tender for providing contract services for operation & maintenance · pdf...

42
TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB STATION, 11 KV DISTRIBUTION NETWORK & 11KV DG SETS TENDER NO. R(CMC)Electrical Contract/2016-05 DATED: 24/02/2016 (http://www.iisc.ernet.in/tender/electricalcontract.htm) CONTRACT MANAGEMENT CELL Indian Institute of Science Bangalore-560012

Upload: trinhnguyet

Post on 11-Mar-2018

223 views

Category:

Documents


6 download

TRANSCRIPT

Page 1: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

TENDER FOR PROVIDING CONTRACT SERVICES FOR

OPERATION & MAINTENANCE OF

66/11 KV SUB STATION, 11 KV DISTRIBUTION

NETWORK & 11KV DG SETS

TENDER NO. R(CMC)Electrical Contract/2016-05 DATED: 24/02/2016

(http://www.iisc.ernet.in/tender/electricalcontract.htm)

CONTRACT MANAGEMENT CELL

Indian Institute of Science

Bangalore-560012

Page 2: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

2

SCHEDULE OF EVENTS

Schedule A

Tender No. R(CMC)Electrical Contract/2016 – 05 dated 24/02/2016

Pre-bid Clarification 04/03/2016 - 3.00 p.m.

Last date for receipt of bids 15/03/2016 - 3.00 p.m.

Validity of bid: 90 days from the date of Opening of tenders

Tender Fee (non-refundable) Nil

Earnest Money Deposit

Rs. 50,000 (Rs. Fifty Thousand Only) In the form of a Demand Draft drawn in favour of The REGISTRAR, Indian Institute of Science, Bangalore payable at BANGALORE

Date & Time for opening of Technical Bid:

15/03/2016 - 3. 30 p.m.

Place of opening the bids:

Contract Management Cell, Indian Institute of Science, Bangalore-560 012

Date & Time of opening COMMERCIAL Bids

TO BE ANNOUNCED LATER

Contract Commencement Date:

April 1, 2016 (Tentative)

Contract Duration: 3 years (renewable after each year after review)

Performance Security Deposit

10% of annual contract amount

FINANCIAL Turn-over of Bidders

Rs. 1,00,00,000/- (Rupees One Crore) per annum (exclusively in electrical maintenance only) in the last 3 FINANCIAL years.

Page 3: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

3

GENERAL DEFINITIONS

1 IISc., or Institute means, The Indian Institute of Science, Bangalore

2 “Director” means, The Director of IISc or his authorized representative.

3 “Registrar” means The Registrar of IISc or his authorized

representative.

4 PE cum EO means Project Engineer cum Estate Officer or his

authorized representatives.

5 „Areas‟ means areas specified in this tender in general and any other

areas specified by the Registrar/PE cum EO/Officer-in-charge.

6 The selected agency/contract agency/service provider means the

successful bidder, chosen as per the evaluation criteria set out herein.

Page 4: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

4

TENDER NOTICE

Tender Notification R (CMC) Electrical Contract/2016 – 05 dated 24/02/2016

Sealed tenders are invited under Two Bid System i.e. Technical Bid and Commercial Bid

accompanied by E.M.D. by way of Crossed Demand Draft drawn in favour of the

Registrar, Indian Institute of Science, Bangalore from reputed, experienced and

Financially sound Companies /Firms / Agencies/Contractors .

The Technical Bid and Commercial Bid shall be submitted in separate cover duly

superscribed as TECHNICAL BID & COMMERCIAL BID. These two covers shall be put

in a single cover, duly super scribing the Name of the work with Name and Address of the

tenderer addressed to the undersigned, and submitted in the Tender Box kept in the

Contract Management Cell, Indian Institute of Science, Bangalore-12, on or before the

deadline indicated in Schedule A.

The Tender document may be downloaded from the following websites:

(http://www.iisc.ernet.in/tender/electricalcontract.htm)

Page 5: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

5

ESSENTIAL REQUIREMENTS OF 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 (labour commissioner etc.).

2. The bidder /Company / Firm / Agency should have at least three years experience in

maintaining 33/11kv or higher voltage capacity substations to Public Sector

Companies / Banks / Government Departments / Research Organizations / Reputed

Private Sector Companies.

3. The bidder should have at least 2 ongoing contracts (one each for substation and DG

operations and maintenance) for a capacity 33 /11 KV or above).

4. The bidder /Company / Firm / Agency should have at least two years experience in

maintaining SCADA Experience minimum required

5. The bidder /Company / Firm / Agency should be registered with Income Tax and

Service Tax departments;

6. The bidder /Company / Firm / Agency should be registered with appropriate

authorities under Employees Provident Fund and Employees State Insurance Acts.

7. Either the Registered Office or one of the Branch Office‟s of the bidder should be

located in Bangalore.

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

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

during the last three years as specified in Schedule A.

Page 6: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

6

GENERAL INSTRUCTIONS FOR BIDDERS

1. 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

Operation and Maintenance of 66/11KV sub-station, 11KV distribution network

and 11kV DG sets”.

2. The bidder shall quote the technical & Commercial bids as per the format enclosed as

Annexure II and III.

3. The bidder is required to enclose photocopies of the necessary documents as listed in

Annexure IV

4. The Technical Bid should be accompanied with an Earnest Money Deposit (EMD) as

stated in Schedule A.

5. 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 is

liable to be rejected.

6. The bidder should include the list of firms where they have provided similar services

in the last 2-3 years, along with name, phone and fax number of the contact person

there, so that references for their services can be obtained, if required.

7. 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 is liable be rejected. Cuttings, if

any, in the Technical Bid must be initialed by the person authorized to sign the bid.

8. The envelope containing Technical Bid shall be opened first on the scheduled date

and time as given in Schedule A in the presence of the representatives of the

Companies, Firms / Agencies, who wish to be present on the spot at that time.

9. Technical Bids will be evaluated by a committee. The technical evaluation will

include checking the financial turn-overs, 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 service provided by them.

10. Commercial bids of technically qualified, eligible bidders meeting all the requisite

criteria shall be opened on a date & place (to be notified later) in the presence of short

listed bidders or their authorized representatives.

Page 7: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

7

11. A techno-commercial evaluation (30 marks for technical and 70 marks for

commercial) would be used in deciding the successful bidder. The techno-commercial

evaluation scheme is detailed in Schedule B.

12. Any clarification w.r.t. to tender can be sent in writing to The Contract Management

Cell, Indian Institute of Science, Bangalore 560 012 on or before the deadline

indicated in Schedule A. Clarification to the queries will be posted on the webpage.

13. IISc 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 of IISc, in this regard

shall be final and binding on all.

Page 8: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

8

TERMS AND CONDITIONS

General

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

whatsoever.

2. Any conditional bid is liable to be rejected.

3. Bids not following the two-cover format, or including price information in the

technical bid shall be rejected.

4. 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 The

Registrar, IISc payable at Bangalore valid for a period of 90 days. Offers not

accompanied by EMD of the requisite amount or without proper validity will be

summarily rejected.

5. The Earnest Money will be forfeited if the bidder rescinds from the offer.

6. Bids offering rates which are lower than the minimum wages for the pertinent

category, would be rejected.

7. The contract is for the duration specified in Schedule A. The contract will be

reviewed yearly, and upon satisfactory performance, will be extended for 1 year at a

time, until the duration of the contract.

8. The scope of the contract can be extended, on same terms and conditions, for further

periods, subject to a maximum of 1 year beyond the contract term specified in

Schedule A.

9. The selected agency is required to execute an agreement within 15 days of the

award of the work.

10. The scope of the contract can be extended to additional building/space occupied by

the department/centre/unit, with a proportional increase in contract value, as

mutually agreed upon, and approved by the competent authority of IISc.

11. The contract may be terminated before the contract period owing to deficiency in

service or substandard quality of the service provided by the selected Company /

Firm /Agency. Further, IISc reserves the right to terminate this contract at any time

after giving two months notice to the successful bidder.

12. The selected agency 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 IISc.

13. The selected agency will be bound by the details furnished by him / her to IISc,

while submitting the bid or at subsequent stage. In case, any of such documents

Page 9: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

9

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 without notice.

14. The selected agency shall furnish a Performance Security Deposit in the form a

bank guarantee in Scheduled / Nationalized bank, as specified in the Schedule A 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 Registrar, IISc, Bangalore -12

payable at Bangalore. The performance security should remain valid for a period of

3 years 2 months. The performance security will be returned on termination of the

contract and completion of all the contractual obligations of the successful bidder.

15. The agency shall ensure that the manpower deployed in IISc, are physically fit, well

trained and are preferably in the age group of 22-55 years.

16. The successful bidder shall furnish the following documents in respect of the

individual manpower who will be deployed at IISc, before the commencement of

work:

(i) List of Manpower short listed by agency for deployment at IISc, containing

full details i.e. 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 the local police

authority.

17. In case, any person employed by the successful bidder/selected agency commits any

act of omission / commission that amounts to misconduct /indiscipline/

incompetence / security risks, the selected agency will be liable to take appropriate

disciplinary action against such persons, including their removal from work,

immediately after being brought to notice, failing which it would be assumed as

breach of contract which may lead to termination of contract.

18. The selected agency shall provide identity cards to the personnel deployed at IISc

carrying the photographs of the personnel along with personal information such as

name, date of birth, age and identification mark etc.

19. 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 at the

Institute.

20. The selected agency shall ensure proper conduct of his personnel in office premises,

and enforce prohibition of consumption of alcoholic drinks, paan, smoking,

loitering without work, etc.

21. The selected agency shall designate a coordinator, out of the deployed personnel,

who would be responsible for immediate interaction with the Contract Management

Page 10: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

10

Cell at the Institute, so that the services of the persons deployed by the selected

agency could be availed without any disruption.

22. The selected agency shall immediately provide a substitute in the event of any

person leaving the job due to any reason.

23. It will be the responsibility of the contractor/selected agency to meet transportation,

food, medical and any other requirement of contractor‟s manpower for carrying out

the contract work. IISc will have no liability in this regard at any stage.

24. The selected agency undertakes to comply with all statutes, rules, regulations, and

bylaws, as applicable, during the entire period of this contract.

25. IISc 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, IISc is the final authority for settling

all disputes and the decision of the Director in this regard, shall be final and binding

on all.

CONTRACT-SPECIFIC

1. The duty hours should not exceed eight hours at a stretch. Continuous shifts by the

same person should be avoided and no post should remain unmanned. Duties/shifts

during odd hours which may be required due to exigencies, are to be accommodated

by the agency.

2. In addition to the weekly-off, the contract labourers deployed are eligible for 4

national holidays (Jan. 26, Aug. 15, Oct. 2, and Nov.1). The contract labourers who

have performed shift duty on these days are entitled for an additional shift wage.

This can be over and over the 26/27 shifts performed by them.

3. 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 selected agency and must be in good working condition.

4. 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 Deposit.

5. The selected agency 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 IISc.

6. 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 selected agency/their personnel are responsible for

the incident, the agency is liable and will be penalized to the extent of the value of

Page 11: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

11

the loss and additional charges for each incident as decided by the Contract

Management Cell.

7. All maintenance and repair works involved during the execution of work including

all tests shall be borne by the selected agency. In other words, the cost of spares

shall be borne by the agency upto Rs. 2,500/- per month. Additional expenditure, if

any, will be paid at actuals (on production of valid bills), after deducting Rs.2500/

8. All major faults and problems shall be reported to PE cum EO/ Officer in-charge

immediately of occurrence through a memo. After inspection by PE cum EO/

Officer in-charge, procedures for rectification must be sent for approval by the

agency.

9. Any damage or loss due to failure to carry out prescheduled maintenance work shall

be at the risk and cost of the agency.

10. 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.

11. All materials used including oils, lubricants for replacement, topping, testing etc.,

will be supplied by IISc.

12. The annual service maintenance of the accessories shall be carried out as per the

respective manufacturers manuals applicable from time to time. The work shall be

carried out through authorized personnel for such service maintenance.

13. The Contractor/selected agency shall note that they shall have to carry out their

work in close co-ordination with other contractors‟ agencies working in the same

premises.

14. In the event of contractor showing lack of attendance negligence to work or

under-performance in the opinion of PE cum EO/ Officer in-charge, then the

contract may be terminated at any stage, without prejudice to the other rights

available with the Institute under any other relevant clauses of the contract.

15. The contractor shall follow all security rules framed by PE CUM EO/ OFFICER

IN-CHARGE from time to time regarding removal of material from site, issue of

identity cards, control of entry of persons and other similar matters.

16. The Contractors‟ personnel shall not disclose any information or drawings

furnished to him by PE CUM EO/ OFFICER IN-CHARGE. Any drawings,

records and other information‟s prepared by the contractor or by PE CUM

EO/ OFFICER IN-CHARGE or jointly by both for the execution of the works

shall not be disclosed without the prior approval of the PE cum EO/ Officer in-

charge. No photograph of the substation or any other place within the premises of

PE cum EO/ Officer in-charge shall be taken without the prior approval of the PE

cum EO/ Officer in-charge.

17. The contractor shall keep his work spot, site office and surroundings neat,

Page 12: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

12

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 plant

building shall be cleaned thoroughly before taking them inside. The Engineer-in-

charge has right to stop the work, if the contractor fails to improve upon the

cleanliness after having been notified

18. PE cum EO/ 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.

19. Cost of damages caused due to bad workmanship shall be recovered from the

contractor. Penalty if any from KPTCL (Karnataka Power Transmission

Corporation Ltd.) for any reason shall be borne by the agency.

20. The knowledge/Information of availability of manpower on daily basis shall be

responsibility of contractor/selected agency and the same shall be communicated

to the PE cum EO/ 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

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

on all days in a Month as given below:

Sl.

No. Description A Shift B Shift C Shift

Relie

ver Total

1 Electrician (Skilled) 2 2 2 1 7

2 Helper (Unskilled) 1 1 1 1 4

3 Trained Engineer /Supervisor 1 1

22. 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 Diploma in electrical engineering with a minimum 3 years

experience in the satisfactory execution of similar works.

23. 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 PE cum EO/ Officer in-charge, for contractual services.

Page 13: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

13

2. The Contractor undertakes to obtain any license, permit, consent, sanction etc.

as may be required or called for from/by local or any other authority for doing

such work. The Contractor shall comply with all applicable laws, rules and

regulations in force. The Contractor undertakes to obtain such

permission/license as may be required under the Contract Labour (Regulation

and Abolition) Act, 1970. The Contractor undertakes to produce the

license/permission etc. so obtained to IISc or furnish copies thereof as and when

required by IISc. The Contractor also undertakes to keep and get renewed such

license, permission etc. from time to time. The Contractor shall be responsible

for any contravention of the local, municipal, central, state, any other laws,

rules, regulations, etc.

3. The selected agency shall be solely responsible for the redressal of grievances /

resolution of disputes relating to person deployed. PE cum EO/ Officer in-charge,

shall in no way, be responsible for settlement of such issues whatsoever. PE cum

EO/ 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.

4. The manpower deployed by the contractor shall not have any claims of Master and

Servant relationship vis-à-vis PE cum EO/ Officer in-charge nor have any principal

and agent relationship with or against the PE cum EO/ Officer in-charge.

5. 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 IISc, during the currency 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 IISc. The Contractor

should communicate the above to all the manpower deployed in IISc by the

contractor.

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

under the Minimum Wages Act of Central Government along with all such

other statutory dues like ESI, PF, etc. The agency will maintain proper record as

required under the Law / Acts. The agency shall make available its required records

to IISc for periodic inspection at the end of every quarter of every financial year, to

ensure statutory compliance to the satisfaction of IISc.

7. The selected agency shall also be liable for depositing all taxes, levies, Cess etc. on

account of service rendered by it to IISc & income tax to concerned tax collection

authorities from time to time as per extant rules and regulations on the matter.

8. 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 IISc or

any other authority under Law.

Page 14: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

14

9. The Tax Deduction at Source (T.D.S.) shall be deducted as per the provisions of the

Income Tax Act 1961, as amended from time to time and a certificate to this effect

shall be provided to the agency by IISc.

10. In case, the service provider fails to comply with any statutory / taxation liability

under appropriate law, and as a result thereof IISc is put to any loss / obligation,

monetary or otherwise, IISc will be entitled to get itself reimbursed out of the

outstanding bills or the Performance Security Deposit of the agency, to the extent of

the loss or obligation in monetary terms

11. The selected agency will indemnify IISc from all legal, FINANCIAL, statutory,

taxation, and other associated liabilities.

12. 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.

13. On all matters pertaining to this tender, the decision of the Director of the Institute

shall be final and binding.

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

prescribed format immediately on the award of the contract.

FINANCIAL

1. 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 the EMD shall stand forfeited without giving any further

notice and the contract will be terminated.

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

agency, for those employed at IISc, must be provided by the selected agency to

IISc 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 IISc in the name of IISc.

3. The successful bidder will have to deposit a Performance Security Deposit as

specified in Schedule A, within 15 days of the receipt of the formal order. The

performance security will be furnished in the form of a Demand Draft or Bank

Guarantee, from any Nationalized/Schedule bank, drawn in favour of The Registrar,

IISc, Bangalore 560 012, payable at Bangalore The performance security should

remain valid for a period of 3 years and 2 months. 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.

Page 15: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

15

4. 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.

5. The nature of service falls under the category of Works contract - Repairs and

Maintenance. By virtue of Service Tax (Determination of Value) Rules 2006 (as

amended till date) IISC shall pay Service Tax on 70% of the contract value.

6. The agency shall raise the monthly bill, in duplicate, and submit to Project Engineer

cum Estate Officer, CCMD, along with necessary documents by 18th

of the

following month. As far as possible the payment will be released within two weeks

from the date of submission of bills. The following documents must accompany the

bill.

a. Current month Invoice Copy

b. Current month Acquittance (Wage) Register duly signed by the individual

contract Laborers

c. Current month Attendance Register

d. Current month ESI remittance challan with consolidate breakup details

e. Current month EPF remittance challan, as applicable, with consolidated

breakup details

f. In addition Half yearly returns submitted to EPFO & ESIC are also to be

submitted whenever due.

7. For the services provided by the Contractor, subject to satisfactory completion as

certified by IISc, IISc agrees to pay the Contractor as detailed in Annexure III.

Further, any increase in minimum wages, as per the Central Government Minimum

Wages Act, along with proportional increase in the ESI, EPF and agency

administrative charges will be borne by IISc. Similarly any change in the statutory

levies (ESI, EPF, Service Tax) will also be applicable automatically. Other than

these, during the tenure of the contract, the rates agreed will remain unaltered.

8. The nature of service falls under the category of Works contract - Repairs and

Maintenance. By virtue of Service Tax (Determination of Value) Rules 2006 (as

amended till date) IISC shall pay Service Tax on 70% of the contract value.

9. The Contractor hereby agrees that Absenteeism must not exceed 10% of the total

deployment in any month. Further within each shift the absenteeism should not be

more than 15% of the deployment. The above should be achieved without

individual contract labour doing more than the maximum shift allowed by the

contract (26/27 shift 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, subject to maximum penalty of 30%.

10. In case the Contractor or any of his employees fails to fulfill his/their obligations for

any day or any number of days to the satisfaction of the Institute for any reason

whatsoever, the contractor shall pay, by way of liquidated damages, a sum of Rs.

1000.00 (Rupees one thousand only) per day for the entire number of such days and

IISc shall, without prejudice to its other rights and remedies, be entitled to deduct

such damages from the money, if any, payable by it to the Contractor.

Page 16: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

16

11. The contract labourers deployed by the agency shall not involve in any

theft/pilferage/damage to Institute property. 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 additionally

Rs. 10,000/- for each such incident.

12. The Contractor commits himself to take all measures necessary to prevent

corruption. He commits himself to observe the following principles during the

contract execution.

13. The Contractor will not, directly or through any other person or firm, offer, promise

or give to any of the Institute‟s employees involved in the execution of the contract

or to any third person any material or immaterial benefit which he/she is not legally

entitled to, in order to obtain in exchange any advantage of any kind whatsoever

during the execution of the contract.

14. The Contractor will not commit any offence under the relevant Anti-corruption

Laws of India: further the Contractor will not use improperly, for purposes of

competition or personal gain, or pass on to others, any information or document

provided by the Institute as part of the business relationship, regarding plans,

technical proposals and business details, including information contained or

transmitted electronically. The Contractor will not instigate third persons to commit

offences outlined above or be an accessory to such offences. The involvement in

any such activity shall entail a penalty of Rs. 10,000/- for each such incident.

15. The claims in bills regarding service Tax etc., if applicable, should be necessarily

accompanied with documentary proof pertaining to the concerned month bill. A

requisite portion of the bill / whole of the bill amount shall be held up till such proof

is furnished, at the discretion of IISc.

Page 17: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

17

Schedule B

TECHNO-COMMERCIAL EVALUATION SCHEME

1. The technical evaluation will be for 40 marks and based on the following scheme.

Description Marking Scheme Max.

Marks

Min. Marks

for

Qualification No. of years of experience in

operation and maintenance of 66/11

KV and above sub station

3 marks for 3 years of experience,

and 1 mark for each additional year

subject to a maximum of 5 marks

5 3

No. of years of experience in

operation and maintenance of 11KV

DG sets

3 marks for 3 years of experience,

and 1 mark for each additional year

subject to a maximum of 5 marks

5 3

No. of years of experience in

operation and maintenance using

SCADA

2 marks for 2 years of experience,

and 1 mark for each additional year

subject to a maximum of 5 marks

5 2

No. of contracts 3 marks for minimum of 2 similar

contracts (ongoing/past) and 1 mark

for each additional contract , subject

to a maximum of 5 marks

5 3

Presentation to the technical

committee

Evaluation by Technical Committee 5 3

Evaluation of the Response by the

technical committee and/or site-visit

to the current clients of the bidder

Evaluation by Technical Committee 5 3

Total 30 20

2. A bidder has to score the minimum marks under each category mentioned above and also

an overall minimum score of 20 in the technical evaluation in order to be technically

qualified.

3. Only the commercial bids of technically qualified bidders will be opened.

4. The commercial evaluation will be for 70 marks and will be only for the technically

qualified bidders. The lowest qualified bidder will get the maximum commercial score (50)

while the others will have a pro-rated score lower than 50. More specifically, the

commercial score of a technically qualified bidder is calculated as

Commercial score = 70 * (lowest price bid)/(price bid of the bidder)

5. The bidder with the highest total score (technical + commercial) will be declared as the

successful bidder.

Page 18: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

18

Annexure I Scope of the work

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

a. Operation and maintenance of 66 KV/11 KV Substation.

b. Operation and maintenance of 11 KV distribution network etc. inside the

campus.

c. Operation and maintenance of 11 KV DG Set

The Operation and Maintenance envisages 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 IISc).

j) Assistance to IISc in expansions and modification.

I. Operation and Maintenance of 66 KV /11 KV Substations

a) Switching ON and Switching OFF of 66KV SF6 Circuit Breakers, 66 KV

Isolators, 11 KV incoming and outgoing breakers, HT Panel, Yard Lights

etc. as and when required according to load requirements, instructions from

IISc.

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 IISc which require major / minor improvements.

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

f) Current and voltage settings of feeders right from 66KV I/C line till the user

end (at least till 440 V 3Phase level)

Page 19: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

19

g) Maintaining records of maintenance.

h) Changing the taps of transformers as and when required.

i) Co-ordination with operators in KPTCL/BESCOM Substations for efficient

reliable operation of 66KV Substation.

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

k) Follow permit system 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, Breaker, 11 KV panels, LT panels, Station

Transformer, CT, PT, Battery charger, 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 IISc approval before being implemented.

The Operation of 66 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 66 KV Switch Yard, indoor / outdoor equipments like

Control Relay Panels, Station Metering Panel, Switchyard Control Panel, AC

Distribution Boards.

b. Routine Surveillance of 66 KV Switch Yard Outdoor equipments such as

Power Transformers(different ratings mentioned later), SF6 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 66kV over head line by trimming the tree

branches below the lines.

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

Outdoor equipments of 66 KV Switch Yard, raising deficiency reports and

communicating to Main Control Room, IISc and maintenance staff.

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 IISc.

Page 20: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

20

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 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 PE cum EO, IISc.

l. Assuming responsibility for the equipment & other materials kept at the

Substation area.

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

of equipment and shall make good the loss suffered by IISC.

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 66 KV Switchyard, 11 KV Indoor Sub Station, HT&LT Switch

Gear & Distribution Systems involves all the routine.

q. Clearing small branches in the 66 KV overhead line bay once every 6 months is

also included in the contractor‟s scope

r. Removing trees/big branches shall be reported to Estate Office.

II. Operation and maintenance of 11 KV (HT)

a) Switching ON and OFF of any feeder as and when required for maintenance and

emergency purposes.

b) Switching ON and OFF power supply to any consumer as and when required.

c) Cleaning / maintaining neatness of all HT yards and LT rooms in the

Substations.

d) Taking preventive maintenance such as maintenance/replacement of defective

insulators, lightning arrestors, cables, transformers, AB switches, transformer

oil, RMUs, Feeder Cubicles, Distribution Panels, Metering cubicles etc.

Page 21: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

21

e) Attending the faults and restoration of the power supply without delay

f) Switching ON and OFF of controlling switch gear IISc (Supplier) at the

premises of consumer as requirement of consumer/IISc.

g) To attend any power failure/defect calls of consumers to the satisfaction of the

consumers.

h) To maintain a record of operations and maintenance of HT/LT service

connections.

i) To maintain additional records as required by IISc required complying with the

directions of KPTCL/BESCOM/KERC/ Inspectorate.

Co-ordination with KPTCL/BESCOM/Inspectorate

a. Co-ordination with KPTCL/BESCOM officials for all related works and giving

reports to IISc 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

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. Set of Discharge rods (Minimum Six nos.)

2. Complete set of all sizes double ended, Ring, Tubular & Box Spanners – 2 sets.

3. Complete set of all sizes of screw drivers -2 sets

4. Complete Tool Box -2 nos.

5. 1 No. Blower & Vacuum Cleaner.

6. One derrick capable of handling highest equipment of the sub station

7. Guy ropes suitable for hoisting above derrick

8. Minimum two sets of heavy duty hand gloves of highest voltage rating available

in the market, 6 Nos. Helmets, 6 nos. safety belts & Safety shoes

9. 2 Nos. of heavy duty dry cell or rechargeable (without acid) torches.

10. Rain coats and gum boots as required.

11. First aid box

12. 1 No. Insulation tester 5 kV capacity

Page 22: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

22

13. 1 No. Insulation tester 1 kV capacity

14. 2 nos. Multi meter Analog & Digital

15. Tong tester

16. Temperature Gun

17. Cable crimping tools of adequate capacity etc.

18. Extension Power supply boards( single phase)

19. Phase Sequence meters

2. CONSUMABLES (to be supplied monthly):

1. Minimum 20 kg of Petroleum jelly.

2. Minimum 5 bottles of Carbon tetra chloride (CTC)

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, cleaning agents etc.

3. SPARES:

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

installed in the substation. (To be provided by IISC 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 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.

5. OPERATIONS:

Hourly:

1. Taking readings of all meters installed at control panel. 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,

5. Checking any sparking or flash over / hot spots in the substation.

Daily:

1. Checking the operation of compressors of Circuit breaker.

2. Visual Checking contacts of Isolators are in proper position or not.

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 condition of Silica gel.

7. Checking DC voltage.

8. Cleaning of premises, Control relay panels etc.

9. Maintaining log books and daily check list.

Page 23: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

23

10. Checking Deposition of dust and dirt on Insulators.

11. Checking Locks and doors of substation are in good condition.

12. Checking no leaks have developed in the roof. Ventilating systems.

13. Checking the heating systems are working normally.

14. Checking the prescribed safety aids are in place and in good order.

15. Checking the earthing connections is unbroken.

16. Checking the packing of cables entering and leaving the trenches or tunnels within

the premises is intact.

17. Checking the ventilating louvers is not damaged.

18. Checking the access roads to the oil filled devices is not obstructed.

19. Draining the air / moisture from air conservators of circuit breakers.

20. Trouble shooting and repair of Electrical circuit‟s components in case of any

abnormal conditions.

Weekly:

1. Checking Yard and control room lighting

Monthly:

1. Checking Auto/ Manual operations of OLTC.

2. Checking earthing points and their contact tighten wherever required.

3. Tree trimming below the 66kV overhead line ( Contractor‟s Scope)

4. Preparation of monthly checklist and events log for the month.

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 11 kV and 415V distribution system.

5. Maintaining visitors registers along with their comments and details of their visits.

6. MAINTENANCE

Maintenance scope include both preventive and breakdown maintenance. Preventive

Maintenance shall be routinely carried as per details provided herein below.

Breakdown maintenance shall be provided as and when situation warrants with a

failure/fault in the system. The breakdown maintenance shall be attended at the

highest priority so to make good the faulted system and putting into operation. For

breakdown maintenance the contractor shall coordinate/liaison with Engineer In-

charge and the original equipment manufacturer for replacement 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 carryout 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 servicing or overhauling of the component.

Page 24: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

24

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.

c) Visual check for overheating if any at terminal connections (Red hots) and

observation for any unusual internal noises. This check must be done in each

shift.

Daily:

a) Observation of oil levels in (a) main conservator tank (b) OLTC conservator (c)

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 mugger according to the

rating of the transformer. Recording of the values specifying the temperature

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 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) Bushing testing for tan delta.

c) Calibration & testing of oil & winding temperature indicators.

d) Measurement of magnetizing current at normal tap and extreme taps.

e) Measurement of DC 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 main tank as well as OLTC or else

when the BDV of the oil is low.

Page 25: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

25

j) Changing the gaskets at all locations as when leakage is found or the gasket is

damaged or else yearly.

k) Replacing of Buchholz relay, OTI, W TI if found malfunctioning

l) OLTC mechanism shall be completely over-hauled for smooth and trouble-free

operation.

m) Replacement of bushing when required.

B. SF6 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) Use of anti-corrosion spray where required.

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, oiling and greasing of all moving parts. Replacement of

any defective part.

c) Operation and control of Auxiliary circuits.

d) Recharge time of operating mechanism after specified sequence.

e) Checks on specific operations.

f) Control Circuit Insulation Checking.

g) Measurement of Humidity

Yearly:

a) Touch up painting wherever required. Porcelain insulator.

b) Checking contact resistance of Breaker main contact.

Page 26: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

26

c) Checking of circuit breaker level with spirit level.

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 IISc .

C. Lightning Arrestors

Hourly:

a) Checking the readings of surge arrestor counters.

Monthly:

a) Cleaning of porcelains Insulators.

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 IISC)

D. Isolators

Daily:

a) Visual Inspection

Monthly:

a) Clean the porcelain insulators and inspect for cracks and chip of.

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

Page 27: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

27

contact surface with solvent).

b) Check for contact surface soundness.

c) After maintenance and inspection, smear contact surface lightly with contact

lubricant.

d) Check for split pins in clevis if damaged replaces the same.

e) Lubricate all clevis pins.

f) Check contact gap 34-36 mm. 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 and incase 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 controls

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.

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.

For External drive linkage - Shell Alvania grease

Page 28: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

28

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 due to failure of gaskets, the gaskets

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

F. Voltage Transformers

Daily:

a) Check Oil level and check for any leakage

b) Chattering sounds

Monthly:

a) Cleaning of Bushing

b) Checking for Oil level & topping up of oil if, required

Half yearly:

a) Check the I.R. value of each Voltage 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 Voltage transformer is low it can be improved

by oil filtration under vacuum.

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

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

Page 29: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

29

G. Switch Yard (all equipment including structural 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.

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, enunciator 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 whether the panel is ingress protected.

f) Cleaning of relay cases of dirt etc.

g) Cleaning the panels, relay covers, blowing dust from inner side of panels.

h) Polarity 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, TNC.

b) Testing and calibration of relays.

Page 30: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

30

Repairs:

a) The following items can be replaced and made functional if they are found not

repairable, then need to be replaced MCB, Contactors, Cable termination with

glands, relays. (All material to be provided by IISC), TNC, selector switch,

indicating lamps, voltmeter, ammeter, fuse holders etc. (All material to be

provided by IISC).

I. 11 KV Panels (66KV MUSS):

Daily:

a) Visual inspection

b) Check whether indication lamps, selector switch, TNC, ammeter, enercon

meters are working.

c) 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 of required.

e) Checking handles and doors & rectification if required.

f) Checking and ensuring the closing of all the panels/panel doors etc

g) Checking and sealing of cable entry holes.

h) 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

Page 31: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

31

IISC and tools should be provided by the contractor)

J. LT Panel:

Daily:

a) Visual inspection

b) Check whether indication lamps, selector switch, TNC & all meters are

working.

c) 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) 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 erosion of circuit breakers

f) Checking of mechanical/ electrical interlocks, interlocks within the

switchboard to ensure proper functioning of same

g) Functional operations check of limit switches, auxiliary contacts

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

material will be provided by IISC.

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.

Page 32: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

32

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

Daily:

a) Visual inspection

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) Tightening of all earthing connections.

Repairs:

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

provided by IISC.

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.

c) Checking and recording or IR values of all cables with mugger of suitable range.

M . EARTHING SYSTEM:

Quarterly:

a) Checking of all earthing connections, joints and cleaning and tightening

thereof.

b) Putting adequate quality of water in earth pits.

c) Checking and recording of earth resistance of all points, pits and taking

corrective action to improve it, if required.

N. METERS:

Yearly:

a) Checking of each meter (analog/digital) for its correct operation.

b) Calibration of indicating meter.

O. PROTECTIVE RELAYS

Quarterly:

a) Visual inspection and cleaning from outside.

Page 33: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

33

Yearly:

a) Checking of each relay for its correct operation by secondary injection.

b) Cleaning of relay contacts by CRC-2-26.

c) Calibration of relay.

d) Checking of current/voltage setting as per recommended setting.

e) Checking of time characteristic as per recommended setting.

III. OPERATION AND MAINTENANCE OF 11 KVDG Sets in IISc

The Operation and Maintenance of DG Sets of 4 x 1000KVA and DG control panels in the

DG house shall be done as and when required. This includes switching ON and OFF the

generator whenever power failure occurs and restored respectively. Checking of oil level,

fuel level etc changing engine oil periodically, maintaining records of generator operation in

prescribed format, (log book) checking of loads connected to avoid any over loading,

checking connections to generator periodically for tightness, over heating etc., reporting

abnormalities.

The Operation and Maintenance of 4 x 1000KVA DG sets and DG control panels envisages

all the required tasks to ensure:

k) Maximum system availability.

l) Most efficient, effective and optimum usage of electrical system.

m) Enhance the life expectancy of equipments.

n) Regular operation and maintenance of equipments.

o) Compliance of safety rules and regulations.

p) Preventive maintenance / scheduled maintenance.

q) Break down maintenance.

r) Maximum service to consumers for maintaining uninterrupted power supply.

s) Maintenance of proper records of operation and maintenance (Log Book,

Registers, check list etc shall be approved by IISc).

t) Assistance to IISc in expansions and modification works.

DG sets and outgoing Panels

1. Change over during power failures to DG Sets

2. Operation of DG Sets as per requirement

3. Monitoring of essential parameters

4. Carrying out the A check of DG sets

Electrical Control Panels

1. Carry out daily operation (switch on / off ) as required

2. Maintain all the necessary Log Books, Registers and records for future checks and

audits.

Page 34: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

34

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.

3. Keep account of the incoming materials and maintain register for replaced.

Monthly trained Engineer Visit

1. To carry out the B & C check as required

2. Carrying out the preventive maintenance check as per the manufacture guidelines

3. Submit the visit report.

4. To attend any minor break down.

MAINTENANCE

11KV DIESEL GENERATOR (for continuous duty and stand-by duty)

Daily (A- check):

a) Checking for Engine lubricating leaks, operation of oil heaters, engine oil level

and hydraulic governor oil level.

b) Checking engine cooling for leaks and operation of coolant heaters and

changing water filter.

c) Checking engine fuel for leaks

d) Checking switchgear start switch automatic

Weekly:

a) Checking engine lubricating for leaks. Operation of oil heater, engine oil level

and hydraulic governor oil level.

b) Checking of engine cooling for leaks, operation of coolant heater and coolant

level.

c) Checking for air intake – air cleaner restriction.

d) Checking engine fuel for leaks.

e) Checking battery charging system

f) Checking engine for unusual vibrations.

g) Checking switchgear start switch automatic

Monthly:

a) Checking for Engine lubricating leaks, operation of oil heaters, engine oil level

and hydraulic governor oil level.

b) Checking of engine cooling for leaks, radiator air restriction, operation of

coolant heater, hose and connections, coolant level, anti-freeze and

concentration of coolant, belt condition and tension

c) Checking for leaks and air intake – air cleaner restriction.

d) Checking engine fuel for leaks and fuel level.

e) Checking exhaust for leaks, exhaust restriction and exhaust drain condensate

trap

f) Checking battery charging system, battery electrolyte level and specific gravity.

Page 35: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

35

g) Checking engine for unusual vibrations.

h) Checking main generator air inlet and outlet for restriction

i) Checking service tool availability and performance of operational load test.

Half yearly (B- check):

a) Checking for Engine lubricating leaks, operation of oil heaters, engine oil level,

and hydraulic governor oil level and changing the lubricating full flow filter,

by-pass filter, engine oil and hydraulic governor oil.

b) Checking of engine cooling for leaks, radiator air restriction, operation of

coolant heater, hose and connections, coolant level, anti-freeze and

concentration of coolant, belt condition and tension, fan hub drive pulley and

water pump, heat exchanger zinc anode plugs, motor operated louvers and

change of cooling water filter, cleaning water separator and cooling system.

c) Checking for leaks and air intake – air cleaner restriction, piping and

connections and changing crankcase breather and air cleaner element.

d) Checking engine fuel for leaks, fuel level, governor linkage fuel lines and

connections, fuel transfer pumps, draining sediments from tanks and changing

fuel filter, float tank breather.

e) Checking exhaust for leaks, exhaust restriction and exhaust drain condensate

trap

f) Checking battery charging system, battery electrolyte level, specific gravity and

safety controls and alarms

g) Checking main generator air inlet, outlet for restriction and cleaning generator.

h) Checking switchgear start switch automatic, instrumentation, power

distribution wiring and connections, power circuit breakers and transfer switch.

a) Checking service tool availability, generator load bank test and performance of

operational load test.

Yearly or C-check for 1500 Hrs. or D-check for 6000 Hrs of operation.

a) Changing engine lubricating full flow filter, by-pass filter, engine oil and

hydraulic governor oil.

b) Changing water filter and cleaning water separator in cooling system.

c) Changing fuel filters and draining sediments from tanks and cleaning float tank

breather

Note: Engine oil change period is 300 hours.

Page 36: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

36

Annexure II

TECHNICAL BID

(To be enclosed in a separate sealed envelope)

Operation and Maintenance of 66/11KV substation, 11KV distribution networks and

11KV DG sets

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

(Attach certificate of registration)

2. Name of proprietor / Director : _________________________

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. Financial turnover of the tendering Company / Firm / Agency for the last 3 Financial

Years:

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

2012-13

2013-14

2014-15

Page 37: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

37

13. Give details of experience in operation and maintenance using SCADA

Sl.

No.

Details of client along

with address, telephone

and FAX numbers

Nature of work

executed

(as in work order

Duration of Contract

From To

1

2

14. Give details of the Experiences in O&M of 33/11KV 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 may also be attached. Experience in Indian Institute of

Science, Bangalore if any may also be given.

Sl.

No.

Details of client along

with address, telephone

and FAX numbers

Nature of

work

executed

(as in

work

order

Amount

Contract

(Rs. in

Lakhs)

Duration of Contract

From To

1

2

3

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

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

D.D. No. ……………….. dated …………

Bank Name: ………………………………..

16. Additional information, if any _________________________

(Attach separate sheet, if required)

Page 38: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

38

17. Give details of the Experiences in O&M of DG Substation 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 may also be attached. Experience in Indian Institute of

Science, Bangalore if any may also be given.

Sl.

No.

Details of client along

with address, telephone

and FAX numbers

Nature of

work

executed

(as in

work

order

Amount

Contract

(Rs. in

Lakhs)

Duration of Contract

From To

1

2

3

4

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

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

D.D. No. ……………….. dated …………

Bank Name: ………………………………..

19. Additional information, if any _________________________

(Attach separate sheet, if required)

Page 39: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

39

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: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

40

ANNEXURE III - A (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 bylaws applicable (inclusive of

all statutory liabilities, taxes, levies, cess etc.).

Sl.

No Description

No. of

Persons

Daily

Wage*

(A)

Other

Allow-

ances

(B)

PF @

13.36%

(C)

ESI @

4.75%

(D)

Total

(A+B+

C+D)

Total

Amount for

26 shifts

for persons

in each

category

1 Electrician 7

2 Helper 4

3 Trained Engineer/

supervisor 1

4 Subtotal

5 Contractors Adm. / Service Charge (as ____ percentage of sub-total in Line 4

above)

6 Consumables charges (from Annexure III-B) #

7 Total (sum of lines 4 – 6)

8 Service Tax at 14.5% on 70% of line 7

9 Grand Total

10 One-time Cost for Tools (Detailed break-up of list of tools and their

prices should be attached as a separate sheet) –- DO NOT INCLUDE

THIS IN THE GRAND TOTAL

# Provide a detailed list of consumables to be deliver every month and their cost.

Total (line 9) in words ……………………………………………………………….

Date:

Place:

Signature of the Tenderer

Page 41: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

41

ANNEXURE III - B (To be enclosed in the commercial bid)

List of Consumables Supplied Monthly and are their cost

Sl.

No.

Item Unit Price Quantity Amount

Page 42: TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE · PDF file · 2016-02-26TENDER FOR PROVIDING CONTRACT SERVICES FOR OPERATION & MAINTENANCE OF 66/11 KV SUB

42

ANNEXURE IV

Check-List

(To be enclosed with the Technical Bid)

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

Copy of Service Tax Certificate

Work Experience of Similar work during the previous years

(List of firms where similar services provided with details of contact

person(s).)