Upload
vantruc
View
260
Download
6
Embed Size (px)
Citation preview
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 1
North Eastern Electricity Supply Company of Odisha Limited
******************************************
TENDER NOTIFICATION
FOR
OPERATION CONTRACT FOR
33/11 KV SUB-STATION
TENDER S P E C I F I C A T I O N NO- NESCO/O&M/12
Date: 28.12.12
1. DATE OF OPENING OF TENDER: 21.01.2013
2. TIME: 21.01.2013 at 3.30 PM
3. PLACE: Corporate Office, NESCO, Januganj, Balasore – 756019
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 2
North Eastern Electricity Supply Company of Odisha Ltd.(NESCO)
Corporate Office:
Januganj, Balasore – 756019, Odisha
Ph. No. 06782-269864, Fax: 06782-263259,[email protected]
***************************************************************************
TENDER NOTICE NO: NESCO/O&M /12 Date: 28.12.12
Name Work: OUTSOURCING OF OPERATIONS OF 33/11 KV SUB-STATION
CONTENTS
SECTION NO. DESCRIPTION PAGE NO.
CONTENTS 2
TENDER NOTICE 3-4
SECTION - I INVITATION FOR BIDS (IFB) 5-7
SECTION - II INSTRUCTION TO BIDDERS (ITB) 8-12
SECTION - III GENERAL TERMS & CONDITIONS OF CONTRACT (GTCC) 13-21
SECTION - IV TECHNICAL SPECIFICATION AND SCOPE OF WORK 22-30
SECTION - V PRICE BIDS & FORMATS 31
PRICE BID ( ANNEXURE-I) 32
PRICE BREAKUP (ANNEXURE-II) 33
GENERAL INFORMATION(ANNEXURE-III) 34
COMMERCIAL INFORMATION(ANNEXURE-IV) 35
PAST EXPERIENCE(ANNEXURE-V) 36
COMMERCIAL DEVIATION(ANNEXURE-VI) 37
TECHNICAL DEVIATION(ANNEXURE-VII) 38
DECLARATION OF RELATIONSHIP(ANNEXURE-VIII) 39
UNDERTAKING FOR PAYMENT OF MINIMUM WAGES
(ANNEXURE-IX) 40
BID SECURITY FORM 41
BANK GUARANTEE FOR EMD 42-43
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 3
North Eastern Electricity Supply Company of Odisha Ltd. (NESCO)
Corporate Office : Januganj, Balasore – 756019, ODISHA
***********************************************************************
TENDER NOTICE
Tender Notice No- NESCO/O&M / 12 Date: 28.12.12
Sealed tenders are invited in two part bids by the Deputy General Manager
(Purchase&Store),NESCO,Corporate Office, Januganj, Balasore, Odisha from bonafide
reliable resourceful and interested electrical contractors (HT-licence Holder) working
under Rail/CPWD/PGCIL/NTPC/NHPC/OPTCL/GRIDCO/OHPC/OPGC and other
electricity utilities and public undertakings to carry out the operation of 42nos of 33/11kv
substation under NESCO on 24X7 basis, for one year as an initial period of assignment.
The tender papers can be had from the undersigned at the above address on
payment of the cost of Tender Paper indicated below in shape of Cash / Account Payee
Bank Draft drawn on any Scheduled/Public Sector Bank in favor of the North Eastern
Electricity Supply Company of Odisha Ltd. payable at Balasore. The cost of tender paper
is non-refundable.
SCHEDULE OF TENDER :
Nature of work
Rating
Cost of Tender
Paper (`)
EMD (`)
Operation (Inclusive of watch & wards) of 33/11 KV substation.
2000.00 +VAT 5% = 2100.00
1% of the Annual bid
value
TIME SCHEDULES:-
1 Date & Time for selling of tender papers (during
office hrs. & working days) 30/12/12 to 21/01/13
up to 11.30AM
2 Last Date & Time for submission of Tender 21/01/13 up to 1.30 PM
3 Date & Time for Opening of Tender (Techno-
Commercial Bid & Price Bid)
21/01/13 at 3.30 PM
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 4
The intending bidders can also download the bid document from
our website www.nescoorissa.com.However the bidder has to furnish a Account
Payee Bank Draft drawn on any Nationalized/Scheduled Bank in favor of the North
Eastern Electricity Supply Company of Odisha Ltd. payable at Balasore towards the
cost of the Tender Paper indicated above, along with his bid, failing of which the bid
will be rejected outright. In the event of any specified date for the sale, submission or
opening of bids being declared as holiday for NESCO, the bids will be sold /
received / opened up at the appointed time on the next working day.
The undersigned reserves the right to reduce or increase the quantity at time of placing
order, distribute the works among the valid tenderers and right to reject any or all tenders
without assigning any reasons thereof, if the situation so warrants.
.
For detail Tender Specification & Terms and Conditions, please visit our website
www.nescoorissa.com,
Dy. General Manager (Purchase & Store)
NESCO, Balasore, Odisha
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 5
SECTION – I
INVITATION FOR BIDS (IFB)
FOR
OPERATION CONTRACT FOR
OF 33/11 KV SUB-STATION
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 6
INVITATION FOR BIDS
SECTION –I
1.0 For and on behalf of the NESCO, the undersigned invites sealed tenders in Two Part
Bid duly superscribed with tender Notice no- NESCO/O&M/ 12 Date: 28.12.12 and
date of opening dt 21.01.13 from bonafide , reliable, resources and interested HT
electrical contractor having valid HT Licence working under
Railway/Central/State owned power generated companies/other electricity
utilities and public undertaking to carry out the operation and maintenance of
42 no of 33/1kv substation under NESCO (As per detailed in Annexure)
2.0 Submission of the Bids:
2.1 The bidders are required to submit a detailed and comprehensive bid, consisting of
Technical and Commercial Proposal and conditions /schedule of non-
compliance, if any. The submission of the Bids shall be in the manner specified in
the instruction to Bidders. The due date of submission shall be 21.01.13 up-to 1.30
PM.
3.0 NESCO will not be responsible for any costs or expenses incurred by bidders in connection with the preparation and delivery of bids.
3.1 NESCO reserves the right to cancel, postpone, withdraw the invitation for Bids
without assigning any reason thereof and shall bear no liability whatsoever
consequent upon such a decision if the situation so warrants.
4.0 E.M.D & TIME SCHEDULES:
Description Date
Last date for sale of tender papers 21.01.13 up to 11.30AM
Last Date for Submission of Tenders 21.01.13 up to 1.30 PM
Opening of Tenders(Technical) 21.01.13 at 3.30PM
Validity of tender 365 days from the date of issue of Work Order
Cost of Tender Paper (Non-Refundable)
` 2100.00 (Rupees One thousand Fifty only including VAT@5%) in
shape of Cash/ Account Payee demand draft issued in favour of the North
Eastern Electricity Supply Company of Odisha Ltd payble at Balasore
Amount of E.M.D payable 1% of Annual Bid Value in shape of account payee demand draft / Bank Guarantee in favour of the “North Eastern Electricity Supply Company of Odisha Ltd.”.Payable at Balasore.
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 7
5.0 5.1 5.2 5.3
ELIGIBILITY CRITERIA: GENERAL
(i) The Bidder may be an individual proprietary firm ,Partnership firm , limited
company, joint ventures, corporate body legally constituted who possess the
required license, registration etc. as per law, valid at least for 12 months from the
date of the opening of Bid..
(ii) The Bidder has to quote for the entire locations under NESCO.
FINANCIAL ELIGIBILITY
(i) The Bidder should have minimum annual turnover of Rs 3.00 crore (Rupees
Three crore only) during any of the last 3 Financial years (FY 09-10, FY10-
11,FY 11-12).
(ii) The bidders must submit the audited Balance Sheet and Profit and Loss
Account and Tax Audit Report done by a CA or firm of CAs for last
three financial years as mentioned above.
TECHNICAL ELIGIBILITY
Bids must be submitted in prescribed format along with attested copies of following
documents for participation in this bidding process.
(i) Valid Electrical Contractor‟s License.
(ii) Copy of appointment letter of the supervisor and joining report along with an
affidavit as per format enclosed. The electrical contractor or supervisor should
have supervision certificate of competency in appropriate trade having
requisite parts of workmen‟s permit.
(iii) Valid Trade License.
(iv) Current receipt of Professional Tax.
(v) VAT clearance certificate (Current)
(vi) PAN Card.
(vii) PF code no along with copy of PF registration certificate
(viii) ESI registration no with PF registration certificate
Fulfillment of above conditions is mandatory .Applicants will have to follow
other Acts, Rules,& Regulations as are existing or may be framed in future.
Bids completed in all respect with full communication address and telephone
no etc. must be submitted to the Deputy General Manager (P&S),Corporate
Office,NESCO,Januganj,Balsore,Odisha,Pin-756019.No bid shall be accepted
if the same send through postal service or courier service or e-mail. Inability to
fulfill any of the condition stated above will lead to cancellation without any
further communication. The NESCO reserve the right to reject any offer at its
sole discretion without assigning any reason whatsoever.
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 8
SECTION –II
INSTRUCTION TO BIDDERS (ITB)
FOR
OPERATION CONTRACT
OF 33/11 KV SUB-STATION
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 9
INSTRUCTION TO BIDDERS (ITB)
SECTION –II
1.0 GENERAL :
1.1 Tender papers, which are purchased from this office, will be considered subject to
attachment of money receipts . Otherwise , the same can be down loaded from
website (www.nescoorissa.com) and the same should accompany a demand draft
of Rs. 2000/- + VAT 5% in shape of Bank Draft in favour of NESCO Ltd.
,Balasore. Any other form of tender will be rejected.
1.2 The bidders are requested to ensure that they furnish the offer in duplicate and
each page of the tender should be signed and duly stamped by the bidder. Any
over corrections / overwriting should be signed by the bidder. An offer with
corrections / overwriting without signature of the bidder is likely to be rejected.
1.3 The Bidders are requested to ensure that all required schedules duly filled-in, are
submitted with the offer. The bidders should also note that in absence of any of
the schedules, their offer is likely to be rejected.
1.4 Transfer of the documents purchased by one bidder to any other bidder is not
permissible.
1.5 Telegraphic Tender shall not be accepted under any circumstances.
1.6 NESCO reserves the right to reject the lowest or any other tender or all tenders
without assigning any reason thereof.
1.7 Before submitting the tender, the bidder shall be deemed to have full knowledge
of all relevant documents and have satisfied himself by actual inspection of site
and locality of work. It must be ensured that all conditions that are likely to be
encountered during the execution of work have been taken into consideration and
the quoted rates are adequate to meet all the contractual obligations under this
contract.
1.8 The submission of a tender by the bidder implies that he has read and accepted the
instructions, conditions of the contract and made himself aware of the scope and
specifications of the work to be done, and all other factors having a bearing on the
execution of works.
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 10
1.9 The NESCO will not, after acceptance of contract rate, pay extra charges for
any reason whatsoever, in case the contractor is found later to have misjudged
any condition(s).
1.10 The tenders should be kept valid for a period of 12 months from the date of
opening of the tender.
1.11 After opening of the tender and within the validity period no reduction or
enhancement in price will be entertained. On the other hand, it will make the tender
liable for rejection. However management reserves the right for negotiation of rates
& terms from among the eligible bidders.
1.12 The Tenderer should submit full information supported with documentary
evidence regarding experience and financial capabilities so as to satisfy his/their
ability to undertake the work as specified.
2.0 NAME OF THE WORK:
2.1 Operation Contract for the following 33/11 KV Sub Stations.
Name of
Electrical
Circles
Name of 33/11 KV Sub-station
(Structure)
No. of 33/11
KV S/S
New Existing
Balasore Iswarpur - 1 Hatigarh - 1 2
Bhadrak Dahala -1 Rahanja-1 2
Bideipur-1 1
Jashipur-1 1
Chandballi-1 1
Bhandaripokhari-II -1 1
Asuralli-1 1
Jajpur Mainda-1 Kuakhia-1 2
Dasarathpur-1 Mathasahi-1 2
Ratnagiri-1 Jarka-1 2
Tamka-1 Neulpur-2 3
Dhabalgiri-1 Bari No.I-1 3
Sujanpur-1 1
Binjharpur-1 1
Panikoili-1 1
Baripada Chandua-1 Manitri-1 2
Jamda-1 Badasahi-2 3
Ghagarbeda-1 Kuliana-1 2
Tiring-1 1
Keonjhar Telkoi-1 Telkoi-1 2
Anandapur-1 Banspal-1 2
Remuli-1 1
Bhadrasahi-1 1
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 11
No.II Keonjhar-1 1
Harichandanpur-1 1
Ghatagaon-1 1
Total 42
2.2 The number of substation are tentative and can vary.
2.3 Minor maintenance : In addition to operation of the structure minor maintenance such as
jumpering , termination , fuse binding , Fuse replacement , Breaker operation , AB Switch
operate etc. to be done and NESCO will provide the consumable materials required for the
same.
3.0 BID SUBMISSION:
3.1 The tenders should be submitted in two parts i.e Technical & Commercial Bid as Part-I
& Price Bid as Part –II in separate sealed envelopes. Part –I in envelope-I
should comprise acceptance of our terms & conditions of contract,
form of particulars duly filed in along with all the document copies mentioned in Cl.5 of
section-I (Eligible Criteria), Earnest Money Deposit of 1 % of the Annual bid value
and other supporting documents, indicating the proof of having required past experience.
3.2 EMD shall be submitted in the form of DD/ BG in favor of North Eastern
Electricity Supply Company of Odisha Ltd, payable at Bhubaneswar. Envelope- I
shall also contain the copy of Money receipt issued as proof of purchase of
Tender document. In case of Tender being downloaded from website, separate DD for
2,100.00 favoring North Eastern Electricity Supply Company of Odisha Ltd.
shall be enclosed towards cost of tender document in Envelope – 1 .
3.3 Part-II in envelope – 2 shall contain the Price Bid in the prescribed format.
3.4 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 –
Tender Specification No. NESCO/O&M/12, dtd.28.12.12
Nature of work : OPERATION CONTRACT OF 33/11 KV SUB-STATION
Due for Opening on-21.01.2013
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
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 12
4.0 OPENING OF COMMERCIAL AND TECHNICAL BID:
The first envelope consists of Commercial and Technical Bid along with
EMD, receipt/ DD for tender paper cost shall be opened on the due date
and time, as notified in the Notice Inviting Tenders.
5.0 OPENING OF PRICE BID :
The second envelope consists of the price bid shall be opened only after
evaluation of technical and commercial bid either on the same date or
subsequent date to be notified separately. The offers which are in conformity
with important commercial terms and conditions including Payment terms,
Penalty, Security Deposit and Performance Guarantee clause of Tender
specification, required proof documents and exactly as per our technical
specification, shall be eligible for opening of their Price Bid.
Dy. General Manager (Pur.& Store)
NESCO, Balasore
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 13
SECTION –III GENERAL TERMS AND CONDITIONS
OF CONTRACT (GTCC)
FOR
OPERATION CONTRACT
OF 33/11 KV SUB-STATION
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 14
GENERAL TERMS AND CONDITONS OF CONTRACT (GTCC)
SECTION –III 1. NESCO invites sealed Tenders from H.T Electrical contractors with required
license & experiences for Operation Contract of 33/11KV primary Sub-
stations, which are required for trouble free electricity supply in the respective
area s u p p l y of NESCO .
1.1 The title of the work briefly indicates the work requirement. In order to get
completely familiarized with the conditions and work requirement, prospective
bidders are advised to visit the sites before quoting the rates.
1.2 NESCO 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 NESCO free of cost.
2. RATES : The rates shall be quoted per 33/11 KV sub-station per month &
must be applicable for all sub stations and shall be FIRM and inclusive of service
tax and all other applicable taxes & charges.
2.1 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.
2.2 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 NESCO 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.
2.3 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 NESCO
under any circumstances.
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 15
3. EARNEST MONEY DEPOSIT (EMD) :
3.1 The Earnest Money amounting to 1% of the annual bid value by DD/BG drawn
in favor of North Eastern Electricity Supply Company of Orissa Ltd., should
accompany the tender in separate envelope along with commercial & technical
bid. Part Tenders received without earnest money will be invalid.
EMD Calculation : 1% of [Total Monthly payment per Sub-station ( as
per Sl. No.H of Price bid Annexure -II) X 12 months X No. of Sub-station]
3.2 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.
3.3 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.
3.4 The EMD shall be forfeited:
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
3.5 NESCO do not bind itself 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. PERIOD OF CONTRACT:
4.1 The contract period shall be one year starting from the date of handing over of
substation under contract or date of agreement whichever is later. The detailed
LOI/ Work orders will be placed indicating the name of 33/11 S/s, financial
commitment and procedure of making payment after due verification & passing the bills and ensuring compliance / observance of statutory requirement.
4.2 It shall be the responsibility of contractor to ensure compliance of all labour /
Industrial and other enactments rules and orders enforced regarding condition of
labour, supply of goods, safety and security of people and property etc. during
24 hours / round the clock during contract period.
4.3 The contract will be liable for termination by giving one month notice at
any time without assigning any reason during the period of contract and
without liability of compensation for the balance period if the work is not carried
out satisfactorily in accordance with the rules in vogue.
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 16
5. SECURITY DEPOSIT :
The selected contractor shall furnish a Security Deposit amounting to 10% of the annual value of the work order within 15 days of the award of contract ,by
way of Demand Draft in favour of the “North Eastern Electricity Supply Company of Odisha Ltd.”, 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 NESCO. The Security Deposit amount shall remain with NESCO 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.
5.1 The Earnest money already deposited shall be refunded after receipt of Security
Deposit.
5.2 The contractors, to whom the work is awarded shall have to execute an
indemnity bond in favour NESCO , thereby indemnifying the authorities and staff of NESCO against theft, loss of material, 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.
5.3 All procedures either technical or security measures as followed in NESCO for all contractors shall be followed in the case of this contract also.
5.4 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.
5.5 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 arbitration in accordance with the Arbitration and Conciliation Act,1996 or any statutory modification or reenactment thereof for the time being
inforce. The place of arbitration shall be Bhubaneswar. The arbitral procedure shall be conducted in English language and any award or awards shall be rendered in English. The procedural law of the arbitration shall be Indian law.
The award of the arbitrator shall be final and conclusive and binding upon the parties. The cost of the arbitration shall be borne by the parties in equal
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 17
proportion.
6. UNDERTAKING FOR MINIMUM WAGE & GOVERNMENT RULES :
The bidder shall have to submit an undertaking in format given in Schedule-IX on non-judicial stamp paper of Rs. 100/- mentioning that in case of
order placed on them, they will follow minimum wage rules and other rules &
guidelines issued by Govt. of India / Govt. of Odisha.
7. DECLARATION OF RELATIONSHIP
7.1 The tenderer should disclose his relationship with officers / official of the NESCO, if any with tender. 7.2 The bids not accompanying the above certificate will be rejected. The declaration
must be furnished in the format given in Schedule-VIII. Any false information
furnished in the declaration, t h e disclosure of which, if revealed later the
contract shall be liable to be terminated and the company will be entitle for
recovery of damages.
8.0 AGREEMENT
The successful tenderer should enter into an Agreement the NESCO o n Non-
judicial stamped paper of value to be specified by NESCO within one month
of commencement of intent/work contract failing which the contact will be
cancelled . Cost of stamp paper will be borne by the contractor .
9.0 TERMS OF PAYMENT
9.1 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 NESCO 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 a s 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 o f t he end of every month, stating
taxes separately.
9.2 The contractor must ensure the payment o f prevailing State Government
monthly minimum rates of wages payable to skilled / semiskilled / unskilled
category of workers as promulgated by the Labour Commissioner, Orissa.
9.3 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 NESCO authority.
9.4 Payment for the work done will be made by Cheque / Demand Draft. The
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 18
commission charges of Bank shall be on account of Tenderer.
9.5 All statutory deductions towards Income tax or any other tax as per rules will be
deducted in the bills.
9.6 The NESCO will not however pay any extra charges for any other reasons, in
case the Tenderer is found later on to have misjudged the work materials to
execute the work. The rates quoted by the tenderers shall be firm for complete
period of work.
9.7 The insurance charges and relevant EPF contribution for the personnal engaged
by the Tenderer are to be borne by the Tenderer only.
9.8 Whenever it is found that the Tenderer has received any excess payment by
mistake, NESCO reserves the right to recover from tenderer.
9.9 The successful Tenderer is bound to make payment to his employees engaged for
the work not less than the wages fixed by Labour Commissioner / Govt. of Odisha.
If rates offered by bidder are such that proposed wages to the employees are
less than minimum wage in that case the bidder will have to submit satisfactory
justification alongwith the offered rates ( rate analysis) in part-II separately.
Any change in rate fixed by Govt. of Odisha shall not affect rates offered by contractor
for period of contract. The payment of wages should be made in presence of Board /
Company officer.
10.0 PENALTY:
10.1 The operation of sub-stations have to be carried out effectively and efficiently.
Any lapse such as the system remained non-functional for 2 hours or more , then
penalty @1% per day to an extent of maximum 5 % of monthly bill per
month shall be imposed on contractor for each location separately at the
discretion of concerned officer in-charge and recoverable in the monthly bills and
if unsatisfactory performance is continued for more than two days as felt
by the operation in-charge, the Operation Contract will be liable to be
terminated.
10.2 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 Contract bill and penalty as stipulated above will also be imposed.
11.0 EXTENSION ORDER:
The company reserves right to place extension order to further two months period
or part thereof on same rates, terms & conditions.
12.0 STATUTORY RULES, ACT , REGULATIONS AND RESPOSIBILITY OF
THE TENDERER : 1 2 . 1 The tenderer shall indemnify NESCO against all claims which may be made
under the Workemen's Compensation Act or any statutory modification there of
or rules there under or otherwise for in respect of any damage or
compensation payable in consequence of any accident or injury sustained by any
workmen engaged in the performance of the business relating to this work
contract including medical claims raised by the contract labourer arising out of
and during the period of engagement. In all cases of personal injury to workmen
employed by a tenderer on the work for which the tenderer is liable to pay
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 19
compensation under the Workman's Compensation Act.
12.2 The Tenderer shall indemnify NESCO against all claims which may be made
under the payment of wages Act / minimum Wages Act, 1948, Contact babour
(Regulation and abolition) Act,1970 and rules framed there under and Child Labour Act
or any statutory modification thereof or Rules there under or otherwise for in respect
of any damage or compensation arising in consequence of any dispute under these
acts.
12.3 The Tenderer has to obtain necessary license and competency certificate from the
Electrical Inspectorate to handle the lines, equipment by the workers employed by him
as per I.E. Rules. Persons to be deployed by the contractor should have requisite
qualification to operate the installation. The minimum eligibility of the personnel
engaged shall be verified by concern Officer In-charge.
12.4 The Tenderer shall be responsible for any accidents caused to the personnel and
damage to equipment during the period of contract. The contractor will be
responsible for the loss sustained NESCO, due to damage to equipment on account
of Mal operation.
12.5 The Tenderer should follow all the Labour Laws. Act and Rules & Regulations
that are relevant and necessary for carrying out the operation & other works of the
allotted works of the Sub-station. NESCO, shall have liberty to recovery penalty
in case of any failure of implementing rules. It will also be obligatory on part of
the tenderer to ensure compliance of all legislations applicable to such works and
for the time being inforce and any other law which may become applicable in future.
12.6 The Tenderer shall be responsible for payment of compensation to his employees
under workman compensation act in case of any accidents while carrying out the
operation and other allottedworks at Sub-station. NESCO, shall in no way
be held responsible for any such compensation.
12.7 For any failure of implementing the statutory rules and regulations by the
Tenderer NESCO will be at liberty to recover such amounts from the bills or
security deposits of the Tenderer or any other payment available with the Board /
Company in the name of contractor.
12.8 The successful tenderer shall be responsible for engaging employees at his choice.
Under no circumstances, the employee of the successful tenderers shall be
considered as NESCO employee. The tenderer shall make it clear to the operator/
personnel engaged by him that they are his operator/ personnel and NESCO, has
nothing to do with their employment or any other claims.
12.9 The Tenderer shall provide required personnel with minimum qualification having
line work and they will be examined for their knowledge for various operations
in the substation concerning to the breakers, isolators, issuing of line clear etc.
by the Officer In-charge concern and if performance not found up to the mark,
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 20
he should be replaced.
12.10 Each personnel deployed by the Tenderer should be issued identity card with
passport size photograph affixed on it and duly attested by the tenderer. A photo
copy of such identity card to be given to Officer-in- charge of 33/11 KV sub-stations.
12.11 The Tenderer should maintain in the prescribed format wage-cum-muster roll
which should be available at site.
12.12 The Tenderer 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 NESCO. The contractor on
demand from NESCO 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 otherwise causing harm to his employees, NESCO will not be
liable for any compensation to the contractor and his employees.
12.13 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 tenderer.
12.14 The tenderer 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.
12.15 The tenderer shall maintain record of LC issue and return in the NESCO‟s
prescribed format. The detailed procedure of issuing LC shall be approved by
NESCO and shall be followed strictly by the tenderer.
12.16 Wherever fuse call centre is provided, the staff provided by the tenderer 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.
12.17 The tenderer shall maintain printed log sheets duly approved by NESCO for
recording hourly readings of voltmeter, frequency meter etc available at the substation
with different equipment / panels etc.
12.18 MD, NESCO has got rights for any negotiation in respect of Rates and
eligibility criteria in the best interest of Company. NESCO reserves the right
to cancel or reject tender(s) without assigning any reason and without being
liable to refund the cost of Tender document there upon.
12.19 Any other terms and conditions as per NESCO, Rules and Regulations,
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 21
not covered herein will be binding on the tenderer.
12.20 The personnel engaged by the Tenderer shall be courteous, obedient and sincere
to the NESCO, Officers / Officials while discharging the duties entrusted to them.
In case of any misbehavior by any of the person engaged by the tenderer the tenderer
shall take full responsibility in replacing the concerned with a suitable trained person.
12.21 The tenderer shall arrange the cleaning work of the control room and its
surroundings besides planting small flowering plants on the premises to have better
appearance of the substation and watering to the plants, removal of grass rooting etc.
from the S/S yard and also watering regularly to earth pits.
12.22 All disputes arising out of this contract should be decided in the courts situated in
Distt. H. Q. in which 33/11 KV Sub-station is situated.
12.23 The tenderer will provided all necessary ISI marked safety appliances
to the engaged employees and to ensure safety measures to follow in attending the
work by the contract Labour.
12.24 The performance of the Contractor will be reviewed by Officer In charge and
Assistant Engineer every three months or earlier and if found unsatisfactory the
agreement will be terminated with a notice of 30 days. 12.25 At the end of the every month the contractor shall give the following reports for
which the formats will be given from time to time Officer -in-
charge.
1) Maximum / minimum voltage during the month with date and time on
33 KV/11KV
2) Maximum / minimum load on each feeder during the month with date and
time of 33 / 11 KV transformer.
3) Failure report of 33KV , 1KV feeders.
4) Break downs of power transformer during the month
5) Failure of equipements.
6) Any other reports in vogue to be specified by Officer in-charge.
Dy. General Manager (Pur. & Store)
NESCO, Balasore,
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 22
SECTION –IV
TECHNICAL SPECIFICATION
AND SCOPE OF WORK
FOR
OPERATION CONTRACT FOR OPERATIONS
OF 33/11 KV SUB-STATION
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 23
SECTION –IV
TECHNICAL SPECIFICATION & SCOPE OF WORK
The scope of works covered in the operation of the 33/11 KV Sub-stations are as
under: -
1.0 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 12.5 MVA /8MVA /5 MVA/ 3.15 MVA/2.0 MVA/1.6 MVA/1 MVA 33 KV/11 KV Transformers (ranging from 1 to 4 nos. 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.
1.7 Indoor Switchgears.
2.0 OPERATION & MAINTANING RECORD
2.01 Recording of meter readings at hourly intervals as specified by the officers of Company and maintaining records in log book by the shift operator for voltages,
load in Amps, power Transformer Temperatures, reading Battery chargers etc.
2.02 Recording of reading of all the energy meters provided for the purpose of line
loss/ energy audit at 12.00 Hrs. and 24.00 Hrs. daily.
2.03 Recording of all tripping of each breaker, relay indications, and other events
occurred in the order of sequence correctly and neatly with time in hour and
minutes in the log book.
2.04 Recording of all operations carried out daily, correctly accurately and neatly in
log book with time in hour and minutes.
2.05 Staff have to follow the operating instructions given by the officer in-charges to
carry out the operations like charging of circuit breakers (VCB/KIOSK) and
other equipments, renewal of fuses, issue of permits for shutdown/line charging
etc.
2.06 Must have to observe all safety precautions and ensure safety of men, materials
and equipments during the contractual period.
2.07 Must have to attend all emergencies that may arise during the contractual period,
such as equipment failure, fire accidents and shall be acquainted with all
operations such as isolating the transformer and other equipment and use of fire
extinguisher etc. However, minor T & P required for the day to day work shall be
arranged by the contractor.
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 24
3.0 WORK TO BE CARRIED OUT BY CONTRACTOR DURING
OPERATIONAL CONTRACTUAL PERIOD:
i) General cleaning, picking, cutting, vegetation growth in switch yard every
month and time to time as and when required Switch yard must be kept
clean and no grass/vegetation growth be allowed throughout the contractual
period.
ii) Checking of the switch yard at regular intervals, recording and reporting of any
unusual observations, defects sparks, loose bolts nuts etc. and informing the same
to the concerned officer. iii) Checking of AC / DC fuses on panel Board, renewal of fuses if required as per
instruction of officer in charge.
iv) Shall have to attend all telephone calls and issue/receive messages promptly.
v) The operator shall have to prepare daily reports in the prescribed performa in
duplicate and submit to concerned officers.
vi) The operator shall be held responsible for security of the equipments and other
material available within the sub- station premises.
vii) The contractor shall be held responsible for any damage occurred due to
maloperation of equipment and shall make good the losses suffered by the
company.
viii) The operator should be alert and intimate the events related with power supply
without any delay to the concern.
ix) Checking and reporting of oil level in the equipment and leakage, if any. x) Checking, recording and reporting of unusual internal noise. Any unusual sound in
Power Transformer and breakers, leakage of oil and gas must be intimated to
concerned officer immediately.
xi) Checking, recording and reporting of leakage from pressure relief diaphragm of
power transformers.
xii) Checking of D.O. fuses and renewal of fuses in consultation with concerned
officer.
xiii) Checking the condition of silica jel.
xiv) Checking of unusual noises of sparks at HV or LV side bushing of power x'mer.
xv) Checking healthiness of battery charger and cells of the batteries.
xvi) Alarm bell test for annunciation & trip ckt. healthy must be checked in all panels.
xvii) Checking of the yard lighting.
xvii) Any other works of Emergency nature or changes as per the direction of concern
officers of the Company.
xviii) Taking specific gravity and voltage of pilot cell daily and all Cells of sets weekly,
checking of DC voltages daily of Battery sets.
xix) Daily Watering of earth pits, wherever Company's water source is available can be
used by the contractor.
xx) Checking the HT panel and recording the observations made, any abnormality
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 25
to be corrected immediately.
xxi) Keeping all the meters and indicators of HT and LT panels intact.
xxii) Cleaning of Transformer, HT panels, LT panels etc; and repairing etc. is to be
done immediately if on inspection any defect is found.
xxiii) Checking of loads on 11kv phases of the feeder and inform NESCO engineers for
load balancing.
xxiv) Tightness of all the jumper and connections are to be checked daily and to be
recorded in the substation logbook.
xxv) Record of fault, breakdown, interruptions, incoming supply fail time in and time
out etc should be maintained in a logbook.
xxvi) 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 NESCO.
xxvii) Display the Operational & Technical data on a board in the Control Room.
xxviii) 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.
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. NESCO will not provide anything to the contractor.
Besides above, the contractor will also provide and upkeep emergency light,
Torch etc. required for smooth discharge of the job.
5.0 MANPOWER & SECURITY i) The contractor will be responsible for all operational and miner maintenance and
supervisory works. The shift operator should not leave Sub-station without a
substitute deputed by contractor. The contractor shall be responsible to ensure that
proper arrangements of shift in-charge for shift duties are made and at no time the
Sub-station to be left unattended.
ii) The persons deputed as shift in-charge shall be well conversant with the operation of
fire fighting equipment and the contractor shall keep the fire fighting system intact
and utilize whenever necessary.
iii) Operating personnel shall report to the concerned officer in-charge the important
occurrences, breakdowns and defects observed within the Sub-station premises.
iv) The telephone communication, system should entirely be utilized for Company's
work only. If it is observed that the same have been used for any other purposes
the recovery for such usage shall be made from the contractor. Any
instructions/messages to the Sub-station shall be received and followed strictly.
v) The routine & scheduled, periodical maintenance will be done by the Company staff.
However the help of available staff has to be given by the contractor as and when
required for any type of maintenance work.
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 26
vi) Line man „B‟ & above license holder, who can handle and operate the Substation as
mentioned in the scope above as skilled electrician and as unskilled (Helper) at least
7th class passed with minimum one year experience in similar type of job.
vii) 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/OHPC/other PSUs having suitable valid license.
viii) The required man power to be decided & engaged by contractors for operation of
each 33/11 KV round O/clock, basically
i) „A‟ shift 6.00 Hrs to 14 Hrs.,
„B‟ shift 14.00 Hrs to 22.00 Hrs,
„C‟ shift 22.00Hrs to 6.00Hrs.
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.
6.0 Deployment i) Mere deployment of MANPOWER does not fulfill the obligation of contract.
Contractor will be responsible for satisfactory operation of all the systems under
the scope of contract and smooth functioning of electrical services in the NESCO.
ii) 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. iii) 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, failing which
penalty clause will be invoked.
7.0 Detailed Terms and Conditions for providing Manpower for electrical
operation in NESCO i) Contractors should provide 2 sets of uniforms of approved color for
the employees deputed in NESCO at his own cost along with one pair of safety
shoes.
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 27
ii) In order to ensure that the fulfillment of statutory obligations, contractors shall
ensure that the payment of wages of the workmen of the contractor is made
through cheques only.
iii) 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.
iv) 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.
v) 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 NESCO normally by 10th of every month. The bills rendered after 10th would be liable for payment after 25th of the month.
vii) 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.
viii) 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 NESCO 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
vix) The successful contractor who is awarded with the outsourcing of operation 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 NESCO authority.
vx) 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
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 28
submitted along with each claim for considering release of subsequent payments.
vxi) 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.
vxii) 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.
vxiii) 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.
vxiv) NESCO shall not be responsible for any labour dispute arises or litigation out of
the assignment between employee and the contractor.
vxiii) NESCO shall not be responsible in any way for the employment of the
employees of contractor in the NESCO area during operation contract.
8.0 SPECIAL TERMS AND CONDITIONS (STC)
8.1 Site E n g i n e e r /Supervisor:
The contractor‟s supervisor shall be available at all times for receiving
instructions from the authorities of NESCO. 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.
8.2 Corrupt or Fraudulent Practices:
8.2.1 Bidders & Suppliers shall observe t h e highest standard of e t h i c s during t
h e procurement and execution of the contract.
8.2.2 NESCO will reject a proposal for award of contract if it detects t h a t 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.
8.2.3 NESCO 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 competing for this bid, or in
executing the contract.
8.3 Time of Contract will be one year from the date of effectiveness of the order and
may be renewed on mutually agreed period.
8.4 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.
8.5 In case failure of power from OPTCL or from the other supplying agency, the
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 29
massage should be intimated to the officers by contractor‟s personnel for restoration of
power.
8.5.1 The firm will be responsible for the security/insurance of their staff working at site.
NESCO shall not be responsible in any manner in case of any accident/ mis-
happening with the employees of contractor.
8.5.2 Technical evaluation committee during technical evaluation will also review the past
performance of the contractor to examine technical qualification.
9.0 Additional Terms and Conditions:-
9.1 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 .
9.2 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.
9.3 The contractor should submit list of spare parts required to carry out operation & minor
maintenance works well in advance to the NESCO.
9.4 Contractor should follow all safety norms and provide necessary safety equipments at
his own cost. In case of any accident during the operation & m aintenance 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 NESCO against any claims arising out of such incidents.
9.5 Every employee shall have to be enrolled for the membership of employees,
provided fund in accordance of the provision or "Employee provident fund" and
Misc. provision Act. 1952 with all the amendments as may be enacted by the
provident fund commissioner from time to time.
9.6 The contractor shall be responsible for deduction towards E.P.F. contribution
from workers and remittance to E.P.E. authorities together with an equal amount
contribution by himself and show records to this effect as and when desired.
9.7 The contractor shall obtain necessary license and competency certificate from the
electrical inspectorate to handle the lines equipment to the workers employed by
him.
9.8 In every case in which by virtue of the provision ; of section 12, subsection (10 of the
workmen's compensation Act. 1923 the Company is obliged to pay
compensation to workmen engaged by the contractor in execution of the works, the
Company will recover from the amount of the compensation so paid without
prejudice to the right of the Company under section 12 subsection (2) of the said
Act, the Company shall be at liberty to recover such amount or any part thereof by
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 30
deducting it from the deposit or from any sum due by the Company or the
contractor whether this contract or otherwise. Company shall not be bound to
context any claim made against it under section 12, subsection (1) of the said act,
except on the written request of the contractor and upon his having given to the
company full security for all costs for which the Company might become liable in
consequence of contesting such claim.
9.9 The equipments and control Room handed over to contractor and other things
connected there shall remain at the risk and sole charge of the contractor till
completion of contract period and till completion certificate has been obtained
from EE. Until such delivery of the substations, the contractor shall at his own
cost take all precautions necessary to keep all the equipments, material building
and other things connected their with from any loss or damage and in the event of
the same or any part there of being lost or damage, he shall forthwith reinstate and
make good such loss or damage at his own cost.
9.10 On the breach of any terms and conditions of this contract or failure in
implementing the statutory rules and regulations by the contractor the Company
shall be entitled to forfeit the security deposit or the balance thereof that may at the
time be remaining and to realize and retain the same as damages and
compensation for the said breach but without prejudice to the right of the
Company to recover any further sum as damages from any sums due or which may
become due to the contractor by company for otherwise howsoever.
9.11 The contractor shall not issue any line clear permit without consent of the
Company officials, However, the shift personnel should give line clear permit with
consent of NESCO officer in the proper format whenever it is requisitioned by the
proper authority duly following all precautions for isolating the circuit such as
Tripping of the breaker and opening of isolator and proper earthing of equipment
etc.
9.12 The contract can be terminated by NESCO without assigning any reasons by
giving a notice of 30 days period at any time during the period of
contract. No c l a i m f o r a n y c o m p e n s a t i o n will h o w e v e r be entertained due
to such termination prior to the expiry of stipulated period of contract.
Dy. General Manager (Pur. & Store)
NESCO, Balasore,
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 31
SECTION – V
PRICE BID AND FORMATS
FOR
OPERATION CONTRACT
OF 33/11 KV SUB-STATION
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 32
ANNEXURE-I
PRICE BID (To be kept in the envelope Part-II)
Sl.
No.
Description No. of 33/11
KV S/S to be
outsourced
Monthly
FIRM rate Per
S/s per Month
( in Rs.)
Total Amount
(in Rs.)
5 = 3 X 4
1 2 3 4 5
Operation and minor maintenance including manning watch & ward of 33/11 KV Sub-station and equipments on work contract basis as per scope of work and specification round the clock under NESCO area.
i) Balasore Circle 2
ii) Bhadrak circle 8
iii) Jajpur Circle 15
iv) Baripada Circle 8
v) Keonjhar Circle 9
Total 42
( In figure Rupees ) NOTES :i) Rates are inclusive of service tax and all other applicable taxes & charges. ii) The number of substation are tentative and can vary.
iii) Rate analysis to be furnished . Name of Bidder :
Signature of bidder with Seal
Date:
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 33
ANNEXURE-II
PRICE BREAKUP PER SUB-STATION (in Rupees) (To be submitted along with price bid) (To be kept in the envelope Part-II)
SL.
No.
Monthly payment per Sub-station(S/s)
Details under applicable Minimum Wages
Act, as per State Government circular
applicable for Engineering .
Skilled
Technician
Unskilled
Technician
Any other
Staffs
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 =
NB: Bidder has to declare that “ We hereby declare that while quoting the above price , we have taken
into account the entire statutory taxes & levies , as applicable till date.”
Signature of bidder with Seal
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 34
ANNEXURE-III
GENERAL INFORMATION
(To be kept in the envelope Part-I “Commercial /Technical Bid)
* Strike off, whichever is not applicable.
* Separate sheets should be used, wherever necessary.
1 Name of the Bidder
a) Postal Address
b) Telephone / FAX No.
c) E-mail address
d) Whether bidder is a Firm or Company
2 If Firm, confirm whether the firm is proprietary ( attached the proof)
a) Name of Proprietor
b) E-mail address & Phone No./ Fax No.
3 If 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.
4 Name and designation of the representative of
the Bidder to whom all reference shall be
made to expedite technical coordination.
5 Have the company / firm to pay arrear of
income tax? If yes, up to what amount and
pertaining to which period.
6 Has any Govt. Dept / Undertaking ever debarred
the company / firm from executing any work?
7 Any other information that bidder may like to give
in order to highlight his bid.
Sign and Seal of Bidder (Signature of the partner / manager
/ Managing partner /
Director with rubber stamp
of the firm
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 35
ANNEXURE-IV
COMMERCIAL INFORMATION
(To be kept in the envelope Part-I “Commercial /Technical Bid)
* Strike off, whichever is not applicable.
* Separate sheets should be used, wherever necessary.
Sr. No. Particulars Details
1 Earnest Money details
a) Bank Draft / BG in favour of the “North Eastern Electricity Supply Company of Odisha Ltd.”
b) Amount of EMD & full details (in Rs.)
2 Service Tax Registration Number
Place Signature of Contractor
With seal of firm
Date Name (in full)
Designation
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 36
ANNEXURE- V
PAST EXPERIENCE
(To be kept in the envelope Part-I “Commercial /Technical Bid)
We furnish herewith the record of our performance and experience in respect of the
similar works undertaken by us as follows: -
Sr.
No.
Name & Address of
order placing
authority
Order No. and Date
placed during last 3
years
Value of
Order
Remarks
1 2 3 4 5
Place Signature of Contractor
With seal of firm
Date Name (in full)
Designation
Note: - Photocopy of the order & performance report should be enclosed.
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 37
ANNEXURE- VI
COMMERCIAL DEVIATION
(To be kept in the envelope Part-I “Commercial /Technical Bid)
The Commercial Deviation & Variation to the specification stipulated in the
tender, for the items quoted, as under: -
Sr.
No.
Condition
Clause No of
Tender Document
Page No of Tender
Document
Statement of
Deviations and
Variations
1 2 3 4 5
Except aforesaid deviations, the entire order, if placed, on us shall be executed
in accordance with your specifications and any other conditions, variations/deviations etc.
if found, elsewhere in our offer should not be given any consideration while finalizing
the tender.
Place Signature of Contractor
With seal of firm
Date Name (in full)
Designation.
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 38
ANNEXURE- VII
TECHNICAL DEVIATION
(To be kept in the envelope Part-I “Commercial /Technical Bid)
The Technical Deviations & variations to the specifications stipulated in the
tender, for the item quoted are, as under: -
Sr.
No.
Condition
Clause No of
Tender Document
Page No of Tender
Document
Statement of
Deviations and
Variations
1 2 3 4 5
Except aforesaid deviations, the entire order, if placed, on us shall be executed in
accordance with your specifications and any other conditions, variations/deviations etc. if
found, elsewhere in our offer should not be given any consideration while finalizing the
tender.
Place Signature of Contractor
With seal of firm
Date Name (in full)
Designation
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 39
ANNEXURE- VIII
DECLARATION OF RELATIONSHIP FORMAT
(To be kept in the envelope Part-I “Commercial /Technical Bid)
DECLARATION BY THE TENDERER
(To be submitted on non judicial stamp paper of Rs. 100/-)
I ……………………………………….………………………...….. sole
proprietor of firm / authorised signatory of Company of
M/s……………………………............……………………………. hereby declare that
the following serving or retired officers or employees of the NESCO (including
companies formed) or have shares in the Company or have interest in the firm.
1. Name(s) (i) (ii) (iii)
2. Status in NESCO/Other DISCOM of Odisha
3. Address / Telephone No.(s)
4. Status in the firm
AND / OR The relationship of the sole proprietor of the firm exists with the following
serving or retired officer or employees of NESCO/Other DISCOM of Odisha (including
companies formed). The relationship to the extent of Wife, Father, Mother, Son,
Daughter, Son-in-law or Daughter-in-law, Nephew & Niece etc., is to be considered.
1. Name(s) (i) (ii) (iii)
2. Status in NESCO/Other DISCOM of Odisha
3. Address/Telephone No.(s)
4. Relationship with the proprietor.
SIGNATURE OF THE TENDERER
NAME
STATUS IN THE COMPANY
AFFIXED SEAL OF THE COMPANY
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 40
ANNEXURE- IX
UNDERTAKING FOR PAYMENT OF MINIMUM WAGES & TO
FOLLOW GOVERNMENT RULES (To be kept in the envelope Part-I “Commercial /Technical Bid)
(To be submitted on non judicial stamp paper of Rs. 100/-)
I / We undertake that I / We are aware of Minimum Wage Act-1948 and
accordingly orders issued by the District Collector of concerned district in respect of
minimum wages to be paid to labourers / employees.
I also undertake that in case of order placed on me for outsourcing of operation &
minor maintenance of 33/11 KV S/s, I / We would pay wages not less than the
minimum wage ordered by respective District Collector. I / We would also follow other
directives issued by District Collector in this respect and rules & guidelines issued by
Govt. of India
/ Govt. of MP for engaging labourers / employees.
SIGNATURE OF THE TENDERER
NAME
STATUS IN THE COMPANY
AFFIXED SEAL OF THE COMPANY
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 41
FORMATS
BID SECURITY FORM
Whereas ………………… [Name of the Bidder], (hereinafter called “the Bidder”) has submitted its bid
dated …………… [date of submission of bid] for repair / maintenance of …………………….. [name
and/or description of the goods ], (hereinafter called “the Bid”).
KNOW ALL PEOPLE by these presents that WE, ……………… [name of bank] having our registered
office at ……………………[address of bank] (hereinafter called “the Bank”), are bound unto ………………
[name of the Distco.] (hereinafter called “the Owner”) in the sum of ………………… for which payment well
and truly to be made to the said Owner, the Bank binds itself, its successors, and assigns by these presents.
Sealed with the Common Seal of the said Bank this ………….. day of ……………….. 20……………. .
THE CONDITIONS of this obligation are:
1. If the Bidder
(a) Withdraws its Bid during the period of bid validity specified by the Bidder on the Bid Form; or
(b) Does not accept the correction of errors in accordance with the Bid Specification or
2. If the Bidder, having been notified of the acceptance of its Bid by the Owner during
the period of bid validity;
(a) fails or refuses to execute the Contract Form, if required; or
(b) fails or refuses to furnish the Earnest money , in accordance with the Bid Specification;
We undertake to pay to the Owner up to the above amount upon receipt of its first written demand,
without the Owner having to substantiate its demand, provided that in its demand the Owner will
note that the amount claimed by it is due to it, owing to the occurrence of one or both of the two
conditions, specifying the occurred condition or conditions.
This guarantee will remain in force up to ………………(six months from the opening of the bid /
Specification Date) and any demand in respect thereof should reach the Bank not later than the above date.
______________________________
(Signature of the Bank)
Note: This shall be executed on a Rs. 50/- non –judicial stamp paper issued by a
Scheduled Bank.by domestic Bidders only.
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 42
PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT
(ON NON-JUDICIAL STAMP PAPER OF Rs.100/-)
Ref Date Bank Guarantee No:
In accordance with invitation to Tender Notice No.--------- Dated ------------- of North Eastern Electricity
Supply Company of Odisha Ltd. [herein after referred to as the NESCO] for the purchase of
(name of Material)
M/s Address
wish/wished to participate in the said tender and
as the Bank Guarantee for the sum of Rs.
[Rupees Valid for a period of ………… days (in words) is
required to be submitted by the Bidder.
1.We the [Indicate the Name of the Bank]
[Hereinafter referred to as „the Bank‟] at the request of M/S
[Herein after referred to as
supplier (s)] do hereby unequivocally and unconditionally guarantee and undertake to pay during the above
said period, on written request by NESCO an amount not exceeding Rs. to the NESCO,
without any reservation. The guarantee would remain valid up to 4.00 PM of _ [date] and
if any further extension to this is required, the same will be extended on receiving instructions from M/s
on whose behalf this guarantee has been issued.
2. We the [Indicate the name of the bank] do hereby further
undertake to pay the amounts due and payable under this guarantee without any demur, merely on a demand
from the NESCO stating that the amount claimed is due by way of loss or damage caused to or would be
caused to or suffered by the NESCO by reason of any breach by the said supplier [s] of any of the terms or
conditions or failure to perform the said Bid. Any such demand made on the Bank shall be conclusive as
regards the amount due and payable by the Bank under this guarantee. However, our liability under this
guarantee shall be restricted to an amount not exceeding Rs. (in wards)
3. We, the Bank undertake to pay the NESCO any money so demanded not withstanding any
dispute or disputes so raised by the supplier [s] in any suit or proceeding instituted/pending before any Court or
Tribunal relating thereto, our liability under this agreement being absolute and unequivocal. The payment so
Tender Specification: NESCO/O&M/12, Dt.28.12.12 Page 43
made by us under this bond shall be a valid discharge of our liability for payment there under
and the supplier(s)shall have no claim against us for making such payment.
4. We, the _Bank [Indicate the name of the bank] or our local branch at
Balasore further agree that the guarantee herein contain shall remain in full force and effect
during the aforesaid period of -------------- days and it shall continue to be so enforceable till
all the dues of the NESCO under by virtue of the said Bid have been fully paid and its claims
satisfied or discharged or till NESCO certifies that the terms and conditions of the said Bid
have been fully and properly carried out by the said Supplier [s] and accordingly
discharges this guarantee. Unless a demand or claim under this guarantee is made on
us in writing on or before the (date) we shall be discharged from all liability under
this guarantee thereafter.
5. We, the Bank [Indicate the name of the bank] or our local branch at Balasore
further agree that the NESCO shall have the fullest liberty without our consent and
without affecting in any manner our obligations here under to vary any of the terms and
conditions of the said Bid or to extend time of performance by the said Supplier [s] from
time to time or to postpone for any time or from time to time any of the powers
exercisable by the NESCO against the said supplier [s] and to forbear or enforce any of the
terms and conditions relating to the said bid and we shall not be relieved from our
liability by reason of any such variation, postponement or extension being granted to the
said Supplier [s] or for any forbearance act or omission on the part of the NESCO or any
indulgence by the NESCO to the said Supplier[s] or by any such matter or thing
whatsoever which under the law relating to sureties would but for this provision, have effect of
so relieving us.
6. This guarantee will not be discharged due to the change in the name, style and constitution
of the Bank or the supplier [s].
7. We, the Bank or our local branch at Balasore lastly undertake not revoke
this Guarantee during its currency except with the previous consent of the NESCO in writing.
8. We, the Bank further agree that this guarantee shall also
be invokable at our place of business at Balasore in the State of Odisha.
Dated Day of 2012.
Witness ((Signature, names & address) For [Indicate the nameof Bank]
1 Power of Attorney No.
2 Date: -----
SEAL OF BANK
Note: The non-judicial stamp paper of worth Rs.100/- shall be purchased in the
name of the bank, which has issued the bank guarantee.