Sunteți pe pagina 1din 46

TENDER FOR ANNUAL CONTRACT

No: CPRI/EMD/SS-AMC/2014-15 DATED: 28-08-2014

Name of work

ANNUAL CONTRACT FOR OPERATION & MAINTENANCE


OF
220kV, 33kV and 11 kV SUB STATIONS

Central Power Research Institute


(Govt. of India Society, Ministry of Power)
Electrical Maintenance Division
Prof. Sir. C.V.Raman Road
P.B.No.8066, Sadashivanagar Post Office
Bangalore – 560 080, Karnataka, India.

Phone No.: (91) 080–2360 0890, EPABX: (91) 080–2360 2919, Extn. No.: 2508
Web: www.cpri.in

Page 1 of 46
Central Power Research Institute
Electrical Maintenance Division
Sadashivanagar, Bangalore – 560 080

No: CPRI/EMD/SS-AMC/2014-15 DATED: 28-08-2014

Name of work : Annual Contract for Operation & Maintenance of 220kV, 33kV and 11
kV Substations at Central Power Research Institute (CPRI) campus, Sadashivanagar,
Bangalore.

CONTENTS OF TENDER DOCUMENT

Page
Sl.No. Description of contents
Number
1. General Definitions
2. Schedule of Events and Other Details
3. Tender Notice

4 General Instruction for Tenderers


Essential Requirements of the
5
Tenderering Agency/ Firm
6 Terms and Conditions

7 Annexure I – Scope of work

8 Annexure II – Technical Bid

9 Annexure III – Commercial Bid

10 Annexure IV - Checklist

Page 2 of 46
GENERAL DEFINITIONS

1 CPRI means Central Power Research Institute, Bangalore

2 “Director General” means The Director General of CPRI or his authorized


representative.

3 OIC cum EO means Officer In-charge cum Engineering Officer or his


authorized representatives.

4 ‘Areas’ means areas specified in this tender in general and any other areas
specified by the Office In-charge cum Engineering Officer.

5 “Tenderer” also means the contractor who could be the successful bidder.

6 The selected agency/service provider means the successful bidder.

Page 3 of 46
SCHEDULE OF EVENTS

Tender No., and CPRI/EMD/SS-AMC/2014-15


Date 28-08-2014
Last date for downloading of 26-09-2014
Tender Document Up to 04:00 P.M
Deadline for seeking queries, 19-09-2014
clarification and discussion From 02:00 P.M to 4.00 P.M
about the contract works Telephone No: 080 – 23600890 (Direct),
for submitting tenders EPABX – 080 – 23602919, Extn:2508
Last date:
For submitting the tender 29-09-2014, up to 03:00 P.M
Tender Opening 30-09-2014, 03:30 P.M (Tentative)
Electrical Maintenance Division
Place of opening the tender Central Power Research Institute
Bangalore – 560 080
Tender Validity 90 days from the date of Opening of tender

Initially for a period of one year, which may


Period of contract be extended every year after review for a
period of three years
Further Extension of Contract 24 Months shall be extended based on the
performance and service provided
Tender Fee (non-refundable) to Rs. 500/- (Rs. Five Hundred Only)
be enclosed along with tender in the form of a DD drawn in favour of
document Accounts Officer, Central Power Research
Institute, Bangalore payable at BANGALORE
Rs. 72,000 (Rs. Seventy Two Thousand
Earnest Money Deposit to be Only) in the form of a DD drawn in
enclosed along with tender favour of Accounts Officer, Central
document Power Research Institute, Bangalore
payable at BANGALORE.

Contract Commencement Date 01-01-2015 (Tentative)

Performance Security Deposit 10% of annual contract amount


Rs. 50,00,000/- (Rupees Fifty Lakhs)
FINANCIAL Turnover of
per annum at least for last 3 financial
Tenderers
years.

The Tender document may be downloaded from the following website:


(http://www.cpri.in)

Page 4 of 46
TENDER NOTICE

No: CPRI/EMD/SS-AMC/2014-15 DATED: 28-08-2014

Name of work: Annual Contract for Operation & Maintenance of 220kV, 33kV and 11
kV Substations at Central Power Research Institute (CPRI) campus, Sadashivanagar,
Bangalore.

The Officer In-charge, Electrical Maintenance Division, Central Power Research Institute, on
behalf of “Director General, Central Power Research Institute” invites sealed tenders under
Two Bid System i.e. Technical Bid and Commercial Bid accompanied by E.M.D. by
way of Demand Draft drawn in favour of the Accounts Officer, Central Power
Research Institute, Bangalore payable at BANGALORE from reputed,
experienced and Financially sound Companies /Firms/ Agencies/Contractors .

Further, the contractor/agency shall furnish the following affidavit in the stamp paper valid of
Rs. 100/- as one of the eligibility criteria for issuance of blank tender document. I/We furnish
an affidavit as under: I/We undertake that we will not execute the contract work through
another agency on back to back basis or sublet it to some other agency. Further, I/We hereby
state that if such a violation comes to the notice of CPRI, then I/We can be debarred from
tendering for works in CPRI, in the future, forever. Also, if such a violation comes to the notice
of the CPRI before date of start of work, the Engineer-in-Charge shall be free to forfeit my/our
Earnest Money Deposit.

The Technical Bid and Commercial Bid shall be submitted in separate cover duly
superscribed as TECHNICAL BID & COMMERCIAL BID. These two covers shall be
submitted in a single cover duly superscribing the Name of the work with Name and
Address of the tenderer addressed to the Officer In-charge cum Engineering Officer.

Signature of the Contractor/Agency with seal

Date:
Place:
Contact No.:
E-Mail:
Postal Address:

Signature of Officer-in-charge

Page 5 of 46
GENERAL INSTRUCTIONS FOR TENDERERS

The bids are invited under two bid systems i.e. Technical Bid and
Commercial Bid in separate sealed covers, superscribed respectively as
“Technical Bid” and “Commercial Bid” along with the Tender No. as given in
Schedule - A. Both sealed envelopes should be put in another sealed envelope
superscribed as “Tender for annual contract for Operation & Maintenance of
220kV, 33kV and 11 kV Subtations”.

1. The Earnest Money Deposit (EMD) refundable (without interest), should be


necessarily accompanied with the Technical Bid of the agency in the form of
Demand Draft / Pay Order from any of the Scheduled bank drawn in favour of
Accounts Officer, Central Power Research Institute, Bangalore payable
at BANGALORE valid for a period of 60 days. Offers not accompanied by
earnest money of the requisite amount or without proper validity will be
summarily rejected.

2. The successful bidder shall have to deposit a Performance Security


Deposit (10% of the contract value for a year) in a
scheduled/nationalized bank at the time of placing the work order within 15 days
of the receipt of the formal order. The performance security will be furnished in
the form of the Bank Guarantee/Demand Draft drawn in favour of the Accounts
Officer, Central Power Research Institute, Bangalore payable at
BANGALORE. The performance security should remain valid for a period of 60
days beyond the date of completion of all the contractual obligations of the
service tenderer.

3. Any clarification w.r.t. tender can be sent in writing to The Officer In-Charge
cum Engineering Officer, Electrical Maintenance Division, CPRI, Bangalore –
560080. The deadline for submitting queries seeking clarification is 19-09-2014
up to 4.00 pm. Clarification to the queries will be posted on the webpage by 24-
09-2014. No further queries /clarification will be entertained after 24-09-2014.

4. The bidder is required to enclose photocopies of the necessary documents as


listed in Annexure IV

5. Bids submitted after the deadline shall not be accepted under any circumstances
whatsoever.

6. Conditional tenders shall not be considered and will be out rightly rejected in the
very first instance.

7. The Tenderer shall quote the technical & commercial bids as per the format
enclosed as Annexure II and III.

Page 6 of 46
8. The Earnest Money will be forfeited if the successful Tenderer rescinds from the
offer.

9. The bidder should include the list of firms where they have provided similar
services in the last 3 years, along with name, phone and fax number of the
contact person there, so that references for their services can be obtained, if
required.

10. All entries in the bid form should be legible and filled clearly. If the space for
furnishing information is insufficient, a separate sheet duly signed by the
authorized signatory may be attached. No overwriting or cutting is
permitted in the Commercial Bid Form. In such cases, the tender shall
be summarily rejected. Cuttings, if any, in the Technical Bid must be initialed
by the person authorized to sign the bid.

11. The envelope containing the Technical Bid shall be opened first on the scheduled
date and time as given in Schedule – A in presence of the representatives of the
Companies, Firms / Agencies, who wish to be present on the spot at that time.

12. Technical Bids will be evaluated by a committee. The technical evaluation will
include checking the financial turn-overs, Technical background specific to scope
of work, Manpower, Infrastructure, Experiences, registration certificates, legal,
financial, statutory, taxation and other associated compliance of existing
contracts. The committee will evaluate the performance of the agency in their
existing contracts which may include obtaining references and/or visiting the work
site, and the quality of the manpower deployed by them.

13. Commercial bids of technically qualified/eligible bidders meeting all the requisite
criteria shall be opened on a date & place (to be notified later) in presence of
short listed bidders or their authorized representatives.

14. The contract is for the duration specified in Schedule - A. The contract will be
reviewed yearly, and may be extended for a duration of 3 years.

15. CPRI reserves the right to amend or withdraw any of the terms and conditions
contained in the Tender Document or to reject any or all tenders without giving
any notice or assigning any reason. The decision of the Director General of CPRI,
in this regard shall be final and binding on all.

16. For further details, contact the Officer In-Charge cum Engineering Officer,
Electrical Maintenance Division, CPRI, Bangalore, during working hours.

Page 7 of 46
Eligibility Criteria for the Bidder
COMPANY / FIRM / AGENCY

The bidder should fulfill the following technical specifications:

1. The bidder / Company / Firm / Agency should be registered with the


appropriate registration authority to Labour commissioner, Electrical
Inspectorate and etc.

2. The bidder / Company / Firm / Agency should have a reputation with at least
three years experience in maintaining 11kV, 33kV and 220kV or higher voltage
capacity substations to Public Sector Companies / Banks / Government
Departments / Research Organizations / Reputed Private Sector Companies.
The bidder should have at least one running contract for a similar capacity.

3. The bidder / Company / Firm / Agency should be registered with Income Tax
and Service Tax departments;

4. The bidder / Company / Firm / Agency should be registered with the


appropriate authorities under the Employees Provident Fund and Employees
State Insurance Acts.

5. Either the Registered Office or one of the Branch Office of the bidder should be
located in Bangalore.

6. The bidder / Company / Firm / Agency should have its own Bank Account;

7. The bidder / Company / Firm / Agency should have a minimum FINANCIAL


turnover during the last three years as specified in Schedule - A.

Page 8 of 46
TERMS AND CONDITIONS
General

1. The contract is initially for a period of one year. The contract will be reviewed
yearly, and may be extended for a period of maximum of three years. The
requirement of actual manpower may vary according to the need and may be
reviewed/ reduced/enhanced as and when required.

2. The contract may be terminated before the expiry of the contract period owing
to deficiency in service or substandard quality of the service provided by the
selected Company / Firm / Agency. Further, CPRI reserves the right to
terminate contract at any time by giving two months (60 days) notice to the
successful bidder.

3. The bidder shall not be allowed to transfer, assign, pledge or sub-contract its
rights and liabilities under this contract to any other agency without the prior
written consent of CPRI.

4. The bidder will be bound by the details furnished by him / her to CPRI, while
submitting the bid or at a subsequent stage. In case, any of such documents
furnished by the firm is found to be false at any stage, it would be deemed to
be a breach of terms of contract making the firm liable for legal action besides
termination of contract.

5. The bidder shall ensure that the manpower deployed in CPRI, conforms to the
qualification and experience prescribed in the Tender Document. At least 50%
of the existing manpower, shall be redeployed under the new contract of the
same bidder.

6. The successful bidder shall furnish the following documents in respect of the
individual manpower who will be deployed to CPRI, before the commencement
of work:
(i) List of Manpower short listed by agency for deployment at CPRI,
containing full details i.e. Name, date of birth, marital status, address etc.,
(ii) Bio-data of the persons.
(iii) Character certificate from a Gazetted officer of the Central / State
Government.
(iv) Certificate of verification of antecedents of persons by local police
authority.

7. In case, the person employed by the successful bidder commits any act of
omission / commission that amounts to misconduct /indiscipline/ incompetence
/ security risks, the successful bidder will be liable to take appropriate
disciplinary action against such persons, including, making good the financial

Page 9 of 46
loss, their removal from work, immediately after being brought to notice, failing
which it would be assumed as breach of contract which may lead to cancellation
of contract.

8. The selected agency shall provide identity cards to the personnel deployed in
this office carrying the photograph of the personnel and personal information
such as name, date of birth, age and identification mark etc. attested by the
Security officer of the institute.

9. The selected agency shall ensure that any details of office, operational process,
technical know-how, security arrangements, and administrative/organizational
matters are not divulged or disclosed to any person by its personnel deployed in
this office.

10. The selected agency shall ensure the proper conduct of his personnel in
institute/office premises, and enforce the prohibition of consumption of alcoholic
drinks/ smoking. Etc.,

11. The selected agency shall designate a co-ordinator, out of the deployed
personnel, who would be responsible for immediate interaction with this office,
so that the optimal services of the persons deployed by the agency could be
availed without any disruption.

12. The selected agency shall immediately provide replacement and ensure that as
for as possible no designated post is left vacant in any shift. In case the agency
fails to provide replacement within three working days, the 3% of the admin
charges for the month will be charged as penalty.

13. CPRI is not liable at any stage to provide accommodation, transport, food,
medical and any other requirement of their personnel deployed at the institute.

14. Payment shall be made only to the contractor and on a monthly basis as per
actual services. The contractor has to submit invoices/bills by the third week of
the next month for the services rendered during the preceding month along
with ESI/PF Challans etc., pertaining to that month.

15. CPRI reserves the right to amend or withdraw any of the terms and conditions
contained in the Tender Document or to reject any or all tenders without giving
any notice or assigning any reason. The Director General, CPRI is the final
authority for settling any disputes and the decision of the Director General in
this regard shall be final and binding on all.

16. The duty hours should not exceed eight hours at a stretch. Continuous shifts by
the same person should be avoided and no shift should remain unmanned. Odd
duties/shifts may be required according to the exigencies, which are to be

Page 10 of 46
provided by the agency.

17. Items of Electrical equipments, headgears, torches, lathies, uniforms including


rain coats, jerseys etc. for efficient conduct of duty by the agency personnel
shall be provided by the agency and shall be in good working condition.

18. Absenteeism must not exceed 5% of the total deployment in any month.
Further, within each shift the absenteeism should not be more than 10% of the
deployment. The above should be achieved without individual
electrician/helper/supervisor doing more than the maximum shift allowed by the
contract (26/27 shifts in a month). Each occurrence of such excess absenteeism
in a shift shall entail a deduction of 3% of the service /administrative charges to
the agency for the month.

19. If the agency fails to provide services to the satisfaction of the institute, the
same will be communicated to the agency in writing. If three such notices are
issued to the agency, the contract will be terminated and the agency shall
forfeit the performance Security.

20. The Electrician/Helper/supervisor deployed by the agency shall ensure that the
institute properties are protected from theft/pilferage/damage. After necessary
investigations, if proved that the agency/their personnel are responsible for the
incident, the agency is liable and will be penalized to the extent of the value of
the loss and additional charges for each incident as decided by the competent
authority.

21. The agency shall not involve in any bribery or other unethical activities with
anyone employed in the institute. The involvement in any such activity shall
entail in the termination of the contract.

22. The contract is initially for a period of one year. The contract will be reviewed
yearly, and may be extended for a maximum period of three years. The
requirement of manpower may vary according to the need and may be
reviewed/ reduced/enhanced as and when required.

23. The contract may be terminated before the expiry of the contract period owing
to deficiency in service or substandard quality of the service provided by the
successful bidding company/ Firm/Agency. Further, CPRI reserves the right to
terminate contract at any time by giving two months (60 days) notice to the
successful bidder.

24. All disputes that may arise shall be referred to the Director General of CPRI,
whose decision in this regard shall be final.

Page 11 of 46
25. All maintenance and repair works involved during the execution of work,
including all tests shall be borne by the agency. In other words, the cost of
spares shall be borne by the agency up to Rs. 2,500/- per month. Additional
expenditure, if any, will be paid at actual (on production of valid bills), after
deducting Rs.2500/-

26. All major faults and problems shall be reported to the Engineering Officer Cum
Officer In-charge immediately of occurrence through a memo. After inspection
by Engineering Officer Cum Officer In-charge, procedures for rectification
shall be got approved by the agency.

27. Any damage or loss due to failure to carry out prescheduled maintenance work
shall be at the risk and cost of the agency.

28. Any other work covered under respective terms and conditions, if required or
insisted by any regulatory body, including tests and calibrations etc., shall be
undertaken by the agency.

29. The necessary salary and other allowances due to the employees of the
contractor shall be paid by him and shall strictly comply with all rules and
regulations of statutory bodies and other labour laws. All employees engaged by
the contractor shall be comprehensively insured for accidents and injuries.

30. The payments to the successful contractors are subject to all statutory
deductions as are applicable at the time of payment.

31. All materials used, including oils, lubricants for replacement, topping, testing,
etc., will be supplied by CPRI.

32. The annual service maintenance of the sub-station equipments shall be carried
out as per the manufacturer’s manuals applicable from time to time. The work
shall be carried out through authorized personnel. The service charges shall be
paid by the agency.
33. The Contractor shall note that they shall have to carry out their work in close
co-ordination with other contractors’ agencies working in the same premises.

34. In the event of contractor showing lack of attendance / negligence to


work or under-performance in the opinion of Engineering Officer Cum
Officer In-charge, then the contract may be terminated at any stage
without prejudice to the right of action under any other relevant clauses of the
contract.

35. The contractor shall follow all security rules framed by Engineering Officer Cum
Officer In-charge from time to time regarding the removal of material from the

Page 12 of 46
site, the issue of identity cards, control of entry of persons and other similar
matters.

36. The Contractors personnel shall not disclose any information or drawings
furnished to him by Engineering Officer Cum Officer In-charge. Any drawings,
records and other information’s prepared by the contractor or by
Engineering Officer Cum Officer In-charge or jointly by both for the execution
of the works shall not be disclosed without the prior approval of the
Engineering Officer Cum Officer In-charge.

37. The contractor shall keep his work spot, site office and surroundings
neat, clean and tidy. It should be free from dust, rubbish, scrap, surplus
materials and unwanted tools and equipments. All scaffolding and temporary
structure, including the tools and equipments shall be removed as soon as the
job for which they are intended are completed. All equipment and material to
be taken inside the sub-station / building shall be cleaned thoroughly before
taking them inside. The Engineering Officer Cum Officer In-charge has right to
stop the work, if the contractor fails to improve upon the cleanliness after
having been notified.

38. Engineering Officer Cum Officer In-charge will have the right to withdraw
the work-permit for any of the workmen for reasons of misconduct,
incompetence in work, violation of safety and fire rules, negligence on
duty etc.,

39. Cost of damages caused due to bad workmanship shall be recovered from the
contractor. Penalty if any, from Utility for any reason shall be borne by the
agency.

40. The knowledge/Information about availability of manpower on a daily basis


shall be responsible of contractor himself, the information regarding
manpower absences shall not be communicated to the Engineering Officer
Cum Officer In-charge. The contractor should ensure availability through his
representative throughout the contract period who shall be responsible for
manpower availability and their record keeping.

41. The contractor shall depute staff to ensure round-the-clock maintenance of


services on all the days of the week as given below:

Sl. 1st 2nd 3rd General


Description Reliever Total
No. Shift Shift Shift Shift
1. Electrician (Skilled) 2 2 2 2 2 10
2. Helper (Unskilled) 1 1
3. Trained Engineer
1 1
/Supervisor

Page 13 of 46
42. The contractor shall deploy persons as detailed below

i. Electrician (skilled): Having Certificate in Electrician/Wireman trade


issued by ITI/Local authorities/Govt. of India and with minimum 3 years
experience in the relevant field.
ii. Helpers (un-skilled): Minimum of 2 years experience in this field.
iii. Supervisor: having Degree in electrical engineering with a minimum 3
years experience in the satisfactory execution of similar works.

43. The agency shall provide a list of consumables that will be delivered every
month for which the consumable charges are levied.

LEGAL

1. For all intents and purposes, the bidder shall be the “Employer” within the
meaning of different Labour Legislations in respect of manpower so employed
and deployed at the office of Engineering Officer Cum Officer In-charge, for
contractual services.

2. The selected agency shall be solely responsible for the Redressal of grievance /
resolution of disputes relating to person deployed. Engineering Officer Cum
Officer In-charge, shall in no way, be responsible for settlement of such issues
whatsoever. Engineering Officer Cum Officer In-charge shall not be responsible
for any damages, losses, FINANCIAL or other injury claims to any person
deployed by service providing agency in the course of their performing the
functions/duties, or for payment towards any compensation.

3. The manpower deployed by the contractor shall not have any claims of Master
and Servant relationship vis-à-vis Engineering Officer Cum Officer In-charge nor
have any principal and agent relationship with or against the Engineering Officer
Cum Officer In-charge.

4. The manpower deployed by the contractor for the contract shall not be entitled
for claim, pay, perks and other facilities which may be admissible to casual, ad-
hoc regular / confirmed employees of CPRI, during the contract or after expiry
of the contract. In case of termination of the contract also, the persons
deployed by the contractor shall not be entitled to or and will have any claim for
absorption or relaxation for absorption in the regular / otherwise capacity in
CPRI. The Contractor should communicate the above to all the manpower
deployed in CPRI.

Page 14 of 46
5. The agency shall alone be liable to pay compensation for any
damage/death/injury sustained by the personnel or any other members of the
agency as sustained by them in the course of the work/duty at the institute
during the contract period.

6. In the event of theft, pilferage or damage to the institute’s property, after


necessary investigations, if proved that the agency/ their personnel are
responsible, the agency shall be penalized for all the losses/damage.

7. The selected agency will be required to pay minimum wages as prescribed


under the Minimum Wages Act of Central Government. The bidder will maintain
proper record as required under the Law / Acts.

8. The selected agency will be responsible for compliance of all statutory


provisions relating to the Provident Fund, and Employees State Insurance, etc.
in respect of the persons deployed by it at CPRI.

9. The selected agency shall also be liable for depositing all taxes, levies, cess etc.
on account of service rendered by it to CPRI & income tax to concerned tax
collection authorities from time to time as per extant rules and regulations on
the matter.

10. The selected agency shall maintain all statutory registers under the applicable
Law. The agency shall produce the same on demand to the concerned authority
of CPRI or any other authority under Law.

11. The Tax Deduction at Source (T.D.S.) shall be deducted as per the provisions of
the Tax Department, as amended from time to time and a certificate to this
effect shall be provided to the agency by the Finance & Accounts Section.

12. In case, the service provider fails to comply with any statutory / taxation liability
under the appropriate law, and as a result thereof CPRI is put to any loss /
obligation, monetary or otherwise, Engineering Officer Cum Officer In-charge
will be entitled to recover such damage/loss out of the outstanding bills or from
the Performance Security Deposit of the agency.

13. The selected agency will indemnify CPRI from all legal, FINANCIAL, statutory,
taxation, and associated other liabilities.

14. In case, the service provider fails to comply with any statutory / taxation liability
under the appropriate law, and as a result thereof CPRI is put to any loss /
obligation, monetary or otherwise, Engineering Officer Cum Officer In-charge
will be entitled to recover such damage/loss out of the outstanding bills or from
the Performance Security Deposit of the agency.

Page 15 of 46
15. The selected agency will indemnify CPRI from all legal, FINANCIAL, statutory,
taxation, and associated other liabilities.

16. Any or all disputes arising out of these clauses shall be settled by arbitration at
Bangalore under the arbitration & Conciliation Act by a single Arbitrator to be
appointed by the Director General of the Central Power Research Institute,
Bangalore.

17. On all matters pertaining to this tender, the decision of the Director General of
the Institute shall be final and binding.

18. The successful Agency/Contractor is required to execute an agreement on a


prescribed format immediately on the award of the contract.

FINANCIAL

1. The Technical Bid should be accompanied with an Earnest Money Deposit


(EMD) as stated in Schedule - A, failing which the tender shall be rejected
outright.

2. The proof of the annual turn-over for the previous years in the form of audited
balance sheet or statement of accounts shall be provided, failing which the
tender shall be rejected outright.

3. The EMD in respect of the agencies which do not qualify the Technical Bid (First
Stage) / Commercial Bid (Second competitive stage) shall be returned to them
without any interest. However, the E.M.D. in respect of the successful tenderer
shall be adjusted towards the Performance Security Deposit. Further, if the
agency fails to deploy manpower against the initial requirement
within 15 days from date of placing the order, EMD shall stand
forfeited without giving any further notice and the contract will be
terminated.

4. Bids offering rates which are lower than the minimum wages for the pertinent
category would be rejected.

5. The proof of remittance of statutory deductions of PF, ESI to the appropriate


agency, for those employed at CPRI, must be provided by the selected agency
to CPRI every month along with the claim bill, failing which the claim bill shall
not be settled. These remittance /payments must be made in a separate challan
specifically for the contract personnel deployed at CPRI in the name of CPRI.

6. The rates agreed upon expect the Minimum wages and service tax as notified
from time to time by the Central Government shall remain unchanged until the

Page 16 of 46
expiry of contract period or till they are amended by the institute.

7. The successful bidder will have to deposit a Performance Security Deposit (15%
of the contract value for 1 year), subject to the revision at the time of placing
the work order, within 15 days of the receipt of the formal order. The
performance security will be furnished in the form of an account payee
Demand Draft or Bank Guarantee from a nationalized/scheduled bank drawn in
favour of The Accounts Officer, CPRI, Bangalore - 560 080, payable at
Bangalore, The performance security should remain valid for a period of 60 days
beyond the date of completion of all the contractual obligations of the service
provider.
8. In case of breach of any terms and conditions attached to this contract, the
Performance Security Deposit of the agency will be liable to be forfeited besides
annulment of the contract.

9. The agency shall raise the monthly bill, in duplicate, and submit to Engineering
Officer Cum Officer In-charge, along with necessary documents such as Original
Invoice, Attendance Register, Delivery Challan, PF & ESI subscription paid
challans etc., by 25th of the following month. As far as possible the payment will
be released within two weeks from the date of submission of bills.

10. The Tenderer shall give the offer after understanding the above terms and
conditions.

Signature of the Contractor / Agency with seal.

Date:
Place:
Contact No.:
E-Mail:
Postal Address:

Signature of Officer -in-charge

Page 17 of 46
Annexure-I

Scope of the work

The scope of work for the following work is given below:

Operation and maintenance of 11kV, 33kV and 220 kV Substation.

The Operation and Maintenance envisage all the required tasks to ensure
a) Maximum system availability.
b) Most efficient, effective and optimum usage of electrical system.
c) Enhance the life expectancy of equipments.
d) Regular operation and maintenance of equipments.
e) Compliance of safety rules and regulations.
f) Preventive maintenance / scheduled maintenance.
g) Break down maintenance.
h) Maximum service to consumers for maintaining uninterrupted power supply.
i) Maintenance of proper records of operation and maintenance (Log book,
Registers, check list etc., shall be approved by CPRI).
j) Assistance to CPRI in expansions and modification.

I. Operation and Maintenance of Sub-stations.

a) Switching ON and Switching OFF of 11kV, 33kV and 220 kV Circuit Breakers,
Isolators, 11kV incoming and outgoing breakers, HT Panels, Yard Lights etc. as
and when required according to load requirements and instructions from
Engineering Officer Cum Officer In-charge.

b) Maintaining records of all the operations and records of loads such as voltage,
current, power factor, frequency, connected load, energy consumption on
hourly/daily/weekly/fortnightly/monthly/quarterly/half yearly and yearly basis.

c) Maintaining records of power failures with reasons.

d) Observing the yard and control room continuously and reporting any problem or
faults to the Engineering Officer Cum Officer In-charge which require
major / minor improvements/repairs.

e) Maintaining system handing over and taking over charge sheets.

f) Current and voltage settings of feeders right from 11kV, 33kV and 220 kV I/C
line till the user end (at least till 440 V 3Phase level)

g) Maintaining records of maintenance.

Page 18 of 46
h) With prior intimation to Engineering Officer Cum Officer In-charge, Changing the
taps of transformers as and when required.
i) Co-ordination with operators in KPTCL/BESCOM Substations for efficient, reliable
operation of 220kV and 11kV Substation.

j) Attending the faults and restoration of the power supply without delay.

k) Follow permit system ( Line clearance) and maintain a permit book to facilitate
system maintenance without accident / mishaps.

Taking preventive maintenance such as maintenance of defective insulators,


lightning arrestors, cables, transformers, Isolators, Breakers, HT panels, LT panels,
Station Transformers, CT, PT, Battery chargers, Battery bank, control room wiring
etc., Contractor has to maintain a check list for preventive maintenance & upkeep
the system accordingly. However contractor has to prepare a detailed check list
covering all the required items and submit for Engineering Officer Cum Officer
In-charge approval before being implemented.

The Operation of 11kV, 33kV and 220 kV Switchyard, 11 KV Indoor / Outdoor Sub
Station, HT&LT Switch Gear and Distribution Systems involves deployment of
right persons as mentioned above for operation and these persons would be
responsible for the work contracted for this purpose. The main jobs will
include:

a. Routine Surveillance of 11kV, 33kV and 220 kV Switch Yard, indoor /


outdoor equipments like Control Relay Panels, Station Metering Panel,
Switchyard Control Panel, AC & DC Distribution Boards.

b. Routine Surveillance of 11kV, 33kV and 220 kV Switch Yard Outdoor


equipments such as Power Transformers, SF6/Vacuum Circuit Breakers
and their respective Field Control Panels, Isolators and their
Respective Field Control Panels, Air Compressors, CTs, VTs, LAs etc.,
Distribution Transformers and all Indoor HT Boards and LT Distribution
System.

c. Routine/Monthly maintenance of 11kV, 33kV and 220 kV over head


line/underground cables by trimming the tree branches below the lines.

d. Filling up of Approved Data Sheets for the different Indoor &


Outdoor equipments of 11kV, 33kV and 220 kV Switch Yard, raising
deficiency reports and communicating to Engineering Officer Cum Officer
In-charge.

Page 19 of 46
e. Recording all tripping of breakers and other events that occur in the
order of sequence with the time of occurrence correctly and record
them in Log Book.

f. Carrying out operations correctly and accurately and recording the same in
the relevant Log Books.

g. Strictly following operating instructions given by the Engineering Officer


Cum Officer In-charge.

h. Observing all safety precautions and ensure safety to men and


material and the equipment during the contract period.

i. Attending to all emergencies which may arise during the contract


period such as equipment failures, fire accidents, etc., shall
get acquainted with the operations of all equipments covered under the
contract.

j. Attending to all Telephone calls and issue receipt message promptly.

k. Preparing daily reports and periodic returns in the prescribed format in


duplicate and submit to the concerned Engineering Officer cum Officer In-
charge.

l. Assuming responsibility for the equipment & other materials kept at the
Sub-station area.

m. Assuming responsibility for any damages that occur due to mal-


operation of equipment and shall make good the loss suffered by
CPRI.

n. To be alert and attending to all operations and events promptly without any
delay.

o. Updating of interruptions Register, Call register, Data Book. Apart from


the above, the contractor shall carry out the checks in the document
during the contract period daily.

p. Ensuring routine, preventive and breakdown maintenance works for the


Maintenance of 11kV, 33kV and 220 kV Switchyard, 11 KV Indoor/Outdoor
Sub Station, HT&LT Switch Gear & Distribution Systems.

q. Removing trees/big branches shall be reported to Civil Engineering Division.

Page 20 of 46
Co-ordination with KPTCL/BESCOM/Inspectorate

r. Co-ordination with KPTCL/BESCOM officials for all related works and giving
reports to Engineering Officer cum Officer In-charge regarding, information
from KPTCL/BESCOM and Co-ordination with Electrical Inspectorate in all
relevant activities.

TECHNICAL AND GENERAL SPECIFICATIONS

1. TOOLS & TACKLES:

All tools and tackles required for the safe and satisfactory operation and maintenance
including preventive and break down maintenance of the substation and related
equipment shall be provided by the contractor. The careful maintenance and
management of these tools will be the responsibility of the agency. A one-time cost
for the tools supplied should be included as an optional item in the commercial bid.
Detailed break-up of the costs of individual tools should be attached to the
commercial bid. The cost of the tools will not be considered for determining the L1.

The tools and tackles, apart from other things, must comprise of

1. Discharge rods suitable for 220,33,11kV (minimum Six No.s)


2. Complete set of all sizes of double ended, Ring,
Tubular & Box Spanners - 2 sets each.
3. Complete set of all sizes of screw drivers - 2 sets
4. Complete Tool Box - 2 nos.
5. 2 Nos. Blower & Vacuum Cleaner.
6. 2Nos.Hydrometer suitable for measurement of specific gravity of battery liquid.
7. One derrick capable of handling highest equipment of the sub station
8. Guy ropes suitable for hoisting above derrick
9. Minimum ten sets of heavy duty hand gloves of highest voltage rating
available in the market, 15 Nos. Helmets, 6 nos. safety belts.
10. 2 Nos. of heavy duty dry cell or rechargeable (without acid) torches.
11. Rain coats and gum boots as required.
12. First aid box
13. 1 No. Insulation tester 5 kV capacity
14. 1 No. Insulation tester 1 kV capacity

Page 21 of 46
15. 2 nos. Multi meter Analog & Digital
16. Tong tester
17. Temperature Gun
18. Cable crimping tools of adequate capacity etc.
19. Extension Power supply boards (single phase)
20. Phase Sequence meters

2. CONSUMABLES (to be supplied monthly):

1. Minimum 20 kg of Petroleum jelly.


2. Minimum 5 bottles of cleaning agent
(Carbon tetra chloride (CTC) or equivalent)
3. Minimum 5 bottles of contact cleaner spray
4. M-seal, epoxy compound, sealing compound, paint, red oxide etc.
5. Fuse wire, Insulation tape, emery paper, HT tapes etc.
6. 20 kg of Silica gel, Gaskets sheet, cotton tape, Teflon tape etc.
7. Cotton waste, muslin cloth, waste cloth, etc.

3. SPARES:

1. The spare breakers of 11kV class recommended by manufacturers of


equipment installed in the substation. (To be provided by CPRI but a
comprehensive list should be prepared by the contractor at the time of starting
the contract.)
2. Nuts, bolts, washers of sizes used in substation and other systems.
3. Fuse holders and HRC fuses, terminal links, control wires and lugs of suitable
rating used in the substation and other systems.
4. The contractor shall keep ready stock of all items/consumables for day to day
maintenance/ repairing works.

4. OPERATIONS:

Hourly:
1. Taking readings of all meters installed at control panels, ACDB, DCDB, Battery
Charger etc.
2. Air and Gas pressures of Gas circuit breakers.
3. Oil & Winding temperatures of Transformers.
4. Taking the reading of surge arrestor counters of Lightning Arrestors,

Page 22 of 46
5. Checking any sparking or flash over / hotspots in the substation.

Daily:
1. Checking the operation of compressors of Circuit breaker.
2. Visual inspection of Isolators contacts for proper position.
3. Checking oil levels of all bushings, Main & OLTC Conservator, CTs and PTs, etc.
4. Checking oil leakages if any for Transformers, CTs & PTs & taking appropriate
action for its timely repair.
5. Checking air / gas / oil leakages if any for Circuit Breakers.
6. Checking the condition of Silica gel.
7. Checking of Battery & Charger DC voltage.
8. Cleaning of premises, Control relay panels etc.
9. Maintaining log books and daily check list.
10. Grass removal from yard and surroundings of the substation
11. Checking Deposition of dust and dirt on Insulators.
12. Checking Locks and doors of substation are in good condition.
13. Checking no leaks have developed in the roof. Ventilating systems.
14. Checking the heating systems are working normally.
15. Checking the prescribed safety aids are in place and in good order.
16. Checking the earthing connections for proper connectivity.
17. Checking the packing of cables entering and leaving the trenches or tunnels
within the premises is intact.
18. Checking the ventilating louvers is not damaged.
19. Checking the access roads to the oil filled devices is not obstructed.
20. Draining the air / moisture from air conservators of circuit breakers.
21. Trouble shooting and repair of Electrical circuit’s components in case of any
abnormal conditions.
22. Checking Yard and control room lighting.

Weekly:
1. Checking Yard and control room lighting circuit.
2. Checking of individual battery voltage, liquid level, specific gravity, contacts,
applying of petrolium jelly, etc.
Monthly:
1. Checking Auto/ Manual operations of OLTC.
2. Checking earthing points and their contact tightness wherever required.
3. Checking and sealing of cable entry holes.
4. Preparation of monthly checklist and events log for the month.

Page 23 of 46
Events:
1. Logging auto / manual operations of OLTC.
2. Logging the breakdown events with relay indications etc.
3. Logging shut down events, log of operations during shut down period.
4. Logging of on /off of feeders in the 220kV, 33kV & 11 kV distribution system.
5. Maintaining visitor registers along with their comments and details of their
visits.

5. MAINTENANCE

This Maintenance scope (includes both preventive and breakdown maintenance) is


indicative only and shall include other maintenance activities required for satisfactory
operation. Preventive Maintenance shall be routinely carried out as per the details
provided.

Breakdown maintenance shall be provided as and when the situation warrants


with a failure/fault in the system. The breakdown maintenance shall be
attended at the highest priority so as to make good the faulted system and
putting into operation. For breakdown maintenance, the contractor shall
coordinate/liaison with Engineering Officer cum Officer In-charge and the original
equipment manufacturer for replacement of parts and services as necessary.
Infrastructure, tools and tackles and site support shall be provided by the
contractor for such jobs with priority and without unnecessary delays. OEM parts and
services, if any, required for the completion of breakdown services shall be
approved, cleared for execution by appropriate authorities. During the preventive
(routine) maintenance, the contractor shall carry out the following as listed for various
system components:

Though the list contains several individual jobs they could be executed in a
combined scope as in the servicing or overhauling of the component.

A. Transformers:

Hourly:
a) Check oil & winding temperatures, check for abnormalities & recording
them.
b) Observe and record Load (amperes) and Voltage. Check against rated
figure.

Page 24 of 46
c) Visual check for overheating if any at terminal connections (Red hots) and
observation for any unusual internal noise. This check is must in each shift.

Daily:
a) Observation of oil levels in (i) main conservator tank (ii) OLTC conservator
(iii) bushings and examining for oil leaks if any from the transformer.
b) Checking the colour of silica gel in the breather and also oil level of the oil
seal. If silica gel colour changes from blue to pink by 50% the silica gel is to
be reconditioned or replaced.
c) Visual check of explosion vent diaphragm for any cracks.

Monthly:

a) Physical examination of diaphragm of vent pipe for any cracks.


b) Cleaning of bushings, inspect for any cracks or chippings of the
porcelain and checking of tightness of clamps and jumpers.
c) Measurement of IR values of transformer with suitable megger according to
the rating of the transformer. Recording of the values specifying the
temperature at which measurements are taken
d) Cleaning of Silica gel breather.
e) Checking of temperature alarms by shorting contacts by operating the knob.

Quarterly:

a) Testing of main tank oil for BDV and moisture content.


b) Testing of OLTC oil for BDV & moisture content.
c) Testing of Bucholz surge relays & low oil level trips for correct operation.
d) Checking of all connections on the transformer for tightness such as
bushings, tank earth connection.
e) Lubricating / greasing all moving parts of OLTC mechanism.

Yearly:

a) Testing of oil for dissolved gas analysis, acidity, tan delta, interface tension
specific resistivity.
b) Tan delta testing for Bushings.

Page 25 of 46
c) Calibration & testing of oil & winding temperature indicators.
d) Measurement of magnetizing current at normal tap and extreme taps.
e) Measurement of winding resistance.
f) Turns ratio test at all taps.
g) Overhaul of tap changer and mechanism.
h) Calibration of tap position indicator.
i) Filtration of oil or replacement of oil in the main tank/OLTC when the BDV
of the oil is found less than the acceptable limit.
j) Changing the gaskets at all locations as and when leakage is found or the
gasket is damaged or else yearly.
k) Replacing of Buchholz relay, OTI, WTI if found malfunctioning
l) OLTC mechanism shall be completely over-hauled for smooth and trouble-
free operation.
m) Replacement of bushing if required.
n) SFRA test

B. Circuit Breakers:

Hourly:

a) Check Air and Gas pressure.

Daily:

a) Check the operation of compressors /motors. Check timing and sound.


b) Check gas density in each shift.

Monthly:

a) Air cleaning with blower.


b) Cleaning of circuit breaker body and bushings.
c) Auxiliary contacts cleaning.
d) Tightening of nuts and bolts.
e) Checking breaker Operation (Local/Remote operation).
f) Check anti-condensation protection.
g) Check of motor control
h) Checking and sealing of cable entry holes.
i) Use of anti-corrosion spray where required.

Page 26 of 46
Quarterly:

a) Check for SF6 leaks.(Gas leakage test)


b) Oiling and greasing of all moving parts.
c) Functional check of trip circuit.
d) Checking the settings of air and gas pressure switches.

Half-yearly:

a) Checking ON/OFF Timings of Circuit breaker poles.


b) Complete servicing, lubricating and greasing of all moving parts.
Replacement of any defective part.
c) Measurement of contact resistance and contact gap.
d) Operation of control and Auxiliary circuits.
e) Recharge time of operating mechanism after specified sequence.
f) Checks on specific operations.
g) Inspection and operation of control circuit.
h) Measurement of Humidity if necessary.

Yearly:

a) Touch up painting wherever required.


b) Checking contact resistance of Breaker main contacts.
c) Checking of circuit breaker position level by using sprit level indicator.
d) Mechanism checking and lubrication to all moving parts.
e) IR values of Power and Control Circuits.
f) Operating circuits power consumption during operations.
g) Verification of correct rated operating sequence.
h) Checking and adjustment of Track alignment and Interlocking mechanism.

Repairs:

a) Filling the breaker with SF6 – The CB may be filled only by or under the
supervision of qualified personnel and in accordance with the SF6 filling
curve. SF6 filling kit and SF6 gas cylinder to be provided by CPRI .

Page 27 of 46
C. Lightning Arrestors

Daily :
a) Checking the readings of surge arrestor counters.

Monthly :
a) Cleaning of porcelains Insulators of LA.

Quarterly:

a) Removing of bird nests, if any.


b) Monitor the total leakage current (capacitive and resistive current) and
resistive current.
c) Records of the number of operations of the Arrester should be maintained
and if more number of operations are seen then the same should be
informed to the concerned authority.
Yearly:
a) Testing of counters

Repairs:
a) Replacement of Lightening Arrestor pole. (LA to be provided by CPRI)

D. Isolators

Daily:
a) Visual Inspection

Monthly:
a) Clean the porcelain insulators and inspection for cracks and chip off.
b) Check for tightness of nuts and bolts, drive tube locknuts, drive lever and
phase coupling plan bolts etc.,

Quarterly:

a) Open the disconnector and earthing switch and inspect the contacts. (Wipe
the contact surface with solvent).
b) Check for contact surface coating/wearing.
c) After maintenance and inspection, smear the contact surface lightly coated

Page 28 of 46
with contact lubricant (petroleum jelly).
d) Check for split pins in clevis replace the same if damaged.
e) Lubricate all clevis pins.
f) Check contact gap, if found inadequate replace contact spring.

Half Yearly:
a) Maintenance of Drive Mechanism:

i. Apply grease on the teeth of the spur gear and GEAR box / Lead
screw and guide nut in case of lead screw type.
ii. Oil auxiliary switch linkage and pivot on the guard aperture for
manual operation.
iii. Cleaning of auxiliary switch contact & greasing with silicon grease
iv. Check that all the electrical components are firmly fixed and let the
contactors operate freely.
v. Check all electrical connections for tightness.
vi. Check all mounting bolts for tightness.
vii. Apply grease to mechanical interlock - cam groove, if the
disconnector is with earth switch.

b) Check interlocks.
c) Adjustment of limit switch if it is required.
d) Main Contacts
i. Cleaning and lubrication of main contacts
ii. Check Alignment.
iii. Main contact resistance measurement
iv. Tightness of nuts, bolts and pins etc.,
e) Cleaning of support insulators and checking of insulator cracks, if any.
f) Earth Switch
i. Checking and Alignment of earthing blades
ii. Cleaning of contacts
iii. Checking of Contact resistance
iv. Operation of earthing switch.
g) Checking of aluminum/Copper flexible conductor.
h) Checking of earth connections of structures and marshalling box.
i) Marshalling Box
j) Visual check of auxiliary contacts.
k) Cleaning and terminal tightness.
l) Checking of space heaters and illumination.

Page 29 of 46
m) Checking of healthiness of gaskets, else replace the gaskets.
Lubricants recommended:

For Contact Surface - Clean contact surface with plain cloth and apply contact grease
(Petroleum jelly).
For External drive linkage - Shell Alvania grease

E. Current Transformers

Daily:
a) Visual Check
b) Check for Oil leakage

Monthly:
a) Clean the porcelain insulators and inspect for cracks and chip off.
b) Secondary connection of the CT should be intact.

Half yearly:
a) Check the I.R. value of each Current Transformer and keep record.
b) Check the Pressure Diaphragm. If pressure diaphragm is defective, replace
it with new one as per the procedure explained in the instruction manual.
c) If the insulation resistance of the current transformer is low it can be
improved by oil filtration under vacuum.
d) Attending to oil leakage in the CT. If it is due to failure of gaskets, the
gaskets need to be replaced. (Gaskets should be provided by the
contractor)

yearly:
a) Accuracy test, FS, on metering core,
b) Ratio and phase angle error, composit error test on Protection core,
c) Turns ratio and Knee point voltage test on Special core.

F. Voltage Transformers

Daily:

a) Check Oil level and check for any leakage


b) Chattering sounds

Page 30 of 46
Monthly:

a) Cleaning of Bushing
b) Checking for Oil level & topping up of oil if required
c) Checking of secondary fuse & fuse contacts.

Half yearly:

a) Check the I.R. value of each Voltage Transformer and keep records.

b) Check the Pressure Diaphragm. If the pressure diaphragm is defective,


replace it with new one as per the procedure explained in the instruction
manual.

c) If the insulation resistance of the Voltage transformer is low it can be


improved by oil filtration under vacuum.

d) Attending to oil leakage in the VT. If it is due to failure of gaskets, the


gaskets need to be replaced (Gaskets should be provided by the contractor)

Yearly:

a) Accuracy test on metering core.

G. Switch Yard
(all equipment including structures that are not covered elsewhere)

a) Checking the yard at periodic intervals and attend to any unusual


observations, defects, sparks, loose contacts, red hot spots and loose
bolts and nuts etc., and informing the concerned authority. The records of
operational persons shall also be consulted for this purpose.
b) Checking the earth resistance of earthing half-yearly.
c) Checking the Protection and control circuit of each equipment monthly.
d) Checking of operation and interlock of all equipments monthly.
e) The premises should be kept neat and clean.

Page 31 of 46
H. Control & Relay Panels:

Daily:
a) Check for any tripping chattering in the electrical parts, abnormal
noise, overheating in the panels.
b) Check whether indication lamps, annunciator lights, bell, buzzers and hooter
are working.
c) Check all terminal cubicles for healthy contacts, minor
repairs/services/cleaning etc.
d) Observe the annunciation window, and there is any alarm then
consults the concerned authority.
e) Check panel for proper closing.
f) Cleaning of relay cases of dirt etc.
g) Cleaning the panels, relay covers, blowing dust from inner side of panels.
h) Voltage of DC supply.
i) Physical checks of all wiring & connections.

Monthly:

a) Check for the proper working of all ammeters, voltmeters, relays, contactors
malfunction etc.
b) Clean the panels from inside with the help of the blower/ vacuum cleaners.
c) Check all the cables for overheating, tightness of the glands, lugs &
crimping.
d) Check the fuse-link & fuse holders.
e) Check the control wiring of the panel along with the controls for the proper
functioning and tripping at the preset parameters.
f) Tightening of all earthing connections.

Yearly:

a) Check the operation of MCB, relays,Etc.,


b) Testing and calibration of relays.

Repairs:
a) The following items can be replaced and made the circuit functional with
MCB, Contactors, Cable termination with glands, relays. selector switch,
indicating lamps, voltmeter, ammeter, fuse holders etc. (All material to be

Page 32 of 46
provided by CPRI).
I. 11 KV Panels :

Daily:
a) Visual inspection
b) Check whether indication lamps, selector switch, ammeter, MF meters
Etc.,are working.
c) Checking and ensuring the closing of all the panel doors etc.,
d) Check whether all relays, are functioning properly.

Quarterly:
a) Visual inspection of panels.
b) Checking of control scheme for healthiness.
c) Visual Checking of Panel Meters.
d) Checking of heater circuit & rectification if required.
e) Checking handles and doors & rectification if required.
f) Checking and sealing of cable entry holes.
g) Tightening of all earthing connections.

Yearly:
a) Measurement and recording of IR values for Main Bus bar.
b) Checking of all terminations for tightness.
c) Checking of CT, PT and Relays connections for tightness.
d) Testing of all panel Relays and Meters CT & PT.
e) Measurement of insulation resistance value of circuit breaker.
f) Measurement of breaker closing and tripping time.
g) Vacuum test
h) Measurement of contact resistance
i) Checking of control circuit
j) Visual inspection of earth connections and checking of tightness
k) Checking of mechanical and electrical interlocks, interlocks within the switch
board to ensure proper functioning of the same.
l) Checking and sealing of cable entry holes

Repairs:

a) During the time of operation any of the items mentioned above are found
malfunctioning then they must be replaced.(All materials will be supplied
by CPRI and tools should be provided by the contractor)

Page 33 of 46
J. LT Panel:

Daily:
a) Visual inspection
b) Check whether indication lamps, selector switch, TNC & all meters are
working.
c) Checking and ensuring the closing of all the panel doors etc.,
d) Check whether all relays, are functioning properly.

Quarterly:

a) Visual inspection of panels.


b) Checking and sealing of cable entry holes.
c) Checking of D.C. supply & control switchgear.
d) Checking of Indication lamps, replacement if required.
e) Checking of Indication Meter and rectification/replacement if, required.
f) Checking/replacement of fuses if required.
g) Checking of Bus bar connection, Tightening of nut bolts, cleaning of bus bar
if, required.
h) Cleaning and Tightening of bus bar in the bus bar chamber.
i) Tightening of all earthing connections.
j) Checking and sealing of cable entry holes.
k) Cleaning of the inside and outside panels using blowers and vacuum
cleaner.

Yearly:

a) Checking of D.C. supply & control switchgear.


b) Checking & ensuring the closing of the wall panels/panel doors including
the supply of necessary material if required.
c) Cleaning of circuit breakers, lubricating the moving parts as per maintenance
procedure
d) Checking of alignment in racking mechanism of breakers for free and
smooth movement of circuit breakers
e) Checking of contact wearing of circuit breakers
f) Checking of mechanical/ electrical interlocks, interlocks within the
switchboard to ensure proper functioning of same

Page 34 of 46
g) Functional operations check of limit switches, auxiliary contacts Etc.,
h) Visual inspection of earth connections and checking of tightness
i) Measurement of insulation resistance value of circuit breakers
j) Measurement of contact resistance of circuit breaker poles
k) Measurement of circuit breaker closing and tripping time
l) Functional operations check of circuit breaker
m) During operation, any of the items found malfunctioning must be replaced. All
materials will be provided by CPRI.
n) Measurement and recording of IR values for Main Bus bar.
o) Checking of all terminations for tightness.
p) Checking of CT, PT and Relays connections for tightness.
q) Testing of all panel Relays and Meters, CT & PT.

K. 415V Distribution System (Main DBs and DBs):

Daily:

a) Visual inspection & proper doors closing.


b) Check whether indication lamps, selector switch, ammeter, MCBs etc are
working.

Quarterly:

a) Check if all the panels are ingress protected.


b) Checking of termination of incoming and outgoing cables
c) Routing of cables for new loads if required (only flexible cables and indoor).
d) At the time of adding new cable proper tags and ferruling must be done.
e) Cleaning of the panel.
f) Checking and sealing of cable entry holes.
g) Tightening of all earthing connections.

Repairs:

If any component is found malfunctioning it has to be replaced. Material will be


provided by CPRI.

Page 35 of 46
L. CABLE NETWORK:

Monthly:
a) Visual inspection of cables.
b) Checking all cable terminals & joins for overhauling /loose connections
and tightening, terminating, rejoining, if required termination will be done by
the contractor and material will be provided by CPRI.
c) Checking and recording of IR values of all cables with Megger of suitable
range.

M. EARTHING SYSTEM:

Daily:
a) Watering and proper closing of earth pit chamber

Quarterly:
a) Checking of all earthing connections, joints and cleaning and tightening
thereof.

b) Checking and recording of earth resistance of all points, pits and


taking corrective action to improve it, if required.

c) Identification marking and updating the details of the indication board

N. METERS:

Yearly:
a) Checking of each meter (analog/digital) for its correct operation.
b) Calibration of indicating/ measuring meter.

O. PROTECTIVE RELAYS:

Quarterly:
a) Visual inspection and cleaning from outside.

Yearly:
a) Checking of each relay for its correct operation by secondary injection.
b) Cleaning of relay contacts by cleaning agent.

Page 36 of 46
c) Calibration of relay.
d) Checking of current/voltage setting as per recommended setting.
e) Checking of time characteristic as per recommended setting.

Q. ENERGY METERS

1. Note down the energy meter reading as per scheduled time and monitor the
power consumption.
2. Submit daily report /log books on power consumption.

Duty of Trained Engineer

1. To carry out the check as required,


2. Carrying out the preventive maintenance check as per the manufacturers
guidelines.
3. Submit the daily report as required by the Engineering Officer Cum Officer In-
charge
4. To attend break down/ maintenance works.

Page 37 of 46
Annexure II

TECHNICAL BID
(To be enclosed in a separate sealed envelope)

Operation and Maintenance of 220kV, 33kV and 11kV substation


distribution networks

1. Name of Tendering Company/ Firm / Agency : _________________________


(Attach certificate of registration)

2. Name of proprietor / : _________________________


of Company/Firm/agency

3. Full Address of Reg. Office with Regn No. _________________________

4. Telephone No. : _________________________


5. Fax. No. _________________________
6. E-Mail Address _________________________
7. PAN / GIR /TIN No. (Attach Attested Copy) _________________________
8. Labour Regn. No. (Attach Attested Copy) _________________________
9. Service Tax Regn. No. (Attach Attested Copy) _________________________
10. E.P.F. Regn. No. (Attach Attested Copy) _________________________
11. E.S.I. Regn. No. (Attach Attested Copy) _________________________
12. COMMERCIAL turnover of the tendering Company / Firm / Agency for the last 3
Financial Years in five financial years as below: (Attach Proof Attested Copy)

Financial Year Amount (Rs. In Lakhs) Remarks, if any

2011-12
2012-13
2013-14

Page 38 of 46
13. Give details of the Experiences of similar nature of works contracts handled by the
tendering Company / Firm / Agency on behalf of PSUs /Research Organization
/Government Departments etc., during the last three years in the following format.
Attested copies of work orders with annexures may also be attached.

Nature of Amount Duration of


Details of client
work of Contract
along
Sl. executed Contract
with address,
No. (as in (Rs. in
telephone
work Lakhs) From To
and FAX numbers
order)

(if the space provided is insufficient, a separate sheet may be attached)

14. Details of Earnest Money Deposit : Amount Rs. …………

D.D. No. ……………….. dated …………

Bank Name: ………………………………..

15. Additional information, if any _________________________


(Attach separate sheet, if required)

Page 39 of 46
CERTIFICATE OF ETHICAL PRACTICES

I. I / We assure the Institute that neither I / We nor any of my / our workers will do
any act/s, which are improper/Illegal during the execution of the contract awarded
to us.

II. Neither I / We nor anybody on my / our behalf will indulge in any corrupt activities
/practices in my / our dealing with the Institute.

III. I / We will have no conflict of interest in any of our works / contracts at the
Institute.

Date: Signature of the tenderer

Page 40 of 46
ANNEXURE III
(To be enclosed in a separate sealed envelope)

COMMERCIAL BID

1. Name of tendering Company / Firm / Agency


:_______________________________

2. Rates are to be quoted in accordance with the Minimum Wages Act of Central
Government for manpower per month basis and other byelaws applicable (inclusive
of all statutory liabilities, taxes, levies, cess etc.).

Unit Rate / month Grand


Sl. Man
Description PF Total
No. power Wages ESI Total

1 Electrician 10

2 Helper 1

Trained
3 Engineer/ 1
Supervisor

4 Consumables charges

5 Sub Total
Agency Administrative Charges (should be given as a fixed
6
amount)
7 Grand Total
One-time Cost for Tools (Detailed break-up of list of tools
8 and their prices should be attached as a separate sheet)
DO NOT INCLUDE THIS IN THE GRAND TOTAL

Grand Total in words……………………………………………………………………….

Note: Permissible PF per personnel will be as per statutory norms. Agencies must fill
up this value in the PF column.

Date:
Place:
Signature of the tenderer

Page 41 of 46
ANNEXURE IV

Check-List
(The documents to be enclosed with the Tender)

Technical bid, sealed in a separate envelope superscribed as


“Technical Bid”
Commercial bid, sealed in a separate envelope superscribed as
“Commercial Bid”
Earnest Money Deposit

Proof of FINANCIAL Turn-over

Copy of Registration certificates

Copy of PAN/GIR Cards

Copy of the IT returns filed

Copy of EPF and ESI certificates

Copy of KST/CST/VAT/TIN Registration Certificates


Work Experience of Similar work during the previous years
(List of firms where similar services provided with details of
contact person(s).)

Page 42 of 46
ANNEXURE V

Details of the Substation equipments: 220kV

ISOLATORS :

a) 220 kV
[with earth switch – 01( BIMCO), without earth switch – 01(WS)]
Make : BIMCO / WS

Voltage : 220 kV

Current : 1250A

Type : Centre post rotating, Gang operated,

b) 33kV

[with earth switch – 01( BIMCO), with out earth switch – 01(WS)]
Make : IMCO / WS

Voltage : 33 kV

Current : 400A

Type : Centre post rotating, Gang operated,

CIRCUIT BREAKERS: ( Single phase, three No.s)

Make : ABB

Voltage : 245 kV

Current : 2000A

Type : SF 6

CAPACITIVE VOLTAGE TRANSFORMER/POTENTIAL TRANSFORMER :

R PHASE Y PHASE B PHASE

220 kV - CVT 220 kV - PT 220kV - CVT

Make : WS BHEL ABB

Voltage :220 v3 kv /110V 220 v3 kv /110V 220 v3 kv /110V

Page 43 of 46
CURRENT TRANSFORMERS :

a) 220 kV ( 03 No.s )
Make : AEE

Voltage : 220 kV

Current : 200-100/1A

Type : Out door oil cooled Live tank

b) 33 kV ( 06 No.s )
Make : AEE

Voltage : 33 kV

Current : 500/1A

Type : Outdoor oil cooled Live tank

LIGHTING ARRESTERS :

a) 220 kV side ( 03 No.s )


Make : WS Industries Ltd.,

Voltage : 198 kV

Current : 10kA

b) 33 kV ( 03 Nos. )
Make : WS Industries Ltd.,

Voltage : 30 kV

Current : 10

TRANSFORMER:

Make : NGEF

Voltage : 220 kV/33kV

Rating : 20 MVA

Tap changer : Onload

Impedance : 3.03 Volts

Page 44 of 46
DETAILS OF THE EQUIPMENTS 33kV Substation

ISOLATORS : (With earth switches)

MAKE : BIMCO (KAUSHIK SWITCH GEARS) HYDERABAD

VOLTAGE/CURRENT : 33kV, 1250A With motor operated Mechanism

TYPE : Centre post rotating gang operated mechanism

Single phase 03 no’s 33kV, 1250A Tandem isolators

MAKE : GR Power switch gear ltd

VOLTAGE/CURRENT : 36kV, 1250A With out earth switches

TYPE : Lattice type Solid core

CIRCUIT BREAKER :

MAKE : a) ALIND (The aluminum industries India ltd)/ On load gears (OLG)

b) Megawin

VOLTAGE/CURRENT : 36kV, 1600A

TYPE : Vacuum circuit breaker / outdoor type

C T”S

MAKE : A.E. (Automatic Electricals)

VOLTAGE/ CURRENT : 33kV/500/1(INCOMING SIDE)

200/1A (OUT GOING SIDE)

P T”S

MAKE : A.E. (Automatic Electricals)

VOLTAGE/ CURRENT : 33kV/√3/110/√3 (SINGLE PHASE - 03 NOS)

LIGHTNING ARRESTORS (LA)

MAKE : W.S. Industries ltd

VOLTAGE/ CURRENT : 33kV, 10kA (SINGLE PHASE - 03 NOS)

Page 45 of 46
5 MVA TRANSFORMER (2 Nos.) :

Make : Rima

Voltage : 33 kV/11kV

Rating : 5 MVA

Tap changer : Off load

Impedance : 7.1 % Volts

9 MVA TRANSFORMER (01 No.) :

Make : Alsthom

Voltage : 33 kV/6.4 /0.695kV

Rating : 9 MVA

Tap changer : On load

Impedance : 8.6%,20.9%,10.1%.

DETAILS OF THE EQUIPMENTS 11kV Substation

Transformers (22 Nos.)

kVA No.s

3900 01

2500 01

2000 01

1000 04

630 03

500 07

400 02

250 03

Note : 11kV Circuit Breakers, Load break switches, Isolators and associated LT Panels
for the above transformers.

Page 46 of 46

S-ar putea să vă placă și