Registered Office : NESCO, WESCO & SOUTHCO operation of 33-11KV... · Registered Office : NESCO,...

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-751012 Tel No. (0674) 2550043, Fax No. (0674) 2558343 ______________________________________________________________________ _ Tender Notification: CSO/50/OPERATION & MAINTENANCE OF 33/11 KV SUBSTATIONS Dated 03.08.2011 2011 - 2012

Transcript of Registered Office : NESCO, WESCO & SOUTHCO operation of 33-11KV... · Registered Office : NESCO,...

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-751012 Tel No. (0674) 2550043, Fax No. (0674) 2558343 _______________________________________________________________________

Tender Notification: CSO/50/OPERATION & MAINTENANCE OF

33/11 KV SUBSTATIONS

Dated 03.08.2011

2011 - 2012

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

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.com or www.wescoorissa.com or www.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

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 -

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

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

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 contractor’s 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 of

accepting 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.

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 respective

DISCOM, 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,

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 and if 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 available

at 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

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 DISCOM’s 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 DISCOM’s 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.

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

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

DISCOM’s norm and will provide MIS on the earth value recorded to the Engineer In charge.

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 he will 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 Reliever

A 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

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

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 operation

of 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.

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 month shall be imposed on contractor for 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 of

amount 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

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 the Centre

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 subsequent payments.

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.

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 the

DISCOMs.

9.0 GENERAL OPERATION:

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

i). Attend the subst ation 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 Engineer/Supervisor:

The contractor’s supervisor shall be available at a l l 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 instruction given 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 shall o bserve the highest standard of eth ics dur ing the procurement and execution of the contract.

11.2.2 DISCOMs will reject a proposal for award of contract if it detects that 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

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 the said 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 the plant 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 wil l be responsible for the same from time to t ime 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 equipment necessary 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 claim for any compensation will

Registered Office : NESCO, WESCO & SOUTHCO

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

however 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/challan pertaining 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 with i n a w eek o f t he end of every month, stating taxes separately.

ii) The contractor must ensure the payment 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.

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.

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

Brief Description

Of Work

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)

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)

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 of Work

Value Date of Completion

Remark

Registered Office : NESCO, WESCO & SOUTHCO

Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 25

FORM 4

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

(To be submitted in Envelop No. 1)

Sr. No. Description Make Date / Cost

Of Purchase

Function /

Purpose

Remarks

Sign and Seal of Contractor

Registered Office : NESCO, WESCO & SOUTHCO

Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 26

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 of contact

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

Registered Office : NESCO, WESCO & SOUTHCO

Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 27

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

Registered Office : NESCO, WESCO & SOUTHCO

Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 28

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

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

Registered Office : NESCO, WESCO & SOUTHCO

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

BID FORM To Central 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-STATIONS in 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 and specifications for the sum of......................................... (figures........................................................................) or such other sums as may be determined in accordance with the terms and conditions of the contract. The above amounts are 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 the

total contract value for due performance of the Contract in accordance with the General Conditions 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 of that period.

6. We declare that we have studied the provision of Indian Income Tax Law and other Indian

Laws 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 acceptance

thereof, shall constitute a binding contract between us. 8. We understand that DISCOMs are not bound to accept the lowest, or any bid DISCOMs

receive. 9. There is provision for Resolution of Disputes under this Contract, in accordance with the

Laws 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)...............................................................................

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

Registered Office : NESCO, WESCO & SOUTHCO

Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 32

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:

Registered Office : NESCO, WESCO & SOUTHCO

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

Price Break up Per Substation (In Rupees)

(To be submitted along with Price Bid)

SL.No.

Monthly payment Details under applicable

Minimum Wages Act, as per State Government

circular applicable for Engineering.

Supervisor

Skilled

Technician

Unskilled

Technician

A) I. Basic Wages (attach documentary Evidence )

II. Special Allowances/Variables DA (attach documentary

evidence)

Total A

B) I. H.R.A. ( %)

II. P.F. ( %)

III. E.S.I. ( %)

IV Payment of Bonus ( %)

V. Payment of Leave Wages

( %)

VI. charges toward Uniform per month

VII National Holiday compensation, if any

VIII Other Statutory Payments, If any and its%------

(Attach documentary evidence)

IX Any other Payment

Total B

Sub Total A+B

C) Service Charges on A+B ( %)

Sub Total A+B+C

D) Service Tax on the sub Total (A+B+C)

(%)

E) Total Rate per Employee ( = A+B+C+D)

F) No. of Employee

G) Total Cost = E x F

H) Grand Total Per Substation =

Registered Office : NESCO, WESCO & SOUTHCO

Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 34

Annexure-A

Details of 33 KV & 11 KV Feeders associated with New 33/11 KV Sub-stations under NESCO

Sl.No. Name of the

District Name of the PIA

Name of the New 33/11kV SS

Transformer Capacity in

MVA

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

Registered Office : NESCO, WESCO & SOUTHCO

Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 35

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

Registered Office : NESCO, WESCO & SOUTHCO

Tender Notice No. CSO/50/OPERATION & MAINTENANCE OF 33/11 KV S/S 36

Annexure-C

Details of 33 KV & 11 KV Feeders associated with New

33/11 KV Sub-stations under SOUTHCO

Sl.No. Name of the

District Name of the PIA

Name of the New 33/11kV SS

Transformer Capacity in

MVA

1 Gajapati NHPC Gumma 1x5

2 Nawrangpur PGCIL Nandahandi 2x5

Chandahandi 2x5

3 Malkangiri PGCIL Podia 1x5

4 Koraput NESCL

Lamptaput 1x5

Pottangi 1x3.15

Dasmantpur 1x5

5 Kandhamal NHPC Kotagarh 1x5

Chakapada 1x5