Instructions for TATA models including: 420 KV Power Switching Device, 420 KV, Power Switching Device, Switching Device, Device

Waman Yogita

[PDF] Page 1 of 5 OWNER: THE TATA POWER COMPANY LIMITED TITLE ...www.tatapower.com › dam › august

Page 1 of 5 OWNER: THE TATA POWER COMPANY ...

24 juil. 2024 — Enquiry reference no.: 3500008636/772. Title of Work: Supply and Installation of Power Switching Device for 420 KV siemens.5 pages


File Info : application/pdf, 5 Pages, 217.21KB

PDF preview unavailable. Download the PDF instead.

Tender 3500008636-772 3a6849b4fd
OWNER: THE TATA POWER COMPANY LIMITED
TITLE OF WORK TO BE AWARDED: Supply and Installation of Power Switching Device for 420 KV siemens make Circuit
Breakers For MUNDRA THERMAL POWER STATION (MTPS), GUJARAT ENQUIRY REFERENCE NO.: 3500008636/772
Page 1 of 5

NOTICE INVITING EXPRESSION OF INTEREST (EOI)

Enquiry reference no.: 3500008636/772
Title of Work: Supply and Installation of Power Switching Device for 420 KV siemens make Circuit Breakers at Tata Power, MTPS.
Type of Bidding: E-tendering (through Ariba online portal) / Two Part (Technical and Price bids under separate envelopes) Contact Details: All communication including EOI submission shall be addressed to following officer/s: Mr. Vinod Singh Email: vinod.singh@tatapower.com Copy of all communications shall be marked to (Cc): Mr. Anil Agarwal Email: anil.agarwal@tatapower.com

The Tata Power Company Limited Invites Expression of Interest (EOI) from interested parties for the Two-Part e-Tendering Process of following Relevant Work Package:

Table1 ­ Tender Summary

Package Details

Tender Fee

Bid Security

Supply and Installation of INR 2000/- (INR Two INR 40,000/- (INR Forty

Power Switching Device Thousand Only).

Thousand only).

for 420 KV siemens make To be submitted along with Bid Security to be submitted as

Circuit Breakers at Tata EOI.

a Bank Guarantee or through

Power, MTPS.

RTGS or Demand Draft at the

BID stage and not with EOI

1. INTRODUCTION:
The Tata Power Company Limited (TPCL) is among the largest private sector Power Utility companies in India with presence in Generation, Transmission and Distribution of Power through conventional and renewable sources.
Mundra Thermal Power Station (A Tata Power Division) has implemented the 4150 MW UMPP near the port city of Mundra in the state of Gujarat in India. This UMPP is India's first 830 MW unit thermal power plant using supercritical technology. MTPS operates on imported coal on pulverized coal-based boiler technology. The generating plant is in Tunda village of Mundra district in the state of Gujarat, India.
The tendering activities for this Project are being managed from Tata Power's following Office:
The Tata Power Company Limited, Mundra Thermal Power Station - Ultra Mega Power Plant, (formerly a Unit of Coastal Gujarat Power Limited), Tunda-Vandh Road, Tunda Village, Mundra, Kutch 370 435, Gujarat.

Page 2 of 5

2. SCOPE:
The brief scope of work shall comprise of following:
· Supply of RELAY,400KV,PSD 02, · Supply of RELAY,PSD RELAY ACCESSORIES, · Service for Commissioning & Tunning of PSD.
.
Detailed Scope of work, technical details & tentative BOQ for this Contract shall be provided in the Tender / RFQ document to all potential bidders submitting the valid EOI with tender fees within deadline of submission.
3. TENDER FEE & TIMELINES:
a) Interested parties meeting the "Bidder Pre-Qualification Requirements" specified under point no. 4 in this document can request tender document and participate in the bidding process by submitting the Expression of Interest (EOI) Letter along with the Tender Fee Payment Details to the contact details mentioned below not later than deadline specified below. Request for extension of EOI submission date will not be entertained.
b) Interested bidders should submit the Expression of Interest (EOI) letter and tender fee payment details to below mentioned email addresses:
· Mails shall be addressed to (To): vinod.singh@tatapower.com
· Must Mark a copy to (Cc): anil.agarwal@tatapower.com
EOI/ requests without complete information and communication as above within deadline shall be liable to be rejected and will not be considered further.
c) Tender Fee, as indicated in the Table1 above may be paid through NEFT as per details for payment of Tender Fee given in Table 2 below:

Table 2

Details for payment of Tender Fee:

Bank details for submitting Tender fees through bank transfer / NEFT:
Deadline for tender fee payment and submission of EOI:

Beneficiary Name: TATA POWER CO LTD Bank Name: STATE BANK OF INDIA A/c no: 30545457373 IFS Code: SBIN0009995 A/c type: CURRENT ACCOUNT Branch Name & Address: CAG BRANCH, NEVILLE HOUSE, 23 J N HEREDIA MARG, BALLARD ESTATE, MUMBAI-400001
24th July 2024, COB

Page 3 of 5

d) Expression of Interest letter to be submitted along with tender fee payment details should include the following details:
· A covering letter duly stamped and signed by an authorized signatory clearly indicating the Tender Reference number and your EOI to participate in the tendering process.
· Tender fee payment details / reference no (ensure that tender fee is received by us within specified deadline)
· Bidder to indicate authorized person name, contact number and e-mail id (mandatory) of the person to whom RFQ / tender and all other communications to be addressed for this tender.
e) Detailed Bid Document (also referred as RFQ) shall be issued through Tata Power etender portal (Ariba System) only to the parties submitting a valid EOI as per terms mentioned in this document.
4. BIDDER PRE-QUALIFICATION REQUIREMENTS:
Interested parties to note that Bidder shall be required to fulfill the following bidder prequalification requirement / criteria in order to qualify for the subject work. Bidder will be required to submit relevant supporting documents to demonstrate their qualification during the bid submission stage against Tender document / RFQ and bidders not found meeting the prequalification requirements given below will be disqualified from the tender.
4.1 TECHNICAL REQUIREMENT:
a. The bidder should be a Manufacturer or an Authorized Supplier of Manufacturer of PSD. The aforesaid Manufacturer should have an authorized service centre facility in India.
a. Bidder must have supplied PSD systems for 400 KV EHV breakers of Siemens. The detailed list shall be shared for purchaser`s review during bid submission. Minimum 3 nos of PSD equipment's should have been in satisfactory commercial operation for a minimum period of three years as on the date of bid opening for which bidder shall submit performance certificate at the time of bidding. Indian Subsidiaries of global companies having services in India are also eligible to bid if the qualification requirements stated above are met independently or in combination with the parent company. Declaration from parent company needs to be submitted.
C. The bidder shall submit Type test reports obtained from NABL/ International Accredited Lab for the equipment / material offered. The type tests should have been conducted on the equipment / material of the same design. The type tests should have been conducted within 5 years prior to the date of bid opening. Time period for type test can be extended by another 5 years as a special case, if there is no change in design / material of construction (MOC). In case the type test reports furnished are not for the quoted equipment / material but for the equipment / material with higher voltage class and/or different capacity, then type test shall be carried out for the offered equipment / material from NABL / International Accredited Lab without any cost implication to the owner and the Type Test reports shall be submitted before despatch
Page 4 of 5

of the equipment / material. D. Bidder shall provide warranty of not less than 3 years for PSD. The bidder shall
demonstrate performance of the equipment for at least 1 year. E. Bidder must agree for handing over, to Owner, all project related drawings, manuals
& necessary software for configuration of system. F. Bidder / Tenderer should preferably certify with ISO 9001 / ISO 14001 / ISO 45001 or
must give an undertaking for their willingness to obtain the same within 2 months of qualification for the work.
It may be noted that the above requirements are minimum qualification criteria. However, Tata Power reserves its right to further assess the capabilities of the parties and reserves its rights to further shortlist, accept or reject any party without assigning any reason.
4.2 FINANCIAL REQUIREMENT:
Bidder / Tenderer should have an Average Annual Turn Over of not less than INR 50 Lacs. (Indian Rupees Fifty Lacs) during the last three financial years. (Attach CA Certified P&L statement consisting of UDIN Number). It may be noted that the above requirements are minimum qualification criteria. However, Tata Power reserves its right to further assess the capabilities of the parties and reserves its rights to further shortlist, accept or reject any party without assigning any reason.
5. BID SECURITY / EMD:
Interested parties to note that Bidder will be required to furnish a Bid Security along with their Bid, in the format prescribed in Bid Document in the form of Bank Guarantee/ Demand Draft/ RTGS, for an amount as defined in the covering page of this notice document. Bids not accompanied by an acceptable Bid Security shall be rejected by the Owner as being nonresponsive and returned to the bidder without being opened.
Interested parties to note that Bid Security is not required with the EOI and it is required to be submitted with the Bid only during Bid Submission stage, once RFQ is released to the interested parties that have submitted a valid EOI.
6. BIDDING PROCESS:
Detailed Bid Document (also referred as RFQ) shall be issued through Tata Power e-tender portal (Ariba System) only to the parties that submitted a valid EOI as per terms mentioned in this document.
Bidder to note that commercials for subject tender may be conducted through e-auction. Detailed bidding and auction process shall be detailed in the RFQ / tender document.
Page 5 of 5



References

Microsoft Word for Microsoft 365