Final operation of 33-11KV SSs 01-08-11

Embed Size (px)

Citation preview

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    1/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 1

    North Eastern Electricity Supply Company of Orissa Limited (NESCO)

    Western Electricity Supply Company of Orissa Limited (WESCO)

    Southern Electricity Supply Company of Orissa Limited (SOUTHCO)

    Registered Office,

    Plot No. N1 / 22, Nayapalli, Bhubaneswar, Orissa-751012Tel No. (0674) 2550043, Fax No. (0674) 2558343

    ______________________________________________________________________

    _

    Tender Notification: CSO/50/OPERATION & MAINTENANCE OF

    33/11 KV SUBSTATIONS

    Dated 03.08.2011

    2011 - 2012

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    2/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 2

    Section 1

    INVITATION FOR BIDS (IFB)

    Tender Notification: CSO/50/OPERATION & MAINTENANCE OF

    33/11 KV SUBSTATIONS

    Dated 03.08.2011

    2011 - 2012

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    3/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 3

    1.0 The Registered Office of NESCO, WESCO & SOUTHCO (herein after referred as CSO)

    invites sealed tenders in Two Part Bid from experienced and reputed Contractors

    holding the required Electrical License issued by ELBO, Orissa for the outsourcing of day

    to day operation & maintenance of various up-coming 33/11 KV Substations which are

    under construction under RGGVY Scheme and are located at different areas under the

    licensed area of NESCO, WESCO & SOUTHCO as listed in Attachment - A. Work shall be

    awarded on completion of S/S and taken over by DISCOM. The initial period of

    assignment shall be for 1 year.

    2.0 The schedule of specifications with detail terms & conditions can be obtained from CSO

    at address given below against demand draft of`10000/- plus 4% VAT, drawn in favor of

    North Eastern Electricity Supply Company of Orissa Ltd., payable at Bhubaneswar. The

    tender papers will be issued on all working days up to 25.08.2011 during working hours.

    The tender documents can also be downloaded from any of the following websites

    www.nescoorissa.comor www.wescoorissa.com orwww.southcoorissa.com

    In case tender papers are downloaded from any of the above websites, then the bidder

    has to enclose a Demand Draft covering the cost of bid documents as stated above

    (`10,000/- plus 4% VAT, drawn in favor of North Eastern Electricity Supply Company of

    Orissa Ltd., payable at Bhubaneswar) in a separate envelope with suitable superscription

    Cost of Bid Documents: Tender Notice Ref: CSO/ 50 /OPERATION & MAINTENANCE OF

    33/11KV SUB-STATIONS,. This envelope should accompany the Bid Documents.

    3.0 Offers will be received up to 2.00 PM. on 26.08.2011 and shall be opened at CSO-

    Bhubaneswar, the address given below at 3.30 PM. on same day i.e. 26.08.2011 in

    presence of the authorized representatives of the bidders who wants to attend. The

    schedule of specifications with detail terms & conditions are enclosed. It is the sole

    responsibility of the bidder to ensure that the bid documents reach this office on or

    before the cut off due date and time of tender opening.

    4.0 CSO reserves the right to accept / reject any or all Tenders without assigning any reason

    thereof and alter the quantity of scope mentioned in the Tender documents at the time

    of placing purchase orders.

    5.0 ELIGIBILITY CRITERIA:The Bidder has to quote for the entire locations under any DISCOM. However, a bidder

    may quote for more than one DISCOMs.

    The bidder should have successfully executed similar type of contracts for a minimum

    continuous period of 1 year. Bidders having similar exposures in higher voltage class

    than 33 KV i.e. 66 KV, 132 KV, 220 KV etc., shall also be considered for evaluation. The

    http://www.nescoorissa.com/http://www.nescoorissa.com/http://www.southcoorissa.com/http://www.southcoorissa.com/http://www.southcoorissa.com/http://www.southcoorissa.com/http://www.nescoorissa.com/
  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    4/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 4

    bidder has to submit self attested copies of Work Orders / Agreements / Invoices /

    Performance Certificates towards proof of this.

    The Bidder should have minimum of 30 no.s employees on its payroll. The contract

    agency should either have a valid HT license (upto 33 KV) issued by the Electricity

    Licensing Board, Orissa (ELBO), or should submit an undertaking to obtain such

    certificate within 30 days of confirmation of order. In such a case LOI shall be issued

    first. However, work shall commence only after production of the required HT license.

    Further, if the agency fails to submit the ELBO license within 30 days from the issue of

    LOI, the LOI shall be cancelled and the BG submitted shall be revoked.

    The Bidder should have annual turnover of`50, 00,000/- (Rupees Fifty Lac only) during

    any of the last 3 Financial years (FY 08-09, FY 09-10, FY 10-11). If the bidder is quoting

    for more than one DISCOM, the minimum Turnover should be multiples of`50,00,000/-.

    The bidder has to submit self attested copies of the Audited Accounts.

    6.0 BID SUBMISSION

    The sealed tender bids must reach "DGM (Technical) & DGM (MA & RA)- CSO,

    Bhubaneswar, by 14:00 hrs on 26.08.2011. Bids received after the above-mentioned time

    and date shall not be accepted. Any tender document/fee submitted through

    post/courier is at the risk of the bidders and CSO shall not be responsible for any

    delay/loss in transit.

    The tenders should be submitted in two parts in separate sealed envelopes. Envelope- I

    should comprise acceptance of our terms & conditions of contract, form of particulars

    duly filed in, copy of IT PAN Card, Service Tax registration No. Earnest Money Deposit of`

    1, 00,000/- (Rupees One Lakh only) and other supporting documents, indicating the proof

    of having required past experience. In case the Bidder is quoting for more than one

    DISCOM, the required EMD shall be in multiples of`100,000/-.

    EMD shall be submitted in the form of DD in favor of North Eastern Electricity Supply

    Company of Orissa Ltd, payable at Bhubaneswar. Envelope- I shall also contain the copy

    of Money receipt issued as proof of purchase of Tender document. Incase of Tender

    being downloaded from website, separate DD for `10,400.00 favoring North Eastern

    Electricity Supply Company of Orissa Ltd. shall be enclosed towards cost of tender

    document in Envelope 1.

    Envelope 2 shall contain the Price Bid in the prescribed format. Separate price bids may

    be used, if the bidder is applying for more than one DISCOM.

    Both the envelopes should be securely sealed and stamped separately and clearly

    marked as "Envelope No.1- EMD, Eligibility Criteria and "Envelope No.2- Price Bid"

    respectively. Both the sealed envelopes should be placed in a third larger envelope

    clearly mentioning -

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    5/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 5

    Tender for OPERATION & MAINTENANCE OF 33/11KV SUB-STATIONS

    Tender Reference Number

    Due Date

    Name of the Bidder

    Bidders are requested to submit their most competitive rates. It may please be noted

    that incomplete tenders will not be accepted.

    7.0 Tender Schedules:

    Description Date

    Issue of Tender Document 03.08.2011

    Pre-Bid Meeting (at CSO) 11.08.2011

    Submission of Bids 26.08.2011 (Up to 2.00 PM)

    Opening of Technical Bids 26.08.2011 at 3.00 P.M.

    Opening of Price Bids 05.09.2011 at 3.00 PM (tentative)

    Issue of LOI / Work Order 15.09.2011 (tentative)

    8.0 All queries may be addressed to the following officers:

    Dy. General Manager (Tech) / Dy.General Manager (MA & RA)

    Central Services Office

    (NESCO, WESCO & SOUTHCO)

    Plot No.: N-1/22, Nayapalli

    Bhubaneswar 751 015

    FAX: (0674) 255 8343, PH-(0674) 325 4019

    Email:[email protected] / [email protected]

    Mobile: 93382 14150 / 93376 46022

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    6/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 6

    Section II

    GENERAL CONDITION OF CONTRACT (GCC)

    Tender Notification: CSO/50/OPERATION & MAINTENANCE OF 33/11

    KV SUBSTATIONS

    Dated 03.08.2011

    2011 - 2012

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    7/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 7

    1.0 INTRODUCTION:

    The Registered office of NESCO,WESCO & SOUTHCO (here in after referred as CSO) invites sealed Tenders

    from H.T Electrical contractors with required license & experiences for Operation & Maintenance of the

    upcoming 33/11KV Sub-stations under various stages of construction under RGGVY, which are required

    for trouble free electricity supply in the respective area of NESCO / WESCO / SOUTHCO, hereinafter

    referred as DISCOMs. The contract shall be initially valid for a period of one year. The period can be

    curtailed / extended at the discretion of DISCOMs.

    1.1 The title of the work briefly indicates the work requirement. In order to get completely familiarize with

    the conditions and work requirement, prospective bidders are advised to visit the sites before quoting the

    rates.

    1.2 DISCOMs will permit access to all concerned areas of Sub stations to contractors personnel. Use of

    facilities wherever available like local telephone (for official use only), vehicle parking to operational staff

    deployed by contractor etc., shall be provided by DISCOMs free of cost.

    2. Earnest Money Deposit (EMD)

    2.1 The Earnest Money amounting to`1,00,000/- (Rupees One Lacs only) by Demand Draft drawn in favor of

    North Eastern Electricity Supply Company of Orissa Ltd., should accompany the tender in separate

    envelope along with technical bid. Part Tenders received without earnest money will be invalid. In case

    the bidder is quoting for more than one DISCOM, the EMD amount shall be submitted in multiples of

    `100,000/- accordingly.

    The EMD will be returned to the bidder(s) whose offer is not accepted within one month from the date of

    the placing of the final order(s) on the selected bidder(s). However if the return of EMD is delayed for any

    reason, no interest / penalty shall be payable to the bidder.

    2.2 The successful bidder, on award of contract / order must send the contract / order acceptance in writing

    along with the Security Deposit amount, within 15 days of award of contract / order failing which the

    EMD will be forfeited.

    2.3 The EMD shall be forfeited:

    i) If the bidder, withdrawn the bid during the period of bid validity specified in the tender.

    ii) In case a successful bidder, fails to furnish the Security Deposit.

    3 The DISCOMs do not bind themselves to accept the lowest tender or any tender and reserves the right ofaccepting the whole or any part of the tender and the bidder shall be bound to perform the same at the

    rates quoted.

    4 Canvassing/Recommendation in connection with the tenders is prohibited and the bids submitted by

    contractors who resort to canvassing are liable for rejection.

    5 Tender submitted shall remain valid for 120 days from the date of opening for the purpose of acceptance

    and award of work. Validity beyond 120 days from the date of opening shall be by mutual consent.

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    8/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 8

    6 The bidder shall quote rates both in figures and words. He shall also workout the amount for each item of

    work and shall write both in figures and words. On check, if there are differences between the rates

    quoted in words and in figures or in the amount worked out by him, the following procedure shall be

    followed:

    6.1 When there is a difference between the rates in figures and in words, the rates which correspond to the

    amounts worked out by the bidder shall be taken as correct.

    6.2 When the amount of an item is not worked out by the bidder or it does not correspond with the rate

    written either in figures or in words, the rate quoted by the bidder in words shall be taken as correct.

    6.3 When the rate quoted by the bidder in figures and in words tallies but the amount is not worked out

    correctly the rate quoted by the bidder shall be taken as correct and not the amount.

    7 Before tendering, the bidder shall inspect the site to fully acquaint himself about the condition in regard

    to accessibility of site, nature and extent of ground, working condition of site and locality including

    stocking of materials, installations of tools and plants (T&P) etc., conditions affecting accommodations

    and movement of labour, etc., required for the satisfactory execution of the contract. No claim

    whatsoever on such account shall be entertained by the DISCOMs under any circumstances.

    8 The rates quoted should be inclusive of all taxes, duties & levies applicable on the last date of receipt of

    the tenders. In case any additional tax / duties becomes leviable subsequently or if the percentage of any

    existing tax / duty is increased, then DISCOMs shall reimburse the additional component of the taxes /

    duties to the contractor on submission of satisfactory documentary evidence to prove that the tax is

    actually paid by the contractor to the respective Govt. agencies. The necessary deductions on account of

    income tax, service tax etc. will be deducted at source, if applicable as per Govt. rules from the bills

    submitting by the service provider and necessary TDS certificate will be issued. Similarly any increase in

    the Minimum Wage by Govt.; of Orissa shall also be compensated to the contractor, subject to proof of

    payment of such additional wages by the Contractor.

    9 Except writing rates and amount, the bidder should not write any conditions or make any changes,

    additions, alterations and modifications in the printed form of tenders. All corrections / overwriting

    should be countersigned by the bidder.

    10 DISCOMs reserve the right to accept or reject any tender in full or in part without assigning any reason.

    11. Security Deposit:

    Within fifteen (15) days of the award of contract, the selected contractor shall furnish a Security Deposit

    amounting to 10% of the annual value of the work order by way of Demand Draft favoring the respectiveDISCOM, on whose behalf the work order has been placed. The Security Deposit will be forfeited, in case

    the vendor fails to execute the order to the satisfaction of DISCOM. The Security Deposit amount shall

    remain with the DISCOM till the end of contract plus additional three months and shall not bear any

    interest and shall be liable for forfeiture in case of the breach of any terms and conditions of the Contract.

    12 The Earnest money already deposited shall be refunded after receipt of Security Deposit.

    13 The contractors, to whom the work is awarded shall have to execute an indemnity bond in favor of the

    DISCOMs, thereby indemnifying the authorities and staff of DISCOMs against theft, loss of material,

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    9/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 9

    damages of any kind to the plant and installations, damages to buildings and appurtenances due to any

    mishandling/mistakes in operation and maintenance, as this will be the sole responsibility of the

    contractor and to be made good by the contractor at his risk and cost. The contractor is also to declare in

    the indemnity bond that he/his firm/his partners shall be held fully responsible for any damages due to

    fire caused by any mishandling, mal-operation, or improper maintenance and replacement of materials of

    electrical installation, air-conditioning plant and connected installations and that all such damages will be

    made good by him/his firm/his partners at his/their own risk and cost.

    14 The contractor will have to enter and execute an agreement with the DISCOM within one month of

    commencement of work. The agreement may be executed on stamp paper of adequate value. Cost of

    stamp paper will be borne by the contractor.

    15 All procedures either technical or security measures as followed in DISCOMs for all contractors shall be

    followed in the case of this contract also.

    16 The conditions beyond its reasonable control such as, but not limited to, war, strikes, fires, Flood,

    governmental restrictions or power failures, damages etc, shall not be Deemed a breach of the contract.

    17 Two months prior notice shall be given by the contractor for termination of the contract during the tenure

    of the contract period. However, DISCOMs reserve the right for immediate termination of contract for any

    deficiency in service or violation of the terms of agreement by the contractor.

    19 Except where otherwise provided in the contract, all questions and disputes relating to the meaning of the

    specification, and instruction herein before mentioned and as to the quality of the materials, services as to

    any question, claim, right, matter or thing whatsoever, in any way arising out of or relating to the contract,

    specifications, estimates, instructions, orders or these conditions or otherwise concerning the works, or

    the execution of the same whether arising during the process of the work or after the completion or

    abandonment thereof shall be referred to the sole arbitration of a person nominated by the DISCOMs andif he is unable or unwilling to act to the sole arbitration or some other person appointed by him willing to

    act as such arbitrator. The submission shall be deemed to be submission to Arbitration under the meaning

    of the Arbitration Act, 1940 or any satisfactory modification of enactment thereof for the time being in

    force, conclusive and binding on all parties of the contract.

    20 Responsibility of contractor:

    20.1 The contractor shall comply with all the provisions of the Minimum Wages Act, 1948, Contract Labour

    (Regulation and abolition) Act, 1970 and rules framed there under, and other laws including labour laws

    affecting contract labour that may be brought into force time to time.

    20.2 The contractor should maintain in the prescribed format wage-cum-muster roll which should be availableat site.

    20.3 The contractor shall be responsible to provide group accidental insurance to its employees and in case of

    any accident occurring to any of the employees engaged by the contractor, no compensation shall be

    payable by the DISCOM. The contractor on demand from DISCOMs shall have to produce the copy of the

    valid insurance policy, covering the names of the employees engaged by him. The contractor shall also be

    responsible for the safety of his employees and in case of any safety threat from public, natural calamity or

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    10/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 10

    otherwise causing harm to his employees, DISCOMs will not be liable for any compensation to the

    contractor and his employees.

    20.4 The contractor shall make good all the damages caused to the electrical installation due to faulty and

    negligent operation. And at the end of contract period he shall hand over plant and all equipments in the

    contract scope in good working condition.

    21 The sub-station and its environment will be kept neat and clean. Cleaning agents such as soap, detergent,

    cotton waste, etc., shall be provided by the contractor.

    22 The contractor shall follow the provisions of the Electricity Act 2003 and the Regulations framed there

    under. The contractor should provide all fire fitting equipments and other safety equipments essential as

    per Electricity Rules and maintain the same throughout the contract period.

    23 The contractor shall maintain record of LC issue and return in the DISCOMs prescribed format. The

    detailed procedure of issuing LC shall be approved by DISCOM and shall be followed strictly by the

    contractor.

    24 The contractor shall undertake watering of earthing pits to maintain the earth resistance. The contractor

    shall also check earth resistance periodically as per DISCOMs norm and will provide MIS on the earth value

    recorded to the Engineer In charge.

    25 The contractor shall keep the sub-station yard neat & clean and will remove grass time to time. The

    contractor will also spread metal wherever required.

    26 The contractor shall display the Operational & Technical data on a board in the Control Room.

    27 The contractor shall upkeep the yard and control room lighting.

    28 The contractor shall provide adequate number of operational staff as mentioned in the Technical

    Particulars and will display the name of the person on duty along with name of Contractor, Supervisor and

    Engineer In charge on a Board easily visible inside the 33/11 KV S/s.

    29 Wherever fuse call centre is provided, the staff provided by the contractor may also be made responsible

    for lodging fuse call reports and handing over to the concerned line man & recording of action taken. In

    such a case separate MIS on the received and disposed would require to be provided to Engineer In

    charge.

    30 The contractor shall maintain printed log sheets duly approved by DISCOM for recording hourly readings of

    voltmeter, frequency meter etc available at the substation with different equipment / panels etc.

    31 The detailed operation & maintenance log sheet data shall be provided by the contractor to the Engineer

    In charge of DISCOM at end of each month and also as & when desired by him.

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    11/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 11

    Section III

    TECHNICAL PARTICULARS

    Tender Notification: CSO/50/OPERATION & MAINTENANCE OF 33/11

    KV SUBSTATIONS

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    12/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 12

    Dated 03.08.2011

    2011 - 2012

    1.0 DESCRIPTION OF MAJOR ELECTRICAL SYSTEM (INSTALLED AT 33/11 KV SUB STATIONS :

    1.1 33 & 11 KV VCBs (Indoor/ Outdoor) for incoming and outgoing feeders, with necessary protective relay

    control panels.

    1.2 10 MVA /8MVA /5 MVA/ 3.15 MVA/1.6 MVA/1 MVA/ 630 KVA 33 KV/11 KV Transformers (ranging from 1

    to 3 no.s transformers at each S/s) with on load /off load electrically operated Manual tap changer.

    1.3 LT 415 V ACDB and protective relays.

    1.4 Battery & Charger panel/ power pack.

    1.5 Street Light in campus area & lighting, luminaries in various buildings.

    1.6 Station Transformer-33/0.4 or 11/0.4.

    2.0 BRIEF SCOPE OF WORK:

    Operation & Maintenance of 33/11KV Sub Stations under NESCO, WESCO, and SOUTHCO.

    2.1 Following electrical equipments are included in operation & maintenance and are to be carried out by

    licensed personnel of the contractor.

    2.2 Existing HT panel and VCB and its protection systems viz. relays, trip circuits , AB Switch, HG Fuse etc.

    2.3 All HT cables.

    2.4 All Measuring instruments indicators, bus bars, LT cables, Bus couplers and complete LT panel in the Sub

    Station including checking of earth pits and taking corrective action for improvement of earth resistance if

    found improper.

    2.5 Street lights, security lights, starters of pumps etc. and rectifying the faults in all except rewinding of

    motors etc.

    2.6 Any other job related to electrical new or old assigned to the contractor are to be done by the contractor

    under the contract i.e. fixing of new DB, terminations etc.

    2.7 Watering of earth pits to maintain the earth resistance. Also to check earth resistance periodically as per

    DISCOMs norm and will provide MIS on the earth value recorded to the Engineer In charge.

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    13/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 13

    2.8 Shall keep the sub-station yard neat & clean and will remove grass from time to time. Also shall spread

    metal, wherever required.

    2.9 Shall upkeep the yard and control room lighting.

    2.10 Wherever fuse call centre is provided, the staff provided by the contractor may also be made responsible

    for lodging fuse call reports and handing over to the concerned line man & recording of action taken. In

    such a case separate MIS on the received and disposed would require to be provided to Engineer In

    charge.2.11 Shall maintain printed log sheets duly approved by DISCOM for recording hourly readings of voltmeter,

    frequency meter etc available at the substation with different equipment / panels etc.

    3.0 Details of Staff to be provided by the Contractor:-

    3.1 Skilled Electrician (In Shift):-

    Line man B & above license holder, who can handle and operate the Substation as mentioned in the scope

    above and also assist the Engineer In charge and staff of DISCOM in day to day operation and maintenance

    activities.

    3.2 Un-skilled (Helper) (In Shift):-

    7th class passed with minimum one year experience in similar type of job.

    3.3 The staff pattern as above is illustrative only and not exhaustive. Over and above the same, the

    contractor is to ensure proper staffing and deployment of supervisory staff as per the requirement. The

    supervisor should be acquainted with such types of jobs with minimum qualification as Diploma in

    Electrical Engineering with minimum three years experience in undertaking similar type of job.

    3.4 The contactor will furnish bio data along with testimonials of the staffs proposed to be engaged by him

    to the Engineer in Charge, at least two weeks ahead from the proposed date of employment and hewill engage such staff after screening and obtaining clearance from Engineer In Charge. The clearance

    issued by the office will not absolve/responsibility of the contractor for misconduct of his staff members.

    During the period of contract, Engineer in Charge will have authority to ask the contractor to

    remove/replace any staff members in the event of any misconduct of the later. For this purpose decision

    of Engineer in Charge will be final. The contractor may also engage ex-employees of

    DISCOMs/GRIDCO/OPTCL having suitable valid license.

    4.0 Minimum manpower to be deployed by the Contractor:-

    SI.

    No. Manpower

    Shift of operation

    RelieverA B C

    1.Skilled (Line man B

    or above).1 1 1 1

    2. Un skilled 1 1 1 1

    Working hours and holiday for man power deployed

    General shift 8.00 Hrs to 12.00 Hrs & 13.00 Hrs to 17.00 Hrs

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    14/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 14

    A Shift 6:00 Hrs to 14:00 Hrs

    B Shift 14:00 Hrs to 22:00 Hrs

    C Shift 22:00 Hrs to 6:00 Hrs

    The manpower indicated is the minimum requirement and is tentative only. The Bidder should provide

    additional manpower if required in future at the same rate quoted.

    The Contractor shall comply all provision of minimum wages act, 1948, Contract labour (Regulation and

    Abolition) Act 1970 and rules framed there under other labour laws affecting contract labour that may

    be brought in to time to time. Details of payment calculation should be submitted with break up along

    with price bid. Necessary supporting documents, GR copies, any other proof should be submitted with

    price bid in envelop No.2

    5.0 WORK TO BE CARRIED OUT BY OPERATION & MAINTANANCE PERSONNEL:

    a. Recording the reading of HT meters for different feeders at opening and closing of the day in the log

    book of meter to be arranged by contractor. During Peak load period hourly readings should be noted in

    logbook.

    b. Recording the condition of transformer in transformer log book including load on the Transformers and

    taking corrective action in case of abnormalities;

    c. Checking the HT panel and recording the observations made, any abnormality to be corrected

    immediately;

    d. Any other job assigned by NESCO/WESCO/SOUTHCO related to electrical system/light fittings etc; and

    assist the electrical maintenance staff of NESCO/WESCO/SOUTHCO for any related job work.

    e. Keeping all the meters and indicators of HT and LT panels intact;

    f. Cleaning of Transformer, HT panels, LT panels etc; and repairing etc. is to be done immediately if on

    inspection any defect is found.

    g. Checking of loads on 11kv phases of the feeder and inform DISCOMs engineers for load balancing.

    h. Checking of specific gravity, cell voltages of Battery banks & regular maintenance of charger.

    i. Tightness of all the jumper and connections are to be checked daily and to be recorded in the substation

    logbook.

    j. Record of fault, breakdown, interruptions, incoming supply fail time in and time out etc should be

    maintained in a logbook.

    k. Checking and operating switch gear and trip circuit of HT panel/Breaker for its proper functioning. In

    case of defective/mal-functioning to be rectified immediately;

    l. Checking and operating switch gear and trip circuit of Transformer for its proper functioning. In case of

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    15/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 15

    defective/mal-functioning to be rectified immediately;

    m. Checking and operating each switch gear and trip circuit of LT panels for their proper functioning. In case

    of defective/mal-functioning to be rectified immediately;

    n. Checking of power & relay panel etc. and rectifying any fault detected and ensuring the proper operationof VCBs.

    o. Cleaning of interior of HT & LT panel and tightening of all nuts and bolts including bus bar bolts, cable

    connections, switch connections etc;

    p. Recording the IR values of transformers;

    q. Checking the earth pits and recording the value of earth resistance. In-case high, taking the corrective

    action to bring it up;

    r. Testing of earthing of each panel on HT and LT. In case improper need to be corrected.

    s. Checking and ensuring that all the installations are properly earthed. In case some earthing is found to be

    disconnected, the same is to be rectified. All materials will be supplied by DISCOMs.

    t. Watering of earth pits to maintain the earth resistance. Also check earth resistance periodically.

    u. Keep the sub-station yard neat & clean and will remove grass time to time. Also spread metal wherever

    required.

    v. Display the Operational & Technical data on a board in the Control Room.

    w. Will upkeep the yard and control room lighting.

    x. Wherever fuse call centre is provided, the outsourcing staff provided by the contractor may also be made

    responsible for lodging fuse call reports and handing over to the concerned line man & recording of action

    taken. In such a case separate MIS on the received and disposed would require to be provided to Engineer

    In charge.

    y. Should maintain printed log sheets duly approved by DISCOM for recording hourly readings of voltmeter,

    frequency meter etc available at the substation with different equipment / panels etc.

    NOTE: For the above operations (routine, special) required Tools, plants, Instruments safety

    equipments (Hand gloves, pliers, screwdriver etc.) etc. and consumable items viz. grease, oil, cloth, dhoti

    etc. needed are to be arranged by the contractor at his own cost. DISCOMs will not provide anything to

    the contractor. Besides above, the contractor will also provide and upkeep emergency light, rubber

    mating for each VCB panel, Torch etc. required for smooth discharge of the job.

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    16/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 16

    6.0 PENALTY CLAUSE:

    6.1 If work is not done as per above schedule or any system is found to be not functioning then a

    penalty @`1000/- per day, subject to maximum of`5000/- per monthshall be imposed on contractorfor each location separately and will be deducted from the Outsourcing Operation & Maintenance

    Contract amount due to the contractor and if unsatisfactory performance is continued for more than

    two days as felt by plants in-charge, the Outsourcing Operation & Maintenance Contract will be liable

    to be terminated and decision for this shall rest with the DISCOMs.

    6.2 If the contractor is not able to locate and rectify the fault and the reasons attributable to non-

    performance of contractor as assessed by officials nominated by DISCOM, the penalty clause is applicable

    as follows:

    (i) System remained non-functional for 2 hours or more. The penalty will be`1000/- per day, subject

    of maximum of`5000/- per month.

    6.3 If contractor is not able to rectify the fault then the same may be got done through some other agency at

    the risk and cost of contractor failing which an equivalent amount will be deducted from Operation &

    Maintenance Contract bill and penalty as stipulated above will also be imposed. However, the decision of

    the DISCOMs in this regard shall be final and binding.

    7.0 Deployment of site supervisor and line man to ensure smooth functioning of power system:

    7.1 For organizing and implementing the operation & Maintenance schedule it is suggested that, contractor

    shall depute at least one qualified and experienced supervisor with proper license/certificate of

    supervisor and technician tabulated (irrespective of holidays during the week) having thorough

    knowledge of HT & LT system and distribution system including knowledge of fault diagnosis, and

    rectification of fault thereof. No extra money will be paid if time is extended in any day or staff is required

    for operation & Maintenance on Sunday/Holidays. Violation of this condition will result in deduction ofamount due to the contractor from his bill and decision of Engineer in charge of

    NESCO/WESCO/SOUTHCO in this matter shall be final.

    7.2. Mere deployment of MANPOWER does not fulfill the obligation of contract. Contractor will be responsible

    for satisfactory operation & Maintenance of all the systems under the scope of contract and smooth

    functioning of electrical services in the NESCO/WESCO/SOUTHCO

    7.3. During operation & Maintenance, if required more skilled/un- skilled workers may be deployed by the

    contractor to complete the work without much interruption of electricity supply to different/any part of

    the Network.

    7.4 In case of break down immediate action must be taken to rectify the fault and restore the supply within

    reasonable time as per norms of NESCO/WESCO/SOUTHCO. Failing which penalty clause will be invoked.

    8.0 Detailed Terms and Conditions for providing Manpower for electrical operation in the DISCOMs,

    8.1 Contractors should provide 2 sets of uniforms of approved color for the employees deputed in

    DISCOMs at his own cost along with one pair of safety shoes.

    8.2 In order to ensure that the fulfillment of statutory obligations, contractors shall ensure that the

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    17/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 17

    payment of wages of the workmen of the contractor is made through cheques only.

    8.3 The contractor shall issue the identity cards to his workmen and/or name plate on Uniform at his own cost

    and shall duly intimate in writing to the Engineer-in-charge as and when there is any change.

    8.4 The contractor shall ensure to provide an alternate qualified manpower or replace with a standby in case

    any of the regular staff deployed is absent or on leave.

    The contractor shall be responsible for the safety of all the items of furniture, plants, office

    equipment and other fittings provided in the premises and shall be liable to make good of any loss

    to the same if damaged during the execution of their duties which shall be recoverable from his monthly bill

    or other dues payable to the contractor by the company. A copy of the inventory items shall be supplied to

    him.

    8.5 The monthly bills for the service shall be submitted by the contractor at the end of every month and the

    same will be settled by the DISCOMs normally by 10th

    of every month. The bills rendered after 10th

    would be

    liable for payment after 25th

    of the month.

    8.6 The contractor should deploy the personnel after screening by authorized authority of DISCOMs.

    8.7 The contractor shall ensure that the workmen deployed by him behave decently and do not indulge

    themselves in any such activities, which are unbecoming on the part of a person working in the Company.

    The staff on duty shall not consume any intoxicants or liquor.

    8.8 The contractor shall be responsible for the good conduct and behavior of his supervisory staff or

    any other staff member. The contractor shall also be responsible for the good moral character of his

    employees and get police antecedents verified before engaging in the job. The contractor shall terminate

    the services of such employees at their own risk and responsibility on the recommendation of the

    Engineer in charge or any other officer designated by the DISCOM on finding the same unbecoming,

    Indiscipline or involved in consuming intoxication or liquor or doing illegal activity. The contractor shall issue

    necessary instruction to its employees to act upon the instructions given by the supervisory staff of theCentre

    8.9 The successful contractor who is awarded with the outsourcing of operation & Maintenance of 33/11KV Sub-

    station contract shall sign a joint inventory having list of S/S, equipment/ T&P and other items existing in

    the Sub-Station on the day of taking the contract. Inventory registers shall be maintained for all items to

    know the consumption / replacement over a period. He shall be responsible to replenish any shortages

    found during routine checks by the DISCOMs authority.

    8.10 The contractor shall submit an advance program of engagements with names of employees in each month

    for succeeding month. The details of challans and payment made to EPF commissioner with copy of challans

    for the preceding month are to be submitted along with each claim for considering release of subsequentpayments.

    8.11 The amount of service tax is inclusive of the BID amount. The details of service tax payments made to

    central excise and customs along with copy of challans for the previous month shall be submitted during

    each month along with claims. There should be no increase or variation in the contract price even in case of

    changes in service tax.

    8.12 The contractor shall be liable for payment of workman compensation to workman engaged by him in case of

    any accident during the operation & Maintenance of annual operation & maintenance contract.

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    18/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 18

    8.13 The contractor shall also be liable to take relevant insurance coverage under ESI for all his employees. The

    contractor shall enclose copies of challans in proof of deposit of monthly PF / ESI dues along with the bill.

    8.14 DISCOMs shall not be responsible for any labour dispute arises or litigation out of the assignment between

    employee and the contractor.

    8.15 DISCOMs shall not be responsible in any way for the employment of the employees of contractor in theDISCOMs.

    9.0 GENERAL OPERATION:

    Periodicity of various general operation & maintenance activities for each location:

    i). Attend the substation cleanliness and proper functioning of the equipment Daily.

    ii). Attend any leakage of oil from transformer Daily.

    iii). Attend to cleaning of distribution areas daily.

    iv) Any other related activities required as per the contract.

    10.0 GENERAL PRECAUTIONS FOR OPERATION & MAINTENANCE TO BE OBSERVED AT EACH LOCATION:

    a) Contractor is to ensure that all the installations and accessories provided for different installations

    are in their positions, levels, directions etc,

    b) The contractor should have their operation & maintenance people accessible either by person or by phone

    during or after duty hours and if called for one to attend to work for repairing, rectification or

    servicing or as required for the smooth functioning of sub-station, transformers, etc.

    11.0 SPECIAL TERMS AND CONDITIONS (STC)

    11.1 Site Engi ne er /Supervisor:

    The contractors supervisor shall be available at all times for receiving instructions from the

    authorities of DISCOMs. He shall also attend all site meetings & co-ordination meetings & arrange to carry

    out work smoothly as per the agreed time schedule. Any instructiongiven to the site supervisor shall be

    construed as if the same is given to the contractor. The contractor shall provide the electricians who

    have undergone the basic training supply all the Tools / equipments to handle any emergencies with

    regard to electrical maintenance.

    11.2 Corrupt or Fraudulent Practices:

    11.2.1 Bidders & Suppliers shal l o bs er ve th e highest standard of et hi cs du ri ng th e procurement and

    execution of the contract.

    11.2.2 DISCOMs will reject a proposal for award of contract if it detects th at the successful Bidder has been

    involved in corrupt or fraudulent practices in competing for the contract in question. Even if such thing is

    detected after award of contract, the contract will be cancelled forthwith without any notice.

    11.2.3 DISCOMs will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a

    contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    19/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 19

    competing for this bid, or in executing the contract.

    11.3 Time of Contract will be one year from the date of effectiveness of the order and may be renewed on

    mutually agreed period.

    11.4 Any material required for making good the damages will be brought by the contractor at his own cost and

    risk, and such material should be of proper brand and of good quality.

    11.5 In case failure of power from OPTCL or from the other supplying agency, liaisoning with the officials of thesaid agency shall be done by contractor for restoration of power.

    11.5.1 The firm will be responsible for the security/insurance of their staff working at site. DISCOMs shall not be

    responsible in any manner in case of any accident/ mis- happening with the employees of contractor.

    11.5.2 Technical evaluation committee during technical evaluation will also review the past performance of the

    contractor to examine technical qualification.

    12.0 Additional Terms and Conditions:-

    12.1 The bidding contractors if desired may visit the site to get acquainted of the prevailing conditions,

    communication and transportation facility, working hour security aspects etc. besides condition of theplant equipment to be operated, before quoting for the job. Subsequently no complaint regarding loss

    of labour expenses, items of work not included, scope of work variation etc. will be entertained.

    12.2 The contractor should submit detailed general and shift duty chart of proposed staff to be deployed one

    week advance before start of every month and schedule of detailed works to be carried out.

    12.3 The contractor should submit list of spare parts required to carry out operation & maintenance works well in

    advance to the DISCOMs.

    12.4 The contractor shall employ qualified/trained persons for operation & maintenance of the equipment and

    shall be fully responsible to obtain such license for taking up the above work as are prescribed by the

    state / local bodies/CPWD/ IE Rules both for execution and operation & maintenance and will beresponsible for the same from time to time during the term of the contract. He shall also

    be responsible for any periodic statutory inspection to be carried out on the equipment, rectification of

    defects pointed out during such inspection etc. A failure to comply with this clause by the contractor will

    render him liable for payment of all penalties imposed by the staff / local bodies and the inspection and/or

    subsequent rectification will be carried at their risk and cost.

    12.5 The contractor should carefully observe and take necessary steps to maintain Power Factor on real time

    basis, as per requirement wherever capacitors are provided with panel. Failure to do so he will be

    responsible for reimbursement of penalty charged by supply agency if any through monthly bill of the

    contractor.

    12.6 Contractor shall be responsible for any periodic statutory inspection to be carried out on the equipmentnecessary test report and certificate rectification of defects, pointed during such inspection etc.

    12.7 Contractor should follow all safety norms and provide necessary safety equipments at his own cost. In case

    of any accident during the operation & maintenance of the equipment leading to injuries

    /damaged to human beings equipments and / or loss of life, the contractor shall be fully responsible for

    settlement of all claims and indemnify DISCOMs against any claims arising out of such incidents.

    12.8 The contract can be terminated by DISCOMs without assigning any reasons by giving a notice of 30

    days period at any time during the period of contract. No cl aim for an y compensation will

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    20/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 20

    ho we ve r be entertained due to such termination prior to the expiry of stipulated period of contract.

    13.0 PAYMENT TERMS:

    i) The payment to the firm shall be made on monthly basis on satisfactory operation & maintenance

    during each month against presentation of the bill. The contractor shall submit the bills in duplicate to

    the DISCOMs along with service report duly endorsed by the Engineer-in-charge. Along with the bill, copies

    of certified attendance register for the month as well as PF/ ESI / Service Tax deposition slip/challanpertaining to the previous months, must be submitted by the contractor as documentary evidence for

    the deposition of above charges. If performance is not found satisfactory, payment for that month will be

    forfeited and if un-satisfactory performance is continued then contract is liable to be terminated. The bill

    shall be presented within a week of the end of every month, stating taxes separately.

    ii) The contractor must en sure the paymen t of prevailing State Government monthly minimum rates of

    wages payable to skilled / semiskilled / unskilled category of workers as promulgated by the Labour

    Commissioner, Orissa.

    iii) Any additional claim by the contractor towards increase in the special allowances / variable dearness

    allowance / basic minimum wages etc. due to changes in the relevant labour laws or regulations, will be

    made on submission of the bills duly supported by the Government Orders to that effect, after due

    examination by DISCOM authorities.

    Iv) Income Tax and TDS will be deducted from monthly bill as per prevailing rate.

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    21/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 21

    VARIOUS FORMS TO BE FILLED BY THE BIDDER

    FORM 1

    GENERAL INFORMATION ABOUT THE BIDDER

    1 Name of the Company / Entity

    1a Postal Address

    1b Telephone / FAX No.

    1c E-mail address

    2 Type of Company

    Attach Proof of Company Registration along with

    a copy of the Partnership Deed / Article of

    Association and Memorandum of Understanding

    Proprietorship/ Partnership / Private Limited / Public

    Limited.

    3 Name and designation of the representative of the

    Bidder to whom all reference shall be made to

    expedite technical coordination.

    4 Have the company / firm to pay arrear of income

    tax? If yes, up to what amount and pertaining to

    which period.

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    22/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 22

    Sign and Seal of Contractor (Signature of the partner / manager

    / Managing partner / Director with rubber stamp of

    the firm)

    FORM 2

    Detail of the works for which bids are currently submitted

    (To be submitted in Envelop No. 1)

    Sr.

    No.

    Name of Customer to whom

    tender are submitted

    BriefDescription

    OfWork

    Estimated Cost of

    Work

    5 Has any Govt. Dept / Undertaking ever debarred the

    company / firm from executing any work?

    6 Reference of any other information attached by the

    company (give details of attachment)

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    23/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 23

    Sign and Seal of Contractor

    FORM 3

    Detail of the works In Hand

    (To be submitted in Envelop No. 1)

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    24/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 24

    Sign and Seal of Contractor

    Sr.

    No.

    Name of

    Customer

    Description

    ofWork

    Value Dateof

    Completion

    Remark

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    25/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S

    FORM 4

    List of Work related Equipments, Machinery, Tools & tackles etc. available with the Bidder for use the applied wo

    (To be submitted in Envelop No. 1)

    Sr. No. Description Make Date / Cost

    Of Purchase

    Function /

    Purpose

    Remarks

    Sign and Seal of Contractor

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    26/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S

    FORM 5

    Details of works of similar type carried out by the bidder

    (To be submitted in Envelop No. 1)

    Sr. No. Name of the

    customer with

    full address,

    phone, fax and

    name ofcontact

    person

    Work

    Description

    Ref. & Date

    of the order

    Work

    Order

    Value

    Details of Order &

    its Configuration

    1. Copies of work orders should be attached with this information.

    2. If necessary, separate sheet may be used to submit the information

    Sign and Seal of Contractor

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    27/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S

    FORM 6

    Details of technical personnel available with the bidder who will be deployed for this work

    (To be submitted in Envelop No. 1)

    Sr.

    No.

    Name of

    Person

    Qualification Whether

    Working

    In field Or

    in office

    Mode of

    Employment and

    Experienced

    Period for

    which the Person

    is Working with

    the Bidder

    Remarks

    Sign and Seal of Contractor

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    28/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S

    LETTER OF AUTHORIZATION FOR ATTENDING BID OPENING

    Subject: Authorization for attending bid opening on (date) in the tender of

    Following is hereby authorized to attend the bid opening for the tender mentioned above on behalf of - (Bidder)

    Order of preference Name specimen Signatures

    Alternate

    Representative

    Signatures of bidder

    Or

    Officer authorized to sign the bid

    Documents on behalf of the bidder.

    Note:

    1. Maximum of one representative will be permitted to attend bid opening and representative at Sl. No. 1 will be

    allowed. Alternate representative will be permitted when regular representative at Sl. No.1 is not able to attend.

    2. Permission for entry to the where bids are opened, may be refused in case authorization as prescribed

    above is not received.

    Signature of the bidder

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    29/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 29

    SECTION IV

    SAMPLE FORMS

    Tender Notification: CSO/50/OPERATION & MAINTENANCE OF

    33/11 KV SUBSTATIONS

    Dated 03.08.2011

    2011 - 2012

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    30/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 30

    BID FORMToCentral Services Office(NESCO, WESCO & SOUTHCO)Registered Office,Plot No. N1 / 22, Nayapalli, Bhubaneswar, Orissa-751012

    Tel No. (0674) 2550043, Fax No. (0674) 2558343

    Sir,1. We understand that Central Services Office (the Registered Office of WESCO, NESCO &

    SOUTHCO) are desirous for OPERATION & MAINTENANCE OF 33/11 KV SUB-STATIONSin their licensed distribution network areas in the state of Odisha.

    2. Having examined the Bidding Documents for the above named works, we the undersigned,offer to deliver the assignment in full conformity with the terms, Conditions of Contract andspecifications for the sum of.........................................(figures........................................................................) or such other sums as may bedetermined in accordance with the terms and conditions of the contract. The above amountsare in accordance with the Price Schedules attached herewith and are made part of this bid.

    3. If our Bid is accepted, we undertake to commence the entire works within 30 days (1 month)from the date of award of purchase order/letter of intent.

    4. If our Bid is accepted, we will furnish Security Deposit an amount of 10% (Ten) percent of thetotal contract value for due performance of the Contract in accordance with the GeneralConditions of Contract.

    5. We agree to abide by this Bid for a period of 120 days from the date fixed for bid opening,and it shall remain binding upon us and may be accepted at any time before the expiration ofthat period.

    6. We declare that we have studied the provision of Indian Income Tax Law and other IndianLaws for supply of equipments/materials and the prices have been quoted accordingly.

    7. Unless and until Letter of Intent is issued, this Bid, together with your written acceptancethereof, shall constitute a binding contract between us.

    8. We understand that DISCOMs are not bound to accept the lowest, or any bid DISCOMsreceive.

    9. There is provision for Resolution of Disputes under this Contract, in accordance with theLaws and Jurisdiction of Contract.

    Dated this............................... day of................................................. 20...............

    Signature.............................................. In the capacity of

    ..................................................................duly authorized to sign for and on behalf of

    (IN BLOCK CAPITALS)...............................................................................

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    31/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 31

    SECTION V

    PRICE BID

    Tender Notification: CSO/50/OPERATION & MAINTENANCE OF

    33/11 KV SUBSTATIONS

    Dated 03.08.2011

    2011 - 2012

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    32/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S

    Sl.

    No.Description

    Unit rate

    per S /S

    Total

    Amount

    (In Rs.)

    Remarks

    1 2 3 4

    1 Operation & maintenance of 33/11KV Sub-station, Transformer,

    Switch gears and all equipments up to outgoing of

    Distribution system including last point of power and

    light installed inside substation premises as per scope of

    work given in the tender and manpower requirement as

    described for

    I)General shift and

    II) Round O clock

    PRICE BID

    Name:

    (Signature of the bidder)

    Place: Seal:

    Date:

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    33/36

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    34/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S

    Annexure-A

    Details of 33 KV & 11 KV Feeders associated with New

    33/11 KV Sub-stations under NESCO

    Sl.No. Name of theDistrict

    Name ofthe PIA

    Name of the New33/11kV SS

    Transformer

    Capacity inMVA

    1 Bhadrak PGCIL(Dahala)

    Bhandari Pokhri)2 x 5

    2 Balasore PGCIL Oupada 2 x 5

    3 Mayurbhanj PGCIL

    Jamda 1 x 5

    Tiring 1 x 5

    (Chandua) Kuliana 2 x 5

    Raruan (Ghagarbeda) 1 x 5

    4 Keonjhar NTPC

    Telkoi 1 x 3.15

    Anandapur 1 x 3.15

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    35/36

    Registered Office : NESCO, WESCO & SOUTHCO

    Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S

    Annexure-B

    Details of 33 KV & 11 KV Feeders associated with New

    33/11 KV Sub-stations under WESCO

    Sl.No.Name of the

    District

    Name of

    the PIA

    Name of the New

    33/11kV SS

    Transformer

    Capacity in

    MVA

    1 Sundergarh PGCIL

    Gurundia 2x5

    Ujalpur (Tangarapalli) 2x5

    Balisankara (Kinjerkela) 2x5

    2 Sambalpur NESCL Jamankira 2x3.15

    3 Jharsuguda NESCL

    Kirimira (Bagdihi) 1x3.15

    Laikera (Kolabira) 1x3.15

    Jharsuguda 2x1.6

    4 Kalahandi NESCL

    Jayapatna 1x5

    T Rampur 1x3.15

    Karlamunda 1x5

    5 Nuapada NESCL Boden 2x1.6

  • 8/6/2019 Final operation of 33-11KV SSs 01-08-11

    36/36