Tamil Nadu Newsprint and Papers Ltd

RFQ No. 222313006629 dt. 31/01/2023

TAMIL NADU NEWSPRINT AND PAPERS LIMITED

KAGITHAPURAM (PO), KARUR (DT) - 639 136

TECHNICAL OUTSOURCING

RFQ No. 222313006629

DATE: 31/01/2023

Sub: Operation & Management Services and Comprehensive Maintenance Services of Phase V 7.5 MW Windfarm (6 Nos. of 1,250 kW, S66 Model, Suzlon Make) installations at Devarkulam Site

Tenders are hereby invited for the subject work as per the following terms and conditions.

Envisaged period of the contract shall be for Four (4) years from the date of award of contract. The scope of work and other terms & conditions shall be as per Annexure-I,II,III,IV & IVA.

Tender schedule will be in two parts viz., NON-PRICE BID & BUDGETARY PRICE BID and FIRM PRICE BID IN A SEALED COVER in two separate envelopes, both to be submitted together.

FIRM PRICE BID should be submitted in a separate sealed cover (Cover `A') along with NON- PRICE BID & BUDGETARY PRICE BID in a separate cover (Cover `B'). Please write clearly on the top of the covers for "FIRM PRICE BID" and "NON-PRICE BID" with "BUDGETARY PRICE BID". Both the covers containing FIRM PRICE BID (A) and NON-PRICE BID with BUDGETARY PRICE BID (B) are to be put in one sealed cover (Cover `C') superscripting the tender No. and due date and addressed to Technical Outsourcing Dept., Tamil Nadu Newsprint and Papers Limited, Kagithapuram, Karur Dt - 639 136.

CONDITIONS TO THE TENDERER TO QUALIFY FOR PARTICIPATING IN REVERSE AUCTION:

Tenderer shall submit the following in Non-Price Bid

  • Copies of documentary evidence towards experience in carrying out Comprehensive Operation & Management and Comprehensive Maintenance (OR) Operation & Maintenance of minimum 50 Nos. of MW Class Wind Electric Generators on round the clock basis for total period of 24 months during the past 60 months from 01/01/2018 to 31/12/2022 in any Wind Farm Projects within India (or) abroad.
    The following documentary proof for the experience must be enclosed along with the Non-Price Bid and Budgetary Price Bid
  • Copies of Orders / Contracts / Agreements / Contract details with work completion certificate & value
  • Evidences of payment received (i.e., Copies of Bills or Invoices, with Payment Vouchers, RTGS payment details in case of payment thro' Bank etc.)
  • Copies of IT Return submitted for the past three (3) Assessment Years
  • Earnest Money Deposit (EMD) for a value of `6,40,000/- and Tender fee `590/- in the form of two separate RTGS transfers to the TNPL Bank Account (TNPL Account Details in page 40).
  • Budgetary Price Bid (Annexure-I B) in a separate cover (Unit Rate to be filled compulsorily).
  • Firm Price Bid (Annexure - I C) in a separate sealed cover(Unit Rate to be filled compulsorily).
  • Solvency Certificate for a value of `5/- lakh.

Page 1 of 42

Tamil Nadu Newsprint and Papers Ltd

RFQ No. 222313006629 dt. 31/01/2023

In the absence of any one of the documents indicated above, the tender shall be rejected summarily without assigning any reasons whatsoever.

Note: Tenders received not complying with the above qualifying conditions will be rejected and will not be eligible for participating in E-auction (Reverse Auction).

Once tender is submitted, tenderer cannot withdraw. Incase tenderer withdraws from tender on any day for any reason after submitting tender, EMD submitted shall be forfeited without any prejudice.

No information relating to this tender shall be released by the bidder or their employees / agencies whomsoever for publication, advertising or any other purpose without the prior written approval of TNPL.

Tenderer shall submit budgetary quote with individual item rate and total value of the tender. Reverse Auction will be conducted only with the total value item rate of tender for which "Opening Value of Tender" and "Minimum Bid Decrement Value" will be decided by TNPL.

After submitting the tender, tenderer will not be permitted to make changes to the unit rate indicated in their budgetary quote. Unit rate indicated by bidders in their budgetary quote will be taken as reference to apply percentage variation for item rate of the L1 Bidder emerged through Reverse Auction.

Both NON-PRICE BID and BUDGETARY PRICE BID shall not be opened in the presence of tenderer's representatives. TNPL shall follow E-Auction (Reverse Auction). Only those who qualify in Non-Price Bid and also submitted Budgetary Price Bid will be considered for Reverse Auction. Method and period of Reverse Auction will be communicated in advance to the qualified bidders to facilitate them to participate in Reverse Auction. TNPL will not be responsible for postal or any other delay and reserves the right to reject any or all the tenders at its own discretion.

Opening value of tender, Minimum Bid Decrement Rate, Date of Auction and Time of auction will be informed to the qualified Bidder for participating in Reverse Auction. Qualified Bidder may log on to our Website (www.tnpltenders.com) and participate in the Reverse Auction. In case of any problem, please contact DGM (TOS & Disposals) at 04324-277001 (Extn: 4268), 277266, Email: tos.u1@tnpl.co.in.

After "Reverse Auction", the "Firm Price Bid" of the qualified bidders shall be opened in the presence of interested bidders / their authorized representatives. The lowest of the two, viz., "Reverse Auction" and "Sealed Firm Price Bid" only will be considered for further action towards award of the contract. In this regard, TNPL's decision shall be final and binding.

Tenderers who had worked for TNPL and whose performance was bad / unsatisfactory / blacklisted within three (3) years will not be considered.

The offers of tenderers who do not satisfy the terms and conditions are liable for rejection and in such case, the EMD submitted if any, shall be returned, interest free, to the unsuccessful tenderers.

Tenderers who have downloaded tender document through TNPL website should submit a non-refundable tender fee for `590/- (i.e. `500/-+ GST @ 18%) drawn in favour of TNPL payable at Karur in the Non-Price Bid failing which tender will not be considered

Page 2 of 42

Tamil Nadu Newsprint and Papers Ltd

RFQ No. 222313006629 dt. 31/01/2023

TNPL will not entertain any request for adjusting the EMD from the tenderer's due / running bills or from the EMD / security deposit of any other tender participated by the tenderer.

Successful tenderer on issue of order shall pay a further security deposit of `4,25,000/- in the form of Demand Draft drawn in favour of Tamil Nadu Newsprint and Papers Limited, Kagithapuram payable at Karur. The Security deposit will not bear any interest and will be returned to the successful tenderer only on satisfactory compliance of the contract.

EMD shall be returned, interest free, to the unsuccessful tenderers within three months from the date of opening of Non-Price Bid & Budgetary Price Bid.

TNPL shall not be responsible for any delay/loss in transit or non-receipt of tender document.

TNPL reserves the right to

  • split the quantum and award the contract to one or more tenderers.
  • reject any or all tenders in part or in full without assigning any reason therefor.
  • reject the lowest quotation or any quotation at its own discretion and TNPL is not bound to accept the lowest quotation.
  • waive any tender condition at its own discretion.

Before submitting the tender, tenderers are advised to visit the Windfarm Site at Devarkulam and contact

  • Concerned Engineer/Officer-in-charge to understand the nature of work involved and
  • Human Resources Department (HR) at TNPL Main Site to understand the prevailing Labour Rules in TNPL.

Tender consisting of both NON-PRICE BID (Annexure-I A), BUDGETARY PRICE BID (Annexure- I B) and "FIRM PRICE BID" (Annexure-I C) in a sealed cover is deemed for submission in the Technical Outsourcing Dept. not later than 3.00 PM of 21/02/2023.

for TAMIL NADU NEWSPRINT AND PAPERS LIMITED

Deputy General Manager (TOS & Disposals)

Encl. : a.a.

Page 3 of 42

Tamil Nadu Newsprint and Papers Ltd

RFQ No. 222313006629 dt. 31/01/2023

ANNEXURE I

GENERAL

TNPL has set up Phase V Wind Farm generating 7,500 KW electricity using wind energy comprising of Six (06) No's. S66 Model of SUZLON make WTG (Location No. T17,T18,T19,T20,T21,T22) each WTG having a rated output of 1,250 KW capacity, at their plot of land at Devarakulam Site, Taluk - Manur, in the state of Tamilnadu (hereinafter in this contract throughout referred to as the "Wind Farm").

The successful tenderer shall provide both preventive and curative maintenance of the WEGs and related equipment with parts / components and consumables required for avoidance or removal of breakdowns / failures and to ensure timely supply of parts/ components consumables.

  • SCOPE OF WORK
    OPERATION AND MANAGEMENT SERVICES:
    The successful tenderer shall perform the following services in relation to the Equipment in accordance with the safety management plans and procedures as applicable and/or in accordance with accepted industry practices:
    Services involving Labour only
    1. Routine Post operative and other operational Services
      Making available suitable manpower and required tools for operation and management of the Equipment and covers periodic preventive management, cleaning and upkeep of the Equipment including -
      1. Tower Torquing
      2. Blade Cleaning
      3. Nacelle Torquing and Cleaning
      4. Transformer Oil Filtration
      5. Control Panel & LT Panel Maintenance
      6. Site and Transformer Yard Maintenance
    2. Management Services
      1. Data logging in for power generation, grid availability, machine availability.
      2. Preparation and submission of monthly performance report.
      3. Taking monthly meter reading jointly with SEB, of power generated by TNPL Wind Farm and supplied to SEB Grid from the meter/s maintained by SEB for the purpose and co-ordinate to obtain necessary power credit report/ certificate.
    3. Technical Services
      1. Visual inspection of the WTG and all parts thereof.
      2. Technical Assistance including checking of various technical, safety and operational parameters of the Equipment, trouble shooting and relevant technical services.
    4. Crane Services
      Providing Crane whenever required.

Page 4 of 42

Tamil Nadu Newsprint and Papers Ltd

RFQ No. 222313006629 dt. 31/01/2023

COMPREHENSIVE MAINTENANCE SERVICES:

  1. Maintenance
    The successful tenderer shall perform the following Maintenance and repairs involving materials in relation to the preventive and curative Maintenance of the WTG/s and /or the related equipment in accordance with the safety management plans and procedures as applicable and/or in accordance with accepted industry practices:
  2. Maintenance & Repair Work involving Labour & Material
    1. Preventive Maintenance Work involving labour and materials
      This involves labour as well as use of materials and consumables such as lubricants and oils, minor/ low value electrical and mechanical parts, etc. for preventive maintenance and upkeep of the Equipment including
      1. HT Line and Electrical Maintenance
      2. Greasing of Rotor Bearings, Gear Box and Generator
      3. Topping up of Gear Box, Hydraulic and Transformer Oil
      4. Other maintenance jobs as given in O&M manual of the WTG.
      5. CMCS.
    2. Curative maintenance/ Breakdown Repair Work involving labour and materials
      The breakdown repair work involve labour and use of components, spares and consumables in the event of any breakdown or suspected breakdown due to any reasons excluding natural calamities which shall be covered by insurance company, in the equipment or any part thereof. The breakdown shall be attended as soon as practically possible to put the equipment back into operation. The breakdown repairs will cover cost of labour, spares/ materials and other works, which includes,
      1. Spares repairs/replacement
      2. Major breakdown as mentioned below -
        • Rewinding/Repairs /Replacement of Generator and Motors
        • Rectification/Replacement of Gear Box
        • Rewinding/Repairs / Replacement of Transformers
        • Repairs/replacement of VCB
        • Repairs/replacement of Blades
        • Repairs/replacement of Controller and Control Panel
      3. Crane charges for carrying out repairs/replacement.
      4. Total replacement of oil in Gear Boxes and Transformers
      5. Painting of Equipment
      6. Any other maintenance/replacement to comply with existing statutory requirements.
  • EXCLUSIONS
    The successful tenderer shall not be responsible for or required to perform any maintenance other than those expressly set out herein. Under the scope of this contract, the tenderer shall not be required to maintain, repair or replace the Equipment in the event of breakdown or damages or loss etc. due to any non-operational reasons or other causes such as fire, natural calamities like cyclone, earthquake, lightning, flood etc., civil

Page 5 of 42

Attachments

  • Original Link
  • Original Document
  • Permalink

Disclaimer

TNPL - Tamil Nadu Newsprint & Papers Ltd. published this content on 31 January 2023 and is solely responsible for the information contained therein. Distributed by Public, unedited and unaltered, on 02 February 2023 10:39:09 UTC.