You are on page 1of 39

REQUEST FOR PROPOSALS (RFP)

IRG/PDP/AMR/2014/135

For the Supply, Installation and Commissioning of Automatic Meter Reading


(AMR) System including Meter Data Collection (MDC) Software, End User
Reporting Interface, AMR Meters with Communication Services and Computer
Hardware with Data Connectivity in Pakistan
RFP Issuance Date: February 20, 2014
Bidder Questions Due Date: March 05, 2014, before 05:00 P.M.
Pre-Bid Meeting Attendance Confirmation by March 01, 2014
Pre-Bid Meeting: March 03, 2014, 10:00 A.M. at the Marriot Hotel, Islamabad Pakistan
Closing Date and Time: March 24, 2014, 05:00 P.M. Pakistan Standard Time (PST)

International Resources Group (IRG) is hereby requesting proposals that will design and provide end to end solution on
turnkey basis to IRG with necessary components to build an integrated and complete AMR system/solution based upon
two-way communications between the power distribution company (DISCO) utility offices and the AMR/Smart meters.
The project objectives are to introduce AMR system in two of Pakistans Power Distribution Companies (DISCOs) to
help reducing distribution losses, enhancing load control and load management, providing automated consumption data
collection of customers, improving revenue collection, and modernizing the electricity metering and billing operation. The
AMR system will be used in the performance improvement projects implemented as part of the USAID Power
Distribution Program (PDP) in Pakistan. Bidders to this RFP are expected to propose services that meet all stated
requirements.

In order to be responsive, proposals must include:

All documentation indicated in Section II and Annex - C


Meet the technical specifications as laid out in Annex - A.
Submission of proposals must be as hardcopy to IRG Office, House No. 23, Street 19, Sector
F-6/2, Islamabad Pakistan on or before the closing date/time. In addition to Hard Copy
submissions proposals will also be accompanied by Soft copy in the form of a USB or CD with
full proposals. NOTE: All/any DVD submitted should be a copy of the Technical and
Financial proposal documents. DVDs should NOT provide new or different information
(such as factory/unit background) as they will not be viewed by the Technical
Evaluation Committee (TEC) as part of the Technical proposal.

I. Technical Proposal (In a separate sealed envelope clearly marked)


The technical proposals in response to this solicitation must address how the bidder intends to carry out the statement of
work contained in Annex - A. It should also contain a clear understanding of the work to be undertaken and the
responsibilities of all parties involved. Please note that the technical proposal will be evaluated based on the evaluation
criteria set forth in Section III. The technical proposal should state clearly your understanding of the requirements in the
statement of work, the proposed approach to accomplish the contract objectives and achieve results. Clarity, completeness,
and directness are imperative. Elaborate formats are not desirable.

II. Cost Proposal (In a separate sealed envelope clearly marked)


The cost proposals shall contain the contractors proposed price and fee to provide the material and services detailed in
Annex A. Certified cost or pricing data is required for this proposal. The cost proposal must be prepared in a manner that
is current, accurate and complete.

Any questions regarding this solicitation must be submitted at rfp135@pdip.pk no later than 05:00 P.M.
Pakistan Standard Time (PST) on or before March 05, 2014 in order to provide a timely response to such
questions prior to the closing date.

IRG/PDP/AMR/2014/135 1
All questions submitted on or before March 05, 2014 will be answered via an amendment to the solicitation,
which will be uploaded on http://www.pdip.pk/rfq. All prospective bidders are advised to visit
http://www.pdip.pk/rfq regularly for updates and amendments.

IRG/PDP/AMR/2014/135 2
Bid/Proposal Submission Instructions
Proposals (Technical & Cost) must be submitted in two separate sealed envelopes
simultaneously, one containing the Technical Proposal and the other the Cost Proposal,
enclosed together in an outer single envelope. The Technical and the Costs Proposals must be
submitted in a hard copy and an electronic format (USB or CD, a soft copy) delivered to the
following address:

RFP 135
For the Supply, Installation and Commissioning of Automatic Meter Reading (AMR) System
including Meter Data Collection (MDC) Software, End User Reporting Interface, AMR Meters
with Communication Services and Computer Hardware with Data Connectivity in Pakistan

International Resources Group (IRG) Limited


USAID Power Distribution Program,
House # 23, Street 19,
F-6/2, Islamabad,
Pakistan

The inner and outer envelopes shall:


o bear the name and address of the Bidder;
o be addressed to IRG as per above mentioned address
o bear a warning not to open before the time and date for bid opening and
o following should be written on top of the envelopes in bold letters
Proposal/Bid/Quote for/in response to RFQ/RFP NO
Due Date and Time
If all envelopes are not sealed and marked as required, IRG will assume no responsibility for the
misplacement or premature opening of the bid/proposal.
Bids/Proposals must be received by IRG at the above mentioned address and no later than the date and
time indicated in the RFQ/RFP.
IRG will not consider any bid/proposal that arrives after the deadline.
Bids/Proposals received after the deadline shall be declared late, rejected, and returned unopened to the
Bidder(s).
The Bidder shall submit, in addition to the Hard Copy, a Soft Copy on USB or CD with the
bid/proposal. However the hard copy of the bid/proposal shall prevail over the soft copy in case there is
any inconsistency.

IRG/PDP/AMR/2014/135 3
SECTION I - TECHNICAL REQUIREMENTS

IRG Overview
IRG has been contracted by USAID to manage the PDP in Pakistan. The five year program seeks to foster
financial sustainability for participating government-owned electric power Distribution Companies (DISCOs)
through the performance improvement activities based on the performance improvement action plans developed
in Component I of the PDP.

Summary of the Power Distribution Program (PDP)


PDP is a five year, USAID-funded program aimed at working jointly with DISCOs in Pakistan to improve their
performance in terms of reduction in losses, and improvement in revenues and customer services, to bring them
to a level of well-run utilities as in other progressive countries. Through this program, the United States
Government provides assistance and support to the Government of Pakistan (GOP) in its efforts to
reform the power sector to end the current energy crisis.

The PDP has the following key objectives:

1. Greatly improved DISCO governance and management.


2. Creation of the legal and political space required for DISCOs to be able to operate in a commercially
rational manner.
3. Establishment of full-cost recovery tariffs.
4. Introduction of Smart meters and other technologies in areas with strong potential for performance
improvement.
5. Substantial improvement of Human Resource Management, including the introduction of a performance-
based evaluation system.
6. Training and capacity building, including linemen safety and provision of well- equipped training facilities.
7. Substantial reductions in technical and non-technical energy losses, including reduction in energy theft
and power factor optimization.
8. Improvement in energy and power factor metering at points of purchase, during flows through network,
and end-user sales. The latter will focus initially on large consumption customers.
9. Improvement in billings, collections, and revenue management.
10. Improvements in customer service to be service-oriented and focused on customer needs, including
reduced planned and unplanned outages and voltage fluctuations.
11. Elimination of dependence on/need for GOP subsidies.

Technical requirements

Annex A attached hereto includes the detailed statement of work and the instructions hereunder.

IRG/PDP/AMR/2014/135 4
SECTION II - INSTRUCTIONS FOR BID PREPARATION

General Instructions:
Bidders must provide proposals directly in their own name to IRG under the terms and conditions
hereunder.
Proposals should concisely address the requirements/specifications as they are presented. Proposals not
meeting our requirements/specifications may be declared no-responsive and rejected.
Technical and financial proposals shall be submitted in both hard and soft copies. Soft Copies will be in
the form of a CD or USB included in the Package/Envelop.
Proposals received after the deadline will not be considered.
Bidders shall submit proposals in response to this solicitation in English and in US Dollars. Bidders may
submit modifications to their proposals at any time before the solicitation closing date and time. For any
conversion from Pak Rupees for Pakistani Bidders, the US Dollar exchange rate of the State Bank of
Pakistan on the RFPs closing date is to be considered for all calculations. Should a contract be awarded
to a Pakistani firm, all payments will be made in Pak Rupees.
The bidders/manufacturers of the AMR meters (plant of manufacturing)/supplier must have at
least 5 years design and manufacturing experience of similar goods/equipment with the same or
higher rating and capacity and 5 years of successful continuous operational experience of such
goods/equipment. In case of Joint Venture, at least one partner should fulfill the said
manufacturing experience pertaining to the individuals obligation(s) in respect of
manufacturing as per JV agreement between the parties (JV agreement shall be provided with
the bid).
The manufacturer/vendor shall guarantee against all the defects arising out of faulty design,
workmanship and defective material for a period of Three (3) years, transferable to DISCOs,
from the date of delivery unless otherwise specified in tender documents.
Bidders shall attend a bidders conference to be held on March 03, 2014, 10 A.M. at the Marriot Hotel,
Islamabad Pakistan, as mentioned on front page. Bidders shall be represented by not more than three
people, including at a minimum bidders legal representative and bidders proposed on-site Project
Supervisor/Manager. To attend, bidders must notify IRG by March 01, 2014 at the email address
specified on the first page.
Bidders are encouraged to visit our website (www.pdip.pk/rfq) regularly to view the latest developments
concerning this RFP/solicitation.

Technical Proposal:
The bidders technical proposal shall include the following information:

1. The first page of the proposal must show the following:

a) The name, address, and telephone and facsimile numbers of the bidder (and electronic address if
available);
b) A statement specifying the extent of agreement with all terms, conditions, and provisions
included in the solicitation and agreement to furnish any or all items for which prices are offered;
c) Names, titles, and telephone and facsimile numbers, and electronic addresses of persons
authorized to negotiate on the bidders behalf with IRG in connection with this RFP; and
d) Name, title, and signature of person authorized to sign the proposal. Proposals signed by an agent
shall be accompanied by evidence of that agents authority, unless that evidence has been
previously furnished to the issuing office.
e) International Bidders must provide details of the Authorized Local Representative/Firm(s) for
coordinating project execution and after sale services during the warranty period.
2. A detailed description of how the Bidder will deliver all the requirements detailed in Annex A and Annex
B. Bidders will provide list of deliverables that will be submitted as part of the services provided in
relation to this RFP.
3. Bidders are also required to include deviation(s) if any to Technical Specification or to the delivery
schedule in relation to this project. IRG has the right to accept or reject the deviation(s).

IRG/PDP/AMR/2014/135 5
4. Any conflicting value with regard to technical specifications (Annex A) will be superseded by the values
specified in the BOQ (Annex B) and RFP term and conditions.
5. Capability Statement: Short description of company capabilities and portfolio.
The statement should include a description of the experience of the firm/organization in providing
similar services in similar conditions.
6. Each proposal must include the following documents that are clearly marked and presented in the order
listed below:
a) Documentation of compliance with specifications of the items of material and equipment proposed
as required by this RFP (Annex A).
i. Documented compliance with functional/technical specifications for Meter Data Collection
System as required in Technical Specifications (Annex A).
ii. Documented compliance with technical specifications for AMR meters as required in
attached Technical Specifications (Annex A).
iii. Documents explaining the proposed computer hardware for Head End including
Communication Server, Database Server, Application/Web Server, terminal equipment etc.
b) Bidders shall provide documentation supporting claims of experience, including e-mail addresses of
contact persons at the client location who can provide verification;
c) Bidder shall provide information on the nature, hours of attention, and other particulars of technical
support. Demonstrate provisions for adequate and timely technical support;
d) Material warranty certificates requested by specifications.
e) Proof of latest ISO Certification.
f) Proof of the latest valid type test certification issued by an independent internationally recognized
testing laboratory or NTDC Pakistan. In case of nonexistence or expired type test certificate, the
successful bidder is required to obtain a valid type test certificate form NTDC before initiating mass
production.

7. Past Performance / Projects Implemented:


a) Total number of similar AMR projects implemented in the last five years that include supply of AMR
meters and supply and implementation of MDC software worldwide with individual projects
identified.
b) Bidders are to provide a statement of their capacity and capability of providing AMR Services to the
project.
8. Bidders are to ensure all certifications found in Annex C, are signed and submitted as part of the bid.
9. Any departure from the requirements in Annex A or any requirement under Section II herein shall be
disclosed at the time of bidding under the title deviation from specification/requirement. IRG has
the right to accept or reject the deviations.

Cost Proposal:
The cost proposal that will include the Price Quotation Tables (Annex B) must be submitted as a
separate/standalone document. Pricing must be fully comprehensive, complete, and list any available discounts.
Pricing information supplied with the proposal must be valid for at least 90 (Ninety) days after the due date for
proposal submission. All one-time and recurring costs must be fully described. Rates should be quoted, inclusive
of all but showing separately, costs of inspection, services, transportation, taxes, import duties if any and other
levies. Payment is to exclude General Sales Tax (GST) and/or import duties for which IRG is exempted as a
USAID contractor. Pakistani firms will be paid the total amount after deducting withholding tax, which IRG will
pay direct to the Federal Board of Revenues (FBR). GST exemption certificate will be provided by IRG upon
suppliers request.

Your cost shall include but not limited to:


a. License fee for the installation of Meter Data Collection software: Provide details of your
license fee logic and formulae. Also, provide detailed information on any options that you might
want IRG to consider.
b. System software: Provide detailed specifications and descriptions of all operating system
software, application software and any other proposed software. This should include the

IRG/PDP/AMR/2014/135 6
complete implementation services for requirements gathering, design of the system, building the
system for testing, .and then user acceptance testing, validation and final handover.
c. System Hardware: Provide detailed specifications and descriptions of all proposed hardware
and allied material.
d. AMR Meter and System Installation: Include installation and commissioning costs for all of
the AMR System components including but not limited to AMR meter installation in the field at
customer premises, acquiring and commissioning required bandwidth, server computers, data
network switches & cabling, GSM/GPRS services with allied material. Include estimated time
for NOC hardware & software installation, system set-up, data conversion, etc.
In case of AMR Meter installation, the bidders shall not include the cost of Service Drop Cable,
Meter Security Box, CT, PT, meter installation strips and the PG/Compression Connectors. IRG
will arrange such material if so required. However, the cost of labor and allied material to fix the
AMR meter as per prevalent standards shall be included which is not limited to plastic cable ties
to bind service drop properly, nut & bolts, clips & screws, connection (Control Cable) wire for
CTs &PTs, proper thimbles and etc.
e. MDC and Associated Hardware: Assume the requirements given in (Annex A) Technical
Specifications while estimating the hardware, application software, database etc. of meter data
collection system. Two independent setups of the systems will be required. The individual
database storage shall be sufficient to store AMR data for at least 60 months.
f. Costs for on-site training: Your costs shall include airline tickets, ground transportation as
appropriate, accommodations, meals, and local transportation to/from the training location.
Describe the various training course offerings that you propose. You may attach this information
as an appendix. Provide an overview of the training process. Specify the office(s) from where
trainers are likely to be sent.
g. Communication Services: The price shall include the cost of Communication Services
(GPRS/GSM, IP Bandwidth). See Annex E not to exceeded September 1, 2015
h. Costs for Material Inspection: All inspection costs will be the responsibility of IRG.
i. Warranty Period: Your cost shall include a Three (3) years transferrable warranty for AMR
system including AMR meters to DISCO or to DISCO representative organization.
j. Third Party Software(s): List all prerequisite third-party software requirements, license and
support cost of all software(s) necessary to install, commission and operate AMR system under
this solicitation shall be included in the financial proposal.
k. Support, maintenance, enhancements, and warranties: Give details of the size and
location(s) of your support/training staff dedicated to the proposed software. Specifically, detail
your maintenance, upgrade, and warranty policy relative to any customization that you perform
for this project.
l. AMR Meters: Provide cost of AMR meters lot/category wise complete in all respects.

IRG/PDP/AMR/2014/135 7
SECTION III - EVALUATION OF PROPOSALS AND EVALUATION CRITERIA

Bids will be evaluated by IRG for compliance with administrative and technical requirements, previous experience
of the Bidder, technical capacity including the nature and quantity of tools and equipment proposed by the Bidder
for use on the project and unit prices. IRG may inquire of other clients of Bidder and may obtain any
information related to other projects that the Bidder may have executed. IRG may contact any Bidder for
clarification or additional information, but Bidders are advised that IRG reserves the right to make decisions
based solely on the information provided with the proposals. IRG may but is not obligated to conduct additional
negotiations prior to issuance of a purchase order, and may at its sole discretion elect to issue purchase orders to
one or more Bidders.

Initially only the Technical Proposals are opened. The Cost Proposals will remain sealed and are held in
custody by IRG. The objective is to allow IRG to evaluate the Technical Proposals without reference to
price.

Mathematical errors will be corrected in the following manner: If a discrepancy exists between the total price
proposed and the total price resulting from multiplying the unit price by the corresponding amounts, then the
multiplied unit price will prevail and the total price will be corrected. If there were a discrepancy between the
numbers written out in words and the amounts in numbers, then the amount expressed in words will prevail. If
the Bidder does not accept the correction, the offer will be rejected.

IRG will conduct a Best Value source selection based on evaluation factors listed below. These factors will serve
as the standard against which all technical information will be evaluated, and identify the determination factors
that Bidders should address. IRG intends to evaluate Bidders proposals in accordance with the Statement of
Work in Annex A of this RFP and make an award to the Bidder submitting the most responsive, reasonable
proposal that offers the best value to IRG. Proposals will be scored based on a 100 points system.

Evaluation of Technical Proposals:

The technical proposals will be evaluated by a technical evaluation committee using the criteria shown below.
When evaluating the competing proposals, IRG will consider the written technical/capability information
provided by the Bidders.

The criteria listed below are presented by major category, so that Bidders will know which areas require emphasis
in the preparation of their proposals. Bidders should note that these criteria serve as the standard against which all
technical information will be evaluated and serve to identify the significant matters which Bidders should address.
A total 100 points are assigned according to the following technical evaluation criteria:

1. Past track record of the offered products (10 points):

a) 3 Phase, Whole Current GSM/GPRS AMR Energy Meters:


i. List of utilities where meters were installed with corresponding number of installations.
ii. Integration with 3rd party head end system and extent of integration. Bidders shall share
use cases that were implemented.
b) LT Type CT Operated, GSM/GPRS AMR Energy Meters:
i. List of utilities where meters were installed with corresponding number of installations.
ii. Integration with 3rd party head end system and extent of integration. Bidders shall share
use cases that were implemented.
c) HT Type CT-PT Operated, GSM/GPRS AMR Energy Meters
i. List of utilities where meters were installed with corresponding number of installations.
ii. Integration with 3rd party head end system and extent of integration. Bidders shall share
use cases that were implemented.
d) Head End System
i. List of utilities where the Head End Systems were installed with corresponding number
of connected meters.
ii. List of 3rd party meter models and manufacturers that are connected with the Head End
System. Bidders shall share use cases that were implemented for 3rd party meters.

IRG/PDP/AMR/2014/135 8
e) Local Representative / Firm(s) Qualification:
i. List technical capabilities of the Local Representative/Firm(s) regarding project
execution especially AMR meter field installation and AMR system installation.
ii. Provide track record for the Local Representative / Firm(s) in Pakistan in similar tasks

2. Compliance (clause by clause) with functional and technical specifications (65 points):

a) 100% Compliance to the Technical Standards (Annex A)


b) 3 Phase Whole Current Energy Meters
c) CT operated and CT-PT operated Energy Meters
d) Meter Data Collection System
e) Proposed Meter Data Collection System/Head End

3. Capacity/Capability of providing AMR Services & Support (10 Points):

a) During project execution


b) After warranty period of 3 years

4. Deliveries, Installation and Turnover Timetable in Excel (15 Points)

Evaluation of Cost Proposals:

Cost proposals submitted will be one of the selection factors and considered in making a best value determination
in accordance with (USAID Regulation: FAR Subpart 15.4). Therefore, the closer the technical evaluation scores
of the various proposals are to one another, the more important cost considerations will become.

Bidders are hereby reminded that IRG is not obliged to award a contract on the basis of lower proposed cost or
to the Bidder with the highest technical evaluation score. After evaluation of all proposals, IRG will make the
award to the Bidder whose proposal offers the best value (USAID Regulation: FAR 15.101) to IRG considering
both technical and cost factors. Bids will be determined / declared responsive based on technical evaluation and
as per the criteria below:

Evaluation of the cost proposal will consider, but will not be limited to, the following:

Cost reasonableness and allowability of costs;


Cost realism and completeness of the cost proposal and supporting documentation. The FAR
states that cost realism means that costs in a Bidders proposal are realistic for the work to be
performed; reflect a clear understanding of the requirements; and are consistent with the various
elements of the Bidders technical proposal.;
Consistency with the technical proposal;

IRG/PDP/AMR/2014/135 9
SECTION IV - GENERAL TERMS AND CONDITIONS

IRG intends to award a fixed price contract resulting from this solicitation to the responsible Bidder whose bid
represents the best value after evaluation in accordance with the factors in the solicitation. Bidders should note
the following:

1) Prospective bidders are required to review FAR and AIDAR clauses incorporated by reference
in the section NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE.
2) The G e o g r a p h i c C o d e f o r P D P i s 9 3 7 . For further information and guidance, Bidders are
required to visit ADS Section 310.3.1 (as amended) and/or inquire about source eligibility via question to
this solicitation: www.usaid.gov/policy/ads/300/310.pdf
3) IRG may reject any or all bids if such action is in IRG's interest.
4) IRG is not obligated to make an award or to pay for any costs incurred by the Bidder in
preparation of a bid in response hereto.
5) IRG may evaluate proposals and award a contract without discussions with Bidders (except clarifications
as described in FAR 15.306(a)). Therefore, the Bidder's initial proposal should contain the Bidder's best
terms from a cost or price and technical standpoint. IRG reserves the right to conduct discussions and
seek clarifications if IRG later determines them to be necessary.
6) IRG reserves the right to increase or decrease the quantity up to 30% of original quantities at the agreed
price at the time of award or issue a subsequent order at the same price up to 30% of original quantity
during the currency of the contract resulted from this solicitation with same terms and conditions.
7) IRG intends to evaluate bids and award a contract without discussions with Bidders (except
clarifications as described in FAR 15.306(a)). Therefore, the Bidder's initial bid should contain the
Bidder's best terms from a cost or price and technical standpoint. IRG reserves the right to
conduct discussions and/or to establish a competitive range and conduct discussions with multiple
bidders if IRG later determines discussions to be necessary. Unsuccessful Bidders will be notified as soon
as possible following an award.
8) IRG reserves the right to make multiple awards if, after considering the additional administrative costs, it
is in IRGs best interest to do so.
9) IRG reserves the right to perform factory inspection on all equipment at anytime during the
manufacturing processes to; Verify the compliance to the technical specifications; Validate Quality
control and ISO standards as defined in terms and conditions of the contract.
10) Payment to the successful bidder will be made as per following schedule.
a) For Meters, Hardware and Allied Material only
Payments for AMR meters and hardware will be made in two stages i.e.
1) Supplier will be paid 50% of the total value materials, including cost, freight and insurance,
shipped to IRG upon receipt of the following documentation after all terms and conditions
of the Agreement and Purchase Order have been fulfilled:
a) Suppliers invoice specifying the items, including the manufacturer and catalog number
of each; and the unit prices, quantities and total value of the items for which payment
is requested
b) Packing list for the materials showing the number of packages and their contents.
c) Original freighted Bill of Lading for the materials evidencing embarkation of the goods
to the Destination
d) A copy of the Shippers Invoice evidencing payment of shipping and insurance costs
to the Destination.
e) For imported goods, a Certificate of Insurance demonstrating the acquisition of all-
risk shipping insurance to the Destination in the amount of 110% of the total value of
the Materials

IRG/PDP/AMR/2014/135 10
f) Certificates of Origin for all Materials
g) OEM (Original Equipment Manufacturer) Certificate
h) For AMR meters, Inspection Certificate issued by the office of the NTDC Chief
Engineer Material Inspection.
2) 15% of the value of the material will be paid upon receipt; and inspection of the materials by
IRG at Destination, and after all terms and conditions of the Agreement and Purchase Order
has been fulfilled.
3) 10 % of the value of the material will be paid on individual material installation, testing and
commissioning.
4) The remaining 25% of the value of the material will be paid upon successful, commissioning,
operation and acceptance of the AMR system.

b) For AMR System Software(s) and Communication Services


Following are the proposed payment terms for AMR Software(s) installation and commissioning;
1) 40 % after Installation of software(s) and Communication Services
2) 40 % on satisfactory commissioning of the complete AMR System
3) 20 % on completion of one year support services beginning after acceptable
commissioning.
11) In the event the Contractor fails to complete the project within the required period, liquidated damages
shall be applied for each calendar day, not duly justified by the Contractor by which project delivery is
delayed. Liquidated damages of one-half percent (0.5 %) of the total price of the Contract will be applied
for each day by which delivery of the completed Project is delayed. Such damages shall not exceed twenty
percent (20%) of the total price of the Contract.
12) IRG reserves the right to monitor the Contractors progress to ensure he meets the monthly installation
milestones as determined at the time of award. If it appears that a milestone will be missed, a letter of
cure will be issued to the Contractor by IRG that may order Contractor to field more teams or increase
the number and qualifications of staff to remain within project timelines. Continued missing of timelines
ultimately lead to contract termination.
13) IRG will monitor the quality of work performed by the Contractor using an agreed methodology at time
of award. If the quality of work is inadequate, IRG reserves the right to order the Contractor to redo
work judged to be of insufficient quality.
14) Exchanges with Bidders after receipt of a proposal do not constitute a rejection or counter offer by IRG.
15) IRG may determine that a proposal is unacceptable if the prices proposed are materially unbalanced
between line items or sub-line items. Unbalanced pricing exists when, despite an acceptable total
evaluated price, the price of one or more contract line items is significantly overstated or understated as
indicated by the application of cost or price analysis techniques. A proposal may be rejected if IRG
determines that the lack of balance poses an unacceptable risk.
16) If a cost realism analysis is performed, cost realism may be considered by the source selection authority in
evaluating performance or schedule risk.
17) Unsuccessful Bidders will be notified as soon as possible following an award.
18) All goods proposed must be new, unused, not rebuilt or reconditioned, and shall not incorporate
reconditioned or salvaged parts or components.
19) All goods proposed shall be fabricated by a manufacturer that has produced and sold materials and
equipment of substantially equivalent ratings for a period of not less than five years. All goods proposed
shall be fabricated in a plant that holds an appropriate ISO certification for quality management.
20) IRG may, in its sole, unfettered discretion, reject any or all proposals without assigning any reason and
without thereby incurring any liability to a prospective bidder or to any other person.

IRG/PDP/AMR/2014/135 11
21) IRG may, in its sole, unfettered discretion, withdraw, annul, suspend or cancel the RFP or the bidding
process without thereby incurring any liability to a prospective bidder or to any other person.
22) Bidders shall be required to follow and comply with the FAR flow down provisions listed in the RFP and
Subpart 9.5 Organizational Conflict of Interest. Without limiting the generality of the foregoing,
Bidders shall include detailed information regarding any existing or proposed future conflict of interest
that the Bidder may have with regards to this RFP, the Client or the AMR location. Without affecting
IRGs right to reject any or all proposals without assigning any reason or any other right vested in IRG
under the terms of this RFP, IRG may, in its sole, unfettered discretion, reject any or all proposals
without thereby incurring any liability to a prospective bidder or to any other person if it determines that,
whether due to any conflict of interest or otherwise, the interests of IRG or USAID, the Client or AMR
location are compromised or adversely affected.
23) IRG is not obligated to make an award or to pay for any costs incurred by the Bidder in preparation of a
proposal in response hereto. Without limiting the generality of the foregoing, IRG is not obligated to pay
for any costs incurred by the Bidder in preparation of a proposal in response hereto, or otherwise
compensate the Bidder, if IRG rejects any or all proposals or if it withdraws, annuls, suspends or cancels
the RFP or the bidding process.

IRG agrees that all submissions shall be held as confidential, shall not be disclosed outside of IRG, and shall not
be duplicated, used, or disclosed-in whole or in part-for any purpose other than to evaluate this proposal. If,
however, a contract is awarded to this Bidder as a result of-or in connection with-the submission of this data, IRG
shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This
restriction does not limit IRGs right to use information contained in a proposal if it is obtained from another
source without restriction.

IRG/PDP/AMR/2014/135 12
NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE
This contract may incorporate one or more clauses by reference listed below, with the same force and effect as if
they were given in full text. Upon request, IRG will make their full text available. Also, the full text of a clause
may be accessed electronically at the following web sites: http://www.arnet.gov/far/and
http://usaid.gov/policy/ads/300/

Where flow-down to the subcontractor is appropriate and applicable under these clauses, references to the
Government shall be interpreted to mean IRG, Contractor to mean the subcontractor, and
Subcontractor to mean lower-tier subcontractor(s).

NUMBER TITLE DATE

52.202-1 DEFINITIONS Jan-12


52.203-3 GRATUITIES Apr-84
52.203-5 COVENANT AGAINST CONTINGENT FEE Apr-84
52.203-6 RESTRICTION ON SUBCONTRACTOR SALES TO THE GOVERNMENT Sep-06
52.203-7 ANTI-KICKBACK PROCEDURES Oct-10
CANCELLATION, RECISION, AND RECOVERY OF FUNDS FOR ILLEGAL OR
52.203-8 IMPROPER ACTIVITY Jan-97
52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY Jan-97
52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS Oct-10
52.204-4 PRINTING/COPYING DOUBLE-SIDED May-11
PROTECTING THE GOVERNMENTS INTEREST WHEN SUBCONTRACTING WITH
52.209-6 CONTRACTORS DEBARRED, SUSPENDED,OR PROPOSED FOR DEBARMENT Jul-13
52.211-5 MATERIAL REQUIREMENTS Aug-00
LIQUIDATED DAMAGES SUPPLIES, SERVICES, OR RESEARCH AND
52.211-11 DEVELOPMENT Sept-00
52.215-2 AUDIT AND RECORDS NEGOTIATION Oct-10
52.215-8 ORDER OF PRECEDENCE UNIFORM CONTRACT FORMAT Oct-97
52.215-19 NOTICE OF OWNERSHIP CHANGE Oct-97
52.216-24 LIMITATION OF GOVERNMENT LIABILITY Apr-84
52.216-25 CONTRACT DEFINITIZATION Oct-10
52.216-27 SINGLE OR MULTIPLE AWARDS Oct-95
52.217-2 CANCELLATION UNDER MULTI-YEAR CONTRACTS Oct-97
52.217-5 EVALUATION OF OPTIONS Jul-90
52.217-7 OPTION TO INCREASE QUANTITIES SEPARATELY PRICED LINE ITEM Mar-89
52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT Mar-00
52.219-9 SMALL BUSINESS SUBCONTRACTING PLAN Jul-13
52.219-14 LIMITATIONS ON SUBCONTRACTING Nov-11
52.219-16 LIQUIDATED DAMAGES SUBCONTRACTING PLAN Jan-99
52.222-3 CONVICT LABOR Jun-03
52.222-21 PROHIBITION OF SEGREGATED FACILITY Feb-99
52.222-17 NONDISPLACEDMENT OF QUALIFIED WORKERS Jan-13
52.222-26 EQUAL OPPORTUNITY Mar-07
52.222-29 NOTIFICATION OF VISA DENIAL Jun-03
52.222-38 COMPLIANCE WITH VETERANS EMPLOYMENT REPORTING Sep-10
52.222-50 COMBATING TRAFFICKING IN PERSONS Feb-09
52.223-6 DRUG FREE WORKPLACE May-01
ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE
52.223-18 DRIVING Aug-11
52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES Jun-08
52.225-18 PLACE OF MANUFACTURE Sep-06
CONTRACTOR PERSONNEL IN A DESIGNATED OPERATIONAL AREA OR
SUPPPORTING A DIPLOMATIC OR CONSULAR MISSION OUTSIDE THE UNITED
52.225-19 STATES Mar-08

IRG/PDP/AMR/2014/135 13
PROHIBITION ON CONTRACTIN WITH ENTITIES ENGAGING IN CERTAIN
ACTIVITIES OR TRANSACTIONS RELATING TO IRAN REPRESETATION AND
52.225-25 CERTIFICATION Dec-12
NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT
52.227-2 INFRINGEMENT Dec-07
52.227-14 RIGHTS IN DATA GENERAL ALTERNATE V Dec-07
52.228-3 WORKERS COMPENSATION INSURANCE (DEFENSE BASE ACT) Apr-84
52.229-8 TAXES FOREIGN COST REIMBURSABLE CONTRACTS Mar-90
52.230-2 COST ACCOUNTING STANDARDS May-12
52.230-6 ADMINISTRATION OF COST ACCOUNTING STANDARDS Jun-10
52.232-1 PAYMENTS Apr-84
52.232-17 INTEREST Oct-10
52.232-18 AVAILABILITY OF FUNDS Apr-84
52.232-22 LIMITATION OF FUNDS Apr-84
52.232-23 ASSIGNMENT OF CLAIMS Jan-86
52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS Jun-13
52.232-25 PROMPT PAYMENT Jul-13
52.233-1 DISPUTES Jul-02
52.233-2 SERVICE OF PROTEST Sep-06
52.233-3 PROTEST AFTER AWARD Alternate I Aug-96
52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM Oct-04
52.237-8 RESTRICTION ON SEVERANCE PAYMENTS TO FOREIGN NATIONALS Aug-03
52.237-9 WAIVER OF LIMITATION ON SEVERANCE PAYMENTS TO FOREIGN NATIONALS Aug-03
52.242-1 NOTICE OF INTENT TO DISALLOW COSTS Apr-84
52.242-3 PENALTIES FOR UNALLOWABLE COSTS May-01
52.242-4 CERTIFICATION OF FINAL INDIRECT COST RATES Jan-97
52.242-13 BANKRUPTCY Jul-95
52.243-1 CHANGES FIXED-PRICE Aug-87
52.243-2 CHANGES COST REIMBURSEMENT ALTERNATE I (APR 84) Aug-87
52.243-7 NOTIFICATION OF CHANGES Apr 84
52.244-2 SUBCONTRACTS Oct-10
52.244-5 COMPETITION IN SUBCONTRACTING Dec-96
52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS AND COMMERCIAL COMPONENTS Jul-13
52.245-1 GOVERNMENT PROPERTY Apr-12
52.246-23 LIMITATION OF LIABILITY Feb-97
52.246-25 LIMITATION OF LIABILITY-SERVICES Feb-97
52.247-64 PREFERENCE FOR PRIVATELY OWNED US FLAG COMMERICAL VESSELS Feb-06
52.247-67 SUBMISSION OF COMMERCIAL TRANSPORTATION BILLS TO GSA FOR AUDIT Feb-06
52.248-1 VALUE ENGINEERING Oct-10
52.249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) Apr-12
52.249-8 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) Apr-84
52.249-14 EXCUSABLE DELAYS Apr 84
52.253-1 COMPUTER GENERATED FORMS Jan-91

IRG/PDP/AMR/2014/135 14
AID ACQUISITION REGULATION (48 CFR CHAPTER 7) CLAUSES

NUMBER TITLE DATE

752.202-1 AID DEFINITIONS CLAUSEGENERAL SUPPLEMENT FOR USE IN ALL AID Jan-90
CONTRACTS

752.202-1 AID DEFINITIONS CLAUSESUPPLEMENT FOR AID CONTRACTS INVOLVING Dec-86


PERFORMANCE OVERSEAS

752.204-71 ORGANIZATIONAL CONFLICTS OF INTEREST DISCOVERED AFTER AWARD Jun-93

752.211-70 LANGUAGE AND MEASUREMENT Jun-92

752.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS AND SMALL


DISADVANTAGED BUSINESS CONCERNS

752.225-70 SOURCE, ORIGIN, AND NATIONALITY REQUIREMENTS Feb-97

752.225-71 LOCAL PROCUREMENT Feb-97

752.228-3 WORKERS COMPENSATION INSURANCE (DEFENSE BASE ACT)

752.228-70 MEDICAL EVACUATION (MEDEVAC) SERVICES Jul-07

752.229-70 FEDERAL, STATE, AND LOCAL TAXES

752.245-70 GOVERNMENT PROPERTY USAID REPORTING

752.245-71 TITLE TO AND CARE OF PROPERTY Apr-84

752.7001 BIOGRAPHICAL DATA Jul-97

752.7002 TRAVEL AND TRANSPORTATION Jan-90

752.7003 DOCUMENTATION FOR PAYMENT Nov-98

752.7004 EMERGENCY LOCATOR INFORMATION Jul-97

752.7005 SUBMISSION REQUIREMENTS FOR DEVELOPMENT EXPERIENCE Oct-97


DOCUMENTS

752.7006 NOTICES Apr-84

752.7007 PERSONNEL COMPENSATION Jul-07

752.7008 USE OF GOVERNMENT FACILITIES OR PERSONNEL Apr-84

752.7009 MARKING Jan-93

752.7010 CONVERSION OF U. S. DOLLARS TO LOCAL CURRENCY Apr-84

752.7011 ORIENTATION AND LANGUAGE TRAINING Apr-84

752.7013 CONTRACTOR-MISSION RELATIONSHIPS Oct-89

752.7014 NOTICE OF CHANGES IN TRAVEL REGULATIONS Jan-90

752.7015 USE OF POUCH FACILITIES Jul-97

752.7018 HEALTH & ACCIDENT COVERAGE FOR USAID PARTICIPANT TRAINING Jan-99

752.7019 PARTICIPANT TRAINING Jan-99

IRG/PDP/AMR/2014/135 15
752.7023 REQUIRED VISA FORM FOR PARTICIPANTS Apr-84

752.7024 WITHDRAWL OF STUDENTS Apr-84

752.7025 APPROVALS Apr-84

752.7027 PERSONNEL Dec-90

752.7029 POST PRIVILEGES Jul-93

752.7031 LEAVE AND HOLIDAYS Oct-89

752.7032 INTERNATIONAL TRAVEL APPROVAL AND NOTIFICATION REQUIREMENTS Jan-90

752.7034 ACKNOWLEDGEMENT AND DISCLAIMER Dec-91

752. 7035 PUBLIC NOTICES Dec-91

ANTI-FRAUD HOTLINE

USAID/Pakistan has, in cooperation with the USAID Office of Inspector General, established the Anti-Fraud Hotline to
provide an avenue for the reporting of fraud, waste, and abuse which may be associated with USAID funded projects in
Pakistan. Complaints are handled with complete confidentiality and individuals are encouraged to report when corruption,
fraud, waste, and abuse may occur in the USAID/Pakistan projects. Reports can be filed anonymously via the easy-to-use
Hotline (toll free number 0800-84700); email at complaints@anti-fraudhotline.com; fax at 021-35390410; postal address at 5-
C, 2nd Floor, Kheyaban-e-Ittehad, Phase VII, DHA, Karachi, Pakistan.

IRG/PDP/AMR/2014/135 16
ANNEX A
TECHNICAL SPECIFICATIONS
1. General:
This specification covers minimum level of functionality requirements for design, materials, manufacturing,
testing, supply, delivery, installation, commissioning and performance of programmable, three phase whole
current AMR meters, CT and CT-PT operated static/electronic kilowatt-hour revenue AMR meters to be
installed at residential, commercial, agricultural (Tubewell), industrial or high-end consumers, distribution
transformers in the distribution network of DISCOs (Distribution Companies) in Pakistan.
2. Scope:
Power Distribution Program (PDP) intends implementing two standalone AMR System for PESCO and
MEPCO with appropriate software for Meter Data Collection (MDC) and End User Interface centrally
initially managed by a third party for Distribution Companies (DISCOs) in Pakistan. The AMR head-end
systems will be commissioned at the DISCOs head offices or at PITC data center / NOC developed by
USAID under Power Distribution Program. Centrally hosted AMR system will provide infrastructure and
services to the DISCOs that are included in implementation of this program. The DISCOs will be provided
remote access through secure private and self-healing physical and logical VPN links to the meter data
repository applications hosted at the NOC, central hosting facility to use the meter readings for billing and
analyses.
The WAPDA/NTDC specifications DDS-50-2007, DDS-60-2007, DDS-98:2011, DDS-110:2012,
Amendments to DDS-50, Amendments to DDS-60, SOP Change of Components of Static Single Phase,
Static Three Phase Whole Current, Static H.T/L.T MDI & AMR (Smart) Energy Meters and IEC 62053-22
and 62058-31 and Electrical & Mechanical Endurance Testing as per IEC 61810-1 or equivalent
International Standards (www.ansi.org, www.ieee.org, www.iec.ch) shall be followed along with the
requirements below and in narrated in this solicitation. The WAPDA specifications, SOP and reference
part/requirement of the IEC 61810-1 are provided in Annex D.

MDC SYSTEM

In addition to the attached specifications (DDS-110:2012) of the MDC System, the following shall also be
required:

1. The MDC System shall be capable of handling 100,000 meters and the vendor shall propose a
scalable solution up to 500,000 meters.
2. All Software of the AMR system shall be in the English language.
3. System shall be capable to interface with all types of meters, i.e. CT/PT meters, CT meters, 3 phase
whole current meters, and single phase whole current meters.
4. System shall support simultaneous connectivity with multiple GPRS telecom service providers.
5. Items 8.6 and 8.7 mentioned in DDS 110:2012 are not required and shall not be included in the
proposal.
6. System shall be multi-vendor compliant and shall be based on open protocols. The solution
provider shall integrate 3rd party meters having the same communication protocols into the system.
7. System shall support smart metering standards such as DLMS/COSEM, IEC62056-21 IEC62056-
22, etc.
8. The security of the system shall only allow authorized users to perform any action and the levels of
security shall be user defined.
9. System shall support batch import of devices into the system for creation of devices.
10. The system shall support scheduled and unscheduled on demand meter reads for billing, TOU
data, interval data, power quality, event log, alarms, etc. Critical alarms, as determined by the user,
shall be dispatched immediately when received from the devices via SMS and popup on the
operators console. Scheduled reads shall be configurable for the required frequency, number of
tries, sleep time between tries and reading mode.
11. System shall support scheduled and unscheduled time synchronization of the AMR devices.

IRG/PDP/AMR/2014/135 17
12. System shall support remote programming, configuration, and customer reference/account
information of devices. Update of AMR meter firmware shall only be possible through the optical
port with proper authorization and control software.
13. System shall support both scheduled and unscheduled load control functions.
14. System shall support remote disconnect/reconnect of consumers whole current meters.
15. System shall support remote programmable load limit for individual tariff.
16. System shall support remote programmable retry interval for trip actions whole current meters.
17. System shall support remote programmable number of retries for overload tripping (whole current)
meters.
18. System shall provide web access for remote users of DISCOs with the access level defined in the
security policy.
19. System shall be capable of being remotely monitored and upgraded through an internet link so that
the vendors staff can directly troubleshoot problems, install patches, and upgrade the system as
needed.
20. System shall be able to identify and report potential meter failures or tampering (Identify and report
missing reads, Identify and report "stopped" meters, Identify and report "slow" equipment, Identify
and report inconsistent constants, Receive signals for tampering or meter removal, Automatically
generate request for meter investigation and send to the appropriate system).
21. System should be able to maintain an audit trail of all changes made.
22. IRG is looking for a web based multi-functional capability complete end to end, out of the box
solution for End User Reporting Interface with capability of gathering and processing all types of AMR
meter data received and stored by the MDC from the data base.
23. The proposed End User Reporting Interface solution should be Internet ready and allow web-
enabled access to users from anywhere preferably over the VPN.
24. The web server shall be provided with a capability to handle connectivity for 100 concurrent web
users.
25. The solution should be capable of providing Workflow functionality to users by which information
and requests could be automatically routed to the concerned levels for approval.
26. All the Standards download functionality shall be made available to perform downloading of data
to PC in ASCII format or PC Application e.g. Microsoft EXCEL, Microsoft WORD for analysis
and graphical report/presentation.
27. The system shall able to define the security and privacy of information, add and remove users in
the system, change the security profile of users, etc., to control security profiles of users at various
levels of authorized officers
28. The system should have the capability to allow users to configure and generate reports on its own
without customization of the source code.
29. System shall support customization of the reports that are listed below and the reports shall be
supported on both a scheduled interval and an unscheduled interval as defined by the user.
a) Loss calculation report over user definable period (feeder to transformer to consumers).
b) Maximum demand report over a user defined range on a single device as well as on a set of
devices.
c) KWH report over a user defined range on a single device as well as on a set of devices.
d) Average PF report on a single device as well as on a set of devices.
e) Report for critical alarms and events over a user defined range.
f) Daily data collection and performance reports (successful devices, non-successful devices,
missing values, and time to read all devices).
g) Report of meters exceeding a pre-defined maximum demand.
h) Report of meters having a total consumption that is lower or higher than a user defined
percentage over the prior total consumption read.
i) Report of synchronized and non-synchronized meters.
j) Report for service continuity, voltage interruptions, and outages.
30. The offered MDC shall support the followings features:
a) Programmable data retrieval interval at meter level for;
i. Instantaneous Data
ii. Monthly Billing Data

IRG/PDP/AMR/2014/135 18
iii. Current Energy Data
iv. Load Profiles
v. Clock Synchronization
vi. GSM Signal Strength
b) Wakeup Options for on demand read.
i. Wake up by SMS
ii. Or any other vendor proposed mechanism

31. The vendor shall provide comprehensive training for day to day operations and maintenance of the
system.
32. The vendor shall provide all user manuals in English of application software as part of the
proposal.
33. Under this solicitation, it is intended to connect the following two DISCOs to the AMR Data
Center:
a) Peshawar Electric Supply Company (PESCO)
b) Multan Electric Power Company (MEPCO)
34. Completely independent setup of AMR Systems including software and hardware, for PESCO and
MEPCO shall be established.
35. The AMR meters procured under this solicitation will be installed at PESCO and MEPCO. Three
phase whole current AMR meters will be installed on domestic, commercial and small industrial
customers. In MEPCO three phase whole current AMR meters will also be installed on all of the
Tubewell connections of Multan Circle whereas LT CT / HT CT-PT AMR meters will be installed
on high-end customers of including distribution transformers in both MEPCO and PESCO across
their complete service territory.
36. Provision to be made for installation of external antennas, and such antennas will be supplied and
installed where required for particular installations
Exclusion to the WAPDA Specifications
Meter Case other than Polycarbonate may be used if those materials comply with
equivalent International Standards.
All meters shall be housed under a clear seamless or ultrasonic welded tamper proof
meter cover including meter terminals. In case of the clear polycarbonate material, the
electronics of the meter shall be protected with a shield inside the meter cover to
protect the electronics from extreme environmental conditions such as solar or
ultraviolet radiations.

3. AMR Meter Technical Description & Functional Requirements:


Technical Description of the AMR meters is as follows:

a) Whole Current, 3-phase, 4 wire, 3 element, 3230/400 V, 10/100 Amp, 50Hz, Accuracy Class
1.0 programmable multi-tariff-TOU AMR Energy Meters with GSM/GPRS modem and remote
disconnect/reconnect as per DDS-98:2011 & DDS-60:2007 to be installed at residential,
commercial, Agricultural (Tubewell) and industrial customers in distribution network per the
WAPDA specification provided or equivalent International Standards (www.ansi.org,
www.ieee.org, www.iec.ch).

Disconnection due to Non-Payments:


Meter shall accept disconnection/reconnection command by backend system remotely
as and when required. In case of disconnection initiated by backend system, meter shall
not reconnect until it will receive reconnection command from backend system.

IRG/PDP/AMR/2014/135 19
Disconnection due to Load Limiting/Exceeding Sanctioned Load:
Minimum two different load thresholds against different time slots (peak/off peak) shall
be programmed to activate disconnection/reconnection automatically by the meter and
time between disconnection and reconnection shall also be programmable. Meter shall
have the capability to change load thresholds and associated time slots locally and
remotely.

The utility user shall have provision to enable and disable the feature (Remote
disconnect/ reconnect for both scenarios) locally by meter software and remotely by
head end system.

b) HT, LT type CT, CT/PT operated 3-Phase, 4 wire, 3-Elements, 3(57.73-63.5)V /(100-110)V,
3230/400 V, 5(10) Amp, 50 Hz, Accuracy Class 0.5s programmable multi-tariff-TOU AMR
Energy Meters with GSM/GPRS modem as per DDS-98:2011 & DDS-50:2007, IEC 62053-22
and 62058-31 for installation on high-end commercial, industrial customers and at distribution
transformer locations for energy accounting and monitoring per the WAPDA specifications
provided or equivalent International Standards (www.ansi.org, www.ieee.org, www.iec.ch).
c) These CT and CT/PT meters are to be installed in steel cabinets, housing the meter and the
respective CTs/PTs. Therefore, the meters need to be capable of communicating over the GPRS
network without signal degradation.

Any departure from the provisions of this specification shall be disclosed at the time of bidding
under the title Deviation from Specifications.

4. Documentation and Progress Reporting

Photographs shall be taken of each connection prior to and on completion of work. The
Photograph number shall be noted on staking sheet and the electronic file of photographs shall
be submitted to IRG weekly.

5. Supervision and Inspection

The Contractor shall maintain in the field sufficient supervision to ensure that crews are carrying
out the required tasks in accordance with the specifications

In addition to supervisors, the Contractor shall field a team of inspectors whose sole purpose is
to inspect and verify the quality of the installation. The inspection team shall report directly to
the Project Supervisor and shall be provided with forms and instructions necessary to carry out
their inspection duties.

6. Disposal of Recovered Materials

All materials, including meters and service drop cables removed during the work remain the
property of PESCO/MEPCO

Retired materials shall be safeguarded by the Contractor and returned to the PESCO/MEPCO
stores by the Installation Team supervisor, preferably daily (or as otherwise arranged). It is the
responsibility of the Contractor to obtain proper documentation for all returned material. Failure
to return material shall result in the deduction of the value of the material from the Contractors
invoices.

7. Liaison with Local community and DISCO Subdivision

The Contractor shall endeavor to maintain good relations with the community and shall
accommodate requests by consumers to the extent that they do not conflict with the
requirements of these specifications.

IRG/PDP/AMR/2014/135 20
The Contractors Project Supervisor shall maintain close liaison with local DISCO Subdivision
and will settle any dispute arise during the execution of work.

8. Monitoring and Evaluation of Project (By IRG Team):

The IRG Project Manager will be supported by a team of QA inspectors located in Peshawar and Multan
whose responsibility will be to determine whether construction carried out by the Contractor is in
compliance with the specifications and plans. The Project manager will not exercise any supervisory
authority over Contractor staff, but is empowered to shut down work if situations arise in which the
Project Manager considers it to be in the interests of the project to do so. The presence of the IRG
inspectors in no way relieves the Contractor of the responsibility for providing adequate supervision and
quality control of the work, nor of delivering a product that is in compliance with all requirements of the
Contract.

The QA Teams will additionally monitor and approve contractor invoices, and identify installations,
which fail specification. Contractors will be required to retrofit any failed installation without charge to
program.

PDP QA Teams will routinely visit installation sites, and contractor administration locations and stores,
and routinely engage with installation teams to improve procedures, and identify deviations from plans
and program installation directives and bulletins.

IRG/PDP/AMR/2014/135 21
Existing AMR System for reference ONLY:

For quick reference, the general diagram of the IT Infrastructure, can be viewed here-under:

At a high level the AMR Communications network is depicted in the following diagram:

IRG/PDP/AMR/2014/135 22
ANNEX B 1
Price Quotation

DISCO TOTAL Price US $


Item Description
Unit PESCO MEPCO Quantity Unit Rate Total Price
Supply of Whole Current, 3-phase, 4 wire, 3
element, 3230/400 V, 10/100 Amp, 50Hz,
Accuracy Class 1.0 AMR Energy Meters with
a GSM/GPRS modem and remote No. 6,900 25,400 32,300
disconnect/reconnect as per DDS-98:2011 &
1 DDS-60:2007 amended to date or equivalent
International Standards.

Installtion, Testing and Commissioning of


b No. 6,900 25,400 32,300
Whole Current, 3-phase AMR Energy Meter

Supply of HT/LT type CT/PT operated 3-


Phase, 4-Wire, 3-Elements, 3(57.73-
63.5)V/(100-110)V, 3230/400 V, 5(10) Amp,
a 50 Hz, Accuracy Class 0.5s AMR Energy Meters No. 6,350 6,550 12,900
with GSM/GPRS modem as per DDS-98:2011
2 & DDS-50:2007 amended to date or equivalent
International Standards.
Installtion, Testing and Commissioning of
b HT/LT type CT/PT operated 3-phase AMR No. 6,350 6,550 12,900
Energy Meter
Supply, Installation, Testing and Commissioning
of Hardware and OS for each Server and
3 Set 1 1 2
Desktop Computers for Head End Systems (list
separately for each machine)
Supply, Installation: Installation and
configuration of MDC Software and end user
4 reporting interface for each Server, and Desktop Set 1 1 2
Computers for Head End System (list separately
for each machine)
Communication Services not to exceed
September 01, 2015 - for all AMR meter
5 No. 13,250 31,950 45,200
inclusive of SIM. GSM/GPRS, IP Bandwidth
between NOC and DISCO's
TOTAL

IRG/PDP/AMR/2014/135 23
ANNEX B 2
Delivery Schedule

Within 150 Within 330 Within 390


Within 210 Within 270
Days from Days from Days from
Item Description Days from the Days from the Total
the Contract the Contract the Contract
Contract Award Contract Award
Award Award Award

Supply, Installation, Testing and Commissioning of


Whole Current, 3-phase, 4 wire, 3 element,
3230/400 V, 10/100 Amp, 50Hz, Accuracy Class
1 1.0 AMR Energy Meters with GSM/GPRS modem 4806 6,460 7,334 7,300 6,400 32,300
and remote disconnect/reconnect as per DDS-
98:2011 & DDS-60:2007 amended to date or
equivalent International Standards.

Supply, Installation, Testing and Commissioning of


HT/LT type CT/PT operated 3-Phase, 4-Wire, 3-
Elements, 3(57.73-63.5)V/(100-110)V,
2 3230/400 V, 5(10) Amp, 50 Hz, Accuracy Class 1,960 2,540 2,900 2,900 2,600 12,900
0.5s AMR Energy Meters with GSM/GPRS modem
as per DDS-98:2011 & DDS-50:2007 amended to
date or equivalent International Standards.
Supply, Installation, Testing and Commissioning of
Hardware and OS for each Server and Desktop Full
3 2
Computers for Head End Systems (list separately Delivery
for each machine)

Supply, Installation: Installation and configuration


of MDC Software and end user reporting interface Full
4 2
for each Server, and Desktop Computers for Head Delivery
End System (list separately for each machine)
Communication Services not to exceed September
01, 2015 - for all AMR meter inclusive of SIM. Full
5 1
GSM/GPRS, IP Bandwidth between NOC and Delivery
DISCO's

IRG/PDP/AMR/2014/135 24
ANNEX C:
CERTIFICATIONS
Required Certifications
The following certificates need to be signed by all Bidders. These certifications are an integral part of the
quotation/proposal. Please print them off and send back to us with your proposal after signature on each
certificate. They are:

Certification Regarding Terrorist Financing


Narcotics offenses and drug trafficking- key individual certification
Certification regarding debarment, suspension, ineligibility and voluntary exclusion lower tier covered
transactions
Certificate of Origin
Certification of Bidder Ownership/Shareholder Structure
Certification of Independent Price Determination
Certification Regarding Compliance with Anti-Bribery Laws

IRG/PDP/AMR/2014/135 25
1 Certification Regarding Terrorist Financing Implementing E.O. 13224

USAID requires that recipients sign the certification below as a prerequisite to receiving a contract/grant from a
U.S. Government source.

CERTFICATION REGARDING TERRORIST FINANCING IMPLEMENTING E.O. 13224

By signing and submitting this application, the prospective recipient provides the certification set out below:

1. The Recipient has not provided, and will take all reasonable steps to ensure that it does not and will not
knowingly provide, material support or resources to any individual or entity that commits, attempts to
commit, advocates, facilitates, or participates in terrorist acts, or has committed, attempted to commit,
facilitated, or participated in terrorist acts.

2. Specifically, in order to comply with its obligations under paragraph 1, the Recipient will take the
following steps:

a. Before providing any material support or resources to an individual or entity, the


Recipient will verify that the individual or entity does not appear (i) on the master list of Specially
Designated Nationals and Blocked Persons, which list is maintained by the U.S. Treasurys Office
of Foreign Assets Control (OFAC) and is available online at OFACs website:
http://www.treas.gov/offices/eotffc/ofac/sdn/t11sdn.pdf, or (ii) on any supplementary list of
prohibited individuals or entities that may be provided by USAID to the Recipient. The
Recipient also will verify that the individual or entity has not been designated by the United
Nations Security (UNSC) sanctions committee established under UNSC Resolution 1267 (1999)
(the 1267 Committee) [individuals and entities linked to the Taliban, Usama bin Laden, or the
Al Qaida Organization]. To determine whether there has been a published designation of an
individual or entity by the 1267 Committee, the Recipient should refer to the consolidated list
available online at the Committees website:
http://www.un.org/Docs/sc/committees/1267/1267ListEng.htm.
b. Before providing any material support or resources to an individual or entity, the Recipient will
consider all information about that individual or entity of which it is aware or that is available to
the public.
c. The Recipient will implement reasonable monitoring and oversight procedures to safeguard
against assistance being diverted to support terrorist activity.

3. For purposes of this Certification


a. Material support and resources means currency or monetary instruments or financial securities,
financial services, lodging, training, expert advice or assistance, safe houses, false documentation
or identification, communications equipment, facilities, weapons, lethal substances, explosives,
personnel, transportation, and other physical assets, except medicine or religious materials.
b. Terrorist act means- (i) an act prohibited pursuant to one of the 12 United Nations
Conventions and Protocols related to terrorism (see UN terrorism conventions Internet site:
http://untreaty.un.org/English/Terrorism.asp ); or (ii) an act of premeditated, politically
motivated violence perpetrated against non-combatant targets by sub national groups or
clandestine agents; or (iii) any other act intended to cause death or serious bodily injury to a
civilian, or to any other person not taking an active part in hostilities in a situation of armed
conflict, when the purpose of such act, by its nature or context, is to intimidate a population, or
to compel a government or an international organization to do or to abstain from doing any act.
c. Entity means a partnership, association, corporation, or other organization, group or subgroup.

This Certification is an express term and condition of any agreement issued as a result of this application, and any
violation of it shall be grounds for unilateral termination of the agreement by USAID prior to the end of its term.

IRG/PDP/AMR/2014/135 26
Name: _________________________________ Signature: ____________________

Title: __________________________________ Date: ____________________

IRG/PDP/AMR/2014/135 27
2 Key Individual Certification

NARCOTICS OFFENSES AND DRUG TRAFFICKING

I hereby certify that within the last ten years:

1 I have not been convicted of a violation of, or a conspiracy to violate, any law or regulation of the United
States or any other country concerning narcotic or psychotropic drugs or other controlled substances.

2 I am not and have not been an illicit trafficker in any such drug or controlled substance.

3 I am not and have not been a knowing assistor, abettor, conspirator, or colluder with others in the illicit
trafficking in any such drug or substance.

Signature: __________________________________________ Date: ____________

Name: ______________________________________

Title/Position: ________________________________

Organization: ________________________________

Address: ____________________________________

Date of Birth: ________________________________

NOTICE:
1. You are required to sign this Certification under the provisions of 22 CFR Part 140, Prohibition on
Assistance to Drug Traffickers. These regulations were issued by the Department of State and require
that certain key individuals of organizations must sign this Certification.
2. If you make a false Certification you are subject to U.S. criminal prosecution under 18 U.S.C.1001.

IRG/PDP/AMR/2014/135 28
3 Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower
Tier Covered Transactions

A. Instructions for Certification

1. By signing and submitting this proposal, the prospective lower tier participant is providing the
certification set out below.

2. The certification in this clause is a material representation of fact upon which reliance was placed
when this transaction was entered into. If it is later determined that the prospective lower tier
participant knowingly rendered an erroneous certification, in addition to other remedies available to
the Federal Government, the department or agency with which this transaction originated may
pursue available remedies, including suspension and/or debarment.

3. The prospective lower tier participant shall provide immediate written notice to the person to whom
this proposal is submitted if at any time the prospective lower tier participant learns that its
certification was erroneous when submitted or has become erroneous by reason of changed
circumstances.

4. The terms "covered transaction," "debarred," "suspended," ineligible, "lower tier covered
transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and
"voluntarily excluded," as used in this clause, has the meanings set out in the Definitions and
Coverage sections of rules implementing Executive Order 12549. You may contact the person to
which this proposal is submitted for assistance in obtaining a copy of those regulations.

5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed
covered transaction be entered into, it shall not knowingly enter into any lower tier covered
transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded
from participation in this covered transaction, unless authorized by the department or agency with
which this transaction originated.

6. The prospective lower tier participant further agrees by submitting this proposal that it will include
this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary
Exclusion--Lower Tier covered Transaction," without modification, in all lower tier covered
transactions and in all solicitations for lower tier covered transactions.

7. A participant in a covered transaction may rely upon a certification of a prospective participant in a


lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded
from the covered transaction, unless it knows that the certification is erroneous. A participant may
decide the method and frequency by which it determines the eligibility of its principals. Each
participant may, but is not required to, check the Non procurement List.

8. Nothing contained in the foregoing shall be construed to require establishment of a system of records
in order to render in good faith the certification required by this clause. The knowledge and
information of a participant is not required to exceed that which is normally possessed by a prudent
person in the ordinary course of business dealings.

9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a


covered transaction knowingly enters into a lower tier covered transaction with a person who is
suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in
addition to other remedies available to the Federal Government, the department or agency with
which this transaction originated may pursue available remedies, including suspension and/or
debarment.

B. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier


Covered Transactions

IRG/PDP/AMR/2014/135 29
1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor
its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from participation in this transaction by any Federal department or agency.
2. Where the prospective lower tier participant is unable to certify to any of the statements in this
certification, such prospective participant shall attach an explanation to this proposal.

Date of Application/Proposal: _________________________________

Typed Name and Title: ______________________________________

Signature Date: ____________________________________________

IRG/PDP/AMR/2014/135 30
4 Certificate of Origin

VENDOR CERTIFICATE OF ORIGIN

The undersigned, (Owner or Agent Legally Authorized to Sign on Behalf of the Vendor) for
__________________________________________________________
(Name and Address of the Vendor)

Certifies the origin of goods listed below offered under the RFP #.................to IRG are as follows:

Item # Catalogue / Other Item Name and Origin (Country)


Identifying Number Description

As defined in 22 CFR 228, Section 228.01(j):


Origin means the country where a commodity is mined, grown or produced. A commodity is produced
when, through manufacturing, processing, or substantial and major assembling of components, a
commercially recognized new commodity results that is significantly different in basic characteristics or in
purpose of utility from its components

(Name)

(Signature of Owner or Agent)

(Title)

(Date)

IRG/PDP/AMR/2014/135 31
5 Certification of Bidder Ownership/Shareholder Structure

To ensure compliance with 22 CFR 228.13, Bidders are required to disclose all current owners and shareholders in
the table hereunder and indicate if the owner(s) and shareholder(s) are government agencies or government-
controlled organizations. If required, bidders should expand the table in order to permit a complete review. IRG
defines controlled as the ownership by a single entity, agency, or organization of 50% + 1 of shares or assets of
a company.

Government-controlled Entity or
Owner(s) / Shareholder(s) Nationality % Ownership
Government Agency?

___________________________ _____________________ ______________ Yes / No


___________________________ _____________________ ______________ Yes / No
___________________________ _____________________ ______________ Yes / No
___________________________ _____________________ ______________ Yes / No
___________________________ _____________________ ______________ Yes / No

I understand that this information will be relied upon by IRG to determine whether to enter into any contractual
agreement, and that any false or misleading information provided herein would be grounds for the immediate
termination of any such contractual agreement.

Name of the Bidder: ______________________________________

Date of Application/Proposal:

Typed Name and Title:

Signature Date:

IRG/PDP/AMR/2014/135 32
6 Certification of Independent Price Determination

Certification of Independent Price Determination

To Be Completed by the Offeror: (The Representations and Certifications must be executed by an


individual authorized to bind the offeror.) The offeror makes the following Representations and Certifications
as part of its proposal.

Note: The penalty for making false statements in offers is prescribed in 18 U.S.C 1001.

1. 52.203-2 CERTIFICATE OF INDEPENDENT PRICE DETERMINATION (APRIL 1985)


[NOTE: This provision is applicable when a firm-fixed price contract is contemplated.]

The offeror certifies that

1. The prices in this offer have been arrived at independently, without, for the purpose of restricting
competition, any consultation, communication, or agreement with any other offeror or competitor relating
to (i) those prices, (ii) the intention to submit an offer, or (iii) the methods or factors used to calculate the
prices offered;

2. The prices in this offer have not been and will not be knowingly disclosed by the offeror, directly or
indirectly, to any other offeror or competitor before proposal opening (in the case of a sealed proposal
solicitation) or contract award (in the case of a negotiated solicitation) unless otherwise required by law; and

3. No attempt has been made or will be made by the offeror to induce any other concern to submit or not to
submit an offer for the purpose of restricting competition.
(b) Each signature on the offer is considered to be a certification by the signatory that the signatory

4. Is the person in the offeror's organization responsible for determining the prices being offered in this bid or
proposal, and that the signatory has not participated and will not participate in any action contrary to
subparagraphs (1) through (3) above; or

5. Has been authorized in writing, to act as agent for the following principals in certifying that those
principals have not participated, and will not participate in any action contrary to subparagraphs (1) through
(3) above.

Print Name________________________________________

Print Title ________________________________________


[insert full name of person(s) in the offeror's organization responsible for determining the prices offered
in this bid or proposal, and the title of his or her position in the offeror's organization];

(ii) As an authorized agent, does certify that the principals named above have not participated, and will not
participate, in any action contrary to subparagraphs (1) through (3) above; and

(iii) As an agent, has not personally participated, and will not participate, in any action contrary to subparagraphs
(1) through (3) above.

(c) If the offeror deletes or modifies subparagraph (2) above, the offeror must furnish with its offer a signed
statement setting forth in detail the circumstances of the disclosure.

(Name of Offeror) (RFP No.)

IRG/PDP/AMR/2014/135 33
(Signature of Authorized Individual) (Date)

(Typed Name of Authorized Individual)

(DUNS Number- if applicable)

IRG/PDP/AMR/2014/135 34
7 Certification Regarding Compliance with Anti-Bribery Laws

(hereinafter Company), which is entering into a business relationship with


International Resources Group (IRG), a wholly-owned subsidiary of Engility Corporation, hereby, as
appropriate, represents warrants, affirms and agrees that it will comply with the U.S. Foreign Corrupt Practices
Act, and with all applicable laws, rules and regulations of the U.S.A and
of (country in which company operates) and in particular agrees that:

1. To the Companys Knowledge none of the principals, officers or employees of Company is a government
official, and official of any public international organization, a political party official, or a candidate for
political office.
2. Company is familiar with the U.S. Foreign Corrupt Practices Act (FCPA) of 1977 and the Companys
Compliance with Anti-Bribery and the FCPA.
3. Company is familiar with and shall comply in all respects with U.S. laws, regulations, and administrative
requirements applicable to Companys relationship with Consultant, including, but not limited to, the Foreign
Corrupt Practices Act of 1977 as amended (FCPA); International Traffic In Arms Regulations (ITAR);
Export Administration Regulations (EAR), as amended; the Antiboycott Regulations and Guidelines issued
under the Export Administrations Act, as amended; and Section 999 of the Internal Revenue Code
(Antiboycott Regulations); and the Office of Foreign Assets Control (OFAC) Regulations.
4. All of the information that Company has provided to IRG and its representatives in connection with
retention of Company was and remains current, accurate and complete.
5. Company will obtain written approval from IRG before Company hires subagents, and that no subagent will
be approved unless that subagent agrees in writing to these same terms and conditions.
6. Company agrees to comply with Laws, including without limitation, Anti-Bribery Laws (defined below) and
shall not cause Company or IRG to be in violation of any Law or Anti-Bribery Law.
7. The Company understands that Anti-Bribery Laws mean collectively (i) the FCPA and (ii) all other
applicable Laws regarding corruption, bribery, ethical business conduct, money laundering, political
contributions, gifts, hospitalities, or expense reimbursements to public officials and private persons,
consultant relationships, commissions or fees, lobbying, books and records and financial controls.
8. The Company has not, directly or indirectly through third parties, paid, promised or offered to pay, or
authorized the payment of, any money or given any promise or offer to give, or authorized the giving of
anything of value, to a Public Official or Entity (as defined below) for purposes of unduly obtaining or
retaining business for or with, or directing business to, any person, including without limitation, Company, by
(i) influencing any official act, decision or omission of such Public Official or Entity; (ii) inducing such Public
official or Entity to do or omit to do any act in violation of the lawful duty of such Public Official or Entity;
(iii)securing any improper advantage; or (iv) inducing such Public official or Entity to affect or influence any
act or decision of another Public Official or Entity.
9. The Company understands that Public official or Entity means (i) any officer, employee, agent,
representative, department, agency, official, corporate entity, instrumentality or subdivision of any
government, military or international organization, or (ii) any candidate for political office, any political party
or any official of a political party.
10. The Company ensures that no part of any payment, compensation, reimbursement or fee will be used directly
or indirectly as a corrupt payment, gratuity, emolument, bribe, kickback, or other improper benefit to a Public
Official or Entity or Company customer.
11. The Company will notify IRG immediately if, at any time, the Company becomes aware of any past, current
or future act resulting in an actual or potential conflict with any Law or Anti-Bribery Law.
12. Company will provide documents and information to IRG, upon request, confirming Companys compliance
with this agreement, and will allow IRG (or its agents) to review Companys books and records with respect
to the work performed on behalf of IRG at any time.
13. This certification is being provided to IRG in connection with IRGs decision to enter or continue a business
relationship with Company. If Company violates any of the terms of this agreement, IRG shall have the
option to terminate its contract with Company, notwithstanding any other provision of IRGs contract with
the Company to the contrary. Moreover, Company shall forfeit any payments owed to it by IRG upon an
admission or finding that Company has failed to comply with any terms of this Certification.

Company:

IRG/PDP/AMR/2014/135 35
Signature:

Name:

Title:

Telephone:

Fax:

Email:

Date:

IRG/PDP/AMR/2014/135 36
ANNEX D
ATTACHMENTS
The following WAPDA/NTDC specifications are provided herewith as annexed to this RFP:

1. DDS-50-2007 5. Amendments to DDS-50

6. Amendments to DDS-60

2. DDS-60-2007
7. SOP Change of Components of Static Single
Phase, Static Three Phase Whole Current,
Static H.T/L.T MDI & AMI (Smart) Energy
3. DDS-98:2011 Meters

8. Electrical & Mechanical Endurance


4. DDS-110:2012 Testing as per IEC 61810-1

IRG/PDP/AMR/2014/135 37
ANNEX E
Service Level Agreement for Telecommunication Provider
1. Service Level Agreement for Telecommunication Provider

The following detailed service parameters are the responsibilities of the Subcontractor in the ongoing support
of this Agreement.

2. Service Availability

The Subcontractor will be responsible to meet the following network service availability criteria;
The Subcontractor should provide best effort for the 100% network coverage for reliable GSM/GPRS
communications at AMR meter sites.
The Subcontractor shall be responsible for maintaining a Private APN with SIMs connections with
dedicated Static IP range.
The Subcontractor guarantees monthly average 95% uptime for the GSM/GPRS services for all AMR
meters within private APN excluding the unavailability due to the scheduled maintenance.
The system shall read AMR meters as per schedule and will report the failed devices on daily basis
automatically. Daily service availability shall be calculated as follows provided AMR meters are ON and
working normal.

Number of AMR meters read successfully


Service Availability (%)=
Total number of AMR meters installed in field
100

Monthly service availability will be the average of day to day service level that will be reported by the system.

All hours in which a specific site is unavailable must be documented in the Subcontractor trouble ticket.
a. End to end connectivity (Number of readable and non-readable devices from central system
provided that AMR meters are powered up in the field) will be used in service availability
calculations.
b. The Subcontractor will be responsible for written communication (notification) in a day advance
for planned outage due scheduled maintenance and upgrade work if the Subcontractor wants it
to be excluded from service availability calculations.
Maximum UDP Packet corruption should be less than 5%.
The Subcontractor should ensure the Uplink Latency end-to-end <1500ms 99% and <600ms 96%.
The Subcontractor should guarantee the data rate of 8Kbps per meter within the private APN.
SMS delivered in 2h >98%, in 30min 96%

3. Service Monitoring

The Subcontractor under this Agreement will be responsible for the monitoring of the GSM/GPRS services
under the dedicated Private APN for AMR meters.
The Subcontractor shall be monitoring:
a. GPRS & SMS Network internetworking equipment
b. Data link from AMR meters (GSM/GPRS Network) to mutually agreed Demarcation point
c. Dedicated private APN connection
d. All SIM Cards activity will be reported over web portal

The Subcontractor shall be responsible to provide web portal for monthly activity reports for all SIM
cards with the Dedicated APN.
The Subcontractor shall be accountable to report unscheduled outages on the Network to the Customer
within a day.

IRG/PDP/AMR/2014/135 38
The Subcontractor shall be responsible to notify the Customer of any congestion caused on the network
due to the events/festivities within a day.
Quarterly review of service level agreement for performance monitoring. Service level will be monitored
by IRG.

4. Service Support

Under this Agreement the Subcontractor shall be responsible for 24/7 availability of Customer Service
Representative (CSR) on a customer contact number.
The Subcontractor Customer Service Representative shall provide the incident reference number to the
Customer for each reported fault.
The Customer is expecting the GSM/GPRS communication services at five different geographical
locations as a part of this implementation.
The Subcontractor shall provide level one support to the Customer from its local/Regional office where
the service incident is being reported by the Customer.
The Subcontractor Customer Service Representative shall be responsible to notify the Customer
regarding the incident resolution progress on reaching milestones..
0-3 hours response time for incidents of *high priority.
0-6 hours response time for incidents of **medium priority.
0-9 hours response time for incidents of ***low priority.
*High Priority:

VPN/APN down
End to end connectivity is below 86%
** Medium Priority:

End to end connectivity is 86-92%


***Low Priority:

End to end connectivity is 92-95%

IRG agrees to:


Register all complaints in written, in a specific format
Send complains over a designated email address
Send complains only after verifying that there is no issue with the meter devices and meter data
collection system

5. Service Resolution

Under this Agreement the Subcontractor shall guarantee the following recovery times for service related incidents;

Resolution time shall be 8-16 hours for incidents of high priority.


Resolution time shall be 16-24 hours for incidents of medium priority.
Resolution time shall be 48 hours for incidents of low priority.

IRG/PDP/AMR/2014/135 39

You might also like