registered office of nesco , wesco & southco ( … of interest for intrastateabt and... ·...
TRANSCRIPT
Registered office of NESCO , WESCO & SOUTHCO ( Orissa DISCOMs) Plot No. N-1 / 22 , Nayapalli , Bhubaneswar -751015 . Ph: 0674-2550043 , Fax-0674-2558343
Notice on : CSO /59 / Intrastate ABT & Energy Audit Dated 09.05.2012
EXPRESSION OF INTEREST ( EOI) For Development of Infrastructure for Implementation of Intra-State ABT & Energy Audit.
Expression of Interest are invited from the vendors preferably be an IT firm or incase of consortium at
least one member of consortium must be an IT firm for development of Infrastructure for phase wise
implementation of Intra- state ABT and Energy audit system in three distribution Companies of Odisha
namely WESCO , NESCO and SOUTHCO on Build Own Operate and Transfer ( BOOT) basis with monthly
operational charges and final transfer of system to respective DISCOM after three (3) years of
successful operation of each phase . The IT firm should have CMMi5 validity Certificate and experience
in Indian electricity utility in the areas of :
A) Setting up of IT hardware and Software for seamless meter data acquisition, Bulk Energy
Metering and Communication system for operation of Intra- state ABT . Installation and
maintenance of Hardware & Software for demand forecasting , Scheduling , Monitoring ,
demand regulation and control / SCADA operation in distribution network , UI accounting,
KVAR charge Accounting and generation of standardised / customised reports.
B) The vendor also need to have at least one year successful recurring experience in Energy
audit and loss determination activity involving HT and LT network of Distribution system
catering to minimum 100000( one lacs) consumers with at least 10(ten) numbers 33 KV
feeders and 100 DTRs .
The Odisha Electricity Regulatory Commission (OERC) has mandated for implementation of Intra- state
Available Base Tariff ( ABT) between GRIDCO, the Bulk Supplier and Distribution Companies ( DISCOMs)
as 1st phase under Intra- state ABT Regulation -2007. Subsequently the same would be extended to
cover various Generator. Accordingly each DISCOM is to establish one Distribution System Operation
Control Centre ( DSOCC)at its corporate office for Scheduling , Monitoring and Controlling of Drawal of
DISCOM in Intra- State ABT mode of operation.
To achieve the same each DSOCC need to be equipped with adequate IT Hardware and Software
infrastructure along with communication equipments for online acquisition of data on real time basis
from feeder meters installed at multiple locations, capturing drawal and frequency data from SLDC
website, installation of ABT management software for day ahead scheduling, real-time display of
individual and consolidated drawal data on dash board, creation of metering and scheduling data base ,
UI computation ( forecasting as well as actual and cumulative ), monitoring and controlling drawl of
DISCOM in intra- state ABT mode of operation through disconnection of feeders as per assigned priority.
In addition to the above integration of Energy audit and Energy accounting activities for whole of the
distribution network need to be implemented in phased manner. Phase wise detailed Scope of Works
are as follows:
1.SCOPE OF WORK .
Interested vendors shall develop and furnish the cost effective and best suitable blue print covering
project description, technical specifications of an integrated ABT management system including Energy
Audit activities with future up- gradation facility.
Phase – 1
A. Feeder Metering at 33 KV : In phase -1 DISCOMs intend to cover all 33 KV input
feeders and interception points with boundaries of other DISCOMs and Franchisee etc.
Assessment of required meters and metering arrangements at various 33 kv input and
interception points and reporting there off. Based on the assessment report required
numbers of Meters and Metering Units will be provided by DISCOMs to Vendor.The
installation of meter along with supply and installation of required communication
hardware and software is the responsibility of Vendor .
B. Remote Metering : The vendor shall design, supply, installation, integration, testing,
commissioning and maintenance (for 3 years) of real time remote metering facility such
as data concentrators / multiplexers/LAN hub/router (whichever is applicable), data
pulling software, etc
C. Telecommunication system: Vendor is required to suggest for latest telecom
technology options available in Indian market for availing service on charge basis for
smooth transfer of meter data and feeder controlling signals etc. . Recommend suitable
technology option based on analysis of parameters like nature of application, suitability
under given geographic and climate conditions, reliability, flexibility, recurring cost,
operation and maintenance requirements etc.
D. IT hardware and system software: The vendor need to supply, installation, integration,
testing, commissioning and maintenance (for 3 years) of IT hardware and system
software. This shall include components like servers, computers, UPS, Display unit,
power distribution boards, power cabling, LAN cabling, routers, modems, database
software, anti-virus software, system management software etc.
E. ABT Management Software: The vendor required for design, develop supply,
installation, testing, commissioning and maintenance (for 3 years) of ABT Management
Software for seamless integration of data from energy meters, data processing
telecommunication system and IT infrastructure. The software shall be web-based,
flexible and user friendly, which should have following functionalities:
a. The software should have functionalities including day ahead demand
forecasting, scheduling, preparation of comparison analysis error report and
graph on daily basis for 96 slots in a day comparing actual and forecast data.
b. Online seamless data acquisition from feeder meters and required websites of
ERLDC/ SLDC.
c. Real time display of schedule vrs drawl data , frequency , and corresponding UI
rate , difference between schedule and actual drawal and UI charge impact on
DISCOMs on the display unit of DSOCC.
d. Real time display of feeder list for load restriction / demand regulation based
on assigned priority .
e. Unscheduled Interchange (UI) accounting and billing, reactive energy accounting
and billing 96 block wise for daily / weekly in accordance CERC / OERC
regulations / amended regulations in force.
f. Energy drawal certification & energy accounting ( monthly) vis-a-vis allocation
by SLDC .
g. Generation of standardised/customized MIS reports.
Phase – 2
A. Auto Control : In the 2nd phase all the 33 Kv feeder breakers should be auto controlled
( auto off ) through remote relay settings / signals, which also should be software
driven. Breaker on at 33 KV feeder should be on option of manual/ auto mode as per
feeder list displayed on the DSOCC based on assigned priority with suitable interlock
facility.
B. Installation of Remote Terminal Units: The vendor is required for design, supply,
installation, integration, testing, commissioning and maintenance (for 3 years) of
Remote Terminal Units / Data concentrator for remote monitoring and controlling of
drawal of DISCOMs at 33 KV.
C. IT hardware and software: The vendor is required for supply, installation, integration,
testing, commissioning and maintenance (for 3 years) of IT hardware required software for
auto control of drawl and auto tripping of breakers, which should be software driven.
Training to the employees of DISCOMs for understating of all the standardised/customised
reports and total system architecture will be provided by Vendor .
Phase – 3
A. Feeder Metering & Breakers at 11 KV : In phase -3 DISCOMs intend to cover all 11 KV
input feeders. Vender is required to submit an assessment report for required meters ,
and metering arrangements to be installed at various 11 kv input points . Based on the
assessment report required nos of Meters and Metering Units will be provided by
DISCOMs to vendor for installation of meter along with communication hardware.
Supply of required communication hardware and software is the responsibility of
Vendor .
B. Auto Control : In 3rd phase all the 11 Kv feeder breakers should be auto controlled (
auto off ) through remote relay settings / signals, which also should be software driven.
Breaker on at 11 KV should be on option of manual/ auto mode as per feeder list
displayed on the DSOCC based on assigned priority with suitable interlock facility .
C. Installation of Remote Terminal Units: The vendor required for supply, installation,
integration, testing, commissioning and maintenance (for 3 years) of Remote Terminal
Units / Data Concentrator for remote monitoring and controlling of drawal of DISCOMs
at 11 KV.
D. IT hardware and software: The vendor required for supply, installation, integration,
testing, commissioning and maintenance (for 3 years) of required IT Hardware &
software for auto control tripping of breakers.
Phase – 4
The 4th phase will be the integration of Energy audit and Energy accounting activities for
whole the distribution network .
A. DTR Metering : In this phase all the Distribution Transformers need to be metered
and a report on the assessment of required meters / metering arrangements and
modems will be provided by vendor . As per requirement, DTR meter, Metering unit
and modem will be provided by DISCOM to vendor for installation at all the DTR
points along with communication hardware . Supply of required communication
hardware and software is the responsibility of Vendor .
B. AMR / Data down loading facility : The vendor is required to suggest for latest telecom
technology options available in Indian market for availing service on charge basis for
smooth transfer of meter data from Distribution transformers. AMR and Data down
loading facility and meter data will be down loaded at control room for necessary
preparation of Energy Audit and Energy accounting reports .
C. IT hardware and software: The vendor is required for supply, installation, integration,
testing, commissioning and maintenance (for 3 years) of required IT Hardware &
software at control room for remote down loading of DTR meter data .
D. Generation of Energy Audit Reports : The Vendor is required for design , develop ,
installation, testing and commissioning of required Software for generation of
standardized / customized Energy Audit and Energy Aaccounting and MIS reports .
The interested vendor may submit Expression of Interest ( EOI) by 11 A.M on 31.05.2012 and for
queries may contact at above Bhubaneswar address . A draft Request for Proposal (RFP) and tender
evaluation procedure is also annexed as ANNEXURE -1 with this document for reference. Vendors
are free to furnish their views on the terms and conditions contained in the draft RFP. The final RFP
will be published later.
NB : DISCOM wise Interface point feeder lists are annexed here with this RFP for reference only .
ANNEXURE -1
DRAFT REQUEST FOR PROPOSAL
For and on behalf of , NESCO , WESCO and SOUTHCO a draft request for proposals has been prepared
and views on this also requested from qualified and experienced vendors having experience in Inter /
Intra- State ABT Implementation and Energy Audit activities for Distribution licensees with above
Scope of Works :
A. Qualification Criteria The selection of vendor for above work will be through Quality and Cost Based Selection (QCBS) process. Interested Vendors would need to submit their bids in three separate sealed envelopes, which in turn would need to be put in one single covering envelope. The three envelopes would essentially cover the following :
Envelope- 1: Pre -Qualification bid Envelope -2: Technical bid. Envelope- 3: Price bid.
a) Pre -Qualification bid. Envelope-1 shall contain supporting documents in support of pre-qualification criteria. The
vendor is required to fulfill the following essential conditions of eligibility criteria for submission
of technical proposal .
i. The vendor should be a registered legal entity in India from Last 5 Yrs. He has to furnish copies
of original documents defining the constitution or legal status, place of registration and principal
place of business namely of Memorandum of Article of association as supporting evidence .
ii. Further vendor has to furnish written power of Attorney / Board Resolution of the authorized
signatory of the Bid.
iii. Consortium of meter manufacturer, Data concentrator/ multiplexers/LAN hub/router and IT
firm are also eligible to participate
iv. The vendor should preferably be an IT firm or incase of consortium at least one member of
consortium must be an IT firm. The IT firm should be CMMi5 valid as on date of bid submission
and certificate should be submitted as supporting evidence.
v. The vendor should have experience in Indian electricity utility in the areas of setting up of IT
hardware and Software for seamless meter data acquisition, Bulk Energy Metering and
Communication system for operation of Intra- state ABT . Installation and maintenance of
Hardware & Software for demand forecasting , Scheduling , Monitoring , demand regulation
and control / SCADA operation in distribution network , UI accounting, KVAR charge Accounting
and generation of standardised / customised reports.
vi. The vendor also need to have at least one year successful recurring experience in Energy audit
and loss determination activity involving HT and LT network of Distribution system catering to
minimum 100000( one lacs) consumers with at least 10(ten) numbers 33 KV feeders and 100
DTRs .
vii. The vendor should have annual turnover of Rs 100.00 Crore in each of the following three years
FY 2009, 2010 & 2011. The vendor shall submit their audited financial reports for best three
financial years out of last five years . In case the Vendor is in existence for less than five years
the audited financial reports from the date its incorporation should be furnished.
viii. Only those firms who have not been blacklisted by any State/Central Govt. organization/ agency or the
period of blacklisting if any, should have been over on the date of issue of NIT, shall be entitled to
submit the tenders. The firm shall submit an undertaking of non-blacklisting.
ix. The vendor must have on its rolls consulting staff of technically qualified personnel in the area
of consulting/implementation services for IT related projects including power utilities domain
experts and BI / DW implementation consultants who possess relevant degrees/credentials with
prior experience. Undertaking for the same is required from the vendors .
x. The vendor should have at least one similar successful implementation in Indian Power Sector.
Project Completion Certificate from the customer is required to be submitted by Vendor.
xi. Requisite cost of Tender Document ( Non- refundable ) of Rs 10,500 including VAT in shape of
account payee Bank draft from a public sector Bank in favor of “ North Eastern Electricity Supply
Company of Orissa Ltd.” Payable at Bhubaneswar is to be enclosed along with the Bid, if the
document is down loaded from our website.
xii. Above pre-qualification criteria are mandatorily required to be met by the Vendor. Technical bid
of the vendor will be evaluated only after fulfillment of all the pre-qualification criteria.
b) Technical bid: The second envelope shall also contain supporting documents to meet stipulated technical criteria. Evaluation of the Technical bid will be carried out primarily based on following information as provided in their bids:
Sl. No.
Criteria Supporting evidence to be submitted
Maximum marks
Methodology for awarding marks
1. Experience in Indian electricity utility as clients in the areas of bulk energy metering and setting up of communication system , IT hardware and Software for Seamless meter data acquisition system for operation of Intra- state ABT . Installation and maintenance of Hard ware & Software for demand forecasting , Scheduling , Monitoring and Controlling UI accounting, KVAR charge Accounting and generation of standardised / customised reports in last (5) financial years
Project Completion Certificate from the customers
30 No. of assignments
Marks
>= 2 30 1 20
2. Experience in Indian Electricity utility as a client on operation of demand regulation and Control / SCADA operation in distribution network 33 / 11 KV level . Energy audit and loss determination at HT and LT network of Distribution system
Project Completion Certificate from the customers
30 No. of assignments
Marks
>=2 30 1 20
3. Approach and Methodology along with specifications of Information Communication Technology, Hardware & Software , required IT Hardware and Software. A detail report ( Item wise) on required cost investment on above infrastructure phase wise required to be submitted .
Write-up 30 Understanding of the requirement, adequacy and comprehensiveness of the solution proposed, etc.
4. Key Resources (CVs) proposed Latest CVs signed by resource /
10 Qualifications, total experience, relevant
Sl. No.
Criteria Supporting evidence to be submitted
Maximum marks
Methodology for awarding marks
authorised signatory
experience, certifications etc.
Total Maximum Marks: 100
c) Price bid:
The third envelope shall contain Monthly Operation and Maintenance charges including applicable service taxes and duties and total price for each phase separately. The Price bids will be opened for only those who will fulfil all the pre-qualification requirement and score a minimum of 80 marks in technical bid evaluation. The bid having the lowest price shall be awarded with the contract.
d) Service delivery Schedule: a) Phase -1: Implementation of 1st phase including detail survey , installation testing
Commissioning of Information Communication Hardware & Software , Required IT Hardware and Software for ABT management System including all the infrastructural requirement for DSOCC such as Furniture, Fixture, Display Unit Etc and necessary training to the employees of DISCOMs within Six month from award of contract/ issue of LOI for the package and five months from supply of required Meters & Metering Units to vendor.
b) Phase -2: Second Phase should start after successful implementation of 1st phase for three months. This second phase should be completed within 3 months from award of contract / issue of separate LOI to the vendor for this package.
c) Phase -3: The third phase should also be completed within six month from issue of separate LOI to the vendor for this package after completion of second phase.
d) Phase -4: The fourth phase completion schedule including DTR metering and installation of Hardware and software are required to be completed within 9 months from issue of Separate LOI after successful completion of 3rd phase.
e) Payment Terms The monthly service charges for each phase implementation will be paid to vendor on monthly
basis after satisfactory & successful implementation of each phase .
f) Earnest Money Deposit: E.M.D of Rs 10,00,000/- ( Ten lakh) is payable. The EMD is payable either in cash or by Demand Draft in favour of “ North Eastern Electricity Supply Company of Orissa Ltd ” on any schedule / Nationalised Bank. EMD of unsuccessful bidders will be refunded after successful implementation of phase-1 by successful bidder.
g) Legal ( Fulfilment of statutory Regulation and applicable acts ) 1. Vendor will indemnify DISCOMs against any liability or damages by way of compensation arising
from any accident to person or property of persons in the Agency employment.
2. Vendor shall indemnify DISCOMs against any liability or damages by way of compensation arising
from any accident to any other person related to or unrelated to Agency or DISCOMs.
3. Vendor shall bear the entire responsibility, liability and risk relating to coverage of work force
under different statutory regulations including but not limited to Electricity Act-2003 and supply
Rules , Workmen Compensation Act, ESI Act, Factory Act, Contract Labour Act 1970, etc. and
any other relevant regulations, as the case may be. Vendor and/or its employee must posses
necessary Electrical Contractors work man license to work of various voltage Grade lines and
equipments.
4. Vendor shall be fully responsible for payment of benefits to their employs engaged including
but not limited to Provident Fund, Bonus, Retrenchment Compensation, Leave Encashment, etc.
as per statutory provisions.
5. Necessary payment and liabilities shall be the responsibility of Vendor irrespective of payment
received from DISCOMs or otherwise.
6. Payment of all taxes and duties applicable during the tenure of the contract payable to
government or local authorities in respect of these works shall be the responsibility of Vendor. A
copy of the statutory records shall be provided on a monthly basis to the DISCOMs.
h) Force Majure If at any time during the continuation of contract, the performance in whole or in part is prevented or delayed by reasons of any war, hostility, act of public enemy, civil commotion, sabotage, fire, floods, explosions, epidemics, quarantine restriction, strike, lockouts or acts of God (Herein after referred to as events), and if agency provide notice with adequate proof within 21 days from the date of occurrence, the provisions of delay may not be evoked by the DISCOMs, provided further that the service under the contact shell be resumed, as soon as practicable after such event(s) has /have ceased to exist and the decisions of the MD of DISCOM as to whether, the services have been so resumed or not, shall be final and conclusive.
i) Dispute Resolution If any dispute or difference of any kind whatsoever shall arise between DISCOMs and the
Vendor , out of the contract and for the performance of the works whether during the progress
of the work or after its completion or whether before or after the termination, abandonment or
breach of the contract, it shall, in the first place, be referred to and settled by the empowered
officer (MD DISCOM), who within a period of thirty (30) days after being requested by either
party to do so , shall give written notice of his decision to both the parties concerned.
Unless as hereinafter provided, such decision in respect of any matter so referred shall be
final and binding upon the parties until the completion of the works and shall forthwith be given
effect to by the Vendor and the Vendor shall proceed with the work with all due diligence,
irrespective of either party moves for arbitration
If after the Empowered officer has given written information of his decision to the parties,
and no reference to arbitration has been made by either party within thirty (30) days from the
receipt of such decision, the said decision shall become final and binding on the parties.
In the event of the Empowered officer failing to notify his decision as aforesaid within thirty
(30) days or in the event of either party being dissatisfied with decision, either party, if desire
may refer disputes to arbitration. All disputes are subject to Bhubaneswar jurisdiction.
j) Arbitration All matters, disputes, questions, differences and /or claims arising out of and/or concerning
and/or in connection and/or in consequences or relating to this contract whether or not
obligation of either or both the parties under this contract be subsisting at the time of such
dispute and whether or not this contract has been terminated or purported to be terminated or
completed, shall be referred to Arbitration as per Arbitration and Conciliation Act, 1995, if the
dispute between DISCOMs and Vendor could not be adjudicated under clause i (Dispute
Resolution).
The Dispute shall be raised before the sole Arbitrator appointed by DISCOMs. Venue of
the Arbitration shall be at Bhubaneswar. The entire process of Arbitration shall be over within a
period of three months from the date of appointment of the Arbitrator. The expenses of
Arbitration shall be borne by the Parties in equal proportion.
k) Rejection of bids The tender inviting authority reserves the right to accept or reject any bid, and to annul the
bidding process and reject all bids at any time prior to award of contract, without thereby
incurring any liability to the affected bidder or bidders or any obligation to inform the affected
bidder or bidders of the grounds for the action.
NB : DISCOM wise Interface point feeder list has been annexed here with this tender document for
reference only .
ANNEXURE-2
GRID wise Interface point Metering Required for NESCO
GRID S/S SL NO NAME OF 33KV FEEDER
Balasore
1 Balasore-I 2 Balasore-II 3 Balgopalpur 4 Basta(Fuladi) 5 Chandipur 6 Emami(Mitrapur) 7 Industrial 8 Nilagiri 9 Srijang
Jaleswar
10 Rajghat 11 Kamarda 12 Jaleswar 13 Bhograi
Basta 14 Basta 15 Baliapal 16 Jamsuli
Soro
17 Bahanaga 18 Gopalpur 19 Dungura 20 Dhamara(Basudevpur) 21 Soro
Bhadrak
22 Asurali 23 Bhadrak 24 Chandabali 25 Dhamnagar 26 Markona 27 Orali
Baripada
28 Bangriposi 29 Baripada 30 Betnoti-I 31 Betnoti-II 32 Industrial 33 Shamakhunta 34 Udala
Rairangpur
35 Bahalada 36 Baripada 37 Karanjia (Old) Kusumi 38 Rairangpur
Karanjia 39 Karanjia
40 Jashipur
Palaspanga
41 Express 42 Keonjhar-I 43 keonjhar-II 44 OSIL 45 Pattanaik Steel 46 Remuli(Champua)
Joda
47 Crackers India 48 Barbil-I 49 Barbil-II 50 Joda 51 Jurudi 52 DM Tisco
Anandpur 53 Ghasipura 54 Ramchandrapur
Jajpur Road
55 Anandapur(Dead) 56 FCP-I 57 FCP-II 58 Jajpur Road 59 Kuakhia 60 Dinabandhu steel & power 61 Panikoili
Jajpur Town
62 Bari 63 Binjharpur 64 Mangalpur 65 Town
Duburi 66 Daitari Mines(Duburi) 67 Sukinda(Khurunti & IDCO)
Chandikhole 68 kabatabandha 69 Jaraka
ANNEXURE-3
GRID wise Interface point Metering Required for WESCO NAME OF
132/33 KV GSS Sl.No. 33 KV Feeder Name
BOLANGIR (2x40 MVA)
1 Bolangir 2 Patnagarh 3 Dungripali 4 Barpali 5 Boudh 6 Dumerbahal 7 Titlagarh 8 IDCO
KHARIAR 9 KHARIAR
(1x12.5 MVA + 1X20 MVA)
10 NUAPARA
KESINGA (1x20 MVA + 1X40
MVA)
11 Narla 12 Belgaon 13 Titlagarh 14 Kesinga
15 Bhabanipatna -1
16 Bhabanipatna -2
PATNAGARH (1x20+1x12.5 MVA)
17 Patnagarh 18 Belpara 19 Ghumer 20 Padmpur
SONEPUR (2x12.5 MVA+20x1
MVA)
21 Sonepur 22 Dumerbahal 23 Nandanmal 24 Binka
JUNAGARH (1x12.5 MVA + 1X20
MVA)
25 Junagarh 26 Dharamgarh 27 Charbahal 28 Bhawanipatna
ROURKELA (4*35 MVA)
29 TOWN-1 30 TOWN-2 31 IND.EST. 32 PILOT PROJ. 33 PHD,RGP-II 34 LATHIKATA 35 BONAI 36 BANDAMUNDA 37 IDC 38 KALUNGA
JODA (3*20+1*12.5 MVA) 39 TENSA
CHHEND (3*40 MVA)
40 BASANTI
41 CHHEND
42 VEDVYAS 43 PURUNAPANI 44 BIRAMITRAPUR 45 KUNARMUNDA 46 132 KV,ADUNIK
RAJGANGPUR (2*40 MVA)
47 RKL-1 48 RKL-2
49 RGP TOWN 50 KUTRA 51 BARGAON
SUNDARGARH (40+20 MVA)
52 SUBDEGA 53 SANKARA 54 COLLEGE 55 ASHOKA SYNTHETICS 56 SARGIPALI 57 BARGAON
BRAJRAJNAGAR (3*20+1*12.5 MVA) 58 SARGIPALI
BARKOTE (2*20 MVA) 59 MAHULDIHA
60 BAMRA INTER DIVISION
Ganesh Nagar (2*31.5+1*20 MVA)
61 Ainthapalli 62 Cheruapada 63 Putibandha 64 Rengali
Rairakhol (2*12.5 MVA)
65 Rairakhol 66 Naktideul 67 Bamur(CESU)
Barkote (2* 20 MVA)
68 Deogarh 69 Barkote 70 Mahuldiha(RKL)
Bargarh (3X40 MVA)
71 4 Pole 72 Town 73 Turunga 74 Barpali 75 Dunguri
Chipilima (1x20 MVA+1x12.5
MVA)
76 Gosala 77 Dhama-I 78 Dhama-II(BLGR)
220/132/33 Katapali
(2*20 MVA)
79 Attabira
80 Burla+Hirakud
Brajrajnagar (3X20 MVA + 1X12.5
MVA)
81 TRL-II 82 Kuchinda 83 OPGC 84 Sargipali(Sundargarh) 85 Lapanga 86 TRL-I
Patnagarh (1X12.5 MVA+1X20
MVA) 87 Patnagarh
220/132/33 KV Budhipadar 88 Industrial
(1X20 MVA + 1X12.5 MVA)
Jharsuguda (1X12.5+1X20 MVA) 89 Jharsuguda-III
Barpali (2*12.5 MVA)
90 Barpali 91 Melchhamunda
ANNEXURE-4
GRID wise Interface point Metering Required for SOUTHCO Name of the
Grid Substation
Sl. No Name of the 33 KV feeders
Berhampur
1 33 KV Luchapada Feeder
2 33 KV Berhampur-1 Feeder
3 33 KV Berhampur-2 Feeder
4 33 KV Chikiti Feeder
5 33 KV Konisi Feeder
6 33 KV Aska (Hinjilicut) Feeder
7 11 KV Old Berhampur Feeder
8 11 KV Water work Feeder
Digapahandi
9 33 KV Digapahandi Feeder
10 33 KV Pudamari Feeder
11 33 KV Adapada Feeder
12 33 KV Chikiti Feeder
Chatrapur
13 33 KV Chatrapur Feeder
14 33 KV Rambha Feeder
15 33 KV Taratarini Feeder
16 33 KV Tisco Feeder
17 33 KV Badamadhapur Feeder
18 132 KV IRE-1 Feeder
19 132 KV IRE-1 Feeder
20 132 KV Rambha Traction Feeder
21 33 KV Khallikote Feeder
22 132 KV JCL Feeder
Balugam 23 33 KV Khallikote Feeder
24 Balugaon BC
Mohana 25 33 KV Paralkhemundi (Chheligada) Feeder
26 33 KV Brahamunigam Feeder
(Daringibadi)
Paralakhemundi
27 33 KV Kasinagar Feeder
28 33 KV Old Paralakhemundi Feeder
29 33 KV Gumma Feeder
30 33 KV New Paralakhemundi Feeder
31 33 KV Uppalada Feeder
Aska
32 33 KV Budhamba Feeder
33 33 KV Sorada Feeder
34 33 KV Aska Feeder
35 33 KV Buguda Feeder
36 33 KV Nuagaon Feeder
Bhanjangar (Kanteipalli)
37 33 KV Bhanjangar Feeder
38 33 KV Sorada Feeder
39 33 KV Khetriyabarapur Feeder
40 33 KV Bellaguntha Feeder
Phulbani
41 33 KV Kalinga Feeder
42 33 KV Baliguda Feeder
43 33 KV Khajuripada Feeder
44 33 KV Phulbani Feeder
45 33 KV Boudh Feeder
46 33 KV Autonagar Feeder
47 33 KV Rayagada Feeder
Sonepur 48 33 KV Manamunda Feeder
49 Sonepur BC
Therubali 50 33 KV Siliput Feeder
51 33 KV Bissamcuttack Feeder
52 132 KV JK Feeder
Sunabeda 53 33 KV Koraput Feeder
54 33 KV Laxmipur Feeder
55 33 KV Sunki Feeder
56 33 KV Nandapur Feeder
57 132 KV HAL Feeder
Jayanagar
58 33 KV Jeypore-I Feeder
59 33 KV Jeypore-II Feeder
60 33 KV Jeypore-III (Burial Ground)Feeder
61 33 KV Sewa-1 Feeder
62 33 KV Sewa-2 Feeder
63 33 KV Kolab-1 Feeder
64 33 KV Kolab-2 Feeder
65 33 KV Malkangiri Feeder
66 33 KV Borigumma Feeder
67 33 KV Sunabeda Feeder
68 132 KV Jayanagar Traction
Balimela 69 33 KV Malkangiri Feeder
70 33 KV Balimela (Chitrokonda)Feeder / ESSAR
Tentulikhunti
71 33 KV Nabarangpur-I Feeder
72 33 KV Nabarangpur-II Feeder
73 33 KV Indravati Project Feeder
74 33 KV Pudaguda Feeder
75 33 KV Mukhiguda (WESCO) Feeder
Akhusingh 76 33 KV Padmapur Feeder
Narendrapur
77 33 KV Medical Feeder
78 33 KV Narendrapur Feeder
79 33 KV Ambapua Feeder
80 33 KV Rangeilunda Feeder
81 33 KV MES Feeder
82 132 KV Narendrapur Traction