detailed write-up on self-diagnostic feature to be proved by thebidder.11.0 TEST AND TEST CONDITIONS11.1 Routine & Acceptance Tests <strong>for</strong> meters:11.1.1. Acceptance test: All acceptance tests as stipulated in the relevant standardshall be carried out by the supplier in the presence of Purchaser’srepresentative.Also the following additional tests shall be carried out on meters from each lotoffered <strong>for</strong> inspe<strong>ct</strong>ion as per CBIP <strong>technical</strong> report –88 with latestamendments on randomly sele<strong>ct</strong>ed samples-a) Magnetic indu<strong>ct</strong>ion of external origin (AC & DC)b) Tamper and fraud prote<strong>ct</strong>ion as per clause 8 of this Specification.c) Effe<strong>ct</strong> of high frequency devices.11.1.2. Routine test: All routine tests as stipulated in the relevant standard shall becarried out and routine tests certificates shall be submitted <strong>for</strong> approval ofpurchaser.31 of 53


Type Test :11.1.3 The Energy Meters offered shall be fully type tested at independentlaboratories by the bidder as per relevant standards but test reports shall notbe more than three years old from the date of opening of bid. The biddershall furnish four sets of type test reports along with the bid. Bid without typetest reports shall be treated as non responsive.11.1.4 Additional TestsA- Ageing TestDuring inspe<strong>ct</strong>ion at fa<strong>ct</strong>ory random sample (one from each 2000 nos.)meters shall be subje<strong>ct</strong>ed to accelerated ageing test to eliminate infantmortality, i.e., meters are to be kept in ovens <strong>for</strong> 72 hours at 55 deg.Centigrade temperature & atmospheric humid condition. After 72 hoursmeters should work corre<strong>ct</strong>ly. Facilities / arrangement <strong>for</strong> condu<strong>ct</strong>ing ageingtest should be available with the manufa<strong>ct</strong>urer.B- Full load test <strong>for</strong> 12 hoursDuring inspe<strong>ct</strong>ion at fa<strong>ct</strong>ory random sample (one from each 2000 nos.)meters should also be subje<strong>ct</strong>ed to a full load operation continuously <strong>for</strong> aminimum period of 12 hours to test its durability at high loads.The routine & acceptance tests shall be done after these tests.12.0 INSPECTION :12.1 The supplier will keep the Purchaser in<strong>for</strong>med in advance of the time of thestarting and the progress of manufa<strong>ct</strong>ure of equipment in its various stages so thatarrangement could be made <strong>for</strong> inspe<strong>ct</strong>ion. The customer hold points will be defined at thetime of issue of final order. The accredited representative of the CESU will have access tothe supplier’s or his subcontra<strong>ct</strong>or’s work at any time during working hours <strong>for</strong> thepurpose of inspe<strong>ct</strong>ing the materials during manufa<strong>ct</strong>uring of the materials /equipment and testing and may sele<strong>ct</strong> test samples from the materials going intoplant and equipment. The supplier will provide the facilities <strong>for</strong> testing suchsamples at any time including access to drawings and produ<strong>ct</strong>ion data at no chargeto Purchaser. As soon as the materials are ready the supplier will duly sendintimation to CESU by Regd. Post and carry out the tests in the presence ofrepresentative of the CESU. If CESU feels necessary may sele<strong>ct</strong> one sample from thelot at fa<strong>ct</strong>ory to send <strong>for</strong> testing at CPRI/NTL or any other standard laboratory. Inthis case all inspe<strong>ct</strong>ion & testing charges in this conne<strong>ct</strong>ion will be borne by thesupplier.12.2 The CESU may at its option get the materials inspe<strong>ct</strong>ed by the third party if itfeels necessary and all inspe<strong>ct</strong>ion charges in this conne<strong>ct</strong>ion will be borne by thesupplier.12.3 The dispatches will be affe<strong>ct</strong>ed only if the test results <strong>com</strong>ply with the<strong>specification</strong>. The dispatches will be made only after the inspe<strong>ct</strong>ion by the CESUOfficer is <strong>com</strong>pleted to the CESU satisfa<strong>ct</strong>ion or such inspe<strong>ct</strong>ion is waived by the<strong>com</strong>petent authority.12.4 The acceptance of any quantity of materials will in no way relieve the supplierof its responsibility <strong>for</strong> meeting all the requirements of this <strong>specification</strong> and will notprevent subsequent reje<strong>ct</strong>ion if such materials are later found to be defe<strong>ct</strong>ive ordeviation from <strong>specification</strong>/IS.12.5 The supplier will give 15 days advance intimation to enable the Purchaserdepute his representative <strong>for</strong> witnessing the acceptance and routine tests.32 of 53


12.6 Should any inspe<strong>ct</strong>ed or tested materials / equipment fail to con<strong>for</strong>m to the<strong>specification</strong>, the Purchaser may reje<strong>ct</strong> the materials and supplier will either replacethe reje<strong>ct</strong>ed materials or make alterations necessary to meet <strong>specification</strong>srequirements free of costs to the Purchaser.12.7 After deliver of materials at CESU Store the materials may be verified/retestedin full or taking random samples be<strong>for</strong>e acceptance. In case of any deviation to the<strong>specification</strong>, GTP,IS found during the tests the lot will be reje<strong>ct</strong>ed or will be replacedby supplier.13.0 PACKING & FORWARDING:13.1 The meters shall be packed in crates suitable <strong>for</strong> vertical / horizontaltransport, as the case may be, and suitable to withstand handling during transportand outdoor storage during transit. The supplier shall be responsible <strong>for</strong> any damageduring transport and out door storage during transit due to improper and adequatepacking. The easily damageable material shall be carefully packed and marked withappropriate caution symbol. Wherever necessary, proper arrangement <strong>for</strong> lifting suchas lifting hooks etc. shall be provided. Any material found short inside the packingcases shall be supplied immediately without extra cost.13.2 Each consignment shall be ac<strong>com</strong>panied with detailed packing list containingthe following instru<strong>ct</strong>ions:a. Name of the consigneeb. Details of consignmentc. Destinationd. Total weight of consignmente. Handling and packing instru<strong>ct</strong>ionsf. Bill of material indicating contents of each package13.3 The supplier shall ensure that the packing list and bill of material are approvedby the purchaser be<strong>for</strong>e dispatch.13.4 The packing shall be done as per the manufa<strong>ct</strong>urer’s standard pra<strong>ct</strong>ice.However, he shall be ensure that the packing is such that the material shouldnot get damaged during transit by rail / road.13.5 The marking on each package shall be as per relevant standard and shallcontain “CESU” imprint.14.0 MARKING OF METER:The meter terminal marking and mounting arrangement should be as per Indianinstallation pra<strong>ct</strong>ices.The marking on every meter shall be in accordance with IEC.62053-22/IS14697:1999Every meter shall have name plate beneath the meter cover such that the name platecannot be accessed without opening the meter cover and without breaking the sealsof the meter cover and the name plate shall be marked indelibly. The name platemarking should not fade with lapse of time. The basic markings on the meter nameplate shall be as follows:-33 of 53


15.0. SAMPLES:i. Owner’s Name : CESUii. Manufa<strong>ct</strong>urer's name and trade mark.iii. Type Designation.iv. Number of <strong>phase</strong>s and <strong>wire</strong>s.v. Serial number.vi. Year of Manufa<strong>ct</strong>ure.vii. Reference voltageviii. Rated current .ix. Principal unit(s) of measurement.x. Meter constant (imp/kWh, kVArh).xi. Class index of meter.xii. Purchase Order Number & Date.xiii. Guarantee PeriodTwo sample meters con<strong>for</strong>ming to this <strong>specification</strong> duly sealed along with theType Test certificates shall be submitted with the bid. The above sample metersshall be tested in purchaser’s meter testing lab and/or any independent test lab andthe testing charges will be born by the supplier. The samples shall be <strong>com</strong>pletein all respe<strong>ct</strong>s and no deviations shall be allowed thereafter. In case sample metersdoes not con<strong>for</strong>m to the prescribed <strong>specification</strong>s, the financial bid of offer shallnot be opened. It will be <strong>com</strong>pulsory to submit sample meters as above along withthe bid, failing which the bid will be ignored.16.0. MANDATORY ACCESSORIES:If any mandatory spare parts re<strong>com</strong>mended <strong>for</strong> successful per<strong>for</strong>mance of themeters during its entire guaranteed life, bidders are requested to quoteseparately.(Bidders are requested to ensure clearly mandatory accessories are the part ofprice schedule)Bidders should undertake to maintain sufficient inventory of spares and critical<strong>com</strong>ponents of the meters at their local office at Bhubaneswar or at theirmanufa<strong>ct</strong>ure works, which are likely to be<strong>com</strong>e obsolete due to rapid technologicalchanges in ele<strong>ct</strong>ronics and IT se<strong>ct</strong>ors. In the event of placement of order, they mustalso ensure availability of required <strong>com</strong>ponents and spares, indigenous or imported,even if the same <strong>com</strong>ponents and spares be<strong>com</strong>e obsolete, till <strong>com</strong>pletion ofguarantee period. Inability to supply required spares during the guarantee periodwill be considered as a breach of contra<strong>ct</strong> and may warrant penal a<strong>ct</strong>ion. Anundertaking to this effe<strong>ct</strong> must be enclosed by the bidder along with his offer.The supplier is abide <strong>for</strong> supply of required copies of meter Software inCDs except Meter Security Software. Any further modification required <strong>for</strong> the meterSoftware after purchase of meter should be done free of cost by the supplier.17.0 QUALITY ASSURANCE PLAN :The design life of the meter shall be minimum 20 years and to prove the design lifethe firm shall have at least the following quality Assurance Plan: - The fa<strong>ct</strong>ory shall be <strong>com</strong>pletely dust proof.34 of 53


The testing rooms shall be temp. and humidity controlled as per relevantstandards. The testing and calibrating equipments should be automatic and all testequipment shall have their valid calibration certificates. Power supplies used in testing equipment shall be distortion free with sinusoidalwave- <strong>for</strong>ms and maintaining constant voltage, current and frequency as per therelevant standards.During the manufa<strong>ct</strong>uring of the meters the following checks shall be carried out.i) Meter frame dimensions tolerances shall be minimum.ii) The assembly of parts shall be done with the help of jigs and fixtures so thathuman errors are eliminated.iii) The meters shall be batch tested on automatic, <strong>com</strong>puterized test bench and theresults shall be printed dire<strong>ct</strong>ly without any human errors.The Bidder shall invariably furnish the following in<strong>for</strong>mation along with his bid,failing which his bid shall be liable <strong>for</strong> reje<strong>ct</strong>ion. In<strong>for</strong>mation shall be separatelygiven <strong>for</strong> individual type of material offered. Statement giving list of important raw materials, names of sub-suppliers <strong>for</strong> theraw materials, list of standards according to which the raw materials are tested, listof tests normally carried out on raw materials. In<strong>for</strong>mation and copies of test certificates in respe<strong>ct</strong> of bought out accessories. List of manufa<strong>ct</strong>uring facilities available. Level of automation achieved and lists of areas where manual processing exists. List of areas in manufa<strong>ct</strong>uring process, where stage inspe<strong>ct</strong>ions are normallycarried out of quality control and details of such tests and inspe<strong>ct</strong>ions. List of testing equipment available with the bidder <strong>for</strong> final testing of equipmentspecified and test-plant limitations, if any, vis-à-vis type, special acceptance androutine tests specified in the relevant standards and this <strong>specification</strong>. Theselimitations shall be very clearly brought out in schedule of deviations.The manufa<strong>ct</strong>urer laboratory must be well equipped <strong>for</strong> testing of the meters. Theymust have <strong>com</strong>puterized standard power source and standard equipment calibratednot later than a year (or as per standard pra<strong>ct</strong>ice). The details of testing facilitiesavailable <strong>for</strong> condu<strong>ct</strong>inga) The routine tests.b) Acceptance tests shall be furnished with the bid.18.0 GENERAL :a) Technical deviations: All deviations to the <strong>technical</strong> <strong>specification</strong>s and<strong>com</strong>mercial terms and conditions should be specifically and clearly broughtout in the Deviation <strong>for</strong>m.b) Guaranteed Technical Particulars:The Guaranteed <strong>technical</strong> particular, duly filled in shall be submitted alongwith the offer.Bid without above in<strong>for</strong>mation shall be treated as non-responsive.35 of 53


19.0 Guarantee :In the event of any defe<strong>ct</strong> in the materials arising out of faulty design inferiorquality of raw materials and bad workmanship within a period of 72 months oflast supply, the Bidder shall guarantee to replace or repair to the satisfa<strong>ct</strong>ion ofthe purchaser the defe<strong>ct</strong>ive parts at site free of any cost to CESU. Shouldhowever, the Bidder fails to do so within a reasonable time, the purchaserreserves the right to effe<strong>ct</strong> repair or replacement and recover charges <strong>for</strong> repair orreplacement from the Bidder by encashment of per<strong>for</strong>mance Bank Guarantee.20.0 Random Sample test after delivered at store.The consignment of meters received at area Stores shall be accepted only aftertesting of meters at any nationalized laboratory, at purchaser’s laboratory or anyother standard laboratory and the testing charges will be borne by thesupplier. Samples of meters shall be sele<strong>ct</strong>ed randomly from a lot of meterssupplied and sent to Purchasers Lab., CPRI or any other standard laboratory <strong>for</strong>acceptance test as per relevant ISS,CBIP Report and as per procedure TechnicalSpecification. If the sample fails in the above tests, the entire lot will be reje<strong>ct</strong>ed.The following tests will be carried out at the Purchaser’s laboratory.1-Test of Starting Condition.2-Test of no load condition.3-Test of Limits of error.4-Test of Repeatability of error.5-Test of meter constant.Other tests6-Software, tamper test, test <strong>for</strong> influence quantities(voltage variation) & displayparameters.21.0 SOFTWARESThe firm has to provide required base <strong>com</strong>puter & MRI software <strong>for</strong> data downloading & analysis free of cost.22.0 METER READING PROTOCOL :The Supplier has to provide Meter Reading Protocols,parameters, tamper data etc. free of cost.<strong>for</strong> billing36 of 53


23.0 COMPONENTSComponents to be used in Whole Current MeterSl.No.Name of ComponentsMake1 Current Element Any make or origin con<strong>for</strong>ming to IS-27052 Measurement /<strong>com</strong>puting chipsAnalog Devices, AMS, Cyrus Logic, Atmel,SAMES, NEC, Texas Instruments, Phillips,Maxim, Toshiba, Renesas, Siemens, NationalSemicondu<strong>ct</strong>or3 Memory chips Atmel, National Semicondu<strong>ct</strong>ors, Microchip,Texas Instruments, Phillips Hitachi, Teridian,Toshiba, Renesas4 Display modules Hailing, Holtek, Bonafied Technologies,Advantek, Truly Semicondu<strong>ct</strong>or, Hitachi,Sony,Tianma, Fairchild5 Communication modules National Semicondu<strong>ct</strong>ors, Hitachi, TexasInstrument, Philips, Hp, Agilent, Everlight6 Optical port National Semicondu<strong>ct</strong>ors, Hitachi, TexasInstruments, Siemens, Agilent, Philips, HP,Everlight7 Ele<strong>ct</strong>ronic <strong>com</strong>ponents Philips, Toshiba, Fairchild, Murata, Rohm,Siemens. National Semicondu<strong>ct</strong>ors, ATMEL,Texas Instruments, Hitachi, Ligitec, OKI,EPCOS, EPSON, Panasonic8 Mechanical parts INDIA: Precision Industrial Components Ltd,Prem Industries Ltd, AMPSON PLASTICS9 Battery Renata, Panasonic, Varta, Tedrium, Sanyo,National, Tadiran, Duracell, Tekcell10 RTC / Micro controller Philips, Dallas, Atmel, Motorola, NEC,Renesas, Hitachi, Xicor, Texas Instruments,NEC, OKI, EPSON***********************************37 of 53


TECHNICAL SPECIFICATION FOR TAMPER PROOF BOX TO HOUSE THE20-100A W/C METER.TECHNICAL DETAILS:The box shall be weather proof made out of polycarbonate/SMC/Combined andflame retardant properties. It shall be capable of withstanding temperatures ofboiling water <strong>for</strong> 5 minutes continuously without distortion or softening. Thethickness of the box shall not be less than 3 mm on the load bearing side (i.e. backside of the box) and other sides, door and roof shall not be less than 2.5 mm. Thebox shall have its roof tapering down to both sides <strong>for</strong> easy flow of water.The Boxes shall generally <strong>com</strong>ply with the provisions of IS 5133. The boxesshall be suitable <strong>for</strong> outdoor/indoor application. The outdoor box shall have its roofdesigned <strong>for</strong> easy flow of rain water without any stagnation on the box. The box shallbe with good workmanship.The over all dimension of the box shall be such that, there should be adequateclearance on front side and all other sides between meter and box surface , toprovide flexibility to the installation and operation of the meter.To facilitate <strong>for</strong> reading the parameters by manual push button on the meter, a slitwith an external push botton arrangement shall be provided at the front of the boxwith sealing provision.Soft rubber gaskets shall be provided all around wherever required <strong>for</strong> prote<strong>ct</strong>ionagainst entry of dust and water. It shall <strong>com</strong>ply with IP-53.The contents of the box are as followsViewing window shall be transparent and made of non-scratchable break resistantUV stabilized, transparent poly carbonate material with 2.0 mm thickness. Thewindow shall be ultra sonically welded/rigidly fixed by other means with meter boxfrom inside. The viewing window shall be covered with (hinged at top) a flap.There should not be any ingress of moisture through this window into the box..Internal hinges : A minimum of 2 nos. internal hinges well prote<strong>ct</strong>ed againstcorrosion shall be provided. The hinges of the door should be concealed and theyshall be fixed to the flanges provided to the base and cover of the box in such amanner that the door opens by a minimum of 120 degrees & it shall not be possibleto access the hinges from out side.Handle : Suitable handle or knob shall be provided <strong>for</strong> opening of the box door.Earthing Bolt : 6mm dia bolt with 2 nos. washers <strong>for</strong> earthing all metal parts used<strong>for</strong> fixing the meter shall be provided.Fixing arrangement : The meter base supports inside the box are raised by about 10mm in the box <strong>for</strong> ease of wiring. While fixing the meter screws should not protrudeoutside. For fixing the box to wall or wooden board 4 nos. key holes of minimum 6mm dia shall be provided at the four corners of the meter box. The meter is to beinstalled in the box and the box in the assembled condition shall have provision tofix it to a pole or on wall.38 of 53


Latch : The door shall be provided with a MS Zinc Plated GI latch or a ‘U’clamp to secure it with the base of the box.Sealing arrangement : The box shall have provision <strong>for</strong> minimum 2 nos. seals tomake it fully tamper evident .Inlet Outlet : Suitable circular holes shall be provided at the bottom of the box<strong>for</strong> inlet and outlet with self closing fire resistance high glade engineering plasticglands securely fixed to the box on both sides by check nuts. The in<strong>com</strong>ing andoutgoing cables shall be clamped to the inside base of the meter box to ensure fixingof the cable.Printing : Metallic label containing the letters “CESU” and the P.O. No. and dateshall be engraved on the top cover of the box. The name of the manufa<strong>ct</strong>urer shall beengraved on the bottom half of the box. A blank sticker shall also be fixed on themeter box <strong>for</strong> use of field staff to indicate service no. etc.D. Port:- D.Port provision shall be made in the box with proper sealing arrangementso that data can be down loaded from the meter with out opening meter box.The fixing arrangements shall not be <strong>com</strong>plex and it shall be easily approachable <strong>for</strong>conne<strong>ct</strong>ions when the door is open and is <strong>com</strong>pletely tamper evident once it issealed.The dimensional drawing giving details of meter box shall be enclosed in the bid.Bidders are requested to furnish detail Meter mounting arrangement in their bid.The dimensional drawing giving details of meter box shall be enclosed in the bid.39 of 53


GUARANTEED TECHNICAL PARTICULARS FOR 3PH,4W,STATIC,CLASS-1.0, 20-100A,ISI MARKED WHOLE CURRENT METERS WITH RF COMMUNICATIONFACILITIES & BOXES.Sl. Item Purchaser’s Requirement Bidder’s dataNo.1 Make -2 Type -3 Country of origin -4 Application 3 <strong>phase</strong> 4 <strong>wire</strong>, dire<strong>ct</strong> conne<strong>ct</strong>ed5 Rated Voltage 230 V (Phase to neutral)6 Rated Current 20 Amps (Basic current)7 Frequency 50 Hz ± 5 %8 Maximum current 100 Ampscapacity9 Minimum starting 0.2% of Ibcurrent in % of basecurrent10 Loss in potential ≤ 1.5w or 10 VAcircuit11 Loss in current circuit ≤ 1 VA12 Change in error due to:13 a. Variation infrequency50 Hz ± 5 %b. Variation in As per IS 13779temperaturec. Variation in voltage As per IS 1377914 Accuracy Class 1.015 Total Weight of meter To be specified by the supplier16 Details of case To be specified by the supplier17 H.V. withstand As per IS 13779 voltage in kV(RMS) (Mention the kV <strong>for</strong>condu<strong>ct</strong>ing & Insulating portions,separately)18 Insulation Resistance As per IS 1377918 Standard to which themeter confirm20 Type of EnergyRegistrationMechanism.As per CL 3.0 also mention if anyother standard followed.To be specified21 MD reset mechanism As per clause 9.3 of spec22 Insulation test (voltage As per IS 1377950 Hz <strong>for</strong> 1 min.)23 Temperature coefficientAs per IS 13779from 10% ofrated load to 100 %rated load ( 5°C to45°C )24 Working Voltage range - 30% to +20% of rated voltage25 Type of load (linear,non linear, balancedAll type of load./unbalanced at anyP.F.)40 of 53


26 Display detailsi. Display Cycle(descriptive In orderof display)ii. Process of display(Automatic in cyclicmanner / throughpush button.iii. Digits (nos.)iv. Segments <strong>for</strong>display of one digitv. Period of display ofeach parametervii. Display scroll-lockfacilityAs specified in Cl.7Both options should be available asper Cl. 77 (Seven)7 (Seven)Should be sufficient to read & note(around 10 sec.)Required.(Desired parameter canbe seen <strong>for</strong> 5 minutes or moretime instead of ‘scroll lock’ isalso acceptable.)Automatic on 24.00 hrs of last dayof month.27 Mechanism <strong>for</strong> MDreset28 Memory Non volatile memory withoutbattery back-up at least 12 years.29 Non volatile memory Should be sufficient to store dataof consecutive twelve billingperiods with Abnormal eventdetails & TOD time Zones and tariffrates, load survey and otherin<strong>for</strong>mation as detailed in <strong>technical</strong><strong>specification</strong>.30 Meter can be poweredup by internal powersource in the absenceof supply voltage.30 Tamper data preservationcapacity31 Multiplying fa<strong>ct</strong>or (Ifmeter is used <strong>for</strong>current ratio)YesShould be able to store last 150events (occurrences + restoration)No multiplying fa<strong>ct</strong>or required.32 Load Survey capabilitya. Parameter Logged As per clause 7 of <strong>technical</strong> spec.b. Logging interval programmable and 30 Minutes bydefaultc. No. of days of Load 150 daysSurvey33 Earthing Terminal As per IS 1377934 Time of the day Zone 2 time zones per day will beavailable <strong>for</strong> energy and demandwith facility <strong>for</strong> 8 zone slots.35 Capability <strong>for</strong> fraud As per clause 8.0Prevention & dete<strong>ct</strong>ioni Phase Sequence Meter should record a<strong>ct</strong>ual energy.reversalii Missing Potential & Meter shall log the event with datePotential imbalance & time.iii CT Open & CT Short Meter shall log the event with date& time.iv Reversal of CTPolarity.The meter shall record a<strong>ct</strong>ualenergy & shall be capable ofdete<strong>ct</strong>ing and recording41 of 53.


occurrence and restoration withdate and time of CT reversal with<strong>phase</strong> identification.v Power on off Meter shall log the event with date& time. Persistence time-15minutes.vi Current Imbalance Meter shall log the event with date& time. 30% or more <strong>for</strong> more than15 minutes-programmable) & willwork as per prevailing ele<strong>ct</strong>ricalcondition.vii Magnetic tamper As per CBIP report-88 with latestamendment.viii Neutral Disturbance: Meter shall be provided with theproper logic to identify neutraldisturbance & record the event.ix Software Locking The meter shall have passwordprote<strong>ct</strong>ed software lockingprovision to enable any change inTOD timings, MD IP or any otherrequirement of CESU.36 Sealing and LockingArrangement37 Type of<strong>com</strong>municationi) Local – Optical portii) RFAdequate sealing & Lockingarrangements shall be provided, toavoid tampering (To be specified)As per Clause 6.8 of Technical<strong>specification</strong>.38 Real Time Clock Time Drift and adjustment facilitythrough CMRI and PC / Laptopwith hardware and software lock -Specify39 Mandatory Spare partsa. Interface cords As per CBIP <strong>technical</strong> report 111with latest amendments one <strong>for</strong>each meter.b. CMRI (DCD) As per CBIP <strong>technical</strong> report 111softwarewith latest amendmentsc. Others (if any) To be specified40 Meter ReadingProtocol41SelffeaturesDiagnosticThe Supplier has to provide MeterReading Protocols, <strong>for</strong> billingparameters, tamper data etc.The meter should display anysuitable indication like ‘OK’/Circuit OK etc. during meterinstallation. It should also indicateany failure of RTCbattery/memory.42 Softwares The firm has to provide requiredbase <strong>com</strong>puter & MRI software <strong>for</strong>data down loading & analysisduring the guarantee period withfree of cost.42 of 53


43 Current Element Any make or origin con<strong>for</strong>ming toIS-270544 Measurement /<strong>com</strong>puting chipsAnalog Devices, AMS, Cyrus Logic,Atmel, SAMES, NEC, TexasInstruments, Phillips, Maxim,Toshiba, Renesas, Siemens,National Semicondu<strong>ct</strong>or45 Memory chips Atmel, National Semicondu<strong>ct</strong>ors,Microchip, Texas Instruments,Phillips Hitachi, Teridian, Toshiba,Renesas46 Display modules Hailing, Holtek, BonafiedTechnologies, Advantek, TrulySemicondu<strong>ct</strong>or, Hitachi,Sony,Tianma, Fairchild47 CommunicationmodulesNational Semicondu<strong>ct</strong>ors, Hitachi,Texas Instrument, Philips, Hp,Agilent, Everlight48 Optical port National Semicondu<strong>ct</strong>ors, Hitachi,Texas Instruments, Siemens,Agilent, Philips, HP, Everlight49 Ele<strong>ct</strong>ronic <strong>com</strong>ponents Philips, Toshiba, Fairchild, Murata,Rohm, Siemens. NationalSemicondu<strong>ct</strong>ors, ATMEL, TexasInstruments, Hitachi, Ligitec, OKI,EPCOS, EPSON, Panasonic50 Mechanical parts INDIA: Precision IndustrialComponents Ltd, Prem IndustriesLtd, AMPSON PLASTICS51 Battery Renata, Panasonic, Varta,Tedrium, Sanyo, National, Tadiran,Duracell, Tekcell52 RTC / Micro controller Philips, Dallas, Atmel, Motorola,NEC, Renesas, Hitachi, Xicor,Texas Instruments, NEC, OKI,EPSON43 of 53


TECHNICAL PARTICULARS OF T.P BOX FOR 3 PH 20-100A WC METERSr Chara<strong>ct</strong>eristics Purchaser’sBidders DataNo.Requirements1 Manufa<strong>ct</strong>ure’s Name2 Material used <strong>for</strong>box bodyPolycarbonate/SMC/Polycarbonate & SMC.3 MaterialCapable withstandingwithstanding temperatures of boilingtemperaturewater <strong>for</strong> 5 minutescontinuously withoutdistortion or softening.4 Dimensions of box ( lx w x h)Drawing to be submittedby M/s Secure MeterLtd.<strong>for</strong> approval.5 Thickness (mm) 3mm on the load bearingside(i.e. back side of thebox) & other sides 2.5mm.6 Color Off white/AdmiraltyGrey/Transparent.7 Viewing window Shall be transparent8 Material Polycarbonate9 Dimensions Suitable to give clear viewof meter display/nameplate.10 Shade arrangement To be Providedto window11 No. of hinges Two12 Handle Provision To be Provided13 Earthing provision To be Provided14 Sealing Arrangement Two no. sealingarrangements to beprovided15 Inlet & Outlets One <strong>for</strong> inlet and one <strong>for</strong>outlet with suitable glandto be provided.16 Gasket To be Provided17 Gasket provision <strong>for</strong>door and windowAs per requirement tomake the box, water &dust proof.18 Material of the Soft Rubbergasket19 Suitable <strong>for</strong> outdoor Yes.installation20 Printing Metallic label containingthe letters of ‘”DISCOM’sname” ,PO No & Date.44 of 53


ANNEXTURE - A(Tender Specification No. CESU/P&S/ 207 /11-12)SCHEDULE OF BIDS3PH,4W,Static,Class-1.0, 20-100A,ISI Marked Whole Current Meters with RFCommunication facilities.1. Name of tenderer with Office and fa<strong>ct</strong>ory address :Tel. No./Telex No./Fax No.2. Specification No. :3. Address of Local Office and Tel. No./Telex/Fax No. :4. Tenderer’s Reference No.5. Sales Tax Regn. No. and Pan No. :6. Last date and time <strong>for</strong> submission of Tender :7. Date and time <strong>for</strong> opening of Tender8. Testing Facilities available :9. Category of organization :10. Whether qualifying certificates submitted :11. Particulars of Earnest Money submitted :12. Excise Duty rate, if applicable :13. Sales Tax Rate, if applicable :14. Whether the material/equipment offered :con<strong>for</strong>ms to the relevant ISS <strong>specification</strong>and drawing (Quote Rep.).15. Whether executed orders previously :<strong>for</strong> the items tendered now. Pleasegive full details of supplies made.16. Similar details in respe<strong>ct</strong> of supplies :made to other SEBs.17. Whether Sales Tax clearance Certificate enclosed :18. Whether In<strong>com</strong>e Tax ClearanceCertificate enclosed. :19. Whether the produ<strong>ct</strong> bears ISI Mark :20. Offer valid up to :21. Delivery Schedule :a) Commence with minimum quantity :b) Rate of delivery per month/quarter :and <strong>com</strong>pletion time.45 of 53


22. If any deviation, please mention in deviation :sheet enclosed.23. Technical literature/catalogue of the :materials offered enclosed or not.24. Manufa<strong>ct</strong>urer’s supply experience :including user’s certificate furnished or not.25. ISO Certificate Submitted :26. Type Test Certificate from any National. :Testing Laboratory. Govt. of India27. Whether Guaranteed Technical Data SheetParticulars submitted. :28. Turnover Certificate furnished :from Chartered Accountant along withbalance sheet <strong>for</strong> last three years to judgethe financial soundness. In case of a bidderis a loss making organization, their bid willnot be considered.29- Sample Meter Submitted or not28. Name & Designation of conta<strong>ct</strong>ing Person29. Address <strong>for</strong> correspondence.Signature of Bidderwith Name and Seal of Company[This <strong>for</strong>m is to be duly filled up by the Bidder & submitted along with thetender.]46 of 53


ANNEXTURE - B(Tender Specification No. CESU/P&S/ 207/11-12)ABSTRACT OF GENERAL TERMS AND CONDITIONS1. Earnest Money Furnished :2. Manufa<strong>ct</strong>urer’s supply experience :including user’s certificate furnished or not.3. Deviation to the <strong>specification</strong>, if any :(list enclosed or not).4. Type Test Certificate from any National. :Testing Laboratory. Govt. of India submittedor not.5. Guaranteed Technical Particulars submitted :or not.6. Deliverya) Date of <strong>com</strong>mencement :b) Rate of delivery per month :7. Whether agreed to CESUa) Terms of payment :b) Guarantee Clause :c) Security deposit clause :d) Liquidated damage clause :e) Risk Purchase Clause :f) Inspe<strong>ct</strong>ion Clause :g) Packing Clause :h) Retesting Clausei) Delivery Clause8. Whether agreeable to furnish security :deposit in shape of Bank Guarantee incase his tender is successful.9. Manufa<strong>ct</strong>urer/Authorized representative :10. Turnover Certificate furnished or not. :11. Valid ITCC & STCC submitted :47 of 53Signature of the BidderWith Seal of Company[This <strong>for</strong>m is to be duly filled up by the Bidder & submitted along with thetender.]


ANNEXTURE - C(PRICE SCHEDULE & QUANTITY )Description ofmaterials(Tender Specification No. CESU/P&S/ 207/11-12)3PH,4W,Static,Class-1.0, 20-100A,ISI Marked Whole Current Meters with RFCommunication facilities & Boxes.(To be kept in a separate envelope with the tender documents)Quantity(Nos)TenderOffered edUnit Exworkspriceincludingpacking&<strong>for</strong>warding(Rs.)ExciseDutyinclusive ofeducation cess(Rs.)SaleTax/VAT (Rs.)FreightInsuranceCharges(Rs)EntryTax(Rs)Unit toalLandingpriceincludingothertaxes ifany.( Rs )1 2 3 4 5 6 7 8 9 103PH,4W,Static,Class-1.0,20-100A,ISIMarked WholeCurrentMeters withRFCommunication facilities &Boxes.2000Amount in Words :- RupeesNote:-(1) Price Bid to be furnished in above <strong>for</strong>mat only.(2) Responsibility of any lack of clarity leading to confusion will rest with thebidders.(3) Remarks, if any, may please be specified clearly.(4) Any column blank shall be treated as inclusive of in the unit total landingprice.(5) Taxes & duties as applicable shall be clearly mentioned in the price schedule.TotalFORprice(Rs.)PLACE:DATESIGNATURE OF TENDERERNAME IN FULLDESIGNATION/ STATUS IN THE FIRMCOMPANY SEAL48 of 53


ANNEXTURE – D(Tender Specification No. CESU/P&S/ 207/11-12)NON COMPLIANCE SCHEDULE :-On this schedule the bidder shall provide a list of non <strong>com</strong>pliance with this<strong>specification</strong>, documenting the effe<strong>ct</strong>s that such non <strong>com</strong>pliance is likely to have onthe equipment’s life and operating chara<strong>ct</strong>eristics. Each non-<strong>com</strong>pliance shall bereferred to the relevant <strong>specification</strong> clause.Clause NoNon ComplianceSignature of the BidderWith Seal of Company49 of 53


ANNEXTURE - E(Tender Specification No. CESU/P&S/ 207/11-12)TEST CERTIFICATES SCHEDULEOn this schedule a list of the test certificates included with the bid shall be provided.This list should include type test certificates and samples routine test reports. Eachcertificate listed shall be referred to the relevant <strong>specification</strong> clause and item ofequipment to which the test applied.ClauseNo.Type Test Certificate or Routine Test ReportSignature of the BidderWith Seal of Company50 of 53


ANNEXTURE - F(Tender Specification No. CESU/P&S/ 207/11-12)DELIVERY SCHEDULEDescription ofMaterial3PH,4W,Static,Class-1.0, 20-100A,ISI MarkedWhole CurrentMeters with RFCommunicationfacilities & Boxes.TotalQty.in nos2000To bedeliveredwithin 60days from thedate of PO(Consignment-I, to bedelivered atBhubaneswarStore)To bedeliveredwithin 60-90days from thedate of PO(Consignment-II, to bedelivered atBhubaneswarStore)To bedeliveredwithin 90-120days from thedate of PO(Consignment-III, to bedelivered atChoudwarStore)To bedeliveredwithin 120-150 daysfrom the dateof PO(Consignment-IV, to bedelivered atChoudwarStore)Signature of the BidderWith Seal of Company51 of 53


ANNEXTURE - GPROFORMA FOR COMPOSITE BANK GUARANTEE FOR SECURITY DEPOSIT,PAYMENT AND PERFORMANCEThis Guarantee Bond is executed this ____ day of ___________________________ 2011 by us the_____________________________________________________ Bank at ___________________P.O.__________ P.S. ____________Dist ________________ State __________Whereas the ( indicate designation of purchaser )CENTRAL ELECTRICITY SUPPLY UTILITY OFORISSA , Head Office - IDCO Towers (2 nd Floor ) , Bhubaneswar – 751 022 a Body corporate ,constituted under the Ele<strong>ct</strong>ricity A<strong>ct</strong>, 2003 (herein after called “ CESU”) has placed Purchase OrderNo._________ Dt.___________ (hereinafter called “the Agreement”) with M/s__________________________________________ (hereinafter called “the Contra<strong>ct</strong>or”) <strong>for</strong> supply of ________________(name of the material) and whereas CESU has agreed (1) to exempt the Contra<strong>ct</strong>or from makingpayment of security deposit, (2) to release 100% payment of the cost of materials as per the saidagreement and (3) to exempt from per<strong>for</strong>mance guarantee on furnishing by the Contra<strong>ct</strong>or to CESU a<strong>com</strong>posite Bank Guarantee of the value of 10% (ten percent) of the Contra<strong>ct</strong> price of the saidAgreement.1. Now, there<strong>for</strong>e, in consideration of CESU having agreed (1) to exempt the Contra<strong>ct</strong>or <strong>for</strong>making payment of security deposit, (2) to release 100% payment to the Contra<strong>ct</strong>or and (3) to exemptfrom furnishing per<strong>for</strong>mance guarantee in terms of the said Agreement as a<strong>for</strong>esaid, we the____________________ Bank, Address ____________________________ (code No. ________)(hereinafter referred to as “the Bank”) do hereby undertake to pay to CESU an amount not exceedingRs._____________ (Rupees _______________________________ ) only against any loss or damagecaused to or suffered by CESU by reason of any breach by the said Contra<strong>ct</strong>or(s) of any of the terms orconditions contained in the said Agreement.2. We, the ______________________ Bank do hereby undertake to pay the amounts due andpayable under the guarantee without any demur, merely on a demand from CESU stating that theamount claimed is due by way of loss or damage caused to or suffered by CESU by reason of anybreach by the said Contra<strong>ct</strong>or(s) of any of the terms or conditions contained in the said Agreement or bythe reason of any breach by the said Contra<strong>ct</strong>or’s failure to per<strong>for</strong>m the said Agreement. Any suchdemand made on the Bank shall be conclusive as regards the amount due and payable by the Bankunder this Guarantee. However, our liability under this guarantee shall be restri<strong>ct</strong>ed to an amount notexceeding Rs.___________ (Rupees _________________________________________ ) only.3. We, the ________________________ Bank also undertake to pay to CESU any money sodemanded notwithstanding any dispute or dispute raised by the Contra<strong>ct</strong>or(s) in any suit or proceedinginstituted/ pending be<strong>for</strong>e any court or Tribunal relating thereto our liability under this Agreement beingabsolute and irrevocable.The payment so made by us under this bond shall be valid discharge of our liability <strong>for</strong>payment there under and the Contra<strong>ct</strong>or(s) shall have no claim against us <strong>for</strong> making such payment.4. We, the _________________________ Bank further agree that the guarantee herein containshallremain in full <strong>for</strong>ce and affe<strong>ct</strong> during the period that would be taken <strong>for</strong> the per<strong>for</strong>mance of the saidAgreement and it shall continue to remain in <strong>for</strong>ce endorsable till all the dues of CESU under by virtueof the said Agreement have been fully paid and its claim satisfied or discharged or till CENTRALELECTRICITY SUPPLY UTILITY OF ORISSA certifies that the terms and conditions of the saidAgreement have been fully and properly carried out by the said Contra<strong>ct</strong>or(s) and accordingly dischargethis guarantee and will not be revoked by us during the validity of the guarantee period.Unless a demand or claim under this guarantee is made on us or with_________________________________________________ (Local Bank Name, address and code No.)_________________________________________________, Bhubaneswar / Cuttack in writing on orbe<strong>for</strong>e __________________ (date) we shall be discharged from all liability under this guaranteethereafter.52 of 53Contd : - P/ 2


- P/ 2 -5. We, the _________________________ Bank further agree that CESU shall have the fullestliberty without our consent and without affe<strong>ct</strong>ing in any manner our obligations hereunder to vary anyof the terms and conditions of the said Agreement or to extend time of per<strong>for</strong>mance by the saidContra<strong>ct</strong>or(s) and we shall not be relieved from our liability by reason of any such variation orextension being granted to the said Contra<strong>ct</strong>or(s) or <strong>for</strong> any <strong>for</strong>bearance a<strong>ct</strong> or omission on part ofCESU or any indulgence by CESU to the said Contra<strong>ct</strong>or(s) or by any such matter or thing whatsoeverwhich under the law relating to sureties would but <strong>for</strong> this provisions have effe<strong>ct</strong> of so relieving us.6. The Guarantee will not be discharged due to change in the name, style and constitution of theBank and or Contra<strong>ct</strong>or(s).7. We, the _________________________ Bank lastly undertake not to revoke this Guaranteeduring its currency except with the previous consent of CESU in writing.Dated ___________ the __________ day of Two thousand _________ .Notwithstanding anything contained hereinabove.Our liability under this Bank Guarantee shall not exceed Rs.______________ (Rupees ___________________________________________________________________________ ) only.The Bank Guarantee shall be valid up to _____________________ only.We or our Bank at Bhubaneswar / Cuttack (Name & Address of the Local Bank) are liable to pay theguaranteed amount depending on the filing of claim and any part thereof under this Bank Guaranteeonly and only if you serve upon us or our local Bank at Bhubaneswar / Cuttack a written claim ordemand and received by us or by Local Branch at Bhubaneswar / Cuttack on or be<strong>for</strong>e Dt.__________otherwise bank shall be discharged of all liabilities under this guarantee thereafter.N.B.:(1) Name of the Contra<strong>ct</strong>or:For _____________________________________( indicate the name of the Bank )(2) No. & date of the purchase order / agreement:(3) Amount of P.O.:(4) Name of Materials:(5) Name of the Bank:(6) Amount of the Bank Guarantee:(7) Name, Address and Code No. of the Local Branch:(8) Validity period or date up to which the agreement is valid:(9) Signature of the Constituent Authority of the Bank with seal:(10) Name & addresses of the Witnesses with signature:(11) The Bank Guarantee shall be accepted only after getting confirmation from the respe<strong>ct</strong>ive Banks.53 of 53

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!