Beruflich Dokumente
Kultur Dokumente
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 ______________________________________________________________________ _
Section 1
Dated 03.08.2011
2011 - 2012
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 CSOBhubaneswar, 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
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 Issue of Tender Document Pre-Bid Meeting (at CSO) Submission of Bids Opening of Technical Bids Opening of Price Bids Issue of LOI / Work Order 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:biswakesh.dash@orissadiscoms.com / susanta.sarangi@orissadiscoms.com Mobile: 93382 14150 / 93376 46022 03.08.2011 11.08.2011 26.08.2011 (Up to 2.00 PM) 26.08.2011 at 3.00 P.M. 05.09.2011 at 3.00 PM (tentative) 15.09.2011 (tentative) Date
Section II
2011 - 2012
1.2
2. 2.1
2.3
6.1
6.2
6.3
10 11.
15
17
20 20.1
20.2
21
22
23
24
25
26 27 28
29
30
31
10
Section III
TECHNICAL PARTICULARS
2011 - 2012
1.0 1.1
DESCRIPTION OF MAJOR ELECTRICAL SYSTEM (INSTALLED AT 33/11 KV SUB STATIONS : 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.
LT 415 V ACDB and protective relays. Battery & Charger panel/ power pack. Street Light in campus area & lighting, luminaries in various buildings. Station Transformer-33/0.4 or 11/0.4. BRIEF SCOPE OF WORK: Operation & Maintenance of 33/11KV Sub Stations under NESCO, WESCO, and SOUTHCO.
Following electrical equipments are included in operation & maintenance and are to be carried out by licensed personnel of the contractor. Existing HT panel and VCB and its protection systems viz. relays, trip circuits , AB Switch, HG Fuse etc. All HT cables. 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. Street lights, security lights, starters of pumps etc. and rectifying the faults in all except rewinding of motors etc. 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. 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.
12
4.0
SI. No. 1. 2.
Shift of operation A 1 1 1 1 B 1 1 C
Reliever 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
13
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 a. WORK TO BE CARRIED OUT BY OPERATION & MAINTANANCE PERSONNEL: 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; 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. Keeping all the meters and indicators of HT and LT panels intact; Cleaning of Transformer, HT panels, LT panels etc; and repairing etc. is to be done immediately if on inspection any defect is found. Checking of loads on 11kv phases of the feeder and inform DISCOMs engineers for load balancing. Checking of specific gravity, cell voltages of Battery banks & regular maintenance of charger. Tightness of all the jumper and connections are to be checked daily and to be recorded in the substation logbook. Record of fault, breakdown, interruptions, incoming supply fail time in and time out etc should be maintained in a logbook. 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
c.
e. f.
g. h. i.
j.
k.
14
p. q.
r. s.
t. u.
v. w. x.
y.
15
6.2
(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. Deployment of site supervisor and line man to ensure smooth functioning of power system: 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. 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 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. 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. Detailed Terms and Conditions for providing Manpower for electrical operation in the DISCOMs,
7.0 7.1
7.2.
7.3.
7.4
8.0
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
16
8.4
8.6 8.7
8.8
8.9 The successful contractor who is awarded with the outsourcing of operation & Maintenance of 33/11KV Substation 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.
17
b)
11.0 11.1
11.2.1 Bidders & Suppliers shall o bse rv e the highest standard of e t h i cs during 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
18
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 12.1 Additional Terms and Conditions: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 will be responsible 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 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
19
ii)
iii)
Iv)
20
VARIOUS FORMS TO BE FILLED BY THE BIDDER FORM 1 GENERAL INFORMATION ABOUT THE BIDDER 1 1a Name of the Company / Entity Postal Address
1b 1c 2
Telephone / FAX No. E-mail address 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.
Name and designation of the representative of the Bidder to whom all reference shall be made to expedite technical coordination. Have the company / firm to pay arrear of income tax? If yes, up to what amount and pertaining to which period.
21
(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.
22
23
24
25
1. Copies of work orders should be attached with this information. 2. If necessary, separate sheet may be used to submit the information
26
27
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. Permission for entry to the where bids are opened, may be refused in case authorization as prescribed above is not received.
2.
28
SECTION IV SAMPLE FORMS Tender Notification: CSO/50/OPERATION & MAINTENANCE OF 33/11 KV SUBSTATIONS Dated 03.08.2011
2011 - 2012
29
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. 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. 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. 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. 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. 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. Unless and until Letter of Intent is issued, this Bid, together with your written acceptance thereof, shall constitute a binding contract between us. We understand that DISCOMs are not bound to accept the lowest, or any bid DISCOMs receive. There is provision for Resolution of Disputes under this Contract, in accordance with the Laws and Jurisdiction of Contract.
2.
3.
4.
5.
6.
7.
8.
9.
Dated this............................... day of................................................. 20............... Signature.............................................. In the capacity of ..................................................................duly authorized to sign for and on behalf of (IN BLOCK CAPITALS)...............................................................................
30
2011 - 2012
31
2 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
32
I. H.R.A. (
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) F) G) H) Total Rate per Employee ( = A+B+C+D) No. of Employee Total Cost = E x F Grand Total Per Substation = %)
33
Details of 33 KV & 11 KV Feeders associated with New 33/11 KV Sub-stations under NESCO
Sl.No. 1 2 Name of the Name of District the PIA Bhadrak Balasore PGCIL PGCIL Name of the New 33/11kV SS (Dahala) Bhandari Pokhri) Oupada Jamda Tiring 3 Mayurbhanj PGCIL (Chandua) Kuliana Raruan (Ghagarbeda) Telkoi 4 Keonjhar NTPC Anandapur 1 x 3.15 2x5 1x5 1 x 3.15 Transformer Capacity in MVA 2x5 2x5 1x5 1x5
34
Details of 33 KV & 11 KV Feeders associated with New 33/11 KV Sub-stations under WESCO
Sl.No. Name of the Name of District the PIA Name of the New 33/11kV SS Gurundia 1 Sundergarh PGCIL Ujalpur (Tangarapalli) Balisankara (Kinjerkela) 2 Sambalpur NESCL Jamankira Kirimira (Bagdihi) 3 Jharsuguda NESCL Laikera (Kolabira) Jharsuguda Jayapatna 4 Kalahandi NESCL T Rampur Karlamunda 5 Nuapada NESCL Boden Transformer Capacity in MVA 2x5 2x5 2x5 2x3.15 1x3.15 1x3.15 2x1.6 1x5 1x3.15 1x5 2x1.6
35
Details of 33 KV & 11 KV Feeders associated with New 33/11 KV Sub-stations under SOUTHCO
Sl.No. 1 Name of the Name of District the PIA Gajapati NHPC Name of the New 33/11kV SS Gumma Nandahandi 2 Nawrangpur PGCIL Chandahandi 3 Malkangiri PGCIL Podia Lamptaput 4 Koraput NESCL Pottangi Dasmantpur Kotagarh 5 Kandhamal NHPC Chakapada 1x5 2x5 1x5 1x5 1x3.15 1x5 1x5 Transformer Capacity in MVA 1x5 2x5
36