AJMER

Office of the Superintending Engineer (TW) Vidyut Bhawan, Panchsheel Nagar, Makarwali Road, Email ID:[email protected] Ph. No. 0145-2644507 Fax No.-0145-2644507

TENDER SPECIFICATION

SPECIFICATION No. AJD/ SE/ TW/ TN-291-302 for Operation & Maintenance of 33/11 KV Sub-Stations identified, in respect of various sub-divisions/divisions/Cluster wise/Lot wise of respective Circle 12 circles under the domain of Ajmer discom i.e.SE(O&M) AVVNL, ADC/ACC , , Jhunjunu, , , Pratapgarh, , , , .

VOLUME - I

Last date for submission of Bid Proposal is 03.05.2017 up to 03:00 PM

Cost of tender specification: Rs.2500/-

Contact Details Contact Person Superintending Engineer (TW) Telephone: +91-145-2644507, +91-9413391474 :Fax +91-145-2644507 :Email [email protected], [email protected]

1

GENERAL PARTICULARS ABOUT THE TENDER IN BRIEF AJMER VIDYUT VITARAN NIGAM LIMITED Office of the Superintending Engineer (TW) Vidyut Bhawan, Panchsheel Nagar, Makarwali Road, Ajmer Email ID:[email protected] Ph. No.0145-2644507 / Fax No.- 0145-2644507

SPECIFICATION No. AJD/ SE/ TW/ TN-291-302 for Operation & Maintenance of 33/11 KV Sub-Stations identified, in respect of various sub-divisions/divisions of respective circles under the domain of Ajmer discom i.e.SE(O&M) AVVNL, ADC/ACC Bhilwara, Nagaur, Jhunjunu, sikar, Chittorgarh, Pratapgarh, Dungarpur, Rajsamand, Banswara, Udaipur. Availability of tender documents on 11.04.2017 website Last Date & Time for down loading of Up to 03.05.2017; 03.00 PM Tender documents Last date for submission of queries of Up to 11.00 AM of 24.04.2017 bidders (through E-mails only) Last Date & Time for online 03.05.2017; 03.00 PM submission of Tender bids Date & Time for online opening of 04.05.2017; 05.00 PM Tender bids Re.1, 000/- (Rs. One Thousand only) for each circle RISL Processing fee (non refundable) wise tender Cost of Specification(non refundable) Re. 2,500/- (Re. Two Thousand Five Hundred only)

180 DAYS FROM DATE OF OPENING OF TECHNICLA BID OR 120 DAYS FROM THE Validity DATE OF OPENING OF FINANCIAL BID WHICHEVER IS LATER Rs. 34.91 crore (Approx.) for twelve (12) Circles of Ajmer Discom, however estimated cost for each circle has been Estimated Cost of works(Approx.) mentioned in Annexture-E at page No 22 However Bidder has to quote separately for each cluster/Lot and estimated cost o each cluster has also been mentioned in Annexure F. 2% of the estimated cost of each cluster/lot of a Earnest Money deposit particular division , mentioned in (Annexture-F) i.e the EMD is to be furnished as per quoted quantity of GSS. Total no.of 33/11KV substations in domain of Ajmer Discom are approx.1272 Nos. However circle wise Tendered Quantity of specified scope in details and cluster wise detalies for no.of 33/11 KV Nos. GSS are mentioned in Annexture-E & F respectively at page no.22 & 23 to 34 Contact Person (Authorized Bid Superintending Engineer (TW), AVVNL Ajmer signatory) 2nd Floor, Vidyut Bhawan, Panchsheel Nagar, Correspondence Address Makarwali Road, Ajmer- 305004

Web: www.avvnl.com Telephone no. & Fax No. Website & Web: http://risl.rajasthan.gov.in Email Address of RISL Email: info.risl..gov.in

Address of RISL:- RajCOMP info Service Limited (RISL) 1st Floor, Yojana Bhawan, Tilak Marg, C-Scheme, (Rajasthan) Phone: 0141-5103902, 4031900 Fax: 0141-2228701 Web: http://risl.rajasthan.gov.in, Email: [email protected]

2

INDEX Pages S.No. Description (1 to 88) SECTION-I 1 QUALIFICATION REQUIREMENT 5 SECTION-II INSTRUCTIONS TO BIDDERS and 2 COMMERCIAL TERMS & CONDITIONS FOR 6-19 THE WORK OF OPERATION AND MAINTENANCE OF 33/11 KV SUB-STATION 3 Documents to be uploaded on E-Proc. 11 SECTION-III TECHNICAL TERMS & CONDITION FOR THE 4 WORK OF OPERATION AND MAINTENANCE 20-21 OF 33/11 KV SUB- STATION Annexture-E (Estimated cost of 12 Circle 5 22 indicating no. of GSS Lot/Cluster wise) Annexure – F DETAILS OF 33/11 KV GSS SUB- 6 DIVISION WISE/Division wise/Lot/Cluster wise 23 - 34 UNDER AJMER DISCOM (Circle Wise Details) 7 Price Bid/BOQ(P1-P12) 35-47 Complete details of 33/11 KV GSS in various circles i.e. Name of Circle, Name Divisions, 8 48-83 Name Sub-divisions mentioned at Annexure S- 1 to S-12. Bid Bank guarantee Performa for 9 EMD.(Schedule -1) 84-85 g10 Performa for Contract Agreement (Schedual-2) 86-87 No Deviation in Commercial Terms & 11 88 Conditions (Schedule-3) No Deviation in Technical Terms & Conditions 12 89 (Schedule-4) List of past Experience.( Schedule-5) 13 90

Particulars & details regarding list of equipments 14 & Technical hands available as per requirement of 91 specification (Schedule-6) Details of Turnover during last three financial years (2014- 15 15,2015-16 & 2016-17)(Schedule-6A) 92

Details of Works Executed during last Five financial years (2012-13, 2013-14,2014-15,2015-16 & 2016-17) )(Schedule- 6B) 16 93

Performa for SecurityBank Guarantee for 15 safe Custody of material and 94 Equipment(33/11KV GSS) (Schedule-7) Annexures/ Formats 1. Annex-I- PTW Register 95 2. Annex-II- Identity Card 96 3. Annex-III- Log sheet 97-98 4. Annex-IV(A)- Maintenance of Power transformer 99 3

5. Annex-IV(B)- Maintenance of Circuit Breaker 6. Form-V-Certificate by principal employer 100 7. Form-VI-Renewal of License by licensing officer, GoR 8. Form-VII-(Part-I) Register of particulars of contractors 101 9. Form-VII-(Part-II) Progress of contract work Form-VIII-Register of workmen employed by the 10. contractor 102 11. Form- IX-Employment Card Form-X-Return of principal employer to be sent to the 12. 103 registering officer 13. Form- XI-MUSTER ROLL 104

4

SECTION-I

1. QUALIFICATION REQUIREMENT:

The bidder must possess the following requirements. It is clarified that the offer of those bids who do not qualify the following requirements shall not be entertained and the same shall be considered as disqualified. It is also intimated that merely meeting the following requirements does not indicate that the bidders shall be shortlisted for opening of financial bid. The short listing shall be made considering all the technical & commercial parameters

furnished by the bidder along with the technical offer. a. The Bidder should possess class “A” Electrical license issued by Electrical Inspectorate of any state Govt. or Central Govt. of and is a qualified contractor who regularly undertakes the projects of the type specified and has adequate technical knowledge and practical experience. If the bidder owns a license other than Rajasthan state, then he will have to obtain it within one month from Electrical Inspectorate of Govt. of Rajasthan before commencement of the work in case he is selected for award failing which the contract awarded is likely to be cancelled. An undertaking to this effect is to be furnished along with bid. The registration should be valid from the date of start of the work and shall remain valid up to 30 days from the date of completion of contract period. i. The bidder should have atleast Three Years experience for operation and maintenance of 33/11 KV sub station and bidder having similar exposures in higher volatage class than 33 KV i.e 66 KV, 132 KV & 220 KV etc. shall also be considerd for Technical Evolution, during last five financial years from date of opening of Bid i.e. from 2012-13 to 2016-17 in any of the Discoms. ii. The Bidder should have mimimum experience of three years for operation & Maintenance of GSS of 50 % quantity of GSS of each Tender/cluster/lot in last five years. iii. The copies of the relevant detailed work orders should be enclosed regarding above work experience. iv. The ‘G’ Schedule / reports indicating various activities of works executed should also be enclosed alongwith satisfactorily work completion certificate issued by concerned officer not below the rank of Executive Engineer or equivalent in case of in any of the Discoms. b. The Bidder should have Mimimum Annual Turnover (MAT) not less than 50 % value of estimated cost of Tender/cluster/lot, for which bidder quoted, in any one year of last three financial years. In case a bidder is quoting for more than one Lot/cluster, Pre- ualicaton reqrement shal be examined on the basis of sum of Lot /cluster wise requirements of MAT of all quoted Lot/cluster. Details of all lot/cluster are available at “Annexure-F”. A CA Certified certificate is required for the same. c. The contractor should be registered with PF and ESI Department in case of notified area. The certificate may be produced prior to opening bid. d. The contractor should possess the valid license as provided under section 12 of the contract labour (R&A) Act 1970, an attested photo copy of which should be submitted by the Contractor during commencement period after awarding the work order and he has to furnished an undertaking to this effect prior to opening of Technical Bid. The work of Operation & Mainmtenence of GSS under the domain of Ajmer Discom shall be one year initially.Nigam shall review same as per need and same can be extended for one more additional year. Work order shall be awarded to L-1(Lowest One Bidder) in a particular lot of TN. The bidder has to quote for the each cluster/lot for a particular tender of division. However bidder may participate in different cluster/Tender Circle under Ajmer Discom separately as per NIT. A bidder can not bid more than 22 Nos. of Lot/cluster out of 66 Nos. cluster.

5

SECTION-II COMMERCIAL TERMS & CONDITIONS FOR THE WORK OF OPERATION AND MAINTENANCE OF 33/11 KV SUB-STATION UNDER AJMER DISCOM

INSTRUCTIONS TO BIDDERS

2. GENERAL INSTRUCTIONS:

1.1 The Ajmer Vidyut Vitran Nigam Ltd, or any authority designated herein after called 'OWNER' will receive bids in respect of services as set forth in the accompanying specification. All bids shall be prepared and submitted in accordance with these instructions. The Bidder, in his own interest is requested to read very carefully these instructions and the terms and conditions as incorporated in General Conditions of Contract and Technical specification before filling the Bid proposal form. If he has any doubt as to the meaning of this specification or any portion thereof, he shall before submitting the Bid, refer the same to the Superintending Engineer (TW), Ajmer Vidyut Vitran Nigam Limited, Ajmer in writing well in time before the specified date of opening of Bids so that such doubts may be clarified. Submission of the Bid shall be deemed to be the conclusive proof of the fact that the Bidder has acquainted himself and is in agreement with all the instructions, terms and conditions governing the specification, unless otherwise specifically indicated / commented by him in his Bid. 1.2 Bids submitted after the time and date fixed for receipt of bids as set out in the invitation to Bid may be rejected.

1.3 INFORMATION REQUIRED WITH THE PROPOSAL:

i. Oral statements made by the Bidder at any time related to any matter will not be considered. ii. The bidder may use in the bid Standard catalogue pages and other documents to provide additional information and data as deemed necessary. iii. In case the 'Proposal' information contradicts the specification requirements, the specification requirements will govern, unless otherwise brought out clearly in the technical/ commercial deviation schedule.

1.4 RECEIPT AND OPENING OF BIDS.

i. Bidder shall submit their bid in electronic format, digitally signed and stamped on each page. Bidder shall procure Digital Signature Certificate (DSC) as per IT act - 2000. ii. The electronically received bids will be opened in the office of the Superintending Engineer (TW), Ajmer Vidyut Vitran Nigam Limited, Ajmer on stipulated date & time in the presence of such tenderers or their authorized representative, who choose to be present. The system does not permit electronic submission of late tenders after the due date & time. iii. In case, the date fixed for opening of the tenders be declared as a public holiday, the bid shall be opened on the next date on which office re-opens after such holiday(s).

1.5 FORMAT AND SIGNING OF BIDDER:

6

i. The tender must contain the name, designation and place of business of the person or persons making the tender and must submit online & signing digitally with his DSC (Digital Signature). Tender by a partnership firm must be furnished with full names of all the partners and should be signed digitally by one of the member of partnership firm or by a authorized representative indicating the designation of the person or persons, with authority letter signed by the Chairman/ Secretary other person authorized to bind the Corporation / Company in the matter. ii. Bid by a partnership must be furnished with full names of all partners and be signed with the partnership firm name, followed by the signature (s) and designation (s) of the authorized partner (s) or other authorized representative (s). iii. Bids by corporation/ company must be signed with the legal name of the corporation/ company by the President, Managing Director or by the Secretary or other person or persons authorized to bid on behalf of such corporation/ company in the matter. iv. A bid by a person who affixes to his signature the word 'President', 'Managing Director' 'Secretary', 'Agent' or other designation without disclosing his principal will be liable to be summarily rejected. v. Satisfactory evidence of authority of the person signing on behalf of the Bidder shall be furnished with the bid. vi. The Bidder's name stated on the proposal shall be exact legal name of the firm. vii. Erasures or other changes in the bid documents shall bear the initials of the person signing the bid. viii. Bids not conforming to the above requirements of signing shall be disqualified.

1.6 UNDERSTANDING AND CLARIFICATIONS ON DOCUMENTS AND SPECIFICATIONS: a. The Bidder is required to carefully examine the specifications and documents and fully inform himself as to all the conditions and terms matters which may in any way affect the Work or the cost thereof. If any Bidder finds discrepancies or omissions in the specifications and documents or is in doubt as to the true meaning of any part, he shall at once request in writing for at least 15 days before the specified date of opening of Techno-commercial Bid for interpretation/clarification by the owner. The Owner, then, will issue interpretation and clarifications as he may think fit in writing. After receipt of such interpretations and clarifications, the Bidder may submit his bid but within the time and date as specified in the Invitation to Bid. All such interpretations and clarifications shall form a part of the specifications and documents, and accompany the bidder's proposal. b. Verbal clarifications and information given by the owner or his employee(s) or his representative(s) shall not in any way be binding on the owner.

1.7 EFFECT AND VALIDITY OF BID : i. The submission of any bid connected with these documents and specification shall constitute an agreement that the bidder shall have no cause of action or claim, against the owner for rejection of his bid. The owner shall always be at liberty to reject or accept any bid or bids at his sole discretion and any such action will not be called into question and the bidder shall have no claim in that regard against the owner. ii. The bids shall be valid for a minimum period of 120 days (One hundred twenty) days from the date of opening of t e c h n i c a l bids or 120 days from the date of opening of financial bid whichever is later. Bids mentioning a shorter validity period than specified are likely to be summarily rejected /ignored. iii. Owner may ask for extension in validity period. The bidder will be at liberty to accept it or not. In case bidder agrees to extend the validity period without changing 7

his original offer, he will be required to extend validity period of the Bank Guarantee (Submitted against the EMD) suitably. 1.8 COST OF SPECIFICATION: The cost of Bid document as published in NIT shall be furnished along with EMD prior to opening of bid and scan copy be upload on website of RISL. The document shall be downloaded/ uploaded in the manner prescribed in bid document. The cost of bid and EMD shall be furnished through Bank Draft payable to Senior Accounts Officer (EA & Cash), AVVNL, Ajmer A/c No. 61186312571. 1.9 LATE BIDS:

The system does not permit electronic submission of late tenders after the due date & time.

1.10 CLARIFICATION OR MODIFICATION OF BIDS: To assist in the examination, evaluation and comparison of bids, AVVNL may ask Bidders individually for clarification, in writing. No change in the substance of the bid shall be permitted except as required to confirm the correction of any typographical error. AVVNL may modify ‘Financial bid’ based on discussions with individual Bidders short-listed even after opening of ‘Technical bid’. 1.11 REJECTION OF BIDS : Any action on the part of the Bidder to revise the rates / prices and modification in the substance of original tender. Submission of any supplementary information unless & otherwise asked for at his own instance after the opening of the Bid may result in rejection of the Bid and also debar him from submission of Bid to the NIGAM at least for one year. The owner 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 owner's action. 1.12 OPENING OF FINANCIAL BID: The date and time for opening “Financial bid” will be intimated to the short-listed Bidders by AVVNL in due course through ‘E’-Procurement web portal. ‘Financial Bid’ of the Bidders, not short-listed shall not be opened and shall be returned to such Bidders.

1.13 UNDERSTANDING & CLARIFICATIONS ON DOCUMENTS & SPECIFICATIONS. The Bidder is required to carefully examine the specifications and documents and fully inform himself as to all the conditions and terms matters which may in any way affect the Work or the cost thereof. If any Bidder finds discrepancies or omissions in the specifications and documents or is in doubt as to the true meaning of any part, he shall at once request in writing for an interpretation / clarification by the owner. The Owner, then, will issue interpretation and clarifications as he may think fit in writing. After receipt of such interpretations and clarifications, the Bidder may submit his bid but within the time and date as specified in the Invitation to Bid. All such interpretations and clarifications shall form a part of the specifications and documents, and accompany the bidder's proposal.

8

Verbal clarifications and information given by the owner or his employee(s) or his representative(s) shall not in any way be binding on the owner. 1.14 POLICY FOR BIDS UNDER CONSIDERATION: Bids shall be deemed to be under consideration immediately after they are opened and until such time official intimation of award / rejection is made by the owner to the bidders. While the bids are under consideration, bidders and / or their representatives or other interested parties are advised to refrain from contacting by any means, the owner and / or his employees / representatives on matters related to the bids under consideration. The owner, if necessary, will obtain clarifications on the bids by requesting for such information from any or all the bidders, either in writing or through personal contact, as may be necessary. Bidder will not be permitted to change the substance of the bid after the bid has been opened.

3. SUBMISSION OF BIDS:

The bidders, in their own interest, are requested to read very carefully Technical Specification before filling the bid. The Bid documents be downloaded from AVVNL website www.avvnl.com or http://eproc.rajasthan.gov.in and upload the tender on website of RISL www.http://eproc.rajasthan.gov.in. No hard copy of the bidding documents will be provided to the bidders through this office. In case of any discrepancy found in bidding documents downloaded from the website and appended with the bid (as a bid document) and original copy of such document available in the office of Superintending Engineer (TW), Ajmer Discom, Ajmer will be considered as final document for all purpose. The cost of Bid document as published in NIT shall be furnished along with EMD before opening of bid and scan copy be upload on website of RISL. The document shall be downloaded/ uploaded in the manner prescribed in bid document.

2.1 Tenders shall be submitted online in the electronic format attached here to and all blanks in the tender and the schedule to the specification shall be duly filled in. The completed forms, schedule(s) shall be considered as part of the contract documents in the case of successful tenderer (s). 2.2 No alteration should be made to the format of the tender specification and schedules. The tenderer must comply entirely with specification. 2.3 The tender and all accompanying documents shall be in /English Language and shall be signed digitally by a responsible and authorized person. The name, designation and authority of the signatory shall be stated in the tender. 2.4 Tender should be filled in only with ink or typed and must be submitted online after signing digitally . 2.5 All additions, alterations and over-writing in the bid must be clearly signed by the signatory of the bidder otherwise bid will be summarily rejected. 2.6 The bidder must quote the prices strictly in the manner as indicated herein, failing which bid is liable for rejection. The rate/prices shall be entered in words as well as in figures. These must not contain any additions, alterations, over-writing, cuttings or corrections and any other marking which leave any room for doubt. 2.7 The Purchase Authority will not be responsible to accept any cost involved in the preparation or submission of bids. 2.8 Any printed conditions of sale on the bid shall not be accepted by the purchase Authority. 2.9 The tender offer shall be submitted in time specified on http://eproc.rajasthan.gov.in in electronic format in the following manner:

i. COVER – I for details of EMD / Valid exemption certificate/ Registration certificate with copy of letter indicating validity of B.G. / Tender processing fee and Cost of Tender document (to be filed in pdf format). ii. COVER – II for Techno- Commercial Bid (to be filed in pdf format): In this part of bid, tenderer will have to furnish Guaranteed Technical Particulars in regard to all required details of Technical Specification and confirmation of commercial terms and conditions of GCC (General Conditions of Contract) and its addendum/corrigendum, if any, along with details required in various/schedules “EXCEPT THE PRICE SCHEDULE” so that the purchaser may be able to examine whether the offer submitted is technically 9

acceptable and also confirm to our commercial terms and conditions or not. iii. COVER – III for Financial/Price Bid/BOQ (to be filed in pdf and xls format).

This price bid shall include submission of details of prices as per specification. The price bid will be opened only after being satisfied with Technical and Commercial Bid as per qualifying requirement stipulated in the Specification and bid of such qualified bidders will only be opened. The date of opening of such price Bids will be intimated in due course of time.

2.10 Bidders shall indicate in their bid the name and complete address of Excise authorities under whose jurisdiction is their works / offices falls. 2.11 All bids and accompanying documents shall be addressed to the S.E. (TW) Ajmer Vidyut Vitran Nigam Limited, Ajmer. 2.12 The tenderer should sign the tender documents digitally and stamped on each page. 2.13 The tenders given in the form other than prescribed form will not be considered. 2.14 Only one representative, on submission of valid authorization of the signatory of the bid, will be allowed to be present during the opening of the bid. 2.15 The conditional bids shall not be accepted.

4. PRICE:

The rates for operation and maintenance of 33/11 KV sub-station are inclusive of taxes, duties local levies including surcharge and other misc. Charges and Service tax, if payable, shall be reimbursed on submission of documentary proof in support of the claim. The price is firm in all respect. However, in case a new statutory tax, duty or local levies are imposed on this contract during its currency the same shall be reimbursed by the Nigam at actual on submission of documentary evidence.

Note:- The bidders are required to quote the price as per clause No. 1 and 3(ii) of section –II regarding worker to be deployed and minimum wage criteria in prescribed Price Bid/BOQ format.

5. EARNEST MONEY DEPOSIT:

i. The bidder shall furnish (Earnest Money Deposit) @2% of estimated cost of package/cluster/lot as mentioned in “Invitation for bids”/Tender Notice by crossed bank draft payable in the name of Senior Accounts Officer (EA & Cash), AVVNL, Ajmer A/c No. 61186312571. The Demand draft shall be accompanied with the bid in an envelope as per instructions given in these bidding documents. No other mode of deposit shall be accepted.

ii. Any other mode except as specified under clause (i) above such as Postal orders/ cheques/ other forms of instruments are not acceptable.

iii. In case of unsuccessful tenderer, the Earnest money will be refundable on production of the original receipt within a fortnight after finalization of the tender. In case of successful tenderer(s) the Earnest Money will be taken into account in arriving at the amount of the security cum performance guarantee if vendor(s) desires to furnish cash security deposit. However if the security cum performance guarantee is furnished through bank guarantee (BG) the EMD will be released consequent to acceptance of such BG.

iv. Request for adjustments/proposals for acceptance of Earnest Money deposits, if any, already lying with the Discom’s in connection with some other tenders/orders shall not be entertained.

v. No interest shall be payable on such Deposits.

vi. The AVVNL reserves the right to forfeit Earnest Money Deposit or a part thereof in circumstances, which according to it indicate that the tenderer is not earnest in accepting/executing order placed under the specification.

10

Documents to be Uploaded with the Tender:- a. Cover I for details of EMD / Tender processing fee and Cost of Tender document as detailed below: i. Proof of depositing EMD (DD/Banker’s Cheque) /vendor Registration certificate with copy of letter indicating validity of B.G / central or state Govt. undertaking certificate for exemption. ii. Proof of depositing DD/Banker’s Cheque towards e- tender processing fee. iii. Proof of depositing cost of tender documents (DD/Banker’s Cheque).

b. Cover II for Techno- Commercial Bid as detailed below duly signed and stamped:-

(i) Schedule-1.(Bid –bank guarantee form for EMD ). (ii) Schedule 3 for confirmation with regard to “NIL DEVIATION” in respect of commercial terms & conditions of the specifications otherwise Schedule VB. (iii) Schedule-4 for confirmation with regard to “NIL DEVIATION” in respect of Technical terms & conditions of the specifications otherwise Schedule VA. (iv) Schedule-5 for list of past Experience. (v) Schedule-6 for Particulars & details regarding list of equipments & Technical hands available as per requirement of specification. (vi) Schedule-6(A) regarding qualification requirement for annual turn-over /Profit and Loss account /balance sheet/Income Tax Returns along with necessary supporting documents and certificate of registered charted Accontant for eligibility. (vii) Schedule-6(B) for detail indicating execution of works durning last five financial years along with supporting documents like copy of W.O , G-Schedule, final bill, duly notarized completion certificate atc. Specified on “Qualification Requirement”. (viii) Schedule7 for Security Bank Gurantees for safe custady of 33/11KV GSS regarding opreatiopn & Mainenence of GSS. Following documents are also required to be uploaded with the Tender are here under:- (i) Copy of class “A” Electrical contractor license. (ii) Copy of Registration with labour department, insurance certificate, undertaking in respect of resistration of Building & Construction, Act-1996 and oth supporting documents required as per specifications. (iii) Power of Attorney for authorized signatory to sign the tender document digitally. (iv) Copy of latest Balance-Sheet for last 3 years. (v) Name & correspondence address of the bidder along with phone /Fax No. & email address.

c. Cover-III For financial/price bid/BOQ (to be filled in Excel format) in prescribed schedule.P1-P12 alongwith corresponding lot number mentioned in Annexure-F.

6. SECURITY DEPOSIT:

The contractor shall deposit 2% amount of the total contract value in form of DD with the Sr. Accounts Officer (EA&Cash), AVVNL, Ajmer within 7 days from the dates of work order 11

towards security amount and same will be refunded to contractor on successful completion of contract and after meeting out all legal and contractual liabilities by the contractor as per terms and condition of the contract. The security deposit so received would be non-interest bearing.

7. BANK GUARENTEE AGAINST SAFETY OF MATERIAL & EQUIPMENT: Before commencement of work by the contractor, he shall furnish a Bank Guarantee in favour of Superintending Engineer (TW), AVVNL, Ajmer equivalent to 3 % of Contract value towards safety of AVVNL‟s material and equipment installed. The Bank Guarantee shall remain valid during the currency of the contract with a grace period of 3 months. The Bank Guarantee shall be released after ascertaining that all the legal and contractual liabilities as per contract have been met out by the contractor to the entire satisfaction of Nigam. Performa for safe custody Bank Guarantee has been enclosed.

8. AWARD OF CONTRACT: Notification of award of contract will be made in writing to the successful bidder(s) by the owner. The contract will be awarded to the best qualified and the substantially responsive bidder offering the lowest evaluated bid in conformity with requirements of these specifications and documents and the owner shall be the sole judge in this regard and subject to the provisions of these instructions to bidders and other terms and conditions detailed out in these documents and specifications. A responsive bid is one which accepts all terms and conditions of these specifications and documents without any major modifications. A major modification is one which affects in any way the prices, quality, quantity or delivery period of the equipment or which limits in any way the responsibilities or liabilities of the bidder or any rights of the owner as required in these specifications and documents. However, the owner may waive any minor formalities or irregularities in the bid. The contract will be awarded to first lowest responsive bidder after having discussions & negotiations with him, for ascertaining the reasonable price for tendered work. However where the prices quoted / agreed by such first lowest bidder, even after negotiation is considered higher, the competent purchase committee / authority may offer a still lower price, considered reasonable to all qualified participating bidders including first lowest one. On acceptance of such price by one or more bidders, the contract would be awarded to bidder standing lowest among those counter offer prices) as per original comparative statement. The contractor shall be fully responsible for the works to be executed under the contract and it should be expressly understood by him that any breach under any one of contract shall automatically be deemed as a breach of another contract and any such breach or occurrence giving the owner a right to terminate a contract and or recover the damages under that contract shall give owner a right to terminate the another contract and or recover the damages under such contract as well. However such breach or occurrence in any contract shall not automatically relieve the contractor of any of his obligations under another contract. If same price is quote by more than one bidder’s then the ascending order shall be decided by conducting lottery in presence of members of Techno Commercial Bid Evalution committee.

9. SUPERVISION:

12

The work shall be carried out under the supervision & control of the contractor and supervision & control of the work /job will be contractor’s responsibility. Contractor will dictate about the work to his persons without any interference / instructions from Ajmer Discom in day working. Supervision, control and regulation of condition of the workmen engaged by contractor shall be his responsibility. The contractor shall ensure that the persons deployed by him are fully trained for the job. The persons engaged by him shall be treated his employees for all purposes. He will be responsible for payment of remuneration to such staff as may be provided by any law, rule and regulations of the time being in force and that the Ajmer Vidyut Vitran Nigam Limited shall not be responsible in any of the matters connected with the employees of the authorized contractor. However to ascertain and maintain the quality of work and other conditions specified for supply of electricity, any Officer of Ajmer Discom not below the rank of Junior Engineer may suddenly check the sub-station at any time. Any short coming / deficiency in the work observed during checking shall be rectified/ attended free of cost immediately otherwise Ajmer Discom will be free to get the deficiencies rectified / attended at the cost and risk of the contractor besides withholding his payment/ terminating the contract.

10. PAYMENT: s After completion of period of 30 days for operation and maintenance, the contractor shall submit bills in triplicate, in first week of following month to the concerned Assistant Engineer for verification. While verifying the bill following certificates shall be recorded by Assistant Engineer (O&M) on each bill: - (i) The contractor has carried out all the operation & maintenance duties satisfactorily as specified in the specification during the month for which payment has been claimed. (ii) All the records prescribed under the specification were regularly maintained by the contractor during the month _____at each Sub-Station. (iii) The power availability during the month of ______has been ______% (iv) The contractor has deployed one ITI holder worker in each shift of 8 hours per day. (v) Weekly duty chart was displayed by the contractor on the notice board. (vi) Appointment letter of workers were pasted by the contractor on the notice board. (vii) The contractor had performed watch and ward of every Sub-station area and equipment and had maintained lighting arrangement properly. (viii) Payment to worker should be ensured / verified by Contractor as per wages rules and next payment shall be released after verification of same through Bank Statement of worker. (ix) During operation & maintenance of GSS, proper supply as per prevailing Nigam rules should be given by his deployed workman as intimated by Nigam time to time. The same labour must not be allowed to perform duty more than 8 hours duty during a day (24 hours), failing which it will be treated violation of Labour Act/ Rules and panelty will be imposed as per penal provision.

After due verification and recording above certificates, the AEN (O&M) will further forward the bill to concerned XEN for counter checking and signature and onward transmission to the Sr. Accounts Officer (CPC), AVVNL, Ajmer for arranging 95% payment subject to any deduction covered under the contract, 5 % payment is deducted against performance security for Tender.However contractor may submit Bank Gurantee of 5 % value of work order of Tender/cluster valid for one year with grace period of three month. The payment shall be made by the Sr. Accounts Officer (CPC), AVVNL, Ajmer within the period of 30 days from the date of receipt of the bills in his office and on receipt of copy of insurance premium receipt in respect of the workers engaged by contractor and copy of challans with supporting details of the workers engaged, wages paid, PF & ESI (if applicable) subscription and contribution duly tallied with the challan amount from the contractor in token of deposition of PF & ESI (if applicable) amount for the previous month as well as on completion of the contractual formalities as mentioned at clause No. 2,3,6,7 which ever is later. However, 95% payment of first bill of every contract shall only be made after random checking of at least 3

13

Sub-stations per division by the officer(s) nominated by Circle SE for ensuring the compliance of the entire contractual obligation to be discharged by the contractor. The checking officer shall submit his report to Circle SE & Sr. AO (CPC) within a week from the date of nomination (by second week positively). The Sr. AO (CPC) on receipt of this report only shall arrange payment of the first bill to the contract as per the terms of payment. The balance 5% payment shall be made along with final bill after satisfactory completion of contract and after meeting out all legal and contractual liabilities by the contractor as per terms and condition of the contract and if contractor submits PBG amounting 5 % of value of work order Tender/ Cluster instead of 5 % deduction from bill, 5 % PBG shall be refunded after satisfactory completion of contract and after meeting out all legal and contractual liabilities by the contractor as per terms and condition of the contract.The final bill shall also be routed through Executive Engineer concerned. All other statutory deductions like taxes and duties etc. as per prevailing rates shall be made by the Sr. Accounts Officer (CPC) while payment to the contractor.

In the event of introduction of GST in the course of performance of contract, project Implementation Agency (PIA) i.e. AVVNL shall examine its impact on the affected transactions under the contract in totality, for equitable adjustment in the contract price, if required. The contractor shall furnish the relevant details/documents for this purpose, as may be required by PIA. For the purpose of the Contract, it is agreed that the Contract Price specified in (Contract price and terms of Payment) of the Contract Agreement is based on the taxes, duties levies and charges prevailing at the date seven (07) days prior to the last date of bid submission. If any rates of Tax are increased or decreased, a new Tax is introduced, an existing Tax is abolished, or any change in interpretation or application of any Tax occurs in the course of the performance of the Contract, which was or will be assessed on the Contractor in connection with performance of the Contract, an equitable adjustment of the contract price shall be made to fully take into account any such change by addition to the Contract price or deduction there from, as the case may be, in accordance with Changes in Laws and Regulations thereof. However, these adjustments would be restricted to direct transactions between the Employer and the Contractor for which the taxes and duties are reimbursable by the Employer as per the Contract. These adjustments shall not be applicable on procurement of raw materials, intermediary components etc. by the Contractor and also not applicable on the bought out items dispatched directly from sub-vendor’s works to site.

No interest shall be paid for delay in payment, if any.

11. CONTRACT DOCUMENTS AND AGREEMENTS:

The contractor shall execute a contract agreement with Superintending Engineer (TW) concerned within a period of 7 days from the date of work order on a non -judicial stamp paper of appropriate value as per the Indian Stamp Duty Act.

The order placed under this specification shall be governed by the terms and conditions as incorporated in this section of the Specification and as given in the detailed work order and its annexure(s). The terms and conditions as specified in this section if differ from the terms indicated in the detailed work order and its annexure(s) the latter shall prevail. The contract shall for all purposes be construed according to the Laws of India and subject to jurisdiction of Rajasthan Courts only. For the due fulfilment of the contract, the contractor shall execute an agreement in the prescribed form Annexure-C on Rajasthan State Non- judicial stamp paper bearing stamp duty as applicable. The expenses of completing and stamping the contract agreement shall be borne by the Contractor. Such agreement shall be executed and signed by the competent authority of the contractor on each page thereof. The

14

original copy is only to be executed on the stamp paper. The remaining two copies may be executed on simple paper. Such complete agreement form along with the contract documents together with a

Power of Attorney" in favour of the Executants shall be required to be submitted returned to the owner within a period of 15 days from the receipt of order duly signed on each page. One copy of the executed agreement duly signed by the purchaser/owner shall be sent to the supplier for his reference. The contract documents shall mean and include the following:- 1. Contract agreement along with letter of Intent. 2. Work order and its annexures. 3. Instructions to bidders. 4. General Technical Conditions and Specifications 5. Power of Attorney in favour of the signatory.

Commencement Period And Delay Panelty ;- The contractor shall have to commence the work within a period of one and half month (45 days) from date of issuing work order. He has to also complete the execution of contract agreement and other formalities during the commencement period. After lapses of commencement period, if work is not started then delay penalty based on contract value per month per GSS shall be as under:- (i) 10% per week or part thereof for first two weeks. (ii) In case delay exceed more than two weeks then @ of 30% per week and part thereof. (iii) If delay exceed four weeks then work order shall be cancelled with forfeiture of EMD and Security Deposite.

12. FUNCTION AND DUTIES TO BE PERFORMED BY CONTRACTOR/ CONTRACTOR WORKERS:

(A) Operational function & duties to be performed: -

(i) Workmen of contractor shall strictly provide three phase & single phase supply on each 11 KV outgoing feeder 33/11 KV Sub-station as per schedule / block hours and timings as intimated by officers of AVVNL from time to time. (ii) For making supply off and on, workmen shall operate main 11 KV and outgoing feeders VCB/OCB/KIOS (if available on 11 KV feeders) along with operating GO‟s and fuses of 11 KV feeders. (iii)For providing single-phase supply by removing 33 KV sides and 11 KV side fuses or by other single phasing mechanism as per methodology and system instructed/ directed by officers of AVVNL. (iv) All operation for providing three phase /single-phase supply on 11 KV feeders should be done carefully with all safety measure as well as guidelines prescribed for operations. (v) The contractor will be solely responsible for any damage of equipment or accident of any workman. (vi) In case contractor needs shut down at 33 KV/11 KV sub-station to carry out any repair or maintenance work prior permission of shut down shall be obtained from the concerning Assistant Engineer/ Junior Engineer. The material required for such maintenance (excluding T&P) shall be provided by the Assistant Engineer Incharge of the sub-station. Any shut down on any of the 33/11 KV lines at the sub-station required by Ajmer Discom‟s authorized employee(s) shall be given by the contractor or his authorized representative on the requisition of PTW form (Annexure-I). (vii) On failure of 33/11 KV line the contractor or his authorized person shall intimate to the concerned Assistant Engineer / Junior Engineer promptly. (viii) In case of tripping of supply or blowing of fuse of any feeder the same will be replaced immediately according to capacity by the contractor or his authorized person.

15

The capacity of fuses for each feeder shall be prescribed by Assistant Engineer concerned.

(B) Maintenance duties to be performed: -

(i) The contractor shall check oil level of power Transformers leakage, if any in the power transformer checking air passage are free and also check the color of the silica- gel. The contractor shall observe earthing of the transformer and he will inspect any crack ness of flat of earthing of the dryness. He will intimate the position to JEN/AEN. (ii) The contractor shall carry out inspection & maintenance of circuit breaker as under: - The contractor shall inspect switchgear premises & circuit breaker. He will clean the circuit breaker. He will inspect oil position of the circuit breaker and if any leakage is found he will intimate to JEN/AEN. Any unusual smell /noise observed in the OCB shall be intimated to JEN/AEN. He will also observe position of auxiliary fuses whether intact or not. The position shall be intimated to JEN/AEN. The contractor shall observe working order of indicating & measuring instrument whether they are in working order or not. The position / condition will be intimated to JEN/AEN. He will also examine position of dirt, top fitting and oxide film on lighting arrester. He will clean with dry cloth and tight bolt if found any looseness. The position will be intimated to JEN/AEN. The contractor shall observe water level of battery if the water level is low he will fill water and position will be intimated to JEN/AEN. (iii)The 33/11 KV sub-station area will be maintained clean by cutting grass and shrubs and toilet cleaning etc. by the contractor at his own cost and material required for this work will be arranged by the contractor himself. (iv) The contractor shall be full responsible for watch and ward of the Sub-Station area and equipments. (v) The contractor shall maintain the Ajmer Discom property and equipment safely and any damage caused solely due to lack of contractor or his employee then losses will be recovered form his due payment. If amount of damage/losses are more than due payment then he will be liable to deposit the balance amount otherwise this will be recoverable as per law. (vi) The contractor shall replace 33 KV and 11 KV GO Blades/Rods. The requisite material shall be provided by Ajmer Discom. (vii) Initially the Nigam shall hand over the sub-station to the contractor with proper lighting arrangements including providing of fixture and bulbs, tube light etc. subsequently; the contractor shall maintain the lighting arrangements at the sub- station. (viii) The contractor or his authorized persons shall pour sufficient quantity of water in earthing pits in 33/11 KV Sub-station premises from time to time.

13. WORK COMPLETION SCHEDULE & AVAILABILITY OF POWER:

(i) Power availability means the supply available on 33 KV mains/ 11 KV Bus Bar. If any month availability of power is less than 95 % in aggregate due to the reasons solely attribute to the contractor, then a penalty of 2% of monthly contract value (for the concerned sub-station) for every fall of 1% below availability of 95% shall be recovered from the contractor. If power availability falls below 90% in any month then besides deduction of above penalty contract may be terminated without any further notice.

In case of block hours supply specified on each 11 KV feeder if any distributed /shortage/ excess in supply occurs due to deficiency /negligence of the contractor, the sum of duration of individual feeder for the time supply remained disturbed /contrary to block hours will be deducted time of availability of supply. The concerned Unit Officer shall record a certificate on each bill regarding availability of power. Further, in case of excess supply of power on any 16

feeder beyond block hours by the contractor due to the reasons not beyond his control, the contract shall be liable to be terminated without further notice besides above deduction of penalty.

14. PERIOD OF CONTRACT:

The work may be awarded initially for a period of one year extendable by another one year on satisfactory performance of the contractor, on the discretion of management same rates, terms & conditions with mutual consent.

15. SETTLEMENT OF DISPUTES:

i. All disputes, differences, questions whatsoever so arising between the owner & contractor upon or in relation to or in connection with contract shall be deemed to have arisen at Ajmer (Rajasthan.) and no court other than court in Ajmer (Rajasthan) shall have jurisdiction to entertain the same. In any time any question, dispute or difference what so ever which may arise between the AVVNL and the agency, the same shall be decided by the MD, AVVNL or by the settlement committee constituted by him and shall be final and binding on both the parties ii. The NIGAM has constituted settlement committee to settle the disputed cases. For the disputed amount up to Rs.2.5 Lac the case may be referred to the CE level settlement committee and if the disputed amount is more than 2.5 Lac the case shall be referred to the corporate level settlement committee. The non refundable fees for referring the case to the settlement committee is as given below: i) Reference fee for CE level settlement committee - Rs.300/- ii) Reference fee for corporate level settlement committee- Rs.3000/- iii) Fee for review of cases by corporate level settlement committee- Rs.5000/ * The Nigam has rights to revise above fees without any prior notice.-

iii. The settlement committee fees as shown above shall be deposited in cash/demand draft /pay order with the Sr. Accounts Officer (EA & Cash) AVVNL, Ajmer and shall furnish receipt thereof with a request for referring their disputes to the settlement committee for consideration/decision. 16. FURTHER CORRESPONDENCE:

All correspondence pertaining to the work order shall be addressed to the Superintending Engineer (TW), AVVNL, Ajmer.

17. SUB-LETTING:

The contractor shall not sublet the contract or any part of this contract to any other person / Agency. In case of violation, action will be taken against him as per prevailing law in force/ besides termination of contact.

18. UNDER TAKING:

The Ajmer Vidyut Vitran Nigam Limited reserves right to withhold payment of the contractor for any liability put on the department due to workmen compensation Act or any other liability by any other court for the period beyond six month from the date of expiry of contract for which contractor shall give an undertaking on non -judicial stamp paper worth Rs. 500/- of Rajasthan Government. The contractor shall be solely responsible for payment of compensation to the workers in case of accident as provided by the Workmen Compensation Act. 17

19. PENAL PROVISION:

(i) Workmen/person found performing duty more than One shift (8 Hours) at any substation i.e. He continues the duty in next shifts then penalty at rate of Rs.250/- Per shift per day shall be imposed. (ii) If deficiency as mentioned above at point (i) remains/continues upto 7 days then the work order shall be cancelled / terminated and the Security deposit and safe custody bank guarantee against equipment shall be forfeited. (iii) In case of non maintenance of any or all the records as set out in the specification or incomplete records at any Sub-Station assigned to the contractor is reported during checking by the Inspecting officer then an amount equivalent to 20% of the contract value for the month in respect of the Sub-Station assigned where deficiency noticed, shall be recovered from the contractor’s bill. (iv) In case, if such deficiencies (as mentioned in sub clause (iii) above) are reported more than once at any of the sub-station assigned to the contractor under the contract, then besides above deductions, the contract for that particular sub-station shall be terminated without further notice and the contractor shall be liable for black listing. (v) In case any sub-station is reported to be unmanned (without contractor’s worker) by the Inspecting officer then work order shall stand terminated with immediate effect. (vi) Single Phase and Three Phase supply must be maintained as per instruction issued by Nigam Authority time to time and in case of non compliance of instruction noticed at any substation the Penlty @ 20% contract value per GSS per month shall be imposed.

20. CANCELLATION OF THE CONTRACT:

The performance of the contractor shall be watched regularly. If at any stage it is found that the performance of the agency is not satisfactory or if the contractor commits breach of any of the terms & condition then the contract may be rescinded by giving one-month notice in writing to the contractor to this effect. In such case, no compensation will be paid by the Nigam. In case the contractor wishes to rescind the contract then he will have to give three months notice in writing to the Nigam.

Due to unforeseen reasons / change of Nigam‟s policy the contract can be rescinded by the Nigam at any time by giving three months notice in writing to the contractor to this effect.

21. HANDING OVER BACK ON COMPLETION/ CANCELATION:

The contractor shall be fully responsible for upkeep, operation & maintenance, security and safety of the equipment, property and records etc. of each sub-station let out to him under the contract. On completion/cancellation of the contract, the contractor shall hand over back to Ajmer Discom the equipments. Property and record etc. of each sub-station in good working order. The contactor shall make good to Ajmer Discom any loss suffered by it due to contractor’s default in this regard.

22. TELEPHONE AND TRUNK CALL CHARGES:

Ajmer Discom (AVVNL) shall pay the rental charges & free call/ minimum charges of BSNL/other company telephone only. Excess call charges over the minimum charges shall be borne by the contractor. However when telephone is being used for JEN/AEN office, full charges shall be paid by the Nigam.

18

23. ACCEPTANCE OF THE ORDERS:

On receipt of work order, the contractor shall submit its acceptance within a period of 7 days from the date of work order to the Superintending Engineer (TW), AVVNL, Ajmer, and copy to concerned Superintending Engineer (O&M) failing which his security Deposit as available with the Nigam shall be liable to be forfeited.

19

SECTION-III

TECHNICAL TERMS & CONDITION FOR THE WORK OF OPERATION AND MAINTENANCE OF 33/11 KV SUB-STATION UNDER AJMER DISCOM

1. For carrying out round the clock operation & maintenance of the 33/11 KV Sub-Station, the contractor shall employ his own, 3 (three) persons per day per GSS who possess a minimum qualification of ITI from a recognized/ Govt. Institution in each shift i.e one Skilled (ITI) in each shift is to be deployed. The contractor shall ensure that the persons engaged by him should not continue the shift for more than 8 hours in a day. The contractor shall provide following details of each worker engaged by him on each sub-station at his own cost: - a. Appointment letter with photo affixed duly counter signed by the Assistant Engineer (O&M) containing details such as name, father‟s name date of birth, age, home address. Per month wages including confirmation from such persons about having been engaged by the contractor along with wages at which employed and educational qualification, duly signed by the employee engaged and attested by the contractor. A copy of this appointment letter issued by the contractor to his worker shall be providing to the Assistant Engineer concerned and also pasted on the Notice Board of the Sub-Station. The copy of appointment letter of workers shall also be provided to the circle Accounts Officer along with the first bill. b. Identity card of each employee engaged in enclosed Performa (Annexure-II) for counter signature of concerned Executive Engineer. The identity card after counter signature will be returned back to the contractor for keeping it with his employees. The identity card so issued will not be used for any legal purposes and will be treated as null and void for the same. Further the identity card so issued shall be used by the workers in 33/11 KV sub- station premises only. c. If any engaged person(s) to be replaced/ shifted by the contractor, then a written prior permission from the concerned Executive Engineer will be obtained by the contractor. d. Weekly duty chart (Monday to Sunday) shall be displayed by the contractor on the Notice Board of the Sub-Station. 2. Contractor shall abide by all the applicable laws in-force and non-compliance shall be his responsibility. The contractor shall comply with Rules/ Regulation issued by Government of India as well as of Rajasthan Government and local bodies from time to time. 3. (i) The Contractor shall abide by factories Act, 1948, Minimum Wages Act, Payment of Wages Act, 1936, Industrial Dispute Act, 1947, EPF & MP Act, Workmen Compensation Act, Contract Labour (R&A) Act, 1970, ESI Act, 1948 and other Acts, Rules as applicable to workers employed by him. (ii) Contractor/bidder shall abide by factory Act 1948 minimum wages Act, and he is bound not to pay wages to worker less than the prevailing rate of minimum wages as per above Act which is declared by Labour Department of GOI/GOR time to time. Therefore bidders are required to quote the price in view of above minimum wages Act with Taxes, if any. 4. All T&P and safety devices like hand gloves, safety belt, Ladder earth chain, insulated pliers, screw driver, spanner set etc. of standard quality for this work will be arranged by the contractor at his own cost. 5. The contractor has to provide proper safety to equipment/ items and workman/ labour deployed at sub-station and also issue protection tip/ instructions to them. 6. The contractor shall be required to get all workmen insured under Group Insurance Scheme against accident/miss-happening of the workmen during execution of work at his cost to cover the liability of workman as per workmen‟s compensation Act, which should be paid by the Insurance Company against the accident. The Ajmer Discom shall not be held responsible for any accident/ injury/ casualty during the execution of the contract, total responsibility will be 20

of the contractor whatsoever and contractor/ Insurance Company will pay the compensation as per workmen compensation Act, 1923 and amendment thereto. 7. The contractor and his authorized person will not interfere in the working of Ajmer Discom. Any unlawful activities shall not be allowed. No person other then the contractor‟s duty person and officers/ officials of Ajmer Discom shall be allowed to enter into the premises of 33/11 KV sub-station. 8. Ajmer Discom shall not be responsible in any manner for any act or omission or commission of the workers engaged by the contactor No. claim in this regard shall lie against Ajmer Discom. If by virtue of any law in force, Ajmer Discom is made liable to pay any amount by way of penalty / damages/ fine etc. contractor shall be liable to indemnify/ reimburse to the extent of amount so paid along with other expenses incurred by Ajmer Discom to defend such cases. 9. The concerned officers of the Ajmer Discom shall have the authority to inspect the work site/ sub-station at any time during the period of contract. 10. All the consumable items such as TC fuse wire, bulbs, tube lights, distilled water etc. shall be arranged by the contractor at his own cost. 11. Engineer Incharge/Nodal Officer:- The engineer In-charge for verification and monitoring of supply position and other technical issues against this order shall be concerned Superintending Engineer (O&M). 12. The following record shall be maintained at each sub-station by the contractor or his authorized representative and shall be produced on demand for which register shall be provided by Ajmer Discom: - a. PTW (Permit to Work) Register (Annexure- I) b. Identity Card (Annexure- II) c. Log Sheet (Annexure- III) d. Maintenance of power Transformer (Annexure- IV A) e. Maintenance of Circuit Breaker (Annexure- IV B) f. Transformer failure report (Annexure- V) g. Roznamcha containing the incidence of all nature like disturbance of supply on 11 KV, failure of 33 KV supply and damage of equipment of sub-station etc. (To be maintained in ordinary register). h. Daily attendances register of workers. i. Register of workmen employed by contractor (Form ix). Employment Card (Form x) and Register of wages (Form xii) prescribed under Rajasthan Contract Labour (R&A) Rules, 1971. j. Certificate of principal employer (Form-V), Renewal with Licensing officer (Form-VI, pt- I), Register of particulars of contractors (Form-VII), Progress of contract work(Form-VII, Pt-II), Annual return of principal employer to be sent to registering officer (Form-XXI) k. Ajmer Discom will provide Notice Board to the contractor having (a) Name of utility. l. Name of 33/11 KV sub-station with district on which contractor person will write by chalk as under: - i. Block of supply hours for agriculture sector giving feeder wise details. ii. Name of employee on duty. iii. Single-phase supply hours.

21

Annexure – E Circle Wise Details

Earnest Numbe Nos. of Tender Bid Money @2% TN r of Estimated S. No. Name of Circle 33/11 Fee for E- Document of ECV Number Cluster Value in Rs KV GSS Proc. (Rs) Fee (Rs) (Rs) /lot

1 Ajmer City Circle 16 291 1 4391808 1000 2500 87836.16 2 Ajmer District Circle 79 292 4 21684552 1000 2500 433691.04 3 Bhilwara 119 293 6 32664072 1000 2500 653281.44 4 Nagaur 246 294 11 67524048 1000 2500 1350480.96 5 142 295 9 38977296 1000 2500 779545.92 6 Sikar 189 296 10 51878232 1000 2500 1037564.64 7 Chittorgarh 133 297 7 36506904 1000 2500 730138.08 8 Pratapgarh 52 298 3 14273376 1000 2500 285467.52 9 Rajsamand 71 299 4 19488648 1000 2500 389772.96 10 Udaipur 111 300 5 30468168 1000 2500 609363.36 11 Banswara 58 301 3 15920304 1000 2500 318406.08 12 Dungarpur 56 302 3 15371328 1000 2500 307426.56

Total Estimated 1272 66 349148736 6982974.72 Cost

Note :- The tender quantity of 33/11 KV Substation which are to be given on contract for operation and maintenance may be reduced or enhanced as per Nigam Requirement.

22

Annexure –F has been displayed in Vol-2 (Showing Cluster/ Lot wise quantity of GSS) at page no. 23 to 34 in respective volume.

23

24

25

26

27

28

29

30

31

32

33

34

ANNEXURE-P-1 to P-12 for different circles(Lot Wise) PRICE BID

AJMER VIDYUT VITRAN NIGAM LIMITED OFFICE OF THE SUPERINTENDING ENGINEER (TW), AVVNL, AJMER

TENDER NO. 291-302/ 2017-18

Rate to be quoted by the tenderer for the work of Operation & Maintenance of 33/ 11 KV Sub-Station as per required technical specifications, Commercial terms & Conditions of the above referred Tender.

Work:- Operation & Maintenance of 33/11 sub-stations under Superintending Engineer (TW), AVVNL, Ajmer details regarding No. of sub-station(s), Name of sub- division, Name of division enclosed at Annexure S-1 to S-12 & Lot numbers of various tenders & No. of GSS per Lot are mentioned at Annexure-F for different Circles.

Description of Work Lot Number/ No. of GSS(Refer Rate to be quoted Annexure-F for per S/S per month basis in Rs. (Including Service Tax etc.) 1 Operation & Maintenance of 33/ Lot numbers of various tenders & 11 KV Sub-Station as per No. of GSS per Lot are mentioned at required technical specifications, Commercial terms & Conditions: - Annexure-F

In words: -Rupees------Note:-Refer Annexure-S1 to S12 & Annexure-F for details of Circle, Division, Sub- division & Sub-Stations.

I / We hereby agreed for the above work on the rates quoted above per months basis for above work as per required technical specifications, Commercial terms & Conditions of the above referred Tender.

Signature of the Tenderer with seal Name & Address Ph. / Mobile Contact No. etc.

Dated:

35

ANNEXURE-P-1/LOT-I (For Ajmer City Circle) PRICE BID

AJMER VIDYUT VITRAN NIGAM LIMITED OFFICE OF THE SUPERINTENDING ENGINEER (TW), AVVNL, AJMER

TENDER NO. 291/ 2017-18

Rate to be quoted by the tenderer for the work of Operation & Maintenance of 33/ 11 KV Sub-Station as per required technical specifications, Commercial terms & Conditions of the above referred Tender.

Work:- Operation & Maintenance of 33/11 sub-stations under Superintending Engineer (TW), AVVNL, Ajmer details regarding No. of sub-station(s), Name of sub- division, Name of division enclosed at Annexure S-1 to S-12& Lot numbers of various tenders & No. of GSS per Lot are mentioned at Annexure-F for different Circles.

Description of Work Lot Number/ No. of GSS(Refer Rate to be quoted for Annexure-F per S/S per month basis in Rs. (Including Service Tax etc.) 2 Operation & Maintenance of 33/ 11 KV Lot numbers of Sub-Station as per required technical various tenders & specifications, Commercial terms & Conditions: - No. of GSS per Lot are mentioned at Annexure-F

In words: -Rupees------Note:-Refer Annexure-S1 to S12 & Annexure-F for details of Circle, Division, Sub- division & Sub-Stations.

I / We hereby agreed for the above work on the rates quoted above per months basis for above work as per required technical specifications, Commercial terms & Conditions of the above referred Tender.

Signature of the Tenderer with seal Name & Address Ph. / Mobile Contact No. etc.

Dated:

36

ANNEXURE-P-2/LOT-I to IV (For Ajmer District Circle) PRICE BID

AJMER VIDYUT VITRAN NIGAM LIMITED OFFICE OF THE SUPERINTENDING ENGINEER (TW), AVVNL, AJMER

TENDER NO. 292/ 2017-18

Rate to be quoted by the tenderer for the work of Operation & Maintenance of 33/ 11 KV Sub-Station as per required technical specifications, Commercial terms & Conditions of the above referred Tender.

Work:- Operation & Maintenance of 33/11 sub-stations under Superintending Engineer (TW), AVVNL, Ajmer details regarding No. of sub-station(s), Name of sub- division, Name of division enclosed at Annexure S-1 to S-12 & Lot numbers of various tenders & No. of GSS per Lot are mentioned at Annexure-F for different Circles.

Description of Work Lot Number/ No. of GSS(Refer Rate to be quoted for Annexure-F per S/S per month basis in Rs. (Including Service Tax etc.) 3 Operation & Maintenance of 33/ 11 KV Lot numbers of Sub-Station as per required technical various tenders & specifications, Commercial terms & Conditions: - No. of GSS per Lot are mentioned at Annexure-F

In words: -Rupees------Note:-Refer Annexure-S1 to S12 & Annexure-F for details of Circle, Division, Sub- division & Sub-Stations.

I / We hereby agreed for the above work on the rates quoted above per months basis for above work as per required technical specifications, Commercial terms & Conditions of the above referred Tender.

Signature of the Tenderer with seal Name & Address Ph. / Mobile Contact No. etc.

Dated:

37

ANNEXURE-P-3/LOT-I to V (For Bhilwara) PRICE BID

AJMER VIDYUT VITRAN NIGAM LIMITED OFFICE OF THE SUPERINTENDING ENGINEER (TW), AVVNL, AJMER

TENDER NO. 293/ 2017-18

Rate to be quoted by the tenderer for the work of Operation & Maintenance of 33/ 11 KV Sub-Station as per required technical specifications, Commercial terms & Conditions of the above referred Tender.

Work:- Operation & Maintenance of 33/11 sub-stations under Superintending Engineer (TW), AVVNL, Ajmer details regarding No. of sub-station(s), Name of sub- division, Name of division enclosed at Annexure S-1 to S-12 & Lot numbers of various tenders & No. of GSS per Lot are mentioned at Annexure-F for different Circles.

Description of Work Lot Number/ No. of GSS(Refer Rate to be quoted for Annexure-F per S/S per month basis in Rs. (Including Service Tax etc.) 4 Operation & Maintenance of 33/ 11 KV Lot numbers of Sub-Station as per required technical various tenders & specifications, Commercial terms & Conditions: - No. of GSS per Lot are mentioned at Annexure-F

In words: -Rupees------Note:-Refer Annexure-S1 to S12 & Annexure-F for details of Circle, Division, Sub- division & Sub-Stations.

I / We hereby agreed for the above work on the rates quoted above per months basis for above work as per required technical specifications, Commercial terms & Conditions of the above referred Tender.

Signature of the Tenderer with seal Name & Address Ph. / Mobile Contact No. etc.

Dated:

38

ANNEXURE-P-4/LOT-I to X (For Nagaur) PRICE BID

AJMER VIDYUT VITRAN NIGAM LIMITED OFFICE OF THE SUPERINTENDING ENGINEER (TW), AVVNL, AJMER

TENDER NO. 294/ 2017-18

Rate to be quoted by the tenderer for the work of Operation & Maintenance of 33/ 11 KV Sub-Station as per required technical specifications, Commercial terms & Conditions of the above referred Tender.

Work:- Operation & Maintenance of 33/11 sub-stations under Superintending Engineer (TW), AVVNL, Ajmer details regarding No. of sub-station(s), Name of sub- division, Name of division enclosed at Annexure S-1 to S-12 & Lot numbers of various tenders & No. of GSS per Lot are mentioned at Annexure-F for different Circles.

Description of Work Lot Number/ No. of GSS(Refer Rate to be quoted for Annexure-F per S/S per month basis in Rs. (Including Service Tax etc.) 5 Operation & Maintenance of 33/ 11 KV Lot numbers of Sub-Station as per required technical various tenders & specifications, Commercial terms & Conditions: - No. of GSS per Lot are mentioned at Annexure-F

In words: -Rupees------Note:-Refer Annexure-S1 to S12 & Annexure-F for details of Circle, Division, Sub- division & Sub-Stations.

I / We hereby agreed for the above work on the rates quoted above per months basis for above work as per required technical specifications, Commercial terms & Conditions of the above referred Tender.

Signature of the Tenderer with seal Name & Address Ph. / Mobile Contact No. etc.

Dated:

39

ANNEXURE-P-5/LOT-I to IX (For Jhunjhunu) PRICE BID

AJMER VIDYUT VITRAN NIGAM LIMITED OFFICE OF THE SUPERINTENDING ENGINEER (TW), AVVNL, AJMER

TENDER NO. 295/ 2017-18

Rate to be quoted by the tenderer for the work of Operation & Maintenance of 33/ 11 KV Sub-Station as per required technical specifications, Commercial terms & Conditions of the above referred Tender.

Work:- Operation & Maintenance of 33/11 sub-stations under Superintending Engineer (TW), AVVNL, Ajmer details regarding No. of sub-station(s), Name of sub- division, Name of division enclosed at Annexure S-1 to S-12 & Lot numbers of various tenders & No. of GSS per Lot are mentioned at Annexure-F for different Circles.

Description of Work Lot Number/ No. of GSS(Refer Rate to be quoted for Annexure-F per S/S per month basis in Rs. (Including Service Tax etc.) 6 Operation & Maintenance of 33/ 11 KV Lot numbers of Sub-Station as per required technical various tenders & specifications, Commercial terms & Conditions: - No. of GSS per Lot are mentioned at Annexure-F

In words: -Rupees------Note:-Refer Annexure-S1 to S12 & Annexure-F for details of Circle, Division, Sub- division & Sub-Stations.

I / We hereby agreed for the above work on the rates quoted above per months basis for above work as per required technical specifications, Commercial terms & Conditions of the above referred Tender.

Signature of the Tenderer with seal Name & Address Ph. / Mobile Contact No. etc.

Dated:

40

ANNEXURE-P-6/LOT-I to X (For Sikar) PRICE BID

AJMER VIDYUT VITRAN NIGAM LIMITED OFFICE OF THE SUPERINTENDING ENGINEER (TW), AVVNL, AJMER

TENDER NO. 296/ 2017-18

Rate to be quoted by the tenderer for the work of Operation & Maintenance of 33/ 11 KV Sub-Station as per required technical specifications, Commercial terms & Conditions of the above referred Tender.

Work:- Operation & Maintenance of 33/11 sub-stations under Superintending Engineer (TW), AVVNL, Ajmer details regarding No. of sub-station(s), Name of sub- division, Name of division enclosed at Annexure S-1 to S-12& Lot numbers of various tenders & No. of GSS per Lot are mentioned at Annexure-F for different Circles.

Description of Work Lot Number/ No. of GSS(Refer Rate to be quoted for Annexure-F per S/S per month basis in Rs. (Including Service Tax etc.) 7 Operation & Maintenance of 33/ 11 KV Lot numbers of Sub-Station as per required technical various tenders & specifications, Commercial terms & Conditions: - No. of GSS per Lot are mentioned at Annexure-F

In words: -Rupees------Note:-Refer Annexure-S1 to S12 & Annexure-F for details of Circle, Division, Sub- division & Sub-Stations.

I / We hereby agreed for the above work on the rates quoted above per months basis for above work as per required technical specifications, Commercial terms & Conditions of the above referred Tender.

Signature of the Tenderer with seal Name & Address Ph. / Mobile Contact No. etc.

Dated:

41

ANNEXURE-P-7/LOT-I to VI (For Chittorgarh) PRICE BID

AJMER VIDYUT VITRAN NIGAM LIMITED OFFICE OF THE SUPERINTENDING ENGINEER (TW), AVVNL, AJMER

TENDER NO. 297/ 2017-18

Rate to be quoted by the tenderer for the work of Operation & Maintenance of 33/ 11 KV Sub-Station as per required technical specifications, Commercial terms & Conditions of the above referred Tender.

Work:- Operation & Maintenance of 33/11 sub-stations under Superintending Engineer (TW), AVVNL, Ajmer details regarding No. of sub-station(s), Name of sub- division, Name of division enclosed at Annexure S-1 to S-12 & Lot numbers of various tenders & No. of GSS per Lot are mentioned at Annexure-F for different Circles.

Description of Work Lot Number/ No. of GSS(Refer Rate to be quoted for Annexure-F per S/S per month basis in Rs. (Including Service Tax etc.) 8 Operation & Maintenance of 33/ 11 KV Lot numbers of Sub-Station as per required technical various tenders & specifications, Commercial terms & Conditions: - No. of GSS per Lot are mentioned at Annexure-F

In words: -Rupees------Note:-Refer Annexure-S1 to S12 & Annexure-F for details of Circle, Division, Sub- division & Sub-Stations.

I / We hereby agreed for the above work on the rates quoted above per months basis for above work as per required technical specifications, Commercial terms & Conditions of the above referred Tender.

Signature of the Tenderer with seal Name & Address Ph. / Mobile Contact No. etc.

Dated:

42

ANNEXURE-P-8/LOT-I to II (For Pratapgarh) PRICE BID

AJMER VIDYUT VITRAN NIGAM LIMITED OFFICE OF THE SUPERINTENDING ENGINEER (TW), AVVNL, AJMER

TENDER NO. 298/ 2017-18

Rate to be quoted by the tenderer for the work of Operation & Maintenance of 33/ 11 KV Sub-Station as per required technical specifications, Commercial terms & Conditions of the above referred Tender.

Work:- Operation & Maintenance of 33/11 sub-stations under Superintending Engineer (TW), AVVNL, Ajmer details regarding No. of sub-station(s), Name of sub- division, Name of division enclosed at Annexure S-1 to S-12 & Lot numbers of various tenders & No. of GSS per Lot are mentioned at Annexure-F for different Circles.

Description of Work Lot Number/ No. of GSS(Refer Rate to be quoted for Annexure-F per S/S per month basis in Rs. (Including Service Tax etc.) 9 Operation & Maintenance of 33/ 11 KV Lot numbers of Sub-Station as per required technical various tenders & specifications, Commercial terms & Conditions: - No. of GSS per Lot are mentioned at Annexure-F

In words: -Rupees------Note:-Refer Annexure-S1 to S12 & Annexure-F for details of Circle, Division, Sub- division & Sub-Stations.

I / We hereby agreed for the above work on the rates quoted above per months basis for above work as per required technical specifications, Commercial terms & Conditions of the above referred Tender.

Signature of the Tenderer with seal Name & Address Ph. / Mobile Contact No. etc.

Dated:

43

ANNEXURE-P-9/LOT-I to IV (For Rajshmand) PRICE BID

AJMER VIDYUT VITRAN NIGAM LIMITED OFFICE OF THE SUPERINTENDING ENGINEER (TW), AVVNL, AJMER

TENDER NO. 299/ 2017-18

Rate to be quoted by the tenderer for the work of Operation & Maintenance of 33/ 11 KV Sub-Station as per required technical specifications, Commercial terms & Conditions of the above referred Tender.

Work:- Operation & Maintenance of 33/11 sub-stations under Superintending Engineer (TW), AVVNL, Ajmer details regarding No. of sub-station(s), Name of sub- division, Name of division enclosed at Annexure S-1 to S-12 & Lot numbers of various tenders & No. of GSS per Lot are mentioned at Annexure-F for different Circles.

Description of Work Lot Number/ No. of GSS(Refer Rate to be quoted for Annexure-F per S/S per month basis in Rs. (Including Service Tax etc.) 10 Operation & Maintenance of 33/ 11 KV Lot numbers of Sub-Station as per required technical various tenders & specifications, Commercial terms & Conditions: - No. of GSS per Lot are mentioned at Annexure-F

In words: -Rupees------Note:-Refer Annexure-S1 to S12 & Annexure-F for details of Circle, Division, Sub- division & Sub-Stations.

I / We hereby agreed for the above work on the rates quoted above per months basis for above work as per required technical specifications, Commercial terms & Conditions of the above referred Tender.

Signature of the Tenderer with seal Name & Address Ph. / Mobile Contact No. etc.

Dated:

44

ANNEXURE-P-10/LOT-I to VII (For Udaipur) PRICE BID

AJMER VIDYUT VITRAN NIGAM LIMITED OFFICE OF THE SUPERINTENDING ENGINEER (TW), AVVNL, AJMER

TENDER NO. 300/ 2017-18

Rate to be quoted by the tenderer for the work of Operation & Maintenance of 33/ 11 KV Sub-Station as per required technical specifications, Commercial terms & Conditions of the above referred Tender.

Work:- Operation & Maintenance of 33/11 sub-stations under Superintending Engineer (TW), AVVNL, Ajmer details regarding No. of sub-station(s), Name of sub- division, Name of division enclosed at Annexure S-1 to S-12& Lot numbers of various tenders & No. of GSS per Lot are mentioned at Annexure-F for different Circles.

Description of Work Lot Number/ No. of GSS(Refer Rate to be quoted for Annexure-F per S/S per month basis in Rs. (Including Service Tax etc.) 11 Operation & Maintenance of 33/ 11 KV Lot numbers of Sub-Station as per required technical various tenders & specifications, Commercial terms & Conditions: - No. of GSS per Lot are mentioned at Annexure-F

In words: -Rupees------Note:-Refer Annexure-S1 to S12 & Annexure-F for details of Circle, Division, Sub- division & Sub-Stations.

I / We hereby agreed for the above work on the rates quoted above per months basis for above work as per required technical specifications, Commercial terms & Conditions of the above referred Tender.

Signature of the Tenderer with seal Name & Address Ph. / Mobile Contact No. etc.

Dated:

45

ANNEXURE-P-11/LOT-I to III (For Banswara) PRICE BID

AJMER VIDYUT VITRAN NIGAM LIMITED OFFICE OF THE SUPERINTENDING ENGINEER (TW), AVVNL, AJMER

TENDER NO. 301/ 2017-18

Rate to be quoted by the tenderer for the work of Operation & Maintenance of 33/ 11 KV Sub-Station as per required technical specifications, Commercial terms & Conditions of the above referred Tender.

Work:- Operation & Maintenance of 33/11 sub-stations under Superintending Engineer (TW), AVVNL, Ajmer details regarding No. of sub-station(s), Name of sub- division, Name of division enclosed at Annexure S-1 to S-12& Lot numbers of various tenders & No. of GSS per Lot are mentioned at Annexure-F for different Circles.

Description of Work Lot Number/ No. of GSS(Refer Rate to be quoted for Annexure-F per S/S per month basis in Rs. (Including Service Tax etc.) 12 Operation & Maintenance of 33/ 11 KV Lot numbers of Sub-Station as per required technical various tenders & specifications, Commercial terms & Conditions: - No. of GSS per Lot are mentioned at Annexure-F

In words: -Rupees------Note:-Refer Annexure-S1 to S12 & Annexure-F for details of Circle, Division, Sub- division & Sub-Stations.

I / We hereby agreed for the above work on the rates quoted above per months basis for above work as per required technical specifications, Commercial terms & Conditions of the above referred Tender.

Signature of the Tenderer with seal Name & Address Ph. / Mobile Contact No. etc.

Dated:

46

ANNEXURE-P-12/LOT-I to III (For Dungarpur) PRICE BID

AJMER VIDYUT VITRAN NIGAM LIMITED OFFICE OF THE SUPERINTENDING ENGINEER (TW), AVVNL, AJMER

TENDER NO. 302/ 2017-18

Rate to be quoted by the tenderer for the work of Operation & Maintenance of 33/ 11 KV Sub-Station as per required technical specifications, Commercial terms & Conditions of the above referred Tender.

Work:- Operation & Maintenance of 33/11 sub-stations under Superintending Engineer (TW), AVVNL, Ajmer details regarding No. of sub-station(s), Name of sub- division, Name of division enclosed at Annexure S-1 to S-12 & Lot numbers of various tenders & No. of GSS per Lot are mentioned at Annexure-F for different Circles.

Description of Work Lot Number/ No. of GSS(Refer Rate to be quoted for Annexure-F per S/S per month basis in Rs. (Including Service Tax etc.) 13 Operation & Maintenance of 33/ 11 KV Lot numbers of Sub-Station as per required technical various tenders & specifications, Commercial terms & Conditions: - No. of GSS per Lot are mentioned at Annexure-F

In words: -Rupees------Note:-Refer Annexure-S1 to S12 & Annexure-F for details of Circle, Division, Sub- division & Sub-Stations.

I / We hereby agreed for the above work on the rates quoted above per months basis for above work as per required technical specifications, Commercial terms & Conditions of the above referred Tender.

Signature of the Tenderer with seal Name & Address Ph. / Mobile Contact No. etc.

Dated:

47

S-1 AJMER VIDYUT VITRAN NIGAM LIMITED LIST OF 33/11 KV GSS FOR AWARDING CONTRACT FOR THE YEAR 2017-18 UNDER AJMER (ACC) CIRCLE S. Name of Division Name of Sub Division No. Name of 33/11 KV GSS 1 Narwar XEN(DD), AVVNL, Ajmer AEN(O&M), AVVNL, Madar 2 Untra XEN(DD), AVVNL, Ajmer AEN(O&M), AVVNL, Madar 3 Badliya XEN(DD), AVVNL, Ajmer AEN(O&M), AVVNL, Madar 4 Ansal XEN(DD), AVVNL, Ajmer AEN(O&M), AVVNL, Madar 5 Gagwana XEN(DD), AVVNL, Ajmer AEN(O&M), AVVNL, Madar 6 Gegal XEN(DD), AVVNL, Ajmer AEN(O&M), AVVNL, Madar 7 Bhudhwara XEN(DD), AVVNL, Ajmer AEN(O&M),AVVNL, 8 Bhagwanpura XEN(DD), AVVNL, Ajmer AEN(O&M),AVVNL, Pushkar 9 Nand XEN(DD), AVVNL, Ajmer AEN(O&M),AVVNL, Pushkar 10 Picholiya XEN(DD), AVVNL, Ajmer AEN(O&M),AVVNL, Pushkar 11 Kanas XEN(DD), AVVNL, Ajmer AEN(O&M),AVVNL, Pushkar 12 Karnos XEN(DD), AVVNL, Ajmer AEN(O&M),AVVNL, Pushkar 13 Govindgarh XEN(DD), AVVNL, Ajmer AEN(O&M),AVVNL, Pushkar 14 Kadel XEN(DD), AVVNL, Ajmer AEN(O&M),AVVNL, Pushkar 15 Bhanwata XEN(DD), AVVNL, Ajmer AEN(O&M), AVVNL, Saradhana 16 Rajgarh XEN(DD), AVVNL, Ajmer AEN(O&M), AVVNL, Saradhana 17 Nagelav XEN(DD), AVVNL, Ajmer AEN(O&M), AVVNL, Saradhana 18 Lamana XEN(DD), AVVNL, Ajmer AEN(O&M), AVVNL, Saradhana 19 Dodiyana XEN(DD), AVVNL, Ajmer AEN(O&M), AVVNL, Saradhana 20 Mangliyawas XEN(DD), AVVNL, Ajmer AEN(O&M), AVVNL, Saradhana

48

S-2 AJMER VIDYUT VITRAN NIGAM LIMITED LIST OF 33/11 KV GSS FOR AWARDING CONTRACT FOR THE YEAR 2017-18 UNDER AJMER (ADC) CIRCLE S. Name of 33/11 KV Name of Division Name of Sub Division No. GSS XEN(O&M), AVVNL, AEN(O&M), AVVNL, 1 Jaliya Nasirabad Bijaynagar XEN(O&M), AVVNL, AEN(O&M), AVVNL, 2 Badli Nasirabad Bijaynagar XEN(O&M), AVVNL, AEN(O&M), AVVNL, 3 Devliyakala Nasirabad Bijaynagar XEN(O&M), AVVNL, AEN(O&M), AVVNL, 4 Padanga Nasirabad Bijaynagar XEN(O&M), AVVNL, AEN(O&M), AVVNL, 5 Champaneri Nasirabad Bijaynagar XEN(O&M), AVVNL, AEN(O&M), AVVNL, 6 Nandsi Nasirabad Bijaynagar XEN(O&M), AVVNL, AEN(O&M), AVVNL, 7 Ramaliya Nasirabad Bijaynagar XEN(O&M), AVVNL, 8 Bhinay Nasirabad AEN(O&M), AVVNL, Nasirabad XEN(O&M), AVVNL, 9 Ramsar Nasirabad AEN(O&M), AVVNL, Nasirabad XEN(O&M), AVVNL, 10 Shinagar Nasirabad AEN(O&M), AVVNL, Nasirabad XEN(O&M), AVVNL, 11 Bhatiyani Nasirabad AEN(O&M), AVVNL, Nasirabad XEN(O&M), AVVNL, 12 Kanpura Nasirabad AEN(O&M), AVVNL, Nasirabad 13 XEN(O&M), AVVNL, Kekri AEN (O&M),AVVNL, Sarwar 14 Bidla XEN(O&M), AVVNL, Kekri AEN (O&M),AVVNL, Sarwar 15 Pranhera XEN(O&M), AVVNL, Kekri AEN (O&M),AVVNL, Sarwar 16 Ricco Kekri XEN(O&M), AVVNL, Kekri AEN (O&M),AVVNL, Sarwar 17 KKKalera XEN(O&M), AVVNL, Kekri AEN (O&M),AVVNL, Sarwar 18 Baghera XEN(O&M), AVVNL, Kekri AEN (O&M),AVVNL, Sarwar 19 Juniya XEN(O&M), AVVNL, Kekri AEN (O&M),AVVNL, Sarwar 20 Borada XEN(O&M), AVVNL, Kekri AEN (O&M),AVVNL, Sarwar XEN(O&M), AVVNL, AEN(O&M),AVVNL, 21 Aau Roopangarh XEN(O&M), AVVNL, AEN(O&M),AVVNL, 22 Marwa Kishangarh Roopangarh XEN(O&M), AVVNL, AEN(O&M),AVVNL, 23 Ralawat Kishangarh Roopangarh XEN(O&M), AVVNL, AEN (RIICO),AVVNL, 24 RIICO Vth Phase Kishangarh Kishangarh AEN (RIICO),AVVNL, 25 Arain Rural Kishangarh Kishangarh 26 Dadiya Rural Kishangarh AEN (RIICO),AVVNL, 49

Kishangarh AEN (RIICO),AVVNL, 27 Patan Rural Kishangarh Kishangarh AEN (RIICO),AVVNL, 28 Selemabad Rural Kishangarh Kishangarh AEN (RIICO),AVVNL, 29 Kucheel Rural Kishangarh Kishangarh AEN (RIICO),AVVNL, 30 Chosla Rural Kishangarh Kishangarh AEN (RIICO),AVVNL, 31 Ricco Silora Rural Kishangarh Kishangarh AEN (RIICO),AVVNL, 32 Univercity Rural Kishangarh Kishangarh AEN (RIICO),AVVNL, 33 Udaipur kallan Rural Kishangarh Kishangarh AEN (RIICO),AVVNL, 34 Sirong Rural Kishangarh Kishangarh AEN (RIICO),AVVNL, 35 Jhirota Rural Kishangarh Kishangarh AEN (RIICO),AVVNL, 36 Harmada Rural Kishangarh Kishangarh AEN (RIICO),AVVNL, 37 Bandan sindry Rural Kishangarh Kishangarh AEN (RIICO),AVVNL, 38 Godiyana Rural Kishangarh Kishangarh AEN (RIICO),AVVNL, 39 Madan Ganj CSD Kishangarh Kishangarh AEN (RIICO),AVVNL, 40 Old Power house CSD Kishangarh Kishangarh AEN (RIICO),AVVNL, 41 Houseing Board CSD Kishangarh Kishangarh AEN (RIICO),AVVNL, 42 Purshottam nagar CSD Kishangarh Kishangarh AEN (RIICO),AVVNL, 43 Harmoda Ricco Ricco kishangarh Kishangarh AEN (RIICO),AVVNL, 44 Paryavaran Marg Ricco kishangarh Kishangarh AEN (RIICO),AVVNL, 45 132 kv premises Ricco kishangarh Kishangarh AEN (RIICO),AVVNL, 46 Roopangarh Roopangarh Kishangarh AEN (RIICO),AVVNL, 47 Roopangarh Kishangarh AEN (RIICO),AVVNL, 48 Karkedi Roopangarh Kishangarh AEN (RIICO),AVVNL, 49 Kotdi Roopangarh Kishangarh AEN (RIICO),AVVNL, 50 Roopangarh Ricco Roopangarh Kishangarh AEN (RIICO),AVVNL, 51 Bhadun Roopangarh Kishangarh AEN (RIICO),AVVNL, 52 Jajota Roopangarh Kishangarh

50

AEN (RIICO),AVVNL, 53 Singara Roopangarh Kishangarh AEN (RIICO),AVVNL, 54 Nasirabad Roopangarh Kishangarh 55 Rajiyawas XEN(O&M), AVVNL, AEN(O&M), AVVNL, Jawaja 56 Lodiyana XEN(O&M), AVVNL, Beawar AEN (O&M),AVVNL, Masuda 57 Jamola XEN(O&M), AVVNL, Beawar AEN (O&M),AVVNL, Masuda 58 Shergarh XEN(O&M), AVVNL, Beawar AEN (O&M),AVVNL, Masuda 59 Amarsingh ka Badiya XEN(O&M), AVVNL, Beawar AEN (O&M),AVVNL, Masuda 60 Chhawani XEN(O&M), AVVNL, Beawar AEN (O&M),AVVNL, Beawar 61 Sedariya XEN(O&M), AVVNL, Beawar AEN (O&M),AVVNL, Beawar 62 Govind Pura XEN(O&M), AVVNL, Beawar AEN (O&M),AVVNL, Beawar 63 Ricco Gohana XEN(O&M), AVVNL, Beawar AEN (O&M),AVVNL, Beawar 64 Durgawas XEN(O&M), AVVNL, Beawar AEN (O&M),AVVNL, Beawar 65 Garhi Thoriyan XEN(O&M), AVVNL, Beawar AEN (O&M),AVVNL, Beawar 66 Beawar khas XEN(O&M), AVVNL, Beawar AEN (O&M),AVVNL, Beawar 67 Ricco-III XEN(O&M), AVVNL, Beawar AEN (O&M),AVVNL, Beawar 68 Radha Ballabh XEN(O&M), AVVNL, Beawar AEN (O&M),AVVNL, Beawar 69 Delwara XEN(O&M), AVVNL, Beawar AEN (O&M),AVVNL, Beawar 70 Peeplaz XEN(O&M), AVVNL, Beawar AEN (O&M),AVVNL, Beawar 71 220 KV Premies XEN(O&M), AVVNL, Beawar AEN (O&M),AVVNL, Beawar 72 Masuda XEN(O&M), AVVNL, Beawar AEN (O&M),AVVNL, Beawar 73 Kharwa XEN(O&M), AVVNL, Beawar AEN (O&M),AVVNL, Beawar 74 Ramgarh XEN(O&M), AVVNL, Beawar AEN (O&M),AVVNL, Beawar 75 Jawaja XEN(O&M), AVVNL, Beawar AEN (O&M),AVVNL, Beawar 76 Kabra XEN(O&M), AVVNL, Beawar AEN (O&M),AVVNL, Beawar 77 Barakhera XEN(O&M), AVVNL, Beawar AEN (O&M),AVVNL, Beawar 78 Todgarh XEN(O&M), AVVNL, Beawar AEN (O&M),AVVNL, Beawar

51

S-3 AJMER VIDYUT VITRAN NIGAM LIMITED LIST OF 33/11 KV GSS FOR AWARDING CONTRACT FOR THE YEAR 2017-18 UNDER Bhilwara CIRCLE S. No. Sub-Station Sub-Division Division 1 2 3 4 1 Panchwati CSD-I 2 Tilak Nagar 3 Patal Nagar CSD-II 4 Pur 5 Mg Hospital CSD-III 6 Moti Bowaji 7 Bapu Nagar 8 Gandhi Nagar CSD-IV 9 R.C. Vyas 10 Bharak 11 Bhunas 12 Chawandiya 13 Gangapur DD-I 14 Govaliya (Khakhla) Gangapur 15 Nansa 16 Potla 17 Sahada 18 Salera 19 Surawas 20 Aashaholi 21 Badi 22 Deoriya 23 Koshithal Raipur 24 Mokhunda 25 Nari 26 Raipur 27 Bijoliya 28 Chandji Ki Kheri Bijoliya 29 Kashiya 30 Salawatiya DD-II 31 Amma 32 Gega Ka Khera Kotri 33 Ghewariya 34 Kotri 52

35 Bishniya 36 Nandral 37 Paroli 38 Sakatpuriya 39 Sawaipur 40 Baru Khera 41 Barundani 42 Bigod 43 Bigod RIICO 44 Harpura 45 Jaliya 46 Jojawa 47 Kachola 48 49 Mahuwa 50 Manpura 51 Neem Ka Khera 52 Padampura 53 Rajgarh 54 Rani Kheda 55 Sarana 56 Singoll 57 Suradiyas 58 Ansal Plaza 59 Arjya 60 Bholi 61 Jodhadas 62 Kalundiya 63 Kodukota R-I 64 Mahuva 65 Ojyada 66 Roopaheli 67 Suwana 68 Swaroop Ganj 69 Gadar Mala 70 Growth Center 71 Growth Center-II 72 Karoi R-II 73 Kherabad 74 Mujras 75 Pansal 76 B.K. Sareri 77 Daulat Garh 78 Ganglas Mandal 79 Kanwlas 80 Katar 81 Lachuda

53

82 Mod Ka Nimbahada 83 Negadiya 84 Udliyas 85 Amesar 86 Antali (Pratap Pura) 87 Badnor 88 Badnor Badnor 89 Motras 90 Parasoli 91 Shambhoo Garh 92 Bemali Choraha 93 Chileshwar 94 Chitamba 95 Garwal Kareda 96 Gorkhya 97 Kareda 98 Laduwas 99 Shivpur Thana 100 Bawari 101 Bagore 102 Bhagawan Pura 103 Chandras Mandal 104 Dhuwala 105 Godas 106 Meja Road 107 Tahuka 108 Dabla 109 Danta Paira 110 Jaswantpura 111 Kamalpura Banera 112 Mrgras 113 Raila 114 Sadar Nagar 115 Jhanthal 116 agucha 117 Fala Mada 118 Jalam Pura Shahpura 119 Kotri Hurda 120 Lamba 121 Pardodas 122 Roopaheli 123 Sareri 124 Amarwasi 125 Uncha (O&M) 126 Itunda 127 Bhagu Nagar Jahazpur (Rural) 128 Dhor

54

129 Khajoori 130 Pander

S-4 AJMER VIDYUT VITRAN NIGAM LIMITED LIST OF 33/11 KV GSS FOR AWARDING CONTRACT FOR THE YEAR 2017-18 UNDER NAGAUR CIRCLE S. Name of Division Name of Sub- Division Name of Sub-Station No. 1 2 3 4 1 Deedwana Deedwana (O&M) Deedwana 2 Deedwana Deedwana (O&M) Khunkhuna 3 Deedwana Deedwana (O&M) Toshina 4 Deedwana Deedwana (O&M) Kerap 5 Deedwana Deedwana (O&M) Jewaliyawas 6 Deedwana Deedwana (O&M) Badabara 7 Deedwana Deedwana (O&M) Doulatpura 8 Deedwana Deedwana (O&M) Bhinchawa 9 Deedwana Deedwana (O&M) Mela Maidan 10 Deedwana Deedwana (O&M) Ajwa 11 Deedwana Deedwana (O&M) Kalyanpura 12 Deedwana Deedwana (O&M) Choti Khatu 13 Deedwana Deedwana (O&M) Deedwana Riico 14 Deedwana Deedwana (O&M) Lalasari 15 Deedwana Deedwana (O&M) 16 Deedwana Deedwana (O&M) Rehman Gate 17 Deedwana (O&M) Arwar 18 Deedwana Jayal (O&M) Badi Khatu 19 Deedwana Jayal (O&M) Deh 20 Deedwana Jayal (O&M) Dehri 21 Deedwana Jayal (O&M) Jayal 22 Deedwana Jayal (O&M) Jhadeli 23 Deedwana Jayal (O&M) Roll 24 Deedwana Jayal (O&M) Barsuna 25 Deedwana Jayal (O&M) Somna 26 Deedwana Jayal (O&M) Unchida 27 Deedwana Jayal (O&M) Tarnau 28 Deedwana Jayal (O&M) Pindiya 29 Deedwana Jayal (O&M) Shiv Nagar 30 Deedwana Jayal (O&M) Kathoti 31 Deedwana Jayal (O&M) Kasanu/Matasukh

55

32 Deedwana Jayal (O&M) Dotina 33 Deedwana Jayal (O&M) Geloli 34 Deedwana Jayal (O&M) Rotu 35 Deedwana Jayal (O&M) Mundi 36 Deedwana Jayal (O&M) Anwaliyasar 37 Deedwana Jayal (O&M) Khabariyana 38 Deedwana Jayal (O&M) Fardod 39 Deedwana Molasar (O&M) Akoda 40 Deedwana Molasar (O&M) Dabra 41 Deedwana Molasar (O&M) Bansa 42 Deedwana Molasar (O&M) Dhankholi 43 Deedwana Molasar (O&M) Khakholi 44 Deedwana Molasar (O&M) Ladariya 45 Deedwana Molasar (O&M) Molasar 46 Deedwana Molasar (O&M) Nimod 47 Deedwana Molasar (O&M) Nuwa 48 Deedwana Molasar (O&M) Sudransan 49 Deedwana Molasar (O&M) Jetpura 50 Deedwana Molasar (O&M) Bawri 51 Deedwana Molasar (O&M) Dausar 52 Deedwana Molasar (O&M) Bhadaliya 53 Deedwana Molasar (O&M) Dakipura 54 Deedwana Molasar (O&M) Beri Khurd 55 Deedwana Molasar (O&M) Deendarpura 56 Deedwana Molasar (O&M) Alkhpura 57 Deedwana Molasar (O&M) Chugani 58 Deedwana Ladnun (Rural) Laidy 59 Deedwana Ladnun (Rural) Rodu 60 Deedwana Ladnun (Rural) Meethhdi 61 Deedwana Ladnun (Rural) Bakaliya 62 Deedwana Ladnun (Rural) Ratau 63 Deedwana Ladnun (Rural) Baldu 64 Deedwana Ladnun (Rural) Silanwad 65 Deedwana Ladnun (Rural) 66 Deedwana Ladnun (Rural) Bharnawa 67 Deedwana Ladnun (Rural) 68 Deedwana Ladnun (Rural) Odient 69 Deedwana Ladnun (Rural) Bhidasari 70 Deedwana Ladnun (O&M) 71 Deedwana Ladnun (O&M) 90 No. Ladnun 72 Deedwana Ladnun (O&M) Chimpolai 73 Kuchaman Kuchaman (O&M) Khariya 74 Kuchaman Kuchaman (O&M) Gopalpura 75 Kuchaman Kuchaman (O&M) Indokha 76 Kuchaman Kuchaman (O&M) Hirani 77 Kuchaman Kuchaman (O&M) 78 Kuchaman Kuchaman (O&M) Ugarpura

56

79 Kuchaman Kuchaman (O&M) Shiv 80 Kuchaman Kuchaman (O&M) Roop-Pura 81 Kuchaman Kuchaman (O&M) Ranasar 82 Kuchaman Kuchaman (O&M) 83 Kuchaman Kuchaman (O&M) Panwadi 84 Kuchaman Kuchaman (O&M) Shiv Mandir 85 Kuchaman Nawacity (O&M) Padampura 86 Kuchaman Nawacity (O&M) Lichana 87 Kuchaman Nawacity (O&M) Gogor 88 Kuchaman Nawacity (O&M) Panchota 89 Kuchaman Nawacity (O&M) Muwana 90 Kuchaman Nawacity (O&M) Rajaliya 91 Kuchaman Nawacity (O&M) Sawantgarh 92 Kuchaman Nawacity (O&M) Devali 93 Kuchaman Nawacity (O&M) Chosala 94 Kuchaman Nawacity (O&M) Jabdinagar 95 Kuchaman Chitawa (O&M) Lalas 96 Kuchaman Chitawa (O&M) Hudil 97 Kuchaman Chitawa (O&M) Lamba 98 Kuchaman Chitawa (O&M) Bhilal 99 Kuchaman Chitawa (O&M) Adaksar 100 Kuchaman Chitawa (O&M) Todas 101 Kuchaman Chitawa (O&M) Parewadi 102 Kuchaman Chitawa (O&M) Kaloli 103 Kuchaman Chitawa (O&M) Nagwara 104 Kuchaman Chitawa (O&M) Indali 105 Kuchaman Chitawa (O&M) Motipura 106 Kuchaman Chitawa (O&M) Sardarpura 107 Makrana (O&M) Matabhar 108 Makrana Makrana (O&M) Road 109 Makrana Makrana (Rural) Bhinchawa 110 Makrana Makrana (Rural) Borawar 111 Makrana Makrana (Rural) Budsu 112 Makrana Makrana (Rural) Gachhipura 113 Makrana Makrana (Rural) Besroli 114 Makrana Makrana (Rural) Mindkiya 115 Makrana Makrana (Rural) Rathaliya 116 Makrana Makrana (Rural) Billu 117 Makrana Makrana (Rural) Manana 118 Makrana Makrana (Rural) Nundra 119 Makrana Makrana (Rural) Jusari 120 Makrana Makrana (Rural) Geda Khurd 121 Makrana (O&M) Manglana 122 Makrana Parbatsar (O&M) Shyampura 123 Makrana Parbatsar (O&M) RIICO Parbatsar 124 Makrana Parbatsar (O&M) Rohindi 125 Makrana Parbatsar (O&M) Peelwa

57

126 Makrana Parbatsar (O&M) Barun 127 Makrana Bagot (O&M) Bhadwa 128 Makrana Bagot (O&M) Bhakari 129 Makrana Bagot (O&M) Gullar 130 Makrana Bagot (O&M) 131 Makrana Bagot (O&M) Peeh 132 Makrana Bagot (O&M) Rabariyad 133 Makrana Bagot (O&M) Kurada 134 Makrana Bagot (O&M) Huldhani 135 Nagaur Nagaur (O&M) Old Power House Nagaur 136 Nagaur Nagaur (O&M) Basani Road 137 Nagaur Nagaur (O&M) Badali 138 Nagaur Nagaur (O&M) RIICO Nagaur 139 Nagaur Nagaur (O&M) Govt. Hospital Nagaur 140 Nagaur Nagaur (O&M) Behind Rest House Nagaur 141 Nagaur Nagaur (Rural) Gogelao 142 Nagaur Nagaur (Rural) Jodhiyasi 143 Nagaur Nagaur (Rural) Amarpura 144 Nagaur Nagaur (Rural) Alay 145 Nagaur Nagaur (Rural) Tausar 146 Nagaur Nagaur (Rural) Kumari 147 Nagaur Nagaur (Rural) Shri Balaji 148 Nagaur Nagaur (Rural) Gudha Bhagwandas 149 Nagaur Nagaur (Rural) Shyansar 150 Nagaur Nagaur (Rural) Sarasani 151 Nagaur Nagaur (Rural) Basani Belima 152 Nagaur Nagaur (Rural) Ganthilasar 153 Nagaur Nagaur (Rural) Bhadwasi 154 Nagaur (O&M) Berawar 155 Nagaur Khinvsar (O&M) Bhanwanda 156 Nagaur Khinvsar (O&M) Bher 157 Nagaur Khinvsar (O&M) Khundala 158 Nagaur Khinvsar (O&M) Lalap 159 Nagaur Khinvsar (O&M) Panchla Sidha 160 Nagaur Khinvsar (O&M) Tankala 161 Nagaur Khinvsar (O&M) Manakpur 162 Nagaur Khinvsar (O&M) Birloka 163 Nagaur Khinvsar (O&M) Kurchhi 164 Nagaur Khinvsar (O&M) Nagari 165 Nagaur Khinvsar (O&M) Deu 166 Nagaur Khinvsar (O&M) Berathal 167 Nagaur Khinvsar (O&M) Kantiya 168 Nagaur Khinvsar (O&M) Ishwarnawada 169 Nagaur Khinvsar (O&M) Narwa Kalla 170 Nagaur Khinvsar (O&M) Panchodi 171 Nagaur Khinvsar (O&M) Hamirana 172 Nagaur Khinvsar (O&M) Maheshpura

58

173 Nagaur Khinvsar (O&M) 174 Nagaur Khinvsar (O&M) Peepaliya 175 Nagaur Khinvsar (O&M) Barbatta 176 Nagaur Khinvsar (O&M) Lalawas 177 Nagaur Khinvsar (O&M) Satika 178 Nagaur Khinvsar (O&M) Khinvsar City 179 Nagaur Khinvsar (O&M) Dhingsara 180 Nagaur Khinvsar (O&M) Ankala 181 Nagaur Khinvsar (O&M) Achina 182 Nagaur Khinvsar (O&M) Sainik Nagar 183 Nagaur Khinvsar (O&M) Hempura 184 Nagaur Khinvsar (O&M) Lunawas 185 Nagaur Khinvsar (O&M) Papasani 186 Nagaur Khinvsar (O&M) Dharnawas 187 Nagaur Khinvsar (O&M) Khinvsar City 188 Nagaur Khinvsar (O&M) Dholiyader 189 Nagaur Khinvsar (O&M) Son Nagar 190 Nagaur Khinvsar (O&M) Magrawas 191 Nagaur (O&M) Asawari 192 Nagaur Mundwa (O&M) Bu-Narawata 193 Nagaur Mundwa (O&M) Gaju 194 Nagaur Mundwa (O&M) Gwalu 195 Nagaur Mundwa (O&M) Jhujhanda 196 Nagaur Mundwa (O&M) Khajwana 197 Nagaur Mundwa (O&M) Kadloo 198 Nagaur Mundwa (O&M) Mundwa 199 Nagaur Mundwa (O&M) Roon 200 Nagaur Mundwa (O&M) Sankhwas 201 Nagaur Mundwa (O&M) Indokali 202 Nagaur Mundwa (O&M) Palari Jodha 203 Nagaur Mundwa (O&M) Balaya 204 Nagaur Mundwa (O&M) Kharda 205 Nagaur Mundwa (O&M) Inana 206 Nagaur Mundwa (O&M) Janana 207 Nagaur Mundwa (O&M) Dhawa 208 Nagaur Mundwa (O&M) Thirod 209 Nagaur Mundwa (O&M) Bhadora 210 Nagaur Mundwa (O&M) 211 Nagaur Mundwa (O&M) Dhadhariya Khurd 212 Nagaur Mundwa (O&M) Kyar Ki Dhani 213 Nagaur Mundwa (O&M) Roon-II 214 Merta (O&M) Jasnagar 215 Merta City Merta (O&M) Katiyasari 216 Merta City Merta (O&M) Lampolia 217 Merta City Merta (O&M) Leeliya 218 Merta City Merta (O&M) Mugdara 219 Merta City Merta (O&M) Ren

59

220 Merta City Merta (O&M) Navalsagar 221 Merta City Merta (O&M) Satalas 222 Merta City Merta (O&M) Akeli 223 Merta City Merta (O&M) New Power House 224 Merta City Merta (O&M) RIICO Merta 225 Merta City Merta (O&M) Badgaon 226 Merta City Merta (O&M) Bhanas 227 Merta City Merta (O&M) Bhensara 228 Merta City Merta (O&M) Hirankhuri 229 Merta City Merta (Rural) Basaniseja 230 Merta City Merta (Rural) Beetan 231 Merta City Merta (Rural) Chapari 232 Merta City Merta (Rural) Dhadhasani 233 Merta City Merta (Rural) Gagrana 234 Merta City Merta (Rural) Gaguda 235 Merta City Merta (Rural) Induwar 236 Merta City Merta (Rural) Kumpdas 237 Merta City Merta (Rural) Kurdaya 238 Merta City Merta (Rural) Lamba Jatan 239 Merta City Merta (Rural) Luniyawas 240 Merta City Merta (Rural) Merta Road 241 Merta City Merta (Rural) Olandan 242 Merta City Merta (Rural) Mokala 243 Merta City Merta (Rural) Nokha Chadawat 244 Merta City Merta (Rural) Pundalu 245 Merta City Merta (Rural) Seersala 246 Merta City Merta (Rural) Talanpur 247 Merta City Merta (Rural) Jaroda Kalan 248 Merta City Merta (Rural) Riya Shyamdas 249 Merta City Merta (Rural) Roll Chandawat 250 Merta City Merta (Rural) Gantiya 251 Merta City Merta (Rural) Harsolaw

60

S-5 AJMER VIDYUT VITRAN NIGAM LIMITED LIST OF 33/11 KV GSS FOR AWARDING CONTRACT FOR THE YEAR 2017-18 UNDER Sikar CIRCLE S.No. Name of Sub- Station Name of Sub-Division Name of Division 1 I.A.Sikar (CSD.I), Sikar XEN(O&M)Sikar 2 S.K.Hospital (CSD.I), Sikar XEN(O&M)Sikar 3 Bhairupura (CSD.I), Sikar XEN(O&M)Sikar 4 Nehru Park, Sikar (CSD.I), Sikar XEN(O&M)Sikar 5 Radhakishanpura (CSD.I), Sikar XEN(O&M)Sikar 6 Shivsinghpura (CSD.I), Sikar XEN(O&M)Sikar 7 Sivali Talai O&M), XEN(O&M)Sikar 8 Mandeta O&M),Losal XEN(O&M)Sikar 9 Bheema O&M),Losal XEN(O&M)Sikar 10 Jana O&M),Losal XEN(O&M)Sikar 11 Rajpura O&M),Losal XEN(O&M)Sikar 12 sami O&M),Losal XEN(O&M)Sikar 13 Rampura Talai O&M),Losal XEN(O&M)Sikar 14 Gothra Tagalan O&M),Losal XEN(O&M)Sikar 15 Banooda O&M),Losal XEN(O&M)Sikar 16 Sangliya at Bamani Talai O&M),Losal XEN(O&M)Sikar 17 Bidoli O&M),Losal XEN(O&M)Sikar 18 Khoor O&M),Losal XEN(O&M)Sikar 19 Poora Badi (Rural) Sikar XEN(Rural)Sikar 20 Jachas (Rural) Sikar XEN(Rural)Sikar 21 Deenaepura (O&M-Pip),Sikar XEN(Rural)Sikar 22 Tarpura (O&M-Pip),Sikar XEN(Rural)Sikar 23 Shyampura (O&M-Pip),Sikar XEN(Rural)Sikar 24 Beri Bhojan (O&M-Pip),Sikar XEN(Rural)Sikar 25 Raghunath Garh (O&M-Pip),Sikar XEN(Rural)Sikar 26 Singhasan (O&M-Pip),Sikar XEN(Rural)Sikar 27 Gokulpura (O&M-Pip),Sikar XEN(Rural)Sikar 28 Gungara (O&M-Pip),Sikar XEN(Rural)Sikar 29 Kolida (O&M-Pip),Sikar XEN(Rural)Sikar 30 Daulatpura laxman ka bas (O&M-Pip),Sikar XEN(Rural)Sikar 31 Rewasa (O&M-Pip),Sikar XEN(Rural)Sikar 32 Hardayalpura (O&M-Pip),Sikar XEN(Rural)Sikar 33 Fatehpura (O&M)Sub-divison,Dhod XEN(Rural)Sikar 34 Ladwa (O&M)Sub-divison,Dhod XEN(Rural)Sikar 35 Sewad Chhoti (O&M)Sub-divison,Dhod XEN(Rural)Sikar 36 moordunga (O&M)Sub-divison,Dhod XEN(Rural)Sikar 37 Netarwas (O&M)Sub-divison,Dhod XEN(Rural)Sikar 38 Sihot Badi (O&M)Sub-divison,Dhod XEN(Rural)Sikar 39 Anokhu (O&M)Sub-divison,Dhod XEN(Rural)Sikar

61

40 Somalao Balaji (O&M)Sub-divison,Dhod XEN(Rural)Sikar 41 Sarwadi (O&M)Sub-divison,Dhod XEN(Rural)Sikar 42 Nagwa (O&M)Sub-divison,Dhod XEN(Rural)Sikar 43 Molyasi (O&M)Sub-divison,Dhod XEN(Rural)Sikar 44 Pewa (O&M)Sub-divison,Dhod XEN(Rural)Sikar 45 Gothra Bhukaran (O&M), Kudan XEN(Rural)Sikar 46 Jerthi (O&M), Kudan XEN(Rural)Sikar 47 Akwa (O&M), Kudan XEN(Rural)Sikar 48 Badadar (O&M), Kudan XEN(Rural)Sikar 49 Palthana (O&M), Kudan XEN(Rural)Sikar 50 Sanwloda Purohitan (O&M), Kudan XEN(Rural)Sikar 51 Palri (O&M)S/Dn., XEN(O&M)Laxamangarh 52 Khiwasar (O&M)S/Dn., Laxmangarh XEN(O&M)Laxamangarh 53 Rahnawa (O&M)S/Dn., Laxmangarh XEN(O&M)Laxamangarh 54 Sankhoo (O&M)S/Dn., Laxmangarh XEN(O&M)Laxamangarh 55 Narodara (O&M)S/Dn., Laxmangarh XEN(O&M)Laxamangarh 56 Basani (O&M)S/Dn., Laxmangarh XEN(O&M)Laxamangarh 57 Beedsar (O&M) S/Dn.,Laxmangarh XEN(O&M)Laxamangarh 58 Modi Coleage (O&M) S/Dn.,Laxmangarh XEN(O&M)Laxamangarh 59 Antroli (O&M) S/Dn.,Laxmangarh XEN(O&M)Laxamangarh 60 Lalasi (O&M) S/Dn.,Laxmangarh XEN(O&M)Laxamangarh 61 Dudwa (O&M) S/Dn.,Laxmangarh XEN(O&M)Laxamangarh 62 Balaran (O&M) S/Dn.,Laxmangarh XEN(O&M)Laxamangarh 63 Laxmangarh BSNL (O&M) S/Dn.,Laxmangarh XEN(O&M)Laxamangarh 64 Hardayalpura Govindpura (O&M) S/Dn.,Fatehpur XEN(O&M)Laxamangarh 65 Rolsavsar (O&M) S/Dn.,Fatehpur XEN(O&M)Laxamangarh 66 Near Nimawat School (O&M) S/Dn.,Fatehpur XEN(O&M)Laxamangarh 67 Khuri (O&M) S/Dn.,Laxmangarh XEN(O&M)Laxamangarh 68 Mangloona (O&M) S/Dn.,Laxmangarh XEN(O&M)Laxamangarh 69 Bathoth (O&M) S/Dn.,Laxmangarh XEN(O&M)Laxamangarh 70 Jajod (O&M) S/Dn.,Laxmangarh XEN(O&M)Laxamangarh 71 Jasrasar (O&M) S/Dn.,Laxmangarh XEN(O&M)Laxamangarh 72 dantujala (O&M) S/Dn.,Laxmangarh XEN(O&M)Laxamangarh 73 pathoda (O&M) S/Dn.,Laxmangarh XEN(O&M)Laxamangarh 74 Batra Nau (O&M) S/Dn.,Laxmangarh XEN(O&M)Laxamangarh 75 Bhojasar (O&M) S/Dn.,Laxmangarh XEN(O&M)Laxamangarh 76 Bhilunda Nechhawa XEN(O&M)Laxamangarh 77 Sola Nechhawa XEN(O&M)Laxamangarh 78 Nechhawa Nechhawa XEN(O&M)Laxamangarh 79 Ganeri Nechhawa XEN(O&M)Laxamangarh 80 Vijaypura Nechhawa XEN(O&M)Laxamangarh 81 Udansar Nechhawa XEN(O&M)Laxamangarh 82 Rajpura Rural Fatehpur XEN(O&M)Laxamangarh 83 Garinda Rural Fatehpur XEN(O&M)Laxamangarh 84 Mardato Rural Fatehpur XEN(O&M)Laxamangarh 85 Beswa Rural Fatehpur XEN(O&M)Laxamangarh 86 Athwas Rural Fatehpur XEN(O&M)Laxamangarh

62

87 Sadeensar Rural Fatehpur XEN(O&M)Laxamangarh 88 Khuri Rural Fatehpur XEN(O&M)Laxamangarh 89 Harsawa bada Rural Fatehpur XEN(O&M)Laxamangarh 90 Bhakarwasi Rural Fatehpur XEN(O&M)Laxamangarh 91 Ramgarh (O&M),Ramgarh Shekhawati XEN(O&M)Laxamangarh 92 Sahnusar (O&M),Ramgarh Shekhawati XEN(O&M)Laxamangarh 93 Rukansar (O&M),Ramgarh Shekhawati XEN(O&M)Laxamangarh 94 Hardayalpura Govindpura (O&M)S/Dn.,Fatefpur XEN(O&M)Laxamangarh 95 Rolsabsar (O&M)S/Dn.,Fatefpur XEN(O&M)Laxamangarh 96 Near Nimawat School (O&M)S/Dn.,Fatefpur XEN(O&M)Laxamangarh 97 Bhilunda Nechhawa XEN(O&M)Laxamangarh 98 Ganeri Nechhawa XEN(O&M)Laxamangarh 99 Vijaypura Nechhawa XEN(O&M)Laxamangarh 100 Udansar (Rural), Fatehpur XEN(O&M)Laxamangarh 101 Mardato (Rural), Fatehpur XEN(O&M)Laxamangarh 102 Beswa (Rural), Fatehpur XEN(O&M)Laxamangarh 103 Ramgarh Shekhawati (O&M),Ramgarh Shekhawati XEN(O&M)Laxamangarh 104 Sahnusar (O&M),Ramgarh Shekhawati XEN(O&M)Laxamangarh 105 Rukansar (O&M),Ramgarh Shekhawati XEN(O&M)Laxamangarh 106 Arnia (O&M),S/Dn., XEN(O&M)Reengus 107 Abhawas (O&M),S/Dn.,Reengus XEN(O&M)Reengus 108 Simarla Jagir (O&M),S/Dn.,Reengus XEN(O&M)Reengus 109 Lampuwa (O&M),S/Dn.,Reengus XEN(O&M)Reengus 110 Bawari (O&M),S/Dn.,Reengus XEN(O&M)Reengus 111 Sonthaliya (O&M),S/Dn.,Reengus XEN(O&M)Reengus 112 Machhawali (O&M),S/Dn.,Reengus XEN(O&M)Reengus 113 Sargoth (O&M),S/Dn.,Reengus XEN(O&M)Reengus 114 Ladpura (O&M),S/Dn.,Reengus XEN(O&M)Reengus 115 Tiwari Ki Dhani (O&M),S/Dn.,Srimadhopur XEN(O&M)Reengus 116 Hanspur (O&M),S/Dn.,Srimadhopur XEN(O&M)Reengus 117 Bagariawas (O&M),S/Dn.,Srimadhopur XEN(O&M)Reengus 118 Nagal (O&M),S/Dn.,Srimadhopur XEN(O&M)Reengus 119 Dera Ramsagar (O&M),S/Dn.,Srimadhopur XEN(O&M)Reengus 120 Mau (O&M),S/Dn.,Srimadhopur XEN(O&M)Reengus 121 Kanchanpur (O&M),S/Dn.,Srimadhopur XEN(O&M)Reengus 122 Prathvipura (O&M),S/Dn.,Srimadhopur XEN(O&M)Reengus 123 Bassi (O&M),S/Dn.,Srimadhopur XEN(O&M)Reengus 124 Khedi(Charan) (O&M),S/Dn.,Srimadhopur XEN(O&M)Reengus 125 Jorawarnagar (O&M),S/Dn.,Srimadhopur XEN(O&M)Reengus 126 Teejawala Johara (O&M),S/Dn.,Srimadhopur XEN(O&M)Reengus 127 Holiya Ka Bas (O&M),S/Dn.,Srimadhopur XEN(O&M)Reengus 128 Neemdiwali Dhani (O&M),S/Dn.,Srimadhopur XEN(O&M)Reengus Sundarpura badalo ki 129 dhani (O&M),S/Dn.,Palasana XEN(O&M)Reengus 130 Sherpura (O&M),S/Dn.,Palasana XEN(O&M)Reengus 131 Gudha Kalan (O&M),S/Dn.,Palasana XEN(O&M)Reengus 132 (O&M),S/Dn.,Palasana XEN(O&M)Reengus

63

133 Jurathara (O&M),S/Dn.,Palasana XEN(O&M)Reengus 134 Mandha (Madani) (O&M),S/Dn.,Palasana XEN(O&M)Reengus 135 Todi madhopura (O&M),S/Dn.,Palasana XEN(O&M)Reengus 136 Ved ki Dhani (O&M),S/Dn.,Palasana XEN(O&M)Reengus 137 Rohi Raipura (O&M),S/Dn.,Palasana XEN(O&M)Reengus 138 Kochhor (O&M),S/Dn.,Palasana XEN(O&M)Reengus 139 RIICO (O&M),S/Dn.,Palasana XEN(O&M)Reengus 140 Dookiya (O&M),S/Dn.,Palasana XEN(O&M)Reengus 141 Garh Taknet (O&M), Ajeetgarh XEN(O&M)Reengus 142 Haripura (O&M), Ajeetgarh XEN(O&M)Reengus 143 Mangarh (O&M), Ajeetgarh XEN(O&M)Reengus 144 Tatera (O&M), Ajeetgarh XEN(O&M)Reengus 145 Lisadiya (O&M), Ajeetgarh XEN(O&M)Reengus 146 Hathi Deh (O&M), Ajeetgarh XEN(O&M)Reengus 147 Deorala (O&M), Ajeetgarh XEN(O&M)Reengus 148 Khurampura (O&M), Ajeetgarh XEN(O&M)Reengus 149 Ajeetgarh RICCO (O&M), Ajeetgarh XEN(O&M)Reengus 150 pachaar (O&M), S/Dn.,Khachariawas XEN(O&M)Dantaramgarh 151 Karad (O&M), S/Dn.,Khachariawas XEN(O&M)Dantaramgarh 152 Dansroli (O&M), S/Dn.,Khachariawas XEN(O&M)Dantaramgarh 153 Umada (O&M), S/Dn.,Khachariawas XEN(O&M)Dantaramgarh 154 Kuli (O&M), S/Dn.,Khachariawas XEN(O&M)Dantaramgarh 155 Rulana (O&M), S/Dn.,Khachariawas XEN(O&M)Dantaramgarh 156 Chaimpura (O&M), S/Dn.,Khachariawas XEN(O&M)Dantaramgarh 157 Chack (O&M), S/Dn.,Khachariawas XEN(O&M)Dantaramgarh 158 Kachariyawas (O&M), S/Dn.,Khachariawas XEN(O&M)Dantaramgarh 159 Mandha Surera (O&M), S/Dn., Rangarh XEN(O&M)Dantaramgarh 160 Doodwa (O&M), S/Dn., Rangarh XEN(O&M)Dantaramgarh 161 Roopgarh (O&M), S/Dn., Rangarh XEN(O&M)Dantaramgarh 162 Godiyawas (O&M), S/Dn., Rangarh XEN(O&M)Dantaramgarh 163 Suliyawas (O&M), S/Dn., Rangarh XEN(O&M)Dantaramgarh 164 Jeenwas (O&M), S/Dn., Rangarh XEN(O&M)Dantaramgarh 165 Mei (O&M), S/Dn., Rangarh XEN(O&M)Dantaramgarh 166 Lamiya (O&M), S/Dn., Khatushyamji XEN(O&M)Dantaramgarh 167 Harijanpura (O&M), S/Dn., Kanwat XEN(O&M)Neemkathana 168 Guhala (O&M), S/Dn., Kanwat XEN(O&M)Neemkathana 169 Hameerpura Klan (O&M), S/Dn., Kanwat XEN(O&M)Neemkathana 170 Pritampuri (O&M), S/Dn., Kanwat XEN(O&M)Neemkathana 171 Bhadwadi (O&M), S/Dn., Kanwat XEN(O&M)Neemkathana 172 Choukari (O&M), S/Dn., Kanwat XEN(O&M)Neemkathana 173 Govindpura (O&M), S/Dn., Kanwat XEN(O&M)Neemkathana 174 Challa (O&M), S/Dn., Kanwat XEN(O&M)Neemkathana 175 Basdi Khurd (O&M), S/Dn., Kanwat XEN(O&M)Neemkathana 176 Saladipura (O&M), S/Dn., XEN(O&M)Neemkathana 177 Goriya (O&M), S/Dn., Khandela XEN(O&M)Neemkathana 178 Doodhwalo ka bas (O&M), S/Dn., Khandela XEN(O&M)Neemkathana 179 Dulhepura (O&M), S/Dn., Khandela XEN(O&M)Neemkathana

64

180 Govindpura (O&M), S/Dn., Khandela XEN(O&M)Neemkathana 181 Barsinghpura (O&M), S/Dn., Khandela XEN(O&M)Neemkathana 182 Bhagega (O&M), S/Dn., Neemkathana XEN(O&M)Neemkathana 183 Gordhanpura (O&M), S/Dn., Neemkathana XEN(O&M)Neemkathana 184 Ganeshwar Nai Kothi (O&M), S/Dn., Neemkathana XEN(O&M)Neemkathana 185 Jeelo (O&M), S/Dn., Neemkathana XEN(O&M)Neemkathana 186 Dayal ki Nagal (O&M), S/Dn., Neemkathana XEN(O&M)Neemkathana 187 Nthaki Nangal (O&M), S/Dn., Neemkathana XEN(O&M)Neemkathana 188 Mahawa (O&M), S/Dn., Neemkathana XEN(O&M)Neemkathana Neemkathana Gawari XEN(O&M)Neemkathana 189 mod (O&M), S/Dn., Neemkathana 190 Mounda(R.S) (O&M), S/Dn., Neemkathana XEN(O&M)Neemkathana 191 Rajpura (O&M)S/Dn.,Patan XEN(O&M)Neemkathana 192 Toda (O&M)S/Dn.,Patan XEN(O&M)Neemkathana 193 Dabla (O&M)S/Dn.,Patan XEN(O&M)Neemkathana 194 Kishorpura (O&M)S/Dn.,Patan XEN(O&M)Neemkathana 195 Rajpura/Hemarajpura (O&M)S/Dn.,Patan XEN(O&M)Neemkathana 196 Cheeplata (O&M)S/Dn.,Thoi XEN(O&M)Neemkathana 197 Bamarda/Jharli (O&M)S/Dn.,Thoi XEN(O&M)Neemkathana 198 Sihodi (O&M)S/Dn.,Thoi XEN(O&M)Neemkathana

65

S-6 AJMER VIDYUT VITRAN NIGAM LIMITED LIST OF 33/11 KV GSS FOR AWARDING CONTRACT FOR THE YEAR 2017-18 UNDER Jhunjhunu CIRCLE S. Name of 33/11 KV GSS Name of Sub-division Name of Division No. 1 Chanana Chanana 2 Charawas Chanana Chirawa 3 Naglisaledisingh Chanana Chirawa 4 Solana Chanana Chirawa 5 Loyal Chanana Chirawa 6 Manota Jatan Chanana Chirawa 7 Natas Chanana Chirawa 8 Charansingh Nagar Chanana Chirawa 9 Chirawa Chirawa Chirawa 10 Pichanwa Chirawa Chirawa 11 Narhar Chirawa Chirawa 12 Ismailpur Chirawa Chirawa 13 Arooka Chirawa Chirawa 14 Devroad Chirawa Chirawa 15 Ojtoo Chirawa Chirawa 16 Sahi Kalan Chirawa Chirawa Chirawa (220 KV GSS 17 Chirawa Chirawa Campus) 18 Heerwa Chirawa Chirawa 19 Dulania Chirawa 20 Khudania Pilani Chirawa 21 Peepli Pilani Chirawa 22 Bangothari Pilani Chirawa 23 Dhindhwa Bichla Pilani Chirawa 24 Chhaprasardarpura Pilani Chirawa 25 Jeherli Pilani Chirawa 26 Haminpur Pilani Chirawa 27 Pilani City-I Pilani Chirawa 28 Pilani City-II Pilani Chirawa 29 Kithana Sultana Chirawa 30 Keharpura Khurd Sultana Chirawa 31 Kayamsar Sultana Chirawa 32 Keharpura Kalan Sultana Chirawa 33 Ardawata Sultana Chirawa 34 Gidania Sultana Chirawa 35 Surajgarh Chirawa

66

36 Baloda Surajgarh Chirawa 37 Kulotha Khurd Surajgarh Chirawa 38 Kajara Surajgarh Chirawa 39 Kakora Surajgarh Chirawa 40 Swami Sehi Surajgarh Chirawa 41 Jakhod Surajgarh Chirawa 42 Bijoli Surajgarh Chirawa 43 Berla Surajgarh Chirawa 44 Mahapalwas Surajgarh Chirawa 45 Kuloth Kalan Surajgarh Chirawa 46 Badsari ka bas Surajgarh Chirawa 47 JJN, Bagar Road Jhunjhunu (O) Jhunjhunu (O) 48 RIICO JJN Jhunjhunu (O) Jhunjhunu (O) 49 JK Modi School Road No.2 Jhunjhunu (O) Jhunjhunu (O) 50 Housing Board Jhunjhunu (O) Jhunjhunu (O) 51 Mani Vihar Jhunjhunu (O) Jhunjhunu (O) 52 Mandawa Jhunjhunu (O) 53 Hetamsar Mandawa Jhunjhunu (O) 54 Nua Mandawa Jhunjhunu (O) 55 Sigra Mandawa Jhunjhunu (O) 56 Shekhsar Mandawa Jhunjhunu (O) 57 Bissau Bissau Jhunjhunu (O) 58 Gangiyasar Bissau Jhunjhunu (O) 59 Churella Bissau Jhunjhunu (O) 60 Chandwa Bissau Jhunjhunu (O) 61 Tain Bissau Jhunjhunu (O) 62 Ponkh Nawalgarh 63 Dhamora Gudhagorji Nawalgarh 64 Gadlakalan Gudhagorji Nawalgarh 65 Jakhal Gudhagorji Nawalgarh 66 Todi Gudhagorji Nawalgarh 67 Bhorki Gudhagorji Nawalgarh 68 Raghunathpura Gudhagorji Nawalgarh 69 Titanwar Gudhagorji Nawalgarh 70 Neem Ki Dhani Gudhagorji Nawalgarh 71 Chanwara Gudhagorji Nawalgarh 72 Keerpura Gudhagorji Nawalgarh 73 Bijaraniya ki dhani Gudhagorji Nawalgarh 74 kakrana Gudhagorji Nawalgarh 75 Signore Gudhagorji Nawalgarh 76 Mukundgarh Nawalgarh 77 Kumawas Mukundgarh Nawalgarh 78 Dundlod Mukundgarh Nawalgarh

67

79 Devgoan Mukundgarh Nawalgarh 80 Kairu Mukundgarh Nawalgarh 81 Dabari Baloda Mukundgarh Nawalgarh 82 Doomara Mukundgarh Nawalgarh 83 Bugala Mukundgarh Nawalgarh 84 Churi Ajeetgarh Mukundgarh Nawalgarh 85 Goriwara Mukundgarh Nawalgarh 86 Sotwara Mukundgarh Nawalgarh 87 Nawalgarh Nawalgarh (O) Nawalgarh 88 Chirana / Golyana Nawalgarh 89 Bagoli Udaipurwati Nawalgarh 90 Chhapoli Udaipurwati Nawalgarh 91 Dholakhera Udaipurwati Nawalgarh 92 Jaitpura Udaipurwati Nawalgarh 93 Tonk Chhilri Udaipurwati Nawalgarh 94 Birol Nawalgarh (R) Nawalgarh 95 Basawa Nawalgarh (R) Nawalgarh 96 Kari Nawalgarh (R) Nawalgarh 97 Devgaon Parasrampura Nawalgarh (R) Nawalgarh 98 Parasrampura Nawalgarh (R) Nawalgarh 99 Kolsiya Nawalgarh (R) Nawalgarh 100 Jhajhar Nawalgarh (R) Nawalgarh 101 Bagar Bagar Jhunjhunu (R) 102 Mandrella Bagar Jhunjhunu (R) 103 Bakhtawarpura Bagar Jhunjhunu (R) 104 Lalpur Bagar Jhunjhunu (R) 105 Lamba Bagar Jhunjhunu (R) 106 Alipur Bagar Jhunjhunu (R) 107 Islampur Makhar Bagar Jhunjhunu (R) 108 Kali Pahari Bagar Jhunjhunu (R) 109 Jakoda Bagar Jhunjhunu (R) 110 Bas Budana Bagar Jhunjhunu (R) 111 Nunia Gothara Bagar Jhunjhunu (R) 112 Maligaon Bagar Jhunjhunu (R) 113 Malsisar Jhunjhunu (R) 114 Lootu Malsisar Jhunjhunu (R) 115 Dhandhuri Malsisar Jhunjhunu (R) 116 Dabri Dhirsingh Malsisar Jhunjhunu (R) 117 Alsisar Malsisar Jhunjhunu (R) 118 Kant Malsisar Jhunjhunu (R) 119 Jabasar Malsisar Jhunjhunu (R) 120 Jhatawa Khurd Malsisar Jhunjhunu (R) 121 Hansasar Malsisar Jhunjhunu (R)

68

122 Bharunda Kalan Jhunjhunu (R) Jhunjhunu (R) 123 Khajpur Jhunjhunu (R) Jhunjhunu (R) 124 Bakra Jhunjhunu (R) Jhunjhunu (R) 125 Durjanpura Jhunjhunu (R) Jhunjhunu (R) 126 Sonasar Jhunjhunu (R) Jhunjhunu (R) 127 Patusari Jhunjhunu (R) Jhunjhunu (R) 128 Udawas Jhunjhunu (R) Jhunjhunu (R) 129 Bibasar Jhunjhunu (R) Jhunjhunu (R) 130 Indali Jhunjhunu (R) Jhunjhunu (R) 131 Nayasar Jhunjhunu (R) Jhunjhunu (R) 132 Bhimsar Jhunjhunu (R) Jhunjhunu (R) 133 Narsinghpura Jhunjhunu (R) Jhunjhunu (R) 134 Badagaon Baragaon Jhunjhunu (R) 135 Binjusar Baragaon Jhunjhunu (R) 136 Chhawasari Baragaon Jhunjhunu (R) 137 Bhatiwar Baragaon Jhunjhunu (R) 138 Ghaseda Nagar 139 Kakra Buhana Khetri Nagar 140 Barbar Buhana Khetri Nagar 141 Pacheri Kalan Buhana Khetri Nagar 142 Kuharwas Buhana Khetri Nagar 143 Dhulwa Buhana Khetri Nagar

69

S-7 AJMER VIDYUT VITRAN NIGAM LIMITED LIST OF 33/11 KV GSS FOR AWARDING CONTRACT FOR THE YEAR 2017-18 UNDER Chittorgarh CIRCLE Name of 33/11 KV S. No. Name of Sub-Division Name of division GSS 1 Gadola AEN (O&M) Nimbahera 2 Keli AEN (O&M) Nimbahera Nimbahera 3 Jaliya AEN (O&M) Nimbahera Nimbahera 4 Bhagwanpura AEN (Rural) Nimbahera Nimbahera 5 Shobhawali AEN (Rural) Nimbahera Nimbahera 6 Jawda AEN (Rural) Nimbahera Nimbahera 7 Lasdawan AEN (Rural) Nimbahera Nimbahera 8 Marjivi AEN (Rural) Nimbahera Nimbahera 9 Badoli Modhasingh AEN (Rural) Nimbahera Nimbahera 10 Bansi AEN (O&M) Barisadri Nimbahera 11 Pind Bhanuja AEN (O&M) Barisadri Nimbahera 12 Jarkhana AEN (O&M) Barisadri Nimbahera 13 Parsoli AEN (O&M) Barisadri Nimbahera 14 Khardevla AEN (O&M) Barisadri Nimbahera 15 Boheda AEN (O&M) Barisadri Nimbahera 16 Linkoda AEN (O&M) Barisadri Nimbahera 17 Nikumbh AEN (O&M) Barisadri Nimbahera 18 Mujawa AEN (O&M) Barisadri Nimbahera 19 Pandeda AEN (O&M) Barisadri Nimbahera 20 Kewalpura AEN (O&M) Barisadri Nimbahera 21 Kharmeliya AEN (O&M) Barisadri Nimbahera 22 Kachumra AEN (O&M) Barisadri Nimbahera 23 Delwas AEN (O&M) Dungla Nimbahera 24 Biloda AEN (O&M) Dungla Nimbahera 25 Lothiyana AEN (O&M) Dungla Nimbahera 26 Chapari AEN (O&M) Dungla Nimbahera 27 Pirana AEN (O&M) Dungla Nimbahera 28 Kisan Kareri AEN (O&M) Dungla Nimbahera 29 Chikarda AEN (O&M) Dungla Nimbahera 30 Dungla AEN (O&M) Dungla Nimbahera 31 Mangalwar AEN (O&M) Dungla Nimbahera 32 Morvan AEN (O&M) Dungla Nimbahera 33 Gardhana AEN (O&M) Bhadesar Nimbahera 34 Soniyana AEN (O&M) Bhadesar Nimbahera 35 Bamankheri AEN (O&M) Bhadesar Nimbahera 36 Napaniya AEN (O&M) Bhadesar Nimbahera 37 Bansen AEN (O&M) Bhadesar Nimbahera 38 Sukhwada AEN (O&M) Bhadesar Nimbahera 39 Akeya AEN (O&M) Bhadesar Nimbahera 40 Dheerji Ka Khera AEN (O&M) Bhadesar Nimbahera 70

41 Kuthana AEN (O&M) Bhadesar Nimbahera 42 Leswa AEN (O&M) Bhadesar Nimbahera 43 Bhadesar AEN (O&M) Bhadesar Nimbahera 44 Kannoj AEN (O&M) Bhadesar Nimbahera 45 Mandpiya AEN (O&M) Bhadesar Nimbahera 46 Bhadsoda AEN (O&M) Bhadesar Nimbahera 47 Napawali AEN (O&M) Bhadesar Nimbahera 48 Bhalundi AEN (O&M) Bhadesar Nimbahera 49 Khodip AEN (O&M) Bhadesar Nimbahera 50 Kanera AEN (O&M) Mangrol Nimbahera 51 Annoda AEN (O&M) Mangrol Nimbahera 52 Satkhanda AEN (O&M) Mangrol Nimbahera 53 Arniya Joshi AEN (O&M) Mangrol Nimbahera 54 Bangreda Ghata AEN (O&M) Mangrol Nimbahera 55 Karunda AEN (O&M) Mangrol Nimbahera 56 Sarsi Melana AEN (O&M) Mangrol Nimbahera 57 Nimbhahera AEN (O&M) Mangrol Nimbahera 58 RIICO Nimbhahera AEN (O&M) Mangrol Nimbahera 59 Dashera Miadan AEN (O&M) Mangrol Nimbahera 60 Welcome Chohraya AEN (O&M) Mangrol Nimbahera 61 Ranikhera AEN (O&M) Mangrol Nimbahera 62 Binota AEN (O&M) Mangrol Nimbahera 63 Badi AEN (O&M) Mangrol Nimbahera 64 Badisadri AEN (O&M) Mangrol Nimbahera 65 Mangrol AEN (O&M) Mangrol Nimbahera 66 Sathkhanda AEN (O&M) Mangrol Nimbahera 67 Arnoda AEN (O&M) Mangrol Nimbahera 68 Badoli Modha singh AEN (O&M) Mangrol Nimbahera 69 Manpura AEN(Rural)Chittorgarh XEN(DD)Chittorgarh 70 Netawal Garh AEN(Rural)Chittorgarh XEN(DD)Chittorgarh 71 Kasara Khedi AEN(Rural)Chittorgarh XEN(DD)Chittorgarh 72 Satpuda AEN(Rural)Chittorgarh XEN(DD)Chittorgarh 73 Dhanet AEN(Rural)Chittorgarh XEN(DD)Chittorgarh 74 Sajjanpura AEN(Rural)Chittorgarh XEN(DD)Chittorgarh 75 Lakha ka Khera AEN(Rural)Chittorgarh XEN(DD)Chittorgarh 76 Kasmor AEN(Rural)Chittorgarh XEN(DD)Chittorgarh 77 Gosunda AEN(Rural)Chittorgarh XEN(DD)Chittorgarh 78 Bassi AEN(O&M) Bassi XEN(DD)Chittorgarh 79 Nagari AEN(O&M) Bassi XEN(DD)Chittorgarh 80 Palka AEN(O&M) Bassi XEN(DD)Chittorgarh 81 Palcha AEN(O&M) Bassi XEN(DD)Chittorgarh 82 Sadi AEN(O&M) Bassi XEN(DD)Chittorgarh 83 Bijaipur AEN(O&M) Bassi XEN(DD)Chittorgarh 84 Sonagar AEN(O&M) Bassi XEN(DD)Chittorgarh 85 Bechore AEN(O&M) Bassi XEN(DD)Chittorgarh 86 parsoli AEN(O&M) Bassi XEN(DD)Chittorgarh 87 rajgarh AEN(O&M) Bassi XEN(DD)Chittorgarh

71

88 Dugar AEN(O&M) Bassi XEN(DD)Chittorgarh 89 Sawa AEN(O&M) Sawa XEN(DD)Chittorgarh 90 Jalampura AEN(O&M) Sawa XEN(DD)Chittorgarh 91 Ghatiyawali AEN(O&M) Sawa XEN(DD)Chittorgarh 92 Shambupura AEN(O&M) Sawa XEN(DD)Chittorgarh 93 Sahenwa AEN(O&M) Sawa XEN(DD)Chittorgarh 94 Thikiriya AEN(O&M) Sawa XEN(DD)Chittorgarh 95 Patniya AEN(O&M) Sawa XEN(DD)Chittorgarh 96 Gilund AEN(O&M) Sawa XEN(DD)Chittorgarh 97 AEN(O&M) Sawa XEN(DD)Chittorgarh 98 Kunwaliya AEN(O&M) Gangrar XEN(DD)Chittorgarh 99 Indora AEN(O&M) Gangrar XEN(DD)Chittorgarh 100 Ajoliya ka Khera AEN(O&M) Gangrar XEN(DD)Chittorgarh 101 Putholi AEN(O&M) Gangrar XEN(DD)Chittorgarh 102 Soniyana AEN(O&M) Gangrar XEN(DD)Chittorgarh 103 Nimbahera AEN(O&M) Gangrar XEN(DD)Chittorgarh 104 Saran AEN(O&M) Gangrar XEN(DD)Chittorgarh 105 Borda AEN(O&M) Gangrar XEN(DD)Chittorgarh 106 Sudri AEN(O&M) Gangrar XEN(DD)Chittorgarh 107 Sadas AEN(O&M) Gangrar XEN(DD)Chittorgarh 108 Chogawadi AEN(O&M) Gangrar XEN(DD)Chittorgarh 109 Samriya Kala AEN(O&M) XEN(DD)Chittorgarh 110 Katunda Mod AEN(O&M) Begun XEN(DD)Chittorgarh 111 Chenchi AEN(O&M) Begun XEN(DD)Chittorgarh 112 Govindpura AEN(O&M) Begun XEN(DD)Chittorgarh 113 Meghpura AEN(O&M) Begun XEN(DD)Chittorgarh 114 Dhamacha AEN(O&M) Begun XEN(DD)Chittorgarh 115 Tejpur AEN(O&M) Begun XEN(DD)Chittorgarh 116 Gunta AEN(O&M) Begun XEN(DD)Chittorgarh 117 Rayti AEN(O&M) Begun XEN(DD)Chittorgarh 118 Suwaniya AEN(O&M) Begun XEN(DD)Chittorgarh 119 Anoppura AEN(O&M) Begun XEN(DD)Chittorgarh 120 Madhopur ITI AEN(O&M) Begun XEN(DD)Chittorgarh 121 Nandwai AEN(O&M) Begun XEN(DD)Chittorgarh 122 Pandoli AEN(O&M) Begun XEN(DD)Chittorgarh 123 Ghasunda AEN(O&M) Begun XEN(DD)Chittorgarh 124 Narela AEN(O&M) Begun XEN(DD)Chittorgarh 125 Gangrar AEN(O&M) Begun XEN(DD)Chittorgarh 126 Begun AEN(O&M) Begun XEN(DD)Chittorgarh 127 Anwalhera AEN(O&M) Begun XEN(DD)Chittorgarh 128 Borav AEN(O&M) Begun XEN(DD)Chittorgarh 129 Eklingpura AEN(O&M) Begun XEN(DD)Chittorgarh 130 Jawda AEN(O&M) Begun XEN(DD)Chittorgarh 131 Bhainsrodgarh AEN(O&M) Begun XEN(DD)Chittorgarh 132 Kua Khera AEN(O&M) Begun XEN(DD)Chittorgarh 133 Powerhouse AEN(O&M) Begun XEN(DD)Chittorgarh 134 Khati Khera AEN(O&M) Begun XEN(DD)Chittorgarh

72

135 Devpura AEN(O&M) Begun XEN(DD)Chittorgarh 136 Kesarpura AEN(O&M) Begun XEN(DD)Chittorgarh 137 Badodiya AEN(O&M) Begun XEN(DD)Chittorgarh

S-8 AJMER VIDYUT VITRAN NIGAM LIMITED LIST OF 33/11 KV GSS FOR AWARDING CONTRACT FOR THE YEAR 2017-18 UNDER Pratapgarh CIRCLE S. Name of Sub-Division Name of Division No. Name of GSS 1 Amlawad AEN( Rural), Pratapgarh XEN (O&M), Pratapgarh 2 Panmodi AEN( Rural), Pratapgarh XEN (O&M), Pratapgarh 3 Sidhpura AEN( Rural), Pratapgarh XEN (O&M), Pratapgarh 4 Rathanjana AEN( Rural), Pratapgarh XEN (O&M), Pratapgarh 5 Dikniya AEN( Rural), Pratapgarh XEN (O&M), Pratapgarh 6 Nakor AEN( Rural), Pratapgarh XEN (O&M), Pratapgarh 7 Bardiya AEN( Rural), Pratapgarh XEN (O&M), Pratapgarh 8 Devgarh AEN( Rural), Pratapgarh XEN (O&M), Pratapgarh 9 Barawarda AEN( Rural), Pratapgarh XEN (O&M), Pratapgarh 10 Tophakheda AEN( Rural), Pratapgarh XEN (O&M), Pratapgarh 11 Dhamotar AEN( Rural), Pratapgarh XEN (O&M), Pratapgarh 12 Gagrol AEN(O&M), Chhotisadri XEN (O&M), Pratapgarh 13 Dhamniya AEN(O&M), Chhotisadri XEN (O&M), Pratapgarh 14 Siyakheri AEN(O&M), Chhotisadri XEN (O&M), Pratapgarh 15 Chhotisadri AEN(O&M), Chhotisadri XEN (O&M), Pratapgarh 16 Ramdevji AEN(O&M), Chhotisadri XEN (O&M), Pratapgarh 17 Ambawali AEN(O&M), Chhotisadri XEN (O&M), Pratapgarh 18 Jalodiya Kelukheda AEN(O&M), Chhotisadri XEN (O&M), Pratapgarh 19 Bambori AEN(Rural), Chhotisadri XEN (O&M), Pratapgarh 20 karunda AEN(Rural), Chhotisadri XEN (O&M), Pratapgarh 21 Satola AEN(Rural), Chhotisadri XEN (O&M), Pratapgarh 22 Baseda AEN(Rural), Chhotisadri XEN (O&M), Pratapgarh 23 Jaloda Jagir AEN(Rural), Chhotisadri XEN (O&M), Pratapgarh 24 Barwada naka AEN(Rural), Chhotisadri XEN (O&M), Pratapgarh 25 Ganeshpura AEN(Rural), Chhotisadri XEN (O&M), Pratapgarh 26 Pilikheda AEN(Rural), Chhotisadri XEN (O&M), Pratapgarh 27 Semarthali AEN(Rural), Chhotisadri XEN (O&M), Pratapgarh 28 Jawahar AEN(O&M), XEN (O&M), Pratapgarh 29 Dewala AEN(O&M),Dhariawad XEN (O&M), Pratapgarh 30 Bildiya AEN(O&M),Dhariawad XEN (O&M), Pratapgarh 31 Naya Boriya AEN(O&M),Dhariawad XEN (O&M), Pratapgarh 32 Bhojpur AEN(O&M),Dhariawad XEN (O&M), Pratapgarh 33 Mandavi AEN(O&M),Dhariawad XEN (O&M), Pratapgarh 34 Kulthana AEN (O&M),Pratapgarh XEN(DD), Pratapgarh 35 Aswata AEN (O&M),Pratapgarh XEN(DD), Pratapgarh

73

36 Mokhampura AEN (O&M),Pratapgarh XEN(DD), Pratapgarh 37 Dabada AEN (O&M),Pratapgarh XEN(DD), Pratapgarh 38 Kherot AEN (O&M),Pratapgarh XEN(DD), Pratapgarh 39 Manohargarh AEN (O&M),Pratapgarh XEN(DD), Pratapgarh 40 Barotha AEN (O&M),Pratapgarh XEN(DD), Pratapgarh 41 Sidheriya AEN (O&M),Pratapgarh XEN(DD), Pratapgarh 42 Basera AEN (O&M),Pratapgarh XEN(DD), Pratapgarh 43 Gotameshwar AEN(O&M), Arnod XEN(DD), Pratapgarh 44 Badisakhtali AEN(O&M), Arnod XEN(DD), Pratapgarh 45 Barkheri AEN(O&M), Arnod XEN(DD), Pratapgarh 46 Jajali AEN(O&M), Arnod XEN(DD), Pratapgarh 47 Boradiya AEN(O&M), Arnod XEN(DD), Pratapgarh 48 Fatehgarh AEN(O&M), Arnod XEN(DD), Pratapgarh 49 Kachotiya AEN(O&M), Peepalkhunt XEN(DD), Pratapgarh 50 Lamba Dabra AEN(O&M), Peepalkhunt XEN(DD), Pratapgarh 51 Ghantali AEN(O&M), Peepalkhunt XEN(DD), Pratapgarh 52 Kelemela AEN(O&M), Peepalkhunt XEN(DD), Pratapgarh 53 Suhagpura AEN(O&M), Peepalkhunt XEN(DD), Pratapgarh 54 Peepalkhunt AEN(O&M), Peepalkhunt XEN(DD), Pratapgarh

74

S-9 AJMER VIDYUT VITRAN NIGAM LIMITED

LIST OF 33/11 KV GSS FOR AWARDING CONTRACT FOR THE YEAR 2017-18 UNDER RAJSAMAND CIRCLE S. No. Name of Division Name of S/D Name of Sub-Station 1 Kankroli Kankroli Piparda 2 Kankroli Kankroli Kunwaria 3 Kankroli Kankroli Pandolai 4 Kankroli Kankroli Mohi 5 Kankroli Kankroli Rajyawas 6 Kankroli Kankroli Farara 7 Kankroli Kankroli Bhawa 8 Kankroli Kankroli Maha Satiyo Ki Mandri 9 Kankroli Rajnagar RIICO, Rajnagar 10 Kankroli Rajnagar Sundercha 11 Kankroli Rajnagar Sanghat Kala 12 Kankroli Rajnagar Sanwad 13 Kankroli Kelwa Devpura 14 Kankroli Kelwa Bamantunkda 15 Kankroli Kelwa Sapol 16 Kankroli Kelwa Sardul Khera 17 Kankroli Kelwa Umthi 18 Kankroli Kelwa Morwad 19 Kankroli Kelwa Puthiya 20 Kankroli Kelwa Khatamala 21 Kankroli Kelwa Kelwa 22 Kankroli Railmangar Kuraj 23 Kankroli Railmangar Charana 24 Kankroli Railmangar Bhoorwara 25 Kankroli Railmangar Karoliya 26 Kankroli Railmangar Chhapri 27 Kankroli Railmangar Pachhamta 28 Kankroli Railmangar Kotri 29 Kankroli Railmangar Joonda 30 Kankroli Railmangar Gilund 31 Amet Agria 32 Amet Amet Simal 33 Amet Amet Galwa 34 Amet Amet Sakarda 35 Amet Amet Gugli 36 Amet Amet Jetpura 37 Amet Amet Tanwan 38 Amet Amet Dhelana 39 Amet Amet Fatehpuriya 75

40 Amet Amet Ghosundi 41 Amet Amet Olnakheda 42 Amet Amet Dowada Mata Ji 43 Amet Deogarh Dolpura 44 Amet Deogarh Lassani 45 Amet Deogarh Kunwathal 46 Amet Deogarh Payri 47 Amet Deogarh Baggar 48 Amet Deogarh Tal 49 Amet Deogarh Kakrod 50 Amet Deogarh Tegi 51 Amet Deogarh Madariya 52 Amet Deogarh Narana 53 Amet Bhim Barar 54 Amet Bhim Ajitgarh 55 Amet Bhim Shekhawas 56 Amet Bhim Jassa Khera 57 Amet Kelwara Sevantri 58 Amet Kelwara Dhanin 59 Amet Kelwara Koyal 60 Amet Kelwara Richhed 61 Amet Kelwara Data Niwas 62 Amet Kelwara Sathiya 63 Nathdwara Ganesh Tekri 64 Nathdwara Nathdwara Old Power House 65 Nathdwara Nathdwara Lal Baag 66 Nathdwara Nathdwara Gunjol 67 Nathdwara Nathdwara Dhanyla 68 Nathdwara Nathdwara Maniyana 69 Nathdwara Nathdwara Kothariya 70 Nathdwara Nathdwara Uthnol 71 Nathdwara Delwara Nedach 72 Nathdwara Delwara Negdia 73 Nathdwara Delwara Ghoda Ghati 74 Nathdwara Delwara Bilota 75 Nathdwara Khamnor Sisoda 76 Nathdwara Khamnor Bada Bhanuja 77 Nathdwara Khamnor Saloda 78 Nathdwara Khamnor Tantol 79 Nathdwara Khamnor Gaonguda

76

S-10 AJMER VIDYUT VITRAN NIGAM LIMITED LIST OF 33/11 KV GSS FOR AWARDING CONTRACT FOR THE YEAR 2017-18 UNDER UDAIPUR CIRCLE S. No. Name of Division Name of Sub- Division Name of Sub-Station 1 Thoor Badgaon DD-II 2 Loosing Badgaon DD-II 3 Varda Badgaon DD-II 4 Kailashpuri Badgaon DD-II 5 Amberi Badgaon DD-II 6 Iswal Badgaon DD-II 7 Vas Gogunda DD-II 8 Jaswantgarh Gogunda DD-II 9 Chorbawdi Gogunda DD-II 10 Nandeshma Gogunda DD-II 11 Majawad Gogunda DD-II 12 Diyan Gogunda DD-II 13 Paner Gogunda DD-II 14 Komol Gogunda DD-II 15 Gogunda Gogunda DD-II 16 Som DD-II 17 Phalasiya Jhadol DD-II 18 Ogna Jhadol DD-II 19 Baghpura Jhadol DD-II 20 Gorana Jhadol DD-II 21 Magvas Jhadol DD-II 22 Luniyara Jhadol DD-II 23 Jhadol Jhadol DD-II 24 Devla Kotra DD-II 25 Bekriya Kotra DD-II 26 Khajuriya Kotra DD-II 27 Badli Kotra DD-II 28 Kotra Kotra DD-II 29 Bicchedi Girwa DD-I 30 Tidi Girwa DD-I 31 Paduna Girwa DD-I 32 Sakroda Girwa DD-I 33 Jharno Ki Saray Girwa DD-I 34 Umarda Girwa DD-I 35 Lakadwas Girwa DD-I 36 Chandesra Debari DD-I 37 Salera Debari DD-I 38 Ghasa Debari DD-I 77

39 Noorda Debari DD-I 40 Pankaj Agro Debari DD-I 41 Bansliya Mavli DD-I 42 Badiyar Mavli DD-I 43 Lopda Mavli DD-I 44 Changedi Mavli DD-I 45 Jaiwana Mavli DD-I 46 Thamla Mavli DD-I 47 Intali Mavli DD-I 48 Aaoliyon Ki Madri Mavli DD-I 49 Palana Kala Mavli DD-I 50 Sanwad Mavli DD-I 51 Shah Ji ki Bhagal Bhinder 52 Vajja Kheda Bhinder Bhinder 53 Kundai Bhinder Bhinder 54 Savna Bhinder Bhinder 55 Hinta Bhinder Bhinder 56 Badgaon Bhinder Bhinder 57 Kunthwas Bhinder Bhinder 58 Amarpura (Ja.) Bhinder Bhinder 59 Kanore Bhinder Bhinder 60 Rajpura Bhinder Bhinder 61 Kalibhit Bhinder Bhinder 62 Lasadia Bhinder Bhinder 63 Kun Bhinder Bhinder 64 Arniya Bhinder Bhinder 65 Aggad Bhinder Bhinder 66 Akola Bhinder Bhinder 67 Vallabhnagar Vallabhnagar Bhinder 68 Vallabhnagar Bhinder 69 Tarawat Vallabhnagar Bhinder 70 Dhamaniya Vallabhnagar Bhinder 71 Menar Vallabhnagar Bhinder 72 Navaniya Vallabhnagar Bhinder 73 Barodiya Vallabhnagar Bhinder 74 Amarpura Vallabhnagar Bhinder 75 Bhopakhera Vallabhnagar Bhinder 76 Kheroda Vallabhnagar Bhinder 77 Batheda Khurd Vallabhnagar Bhinder 78 Laxmanpura Vallabhnagar Bhinder 79 Jaspura Vallabhnagar Bhinder 80 Jagat Kurabad Bhinder 81 Bambora Kurabad Bhinder 82 Gudli Kurabad Bhinder 83 Adkaliya Urban Salumber Salumber 84 Kherad Urban Salumber Salumber 85 Banoda Urban Salumber Salumber

78

86 Karawali Urban Salumber Salumber 87 Utharda Urban Salumber Salumber 88 Idana Urban Salumber Salumber 89 Kharda Urban Salumber Salumber 90 Jhallara Rural Salumber Salumber 91 Bhabhrana Rural Salumber Salumber 92 Sheshpur Rural Salumber Salumber 93 Karakla Rural Salumber Salumber 94 Manpur Rural Salumber Salumber 95 Dagar Rural Salumber Salumber 96 Bamniya Rural Salumber Salumber 97 Seriya Rural Salumber Salumber 98 Prasad Sarada Salumber 99 Semari Sarada Salumber 100 Bhorai Sarada Salumber 101 Dingri Sarada Salumber 102 Badgaon Sarada Salumber 103 Jhadol Sarada Salumber 104 Jaisamand Sarada Salumber 105 Paiodra Sarada Salumber 106 Kevda Sarada Salumber 107 Babermal Sarada Salumber 108 Baghthala Sarada Salumber 109 Javad Sarada Salumber 110 Devpura Sarada Salumber 111 Gadawat Salumber 112 Kagder Rishabhdeo Salumber 113 Masaro Ki Obri Rishabhdeo Salumber 114 Chorai Rishabhdeo Salumber 115 Bhudar Rishabhdeo Salumber 116 Pandyawara Rishabhdeo Salumber 117 Khanmeen Kherwara Salumber 118 Kanbai Kherwara Salumber 119 Patiya Kherwara Salumber 120 Sarera Kherwara Salumber 121 Jawas Kherwara Salumber 122 Baydi Kherwara Salumber 123 Sulai Kherwara Salumber 124 Bawalwada Kherwara Salumber 125 Paldi Madhuban CD-I 126 Chitrakut Madhuban CD-I 127 Nai Ambamata CD-I 128 Alsigarh Ambamata CD-I 129 Kodiyar Ambamata CD-I 130 UCCI Madri CD-II 131 Dakan Kotra Savina CD-II 132 Eklingpura Sec 4 CD-II

79

133 Bhinder Bhinder Bhinder 134 Bhatewar Vallabhnagar Bhinder 135 Kurabad Kurabad Bhinder

S-11 AJMER VIDYUT VITRAN NIGAM LIMITED LIST OF 33/11 KV GSS FOR AWARDING CONTRACT FOR THE YEAR 2017-18 UNDER BANSWARA CIRCLE S.No. Division Sub-Division 33/11 KV Sub-station 1 Banswara Banswara(City-I) Indira colony 2 Banswara Banswara(City-I) Housing board 3 Banswara Banswara(City-II) Peepalwa 4 Banswara Banswara(City-II) Mahidam 5 Banswara Banswara(City-II) Surpur 6 Banswara Banswara(City-II) Kupara 7 Banswara Banswara(City-II) Nichala ghantala 8 Banswara Banswara(Rural) Badrel 9 Banswara Banswara(Rural) Chhotisarwan 10 Banswara Banswara(Rural) Padla 11 Banswara Banswara(Rural) Ganau 12 Banswara Banswara(Rural) Veerpur 13 Banswara Banswara(Rural) Khedawadlipada 14 Banswara Banswara(Rural) Moongthali 15 Banswara Banswara(Rural) Jahapura 16 Banswara Ghatol Senawasa 17 Banswara Ghatol Borda 18 Banswara Ghatol Motagaon 19 Banswara Ghatol Dungariya 20 Banswara Ghatol Bhuwasa 21 Banswara Ghatol Devda 22 Bagidora Bagidora Nogama 23 Bagidora Bagidora Barodiya 24 Bagidora Bagidora Karji 25 Bagidora Bagidora sallopat 26 Bagidora Bagidora Gangartalai 27 Bagidora Bagidora Bodigama 28 Bagidora Anandpuri Anandpuri 29 Bagidora Anandpuri Chordi 30 Bagidora Anandpuri Chhaja 31 Bagidora Sajjangarh 32 Bagidora Kushalgarh Dungara 33 Bagidora Kushalgarh Hejamal 34 Bagidora Kushalgarh Chhotisarwa 35 Bagidora Kushalgarh Tambesara 80

36 Bagidora Kushalgarh Patan 37 Bagidora Partapur Badisaredi 38 Bagidora Partapur Paloda 39 Bagidora Partapur Lohariya 40 Bagidora Partapur Kumji ka parda 41 Bagidora Partapur Rohida 42 Bagidora Garhi Bori 43 Bagidora Garhi Jolana 44 Bagidora Garhi Anjana 45 Bagidora Garhi Raiyana 46 Bagidora Garhi Daduka 47 Banswara Banswara(City-I) Kushalbagh 48 Banswara Banswara(City-I) Thikariya 49 Banswara Banswara(City-I) Rohininagar 50 Banswara Banswara(City-I) Badgaon 51 Banswara Banswara(City-I) Madareshwer 52 Banswara Banswara(Rural) Talwara 53 Banswara Banswara(Rural) Surwania 54 Banswara Banswara(Rural) Umrai 55 Banswara Banswara(Rural) Napla 56 Banswara Banswara(Rural) Sagrod 57 Banswara Banswara(Rural) Borwat 58 Banswara Banswara(Rural) Bari 59 Banswara Ghatol Ghatol 60 Banswara Ghatol Ganora 61 Banswara Ghatol Khamera 62 Banswara Ghatol Delwara

S-12

81

AJMER VIDYUT VITRAN NIGAM LIMITED LIST OF 33/11 KV GSS FOR AWARDING CONTRACT FOR THE YEAR 2017-18 UNDER DUNGARPUR CIRCLE Name of Sub- S.No. Name of Sub-Stations Name of Division Division 1 2 3 4 1 Bichiwara Bichiwara DPR 2 Vikasnagar Dungarpur (O&M) DPR 3 Sisod Bichiwara DPR 4 Mada Bichiwara DPR 5 Rampur Dungarpur (R) DPR 6 Riico Bhichhiwara Bichiwara DPR 7 Chundawara Bichiwara DPR 8 Ved Bichiwara DPR 9 Rohanwara Dungarpur (R) DPR 10 Nawalsyam Bichiwara DPR 11 Dhambola Dhambola DPR 12 Peeth Dhambola DPR 13 Devgaon Dhambola DPR 14 Dungarpur Power House Dungarpur (O&M) DPR 15 Hospital DPR Dungarpur (O&M) DPR 16 Dovara Dungarpur (R) DPR 17 Shankar Ghati Dungarpur (R) DPR 18 Bhinda Dungarpur (O&M) DPR 19 Vassi Dungarpur (R) DPR 20 Varda (R) SAG 21 Chitri Chitri SAG 22 Kharagda Sagwara(R) SAG 23 Parda Vishnuji Chitri SAG 24 Thakrda Sagwara(R) SAG 25 Obri Sagwara(R) SAG 26 Deevra Bara Sagwara(R) SAG 27 Tamtiya Sagwara(R) SAG 28 Nadiya Chitri SAG 29 Gamra Bamniya(Nand) Sagwara(R) SAG 30 Sagwara Sagwara(U) SAG 31 Bhiluda Sagwara(R) SAG 32 Padwa Sagwara(U) SAG 33 Samliya Sagwara(U) SAG 34 Sagwara(U) SAG 35 Padra Sagwara(U) SAG 36 Saroda Sagwara(R) SAG

82

37 Aspur Aspur(O&M) SAG 38 Pindawal Sabla SAG 39 Punjpur Aspur(O&M) SAG 40 Reechha Sabla SAG 41 Ramgarh Aspur(O&M) SAG 42 Nandli Aspur(O&M) SAG 43 Thana Bichiwara DPR 44 Aatri Dungarpur (R) DPR 45 Pal Deval Bichiwara DPR 46 Mal Dungarpur (O&M) DPR 47 Badapunali Dungarpur (R) DPR 48 Kheda Dungarpur (R) DPR 49 Bankoda Aspur(O&M) SAG 50 Sabala Sabla SAG 51 Baroda Aspur(O&M) SAG 52 Katisore Aspur(O&M) SAG 53 Gada Jasrajpur Chitri SAG 54 Bandiya beli Dhambola DPR 55 Sagot Sabla SAG 56 Mandav Sagwara(R) SAG 57 Dhundhi Ghati Dhambola DPR 58 Padardi Ahara Bichiwara DPR 59 Mewada Bichiwara DPR 60 Khurdera Aspur(O&M) SAG 61 Bildi Dungarpur (O&M) DPR 62 Bokhla Bichiwara DPR

83

Schedule - I

Bid Bank Guarantee (FOR EARNEST MONEY)

(Bank Guarantee in lieu of 80% of earnest money ) Ref : Bank Guarantee No...... Dated: ......

To, The Superintending Engineer (TW), Ajmer Vidyut Vitran Nigam Limited, Vidyut Bhawan, Panchsheel Nagar, Makarwali Road, Ajmer-305004

1. Whereas ...... [name of the Bidder] (hereinafter called “the Bidder”) has submitted its bid dated ...... [date of submission of bid] for the construction of...... [name of contract] (hereinafter called “the Bid”). 2. KNOW ALL PEOPLE by these presents that WE...... [name of bank] of ...... [name of country], having our registered office at...... [Address of bank] (hereinafter called “the Bank”), are bound unto...... [name of Purchaser] (hereinafter called “the Purchaser”) in the sum of Rs.*______for which payment well and truly to be made to the said Purchaser, the Bank binds itself, its successors, and assigns by these presents. Sealed with the Common Seal of the said Bank this ___ day of ______200___. 3. THE CONDITIONS of this obligation are: i. If the Bidder withdraws its Bid during the period of bid validity specified by the Bidder in the Bid Form; or ii. If the bidder refuses to accept the correction of error in his Bid ; or iii. If the Bidder, having been notified of the acceptance of its Bid by the Purchaser during the period of bid validity:

(a) fails or refuses to execute the Contract agreement, if required; or

(b) fails or refuses to furnish the performance security, in accordance with the General Conditions of Contract;

4. we undertake and authorize our branch situated at Ajmer (Rajasthan) address: ______to pay to the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will note that the amount claimed by it is due to it owing to the occurrence of one or all of the three conditions, specifying the occurred condition or conditions. 5. The decision of the SUPERINTENDING ENGINEER (TW), AJMER VIDYUT VITRAN NIGAM LIMITED, AJMER shall be final whether breach has been committed on the right to demand the amount of guarantee from us which has accrued to the purchaser.

6. This guarantee shall not cease or determine, if the purchaser grants time or indulgence or vary the terms of the contract with the contractor or without our consent or knowledge.

7. The guarantee herein contained shall not be affected by any change in the constitution of the contractor.

8. We, ______further undertake not to evoke this guarantee during its currency except with the previous consent of the SUPERINTENDING ENGINEER (TW), AJMER VIDYUT VITRAN NIGAM LIMITED, and AJMER.

9. All disputes arising under the said guarantee between the Bank and the Nigam or between the Contractor and the Nigam pertaining to the guarantee shall be subject to the jurisdiction of Courts in Ajmer, Rajasthan alone.

84

10. This guarantee will remain in force up to and including one hundred Eighty (180) days after the date of the opening of bids, i.e. up to ____ , with a further grace period of Ninety (90) days and any demand in respect thereof should reach the Bank not later than the above date.

Yours faithfully,

Bankers (EXECUTANT)

Witness:-1.

2.

 The Bidder should insert the amount of the guarantee in words and figures denominated in the currency of bid.

85

 SCHEDULE-2  AJMER VIDYUT VITRAN NIGAM LIMITED   AGREEMENT  (On non-judicial stamp paper of Govt. of Rajas than having stamp duty as applicable)   This indenture made at on this day of the Month of of  the year  between the Managing Director, Ajmer Vidyut Vitran Nigam Ltd.  (hereinafter referred to as the Owner) which expression unless the context does not permit includes successors and assigns) of the one part and  (I) To be used in case of Limited Companies  M/s  a private/ Public Limited Company incorporated  under the companies act and having  its Registered office at  (hereinafter referred to as Contractor which  expression unless the context does not permit includes their successors and permitted assigns).   (2) To be used in case of Partnership concerns  M/s a Partnership Firm consisting of the following Partners namely:  (Name) (Age) (Residence) (Occupation)  1.  2.  3.  4.  (hereinafter referred to as Contractor which expression unless the context does not permit includes their respective heirs, executors, administrators, legal representatives, permitted assigns) of the second part, witness the as follows:-   (1) The contractor, does by these presents agree to supply and execute/complete the erection work of (Name of work) to the Owner and the Owner does agree to purchase and execute/complete the erection work from the Contractor, the material/equipment and erection work as  specified in the work order No.  dated  and amendment letter No.  dated appended and on the terms & conditions constrained in the said order and amendment letter. The General terms and conditions of the contract appended hereto are considered a part of this agreement.  (2) The Contractor has deposited Rs. Rs._  (In )  *(a) In cash, or word s  *(b) by furnishing a Demand Draft No._ dated  drawn in  or favor of  *(c) by furnishing a Bank Guarantee amounting to Rs._ towards security and performance obligation of the contract agreement by the Contractor.  (* delete which is not applicable)  (3) The contractor is also bound to fulfill all the conditions mentioned in the above work order.  (4) The work to be executed under this agreement shall be as per terms and conditions mentioned in the above work order.

86

 (5) In case of dispute as to whether any materials supplied are or are not in accordance with specifications set forth in the schedule, the decision of The Superintending Engineer (TW), AVVNL shall be final and binding on both the parties.  (6) The delivery shall be effected and completed as per clause No. of the work order from the date of this Work Order and amendment letter No. dt. . The first installment of supplies will begin as per clause No. of the work order and amendment letter No.  dt. to the work order.   (7) Payment of the work executed under this agreement shall as under :  As per clause No. of the Work Order and amendment letter No. dt  to the work order.  (8) If the Contractor fails wholly or in part to fulfill this agreement, the Owner shall be entitled at his discretion to retain the whole or any part of the deposit made by the Contractor under clause (2) and if the loss suffered by the Owner exceeds the amount of said deposit, he will be entitled to recover the said loss from the Contractor.   (9) If any sum remains due or becomes recoverable from the Contractor on account of the non- fulfillment of this agreement or on account of any other reason, the Contractor shall pay the same immediately on demand, the Owner shall be entitled to recover the same from the Contractor as arrears of Land Revenue.  (10) In witness of the due execution of this agreement the parties have hereunder set their hands the day and the year first above written.   Signed and delivered by   In case of  (1)Signature Limited/Partnership Shri  Companies & Firms ation (2)Signature   For and on behalf of  (1) Signature  In presence of witnesses (2) Signature   Signed and  delivered by  (1) Signature  In case of individuals Shri   Signed and delivered by  In case of Individuals Shri (1) Signature In the presence of witness:  (1) Shri ation (2) Sh ri (1) Signatu areti on (2) Signature  Signed and delivered by the AVVNL  by order and on behalf of the MD of AVVNL

87

SCHEDULE-3

Commercial Terms & Conditions

Bidder's Name & Address: To The Superintending Engineer (TW), AJMER Vidyut Vitran Nigam Limited, Vidyut Bhawan, Panchsheel Nagar, Makarwali Road, AJMER – 305004

Dear Sirs,

Sub : Confirmation for “No Deviation” in Commercial terms & conditions of package No. AJD/ SE/ TW/ TN-275 to 286

We hereby confirm that there is no deviation in commercial terms & conditions stipulated in the bidding documents and we are agreed to adhere the same strictly.

(Signature)……...... Date : Place : (Name)...... (Designation)...... (Common Seal)......

88

SCHEDULE-4

Technical Terms & Conditions

Bidder's Name & Address : To The Superintending Engineer (TW), AJMER Vidyut Vitran Nigam Limited, Vidyut Bhawan, Panchsheel Nagar, Makarwali Road, AJMER – 305004

Dear Sirs,

Sub :- Confirmation for “No Deviation” in Technical terms & conditions of package No. AJD/ SE/ TW/ TN-275 to 286.

We hereby confirm that there is no deviation in technical terms & conditions stipulated in the bidding documents and we are agreed to adhere the same strictly. We also confirm that tendered material shall be procured from vendors approved by AVVNL and shall be conforming to various requirements of relevant ISS/Specification/orders and as per design and drawing approved by the Nigam.

(Signature) ……...... Date :

Place : (Name)...... (Designation) ...... (Common Seal)......

SCHEDULE-5 89

List of Past Experience

Bidder's Name & Address : To, The Superintending Engineer (TW), Ajmer Vidyut Vitran Nigam Limited, Vidyut Bhawan, Panchsheel Nagar, Makarwali Road, AJMER – 305004 Dear Sirs,

We have completed /executed the work orders Turn key pacages Labour contracts required as per spec under TN-223 successfully as per details given hereunder:- Name Details of S.No & details Date of ordered Order No. & Date . of ordering commencement work utility 1 2 3 4 5

Date Contract value of Whether order executed Remarks of completion ordered/executed as per stipulated work work completion schedule or not 6 7 8 9

Note: Certificate(s) of competent authority of the utility for satisfactory execution of stated works are to be furnished along-with this schedule.

Date :

(Signature)......

Place : (Name)...... (Designation)......

(Common Seal)......

SCHEDULE-6 90

LIST OF EQUIPMENTS AND TECHNICAL HANDS

Bidder's Name & Address : To, The Superintending Engineer (TW), Ajmer Vidyut Vitran Nigam Limited, Vidyut Bhawan, Panchsheel Nagar, Makarwali Road, AJMER – 305004 Dear Sirs,

We hereby declare that we have sufficient men & machinery for successful execution of work against this tender enquiry, the details of which are given as under:-

Date :

(Signature)......

Place : (Name)......

(Designation)......

(Common Seal)......

91

SCHEDULE-6(A)

Qualification Requirements (Tender No. AJD/ SE/ TW/ TN-291-302)

Details of Turnover during last three financial years (2014-15,2015-16 & 2016-17)

Bidder's Name & Address:

To The Superintending Engineer (TW) Ajmer Vidyut Vitran Nigam Limited Vidyut Bhawan, Panchsheel Nagar, Makarwali Road, Ajmer- 305004.. Dear Sirs, We hereby declare that we are qualified for bidding in reference to “Qualification Requirements” indicated in Sec.III of the bidding documents as per details given here under: S.No PARTICULARS DETAILS . 1 Turn Over ( In Crores of Rs. only) 2014-15 2015-16 2016-17 2 Net Profit After ( In Crores of Rs. only) Int. & Dep. 2014-15 2015-16 2016-17 3 Corporate/ ( In Lacs of Rs. only) Income Tax Paid 2014-15 2015-16 2016-17 and submitting the following certificate(s) /documents in support of the above: - 1. Copy of Valid Contractor License. 2. Copy of registration with Ajmer-Discom, if registered. 3. Copies of Audited Balance Sheet pertaining to last three years 4. Furnishing of a certificate issued by a registered Chartered Accountant certifying of specified qualification requirements is essential. The name, stamp and the registration no. of the Chartered Accountant are necessary of the certificate.

Place: Name:______Date: Designation: ______Signature: ______

92

Schedule-6(B)

Qualification Requirements

(Tender No. AJD/ SE/ TW/ TN-291-302)

Details of Works Executed during last Five financial years (2012-13, 2013-14,2014-15, 2015-16 & 2016-17)

Value of work actually executed (as per

g

t

Work ion

n completion certificate) during last FY

y

t

i

k n

t

e

i

r e

ion

l d order

t

r

iod r 2012-13, 2013-14, 2014-15,

p 2015-16 & 2016-

m

o

p

i

al

er

h m

Wo

/ balance

ce (Amt.in Rs. Lacs)

t

u 17)

o

P

cr

n

u

ion

c

Awa s

of

ct

e

e

A

a

r et d

l

m

e

D

te p

d

of Remarks

m

r

la

t

m

e

o

s)

t

o

c

c

O

c

pu

e

un

la

i

t

of

o

Da

t 2012-13 2013-14 2014-15 2015-16 2016-17 Total

S

e

After 31.3.17 After

m

t

Da

No.& No.&

A

Da

(Rs.in

TOTAL:

Note: 1. Copy of each work order, G-schedule & completion report be enclosed.

2. Completion report must be certified by a competent technical officer only, i.e. not below the rank of Executive Engineer as per Qualification Requirement mentioned at section –I and should also be duly attested by Notary Public.

3. Furnishing of the completion report of each of work executed specially indicating the amount thereof, is essential as the qualification of the bidder shall be determined on this basis. The Work experience shall not be counted on account of non-furnishing of such documents.

(Signature) ……...... Date :

Place : (Name)...... (Designation) ...... (Common Seal)......

SCHEDULE-7 93

SECURITY BANK GUARANTEE FOR SAFE CUSTADY OF 33/11 KV GSS REGARDING OPERATION AND MAINTENANCE OF GSS The Superintending Engineer (TW), AVVNL, Ajmer

Bank Guarantee No…………………… Date………………

Whereas M/s………………………….has entered into a contact with Ajmer Vidyut Vitran Nigan Limited, Vidyut Bhawan, Panchsheel Nagar, Makarwali Raod, Ajmer-305004(Raj.) the Nigam (herein after called the Nigam) vide work order no.AVVNL /SE(TW)/XEN(TW)………..for contract of operation and maintenance of GSS. And where as under the terms of the said contract the contractor is to furnish the Nigam a security Bank Guarantee for an amount of,……………………………………………………… for safe custody of 33/11 KV GSS i.e.loss on account of damages, fire, riots and flud for GSS under contract. And whereas the contractors has requested Bank having its registered office at …………………………………………………..…………. to guarantee to pay the due payments by the contractor of the aforesaid amount of the Nigam. Now we ……………………………………………………………………………….hereby agree unequivocally and unconditionally to pay within 48 hours on demand in written from the Nigamn or any officer authorized by it in this behalf and without demur, any amount upto and not exceeding Rs………………………………………..to the Nigam on behalf of the contractor. The Guarantee shall be valid and binding on us ……………………………………………..for the period of 12 months from this date and shall not be terminable or affected by notice of any change in the constitution of the Bank or of the Firm or contractors or by any other reason whatsoever and the ……………………………………………………..liablity hereunder shall not be impaired or discharge by any extension of time of variations of alternations made give conceded, agreed to with or without our knowledge or consent, by or between the parties to the said written contract. All the rights of the Nigam under this Guarantee shall be relieved and discharged from all liabilities there under: All disputes arising under the said guarantee between the Bank and the Nigam or between the supplier and the Nigam pertaining to this Guarantee shall be subject to the Jurisdiction of Court at Jaipur, Rajasthan. Notwithstanding any thing to the contrary contained herein: 1. Our liability under this Bank Guarantee shall not exceed ……………………………………… 2. This Bank Guarantee shall be valid upto …………………….. with claim period Three months upto …………………….. 3. We are liable to pay the Gurantee amount or any part thereof under this Guarantee only and only if you serve upon us a written claim or demand on or before Date :…………………..

Yours faithfully, Bankers (EXECUTANT) Witness:-1. 2. The Bidder should insert the amount of the guarantee in words and figures denominated in the currency of bid.

ANNEXURE-I 94

Name of 33 KV S/S PTW/ Book No.

The Shift Incharge, 33/11 KV Sub-Station ______.

Kindly permit to work undersigned on following feeder from______To ______

1. 2. 3. ______Signature: Name of Employee: Designation: Office: Time: Date: ______PTW

I______hereby permit to work Shri ______on ______feeder ______from ______AM/PM

(i) Feeder is isolated from 33/11 KV S/S (ii) Earthing to be done at work site

Shift Incharge: Designation: Office: Signature of Employee:

Return of PTW Time Page No.

I______hereby return the PTW No. ______issued to me at ______on dated ______after completing of work. All men and material have been removed from the line.

Signature: Name: Designation: Office: Time: Date:

95

ANNEXURE-II IDENTITY CARD (Contractors labour)

Card S. No.

Name of the Employee:

Father‟s name: PHOTO Age/Date of birth: Name of contractor: Name of the work: Work Location: Work Order No. & date.:

Employee Signature

Signature of contractor: Counter signature:

Valid from …………To ………….. Signature of concerned XEN (This card is valid only for 60 days) with rubber seal AVVNL……………… Phone. No.

Note: - This identity card is valid for use in the 33/11 KV AVVNL Sub-Station premises only.

96

ANNEXURE-III (Log Sheet)

THE DETAILS TO BE FILLED HOURLY BY AUTHORISED CONTRACTOR PERSON ON DUTY

OIL LEVEL BREATHER REMARKS LOAD OF VOLTAGE OF AMBIENT TRIPPING OF

CONDITION HOUR TRANSFORMER FEEDER BREAKER

TRANSFORMER TEMPRATURE

1.00

2.00

3.00

4.00

5.00

6.00

7.00

8.00

9.00

10.00

11.00

12.00

13.00

14.00

15.00

16.00

17.00

18.00

19.00

20.00

21.00

22.00

23.00

24.00

97

le; VªkalQkeZj ua01 VªkalQkeZj ua02

11 11dsoh QhMj 8 ¼xq.kakd 11 dsoh eq[; 2 ¼xq.kakd =½ 11dsoh QhMj 5 ¼xq.kakd =½ QhMj 6 ¼xq.kakd =½ QhMj 7 ¼xq.kakd =½ =½ 11 के वी dsoh

Hkkj@ ehVj Hkkj@ ehVj Hkkj@ ehVj miHkks Hkkj@ ehVj Hkkj@ ehVj miHkks

miHkksx miHkksx x miHkksx x

jhfMax jhfMax jhfMax jhfMax jhfMax ¼,Eih;j ¼,Eih; ¼,Eih;j ¼,Eih; ¼,Eih;j ¼;qfuV ¼;qfuV ¼;qfuV

¼;qfuV½ ½ ½ ¼;qfuV½ ½ esa½ ¼;qfuV½ j esa½ ¼;qfuV½ esa½ ¼;qfuV½ j esa½ ¼;qfuV½ esa½ ¼;qfuV½

1.00 2.00 3.00 4.00 5.00 6.00 7.00 8.00 9.00 10.00 11.00 12.00 13.00 14.00 15.00 16.00 17.00 18.00 19.00 20.00 21.00 22.00 23.00 24.00

98

ANNEXURE-IV ‘A’ (Maintenance of Power Transformers)

THE PARTICULAR TO BE FILLED BY CONTRACTOR PERSON ON DAILY BASIS (WITHIN 24 HOURS) FOR POWER

S. No. Equipment /Item to be inspected Inspection Note Status Remark /Intimation Signature 1. Oil level in Transformer Check against OK / Not OK Intimate JEN/AEN oil level of Transformer 2. Relief diaphagram Inspect crack broken Yes /No Do 3. Dehydrating breather Check that air passage are free Silica gel is Do and color of active agent pink or not 4. Earthing of Transformer Observe any crackness of flat OK/ Not OK Pour water in of earthing and dryness earthing pits

ANNEXURE-IV ‘B’ (Maintenance of Circuit Breaker)

THE PARTICULAR TO BE FILLED CONTRACTOR PERSON ON DAILY BASIS (WITH IN 24 HOURS) FOR INSPECTION AND MAINTENANCE OF CIRCUIT BREAKER

S. No. Equipment/ items to e inspected Inspection Status Intimation 1. General Cleanliness Switch gear premises and circuit breaker OK/Not OK Intimate AEN/JEN cleanliness 2. Oil Oil Position Any Leakage Do 3. OCB/ KIOSK Any unusual small noise Yes/No Do 4. Auxiliary Fuses Intact Yes/No Do 5. Indicating and messaging instruction Improper working order Yes/No Do 6. Battery Water Level OK/Not Ok To be filled 7. Lightning Arrester Position of dirt, top fitting and oxide film OK/Not Ok Clean with dry clean and tight

99

FORM-V

FORM OF CERTIFICATE BY PRINCIPAL EMPLOYER (RULE 21 (2)

Certified that I have engaged the applicant (name of the contractor) as a contractor in my establishment. I undertake to be bound by all the provisions of the contractor labour (Regulation and Abolition) act, 1970 and the contract labour (Regulation and Abolition) Rajasthan State Rules, 1971, in respect of the employment of contract labour by the applicant in my establishment.

Place:- Signature of Principal employers Date:-

Name & address of employers

FORM –VI (SEE RULE 25(1)) OFFICE OF THE LICENSING OFFICER

License No.______Dated:______Fee paid Rs. ______

1. License is hereby granted to______under section 12 (2) of the Contract Labour (Regulation & Abolition) Act, 1970, subject to the condition specified in Annexure/ The license shall remain in force.

Till:______Dated:______Signature and seal of licensing officer

RENEWAL [RULE 29 (2)] Date of Renewal Fee paid for renewal Date of expiry

Date:- ______Signature and seal of licensing officer

100

Form-VII (See Rule 73)

Part-I

REGISTER OF PARTICULARS OF CONTRACTORS

(1) Name and address of the Principal –Employer

(2) Name and address of the Establishment

S. No. Name and address of Nature of work on contractor Location of contractor contractor work 1. 2. 3. 4.

Period of contract Amount/Value of Max. No. of workmen Security deposits with the from To contractor employed by contractor Principal Employer 1. 2. 3. 4.

PART –II

PROGRESS OF CONTRACTOR WORK

Name of Contractor: Nature of work:

Wages period Max. number of Total amount of wages Amount actually disbursed workmen employed by earned by the workmen on pay day. the contractor during the wages period

101

FORM-VIII (See Rule 74) REGISTER OF WORKMEN EMPLOYED BY CONTRACTOR Name and address of Name and address of establishment in /under contractor:______which contract is carried on ______Name and location of Name and address of Principal- Employer work______S. No. Name and Age and Sex Father’s Name of surnames of /Husband ‘s employment/Designation workmen name

Permanent Home Present Date of Date of Signature or Remarks address of workmen address commencement termination thumb (Village & of employment of impression of Tehsil/Taluka and Date of employment workmen Distt. termination

Form-IX (See Rule 75) EMPLOYMENT CARD

Name and address of Contractor Name and address of Establishment in/ under ______which contract is certified on ______

Name & Address of Principal- Employer ______

Name of workman S. No. in the register of Name of Wages rate (with workman employed employment/designation particular of unit in case of piece work) 1 2 3 4

Wage period Period of employment Remarks Signature of contractor 5 6 7 8

102

FORM-X See Rule 81(2) ANNUAL RETURN OF PRINCIPAL EMPLOYER TO BE SENT TO THE REGISTERING OFFICER.

Return for the year ending 31st Dec______

(1) Full name and address of the Principal-Employer.

(2) Name of Establishment : (a) District : (b) Postal Address. (c) Nature of operation/ Industry / work carried on. (3) Full name of the manager or person responsible for supervision and control of the Establishment. (4) Maximum No. of work men employed as contract labor on any day during the year. (5) Total number of days during the year on which contract labor was employed . (6) Total number of man- days worked by contractor labor during the year. (7) Maximum No. of workmen employed directly on any day during the year. (8) Total no. of man days during the year on which directly employed labor was employed. (9) Total No. of man days worked by directly employed workmen . (10) Nature of work on which contract laboures was employed. (11) Amount of security Deposits made by contractors (Give contractor-wise). (12) Amount of security deposit forfeited together with the names of contractor, if any. (13) Whether there is any changes in the management of the establishment its location or any particular furnished to Registering officer in the form of Application for Registration at the time of Registration, if so, from what date?

Place: Date:

Principal-Employer

103

FORM-XI (Sec Rule 77)

Name & Address of Contractor

Nature & Location of work.

Name and address of establishment in /- Under which carried on.

Name & Address of Principal Employer

For the month of

S. No. Name of workmen Father/Husband Name Sex 1. 2. 3. 4.

Dates Remarks 1. 2. 3. 4. 5. 6.

104