Вы находитесь на странице: 1из 209

GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

GUJARAT INDUSTRIES POWER COMPANY LIMITED

REQUEST FOR PROPOSAL (RFP) DOCUMENT

Tender No: GIPCL/WIND-200 MW/2017

Note: All interested Bidders who have downloaded the RFP document are advised
to regularly visit the company website www.gipcl.com AND
https://gipcl.nprocure.com for any updates / clarification / amendments,
pertaining to this RFP. All necessary updates/notification shall be posted
only on any of these websites and will not be published in newspaper.
Bidders shall submit their Bids taking cognizance of the same. Bids
submitted without taking into consideration any such amendment /
notification / clarification prior to closing date shall be treated as non-
responsive and shall be liable for rejection.

Tender No: GIPCL/WIND-200 MW/2017


(Volume I & II)

Tender No: GIPCL/WIND-200 MW/2017

Page 1 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

GUJARAT INDUSTRIES POWER COMPANY LIMITED

Tender No: GIPCL/WIND-200 MW/2017

REQUEST FOR PROPOSAL (RFP) DOCUMENT

Setting up of up to 200 MW capacity Wind Power Project including project location(s) on a


Turnkey Basis in the State of Gujarat in India with its Comprehensive Operation &
Maintenance for 20 years

Tender No: GIPCL/WIND-200 MW/2017


(Volume I & II)

Tender No: GIPCL/WIND-200 MW/2017

Page 2 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

INDEX

VOLUME I

RFP Bid Document

Section
Sr. No. Description
No.

1. Notice Inviting Tender (NIT) and Request for Proposal (RFP) I

2. Instructions to Bidders (ITB) II

3. Profile of GIPCL III

Special Conditions of Contract for Supply, Erection and Testing &


4. IV
Commissioning

Special Conditions of Contract for Operation & Maintenance of


5. V
Wind Power Plant

6. Scope of Work (Supply) VI-A

7. Scope of Work (Erection, Testing & Commissioning) VI-B

8. Scope of Work (Operation & Maintenance) VI-C

9. Technical Specifications VII

10. Bid Response Sheets (BRS), Price Schedule and Annexure VIII

Tender No: GIPCL/WIND-200 MW/2017

Page 3 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

INDEX

VOLUME II

General Conditions of Contract (GCC)

Section
Sr. No. Description
No.

1. Definitions and Interpretation I

2. General Instructions to Bidders II

3. General Obligations III

4. Performance of Work IV

5. Certificate and Payments V

6. Taxes and Insurance VI

7. Labor Laws and Arbitration VII

8. Safety Code VIII

Tender No: GIPCL/WIND-200 MW/2017

Page 4 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

GUJARAT INDUSTRIES POWER COMPANY LIMITED


PO : PETROCHEMICALS 391 346, DIST. VADODARA, GUJARAT, INDIA.
Phone : 0265-2230185 Fax : 0265 - 2230029

REQUEST FOR PROPOSAL (BID) DOCUMENT

FOR

Setting up of up to 200 MW capacity Wind Power Project including project location(s) on a


Turnkey Basis in the State of Gujarat in India with its Comprehensive Operation &
Maintenance for 20 years

VOLUME - I

Tender No: GIPCL/WIND-200 MW/2017

Tender No: GIPCL/WIND-200 MW/2017

Page 5 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

INDEX OF VOLUME - I

Section
Description Page No.
No.

I Notice Inviting Tender (NIT) and Request For Proposal


7
(RFP)
II Instructions to Bidders (ITB) 13

III Profile of GIPCL 36

Special Conditions of Contract for Supply, Erection,


IV 38
Testing & Commissioning

Special Conditions of Contract for Operation &


V 67
Maintenance of Wind Power Plant

VI-A Scope of Work (Supply) 82

VI-B Scope of Work (Installation, Testing & Commissioning) 88

VI-C Scope of Work (Operation & Maintenance) 94

VII Technical Specifications 100

Bid Response Sheets (BRS), Price Schedules and


VIII 137
Annexure

Tender No: GIPCL/WIND-200 MW/2017

Page 6 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

SECTION I
NOTICE INVITING TENDER (NIT)
AND
REQUEST FOR PROPOSAL (RFP)

1.1 NOTICE INVITING TENDER

GUJARAT INDUSTRIES POWER CO LTD


NOTICE INVITING TENDER (NIT)
Competitive Bid (CB)

Gujarat Industries Power Co Ltd (GIPCL) invites offers under Two Part bidding system
from reputed firms having proven track record, execution capabilities and experience with
sound financial background as per Qualification Criteria mentioned in the tender to
establish up to 200 MW capacity Wind Power Project in the State of Gujarat, on Turnkey
(EPC) basis including project location(s)/site(s) and O&M services to be offered by
Bidders. The RFP / Tender Document GIPCL/WIND-200 MW/2017 is uploaded on
https://gipcl.nprocure.com and can also be accessed from companys website ID
www.gipcl.com.The last date for submission of the Bid is 03.07.2017, up to 14:00 Hrs
(IST).

1.2 REQUESTS FOR PROPOSAL (RFP)

This Request for Proposal (RFP) Bid Document by GIPCL is to invite offers from
prospective bidders for setting up of up to 200 MW capacity Wind Power Project
including project location(s)/site(s) by eligible and qualified Bidders in the State of
Gujarat, India comprising of but not limited to identification and acquisition of land
with feasibility of establishing wind power project, obtaining all necessary statutory
clearances for the land and all wind power project activities including coordination
and liaison with the government agency, design, engineering, procurement,
manufacturing, assembly, supply, transportation, construction, erection, installation,
testing, commissioning including power evacuation facility up to GETCO Substation
with obtaining of appropriate Right of Way for the land, erection, commissioning,
testing of transmission line for power evacuation system, performance testing,
operation and maintenance of the wind farm as per the terms of this RFP Bid
Documents.

The Bid shall be submitted on Two Part basis as per the instruction given in the
RFP Document for establishment of up to 200 MW Wind Power Project on turnkey
basis including project location(s) for supply, erection, testing and commissioning
and comprehensive operation and maintenance for a period of 20 years in the
State of Gujarat in India.

Eligible bid capacity for bidding will be minimum 25 MW and maximum up to 200
MW by a bidder as per this RFP.

Tender No: GIPCL/WIND-200 MW/2017

Page 7 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

GUJARAT INDUSTRIES POWER COMPANY LIMITED


PO : PETROCHEMICALS 391 346, DIST. VADODARA, GUJARAT, INDIA.
Phone : 0265-2230185 Fax : 0265 - 2230029

Request for Proposal (RFP)

Ref:GIPCL/Wind-200 MW/2017 23/06/2017

To,
Prospective Bidder

Sub : Tender No. GIPCL/WIND-200 MW/2017 for Setting up of up to 200 MW


capacity Wind Power Project including project location(s) on Turnkey Basis
in the State of Gujarat in India with its Comprehensive Operation &
Maintenance for 20 years.

Dear Sir,

Gujarat Industries Power Company Limited (GIPCL) invites bids from prospective Bidders
having required capabilities, experience, proven track record and sound financials as per
the laid down criteria in this RFP for the subject item under "Two-Part Bid System
complete in accordance with the following details and terms & conditions as per enclosed
RFP Document for setting up of up to 200 MW Wind Power Project on a turnkey basis with
project location(s) offered by Bidders involving Design, Engineering, Procurement,
Manufacturing, Assembly, Shop Testing, Transportation to Site, Construction, Erection &
Installation, Testing, Commissioning, Trial Operation, Performance Guarantee Test,
Arrangement for Power Evacuation up to GETCO Substation, complete Operation and
Maintenance of the grid connected wind farm(s) as per following details:-

1.0 BRIEF DETAILS


(Table A)
Sr. Description of Item Particulars
No.

1 Design, Engineering,
Procurement, Manufacturing,
Supply, Installation &
Commissioning, Performance
Testing of up to 200 MW
Capacity Wind Power Project on
turnkey basis including project
locations at suitable site(s) in At suitable site(s) in the State of Gujarat in
State of Gujarat in India with its India.
comprehensive Operation &
Maintenance for 20 years

Tender No: GIPCL/WIND-200 MW/2017

Page 8 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

2 Completion Period As per Clause 4.9 of Section-IV of Vol.I of


the RFP.
3 Mode of Tendering Open Competitive in Single Stage Two Part
bidding.

4 Tender Fee (non-refundable) Rs.10,000/- (Rupees Ten Thousand only)

5 Earnest Money Deposit (EMD) Rs.3 Lacs/MW of capacity offered

6 Duration of Contract a) Project Completion: 10 to 14 months


depending upon capacity from the date
of LOI as per Clause No.4.9 of Section
IV of Vol.I.
b) O&M Contract for 20 years from the date
of stabilization of the complete project.
7. Tender documents available for From 23.06.2017 to 03.07.2017 from
download on Web site website: https://www.nprocure.com or
https://gipcl.nprocure.com OR Bidder can
also view and download the RFP, from
GIPCL Website www.gipcl.com.
8 Last Date for physical & online Date :03/07/2017 Up to 14:00 hrs (IST)
submission of Bids
Part- I (Technical) (Envelop-I) along with
Tender Fee and EMD and (Envelop-II)
Techno-commercial bid to be submitted
in Physical form in two separate sealed
envelope addressed to Bid Submission
Address mentioned at Sr.No.13 of this
table.

Part-II (Price Bid) is STRICTLY TO BE


SUBMITTED ONLINE on or before due
date and time to website
https://gipcl.nprocure.com in line with
Instructions to Bidders as per RFP,
(n)procure guidelines and instructions and
subsequent clarification, amendment issued
thereof if any in this regard. Bid submitted
with Physical Price Bids Envelope shall
become liable for rejection.

9 Last Date for Submission of Date : 03/07/2017 Time : 02 PM i.e. 14:00


EMD, Tender fee and other hours (IST)
supporting documents for Venue: GIPCL Corporate Office,
qualification & technical bid in PO:Petrochemicals - 391 346,
physical form at the mentioned Dist.Vadodara.
address.

Tender No: GIPCL/WIND-200 MW/2017

Page 9 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

10 Date & Time of Opening of Un- Date :03/07/2017 Time : 03 PM i.e. 15:00
priced Bid (Part-I) hours (IST)
Venue: GIPCL Corporate Office,
PO : Petrochemicals - 391 346,
Dist.Vadodara.
11 Date & Time of Opening of Price Same will be decided by GIPCL and
Bid (Part-II) intimated.

12 Date and Time Start for E- Will be informed by GIPCL to qualified


Reverse Auction (if Conducted) Bidders
13. Contact Person and Bid Mr.S N Purohit Addl. Gen. Mgr. (BD & BO)
Submission Address for Part- I Gujarat Industries Power Company Limited
(with EMD+Tender Fee) PO:Petrochemicals-391346,
Dist.Vadodara, Gujarat, India
Tel.:+91-265-2230185
Fax:+91-265-2230029
Email: windproject@gipcl.com
14. Technical Specification of WEG As given in Section VII of Vol.I
Equipments
15. Location of Project At potential wind site(s) in the State of
Gujarat.
16. Currency of Offer Quoted Price should be in Indian Rupees
Only.
17. Payment Terms for Supply, As per Clause No.4.17 of Section-IV of Vol.I
Erection and Commissioning of the RFP.
18. Payment for Operation & As per Clause No.5.14 of Section-V of Vol.I
Maintenance of Wind Power of the RFP.
Project
19. Contract Security cum The successful bidder will have to submit
Performance Contract Security cum Performance Bank
Bank Guarantee (SPBG) Guarantee(SPBG) for an amount equivalent
to 10% of Contract Value (excluding O&M
cost) within 21 days of issue of Award of
Contract in the Proforma as per Annexure-III
of Volume I. In case of non-submission of
SPBG as per Proforma within stipulated
time, GIPCL reserves the right to terminate
the contract / cancel the LOI without any
financial implication to GIPCL.
20. O&M Performance Guarantee The Bidder shall submit a Bank Guarantee
one month prior to commencement of O&M
period, for an amount equivalent to 10% (ten
percent) of annual O&M charges for the
year. Every year a fresh bank guarantee
shall be submitted by the Bidder, having
validity of 12 months, one month prior to
expiry of earlier Bank Guarantee or the
existing bank guarantee can be extended
suitably every year till O&M contract remains
with the Bidder. Such Bank Guarantee shall
Tender No: GIPCL/WIND-200 MW/2017

Page 10 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

be furnished in the Proforma as per


AnnexureV of Volume I.
21. Evaluation of Bids Evaluation of Bids of eligible bidders shall be
done as per Clause 2.4 of Section-II of Vol.I
- Bid Evaluation.
22. Validity of Offer Offers shall be valid for a period of 180 days
from bid submission due date.
23. Quotation to be on Firm price Prices quoted as per Price Schedule of
basis Prices I to IV of Section-VIII of Vol.1 of the
Bid Document by the bidders shall remain
Firm during the bidders Performance of the
contract and not subject to variation on any
account. Quotation submitted with variable
price will be treated as non- responsive and
the same shall be rejected. Bidder has to
submit Bid for each site offered in a
separately sealed Envelop (Part-I) along
with EMD and submit Price Bid (Part-II)
online strictly as per Bid Instructions. Offer
for each site shall be treated as a separate
Bid and evaluated accordingly.
24. Custom Duty, CVD, etc. For goods offered from abroad Custom
Duty, CVD and any other applicable
taxes/like GST, other levies, etc, if payable
as per prevailing tax law on date of Bid
Submission, will be paid directly by the
bidder and shall be included in the tender
price only.
25. Taxes, duties, levies etc In case bidder offering goods manufactured
in India, ED / Service Tax & VAT / CST/GST
and other statutory levies solely in respect of
transaction between the Owner and the
supplier under the contract, shall be included
in the tender price only. However any
increase in Taxes / Duties / Statutory levies
shall be borne by GIPCL. Similarly any
benefits arising out of the same shall be
passed on to GIPCL by the Bidder.
26. Queries regarding Bid Any queries regarding bid may be uploaded
to relevant section at
https://gipcl.nprocure.com after registration
and also to be simultaneously forwarded to
Contact Person of GIPCL at least three days
prior to the submission of Bid

Tender No: GIPCL/WIND-200 MW/2017

Page 11 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

27 Queries Regarding Online Portal For any queries related to online registration,
download, bid submission etc. on n-procure
portal, Bidder may contact at following:
(n) Code Solutions
A division of GNFC Ltd.
403, 4th Floor,GNFC Info Tower,S G Road
Bodakdev,
Ahmedabad 380 054 (India)
Tel: +91 79 4000 7323
+91 79 4000 7300
E-mail: nprocure@ncode.in

www.nprocure.com
Toll Free: 1800-419-4632

Tender No: GIPCL/WIND-200 MW/2017

Page 12 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

SECTION II

INSTRUCTIONS TO BIDDERS (ITB)

Tender No: GIPCL/WIND-200 MW/2017

Page 13 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

CONTENTS OF SECTION - II

Clause
Description Page No.
No.

2.1 Information to Bidder 15


2.2 Consortium / Joint Venture 16
2.3 Bidders Eligibility Criteria 18
2.4 Bid Evaluation 21
2.5 Rights of Owner 23
2.6 Bid Form 23
2.7 Validity 23
2.8 Instructions for Submission of Bids 24
2.9 Break-up of Purchase Orders 31
2.10 Disqualifications 31
2.11 Rejection of Bid 32
2.12 Confidentiality 32
2.13 Force Majeure 32
2.14 Arbitration 32
2.15 Jurisdiction / Governing Laws 33
2.16 Single Offer 34
2.17 General 34
2.18 Submission Copies of Certificate /Documentary Proof 34
2.19 Note 35

Tender No: GIPCL/WIND-200 MW/2017

Page 14 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

SECTION-II

INSTRUCTION TO BIDDERS (ITB)

2.1 INFORMATION TO BIDDER

2.1.1 Bidders are required to furnish all information and documents as called for
in this document in English language. Any printed literature furnished by the
Bidder in another language will require to be accompanied by an English
translation, which shall govern in case of any variation. However, Bidders
are allowed to submit only Land related documents in local language
(Gujarati) provided the same is submitted in clear and legible form. All other
Bid documents shall be in English language.

2.1.2 Addenda to the tender document could be issued prior to the last date of
submission of the Bids to revise any of the tender condition.

2.1.3 All addenda, clarification, etc are to be considered an integral part of the
tender document and Bidder deemed to have taken in to account while
submitting its Bid irrespective of the fact that whether the clarification,
amendment, addenda issued is relevant to the query raised by him. All such
clarification/amendment etc will be web hosted and can be viewed in either
on www.gipcl.com or https://www.nprocure.com or
https://gipcl.nprocure.com. It is the responsibility of Bidder during the
tendering stage to regularly visit both web sites and keep himself updates
on any such postings prior to submission of the Bids. Bids submitted without
cognizance of any such postings would be treated as non responsive and is
liable to be rejected.

2.1.4 Bidder is required to take into account all addenda in his Bid received
during the bid period and to confirm / attach the same in the Bid.

2.1.5 A Bidder, in his offer, can quote for up to 200 MW at one or multiple sites.
However, the minimum bid quoted shall be 25 MW and above for single
site. Bidder should submit separate Bid for each site in Two part with EMD
for respective Bid/site along with Part-I (Technical) of the respective Bid
in Physical form and Part-II (Price Bid) strictly online as per instructions
clause 2.8 of Section II - Bid Submission. The technical and financial
evaluation will be carried out on individual site basis as stipulated in clause
2.4 of the RFP.

Bidder will declare the annual CUF of their Project at the time of Bid
submission. The declared annual CUF shall in no case be less than 20%
yearly.

The decision of GIPCL regarding consideration of AEP/CUF figures,


corresponding IRR worked out for evaluation of the Bids and viability of the
offer will be final and GIPCL will be under no obligation to give any reply,
justification to any of the Bidder in any form. No communication in this
regard shall be entertained post submission of the Bid. GIPCL reserves the
Tender No: GIPCL/WIND-200 MW/2017

Page 15 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

right to decide the final number of sites and MW capacity to be ordered.


GIPCL is under no compulsion to issue order irrespective of the IRR worked
as per parameters outlined for each Bid and mere issue of this Tender do
not assure placement of Order.

AEP (CUF% ) figures as certified/finalized (@P-90 ) by owner's consultant


and accepted by GIPCL or worked out independently by GIPCL on through
in house analysis and based on verification of data submitted by Bidder for
individual Bidder or AEP figures (@ P-90) as quoted by the bidder,
whichever is lower, will be considered for Bid evaluation purpose.

2.1.6 Bid should be filled in only with ink or typed. Any bid filled in by pencil or
otherwise shall not be considered.

2.1.7 All additions, alterations, and over-writings in the bid or accompanying


documents must be clearly signed and stamped by the authorized signatory
to the bid.

2.1.8 The minimum offered project capacity shall be 25 MW.

2.1.9 Bidder to consider any impact from Goods service Tax (GST) on the prices
and suitably incorporate the same. All prices quoted by bidder should be
inclusive of applicable GST if same is notified on the date of bid submission.
GIPCL will not be responsible to pay for any differences on account of GST
from the prevailing rate of taxes on the date of RFP/Bid publication.

2.2 CONSORTIUM / JOINT VENTURE

2.2.1 Bids may be submitted by :-


a) Single person / entity (called the Bidder);
b) Newly formed incorporated Joint Venture (JV) company;
c) Consortium (to be incorporated as JV) having a maximum of three
members;
d) An Indian arm of a foreign company;
e) A Foreign Company.

2.2.2 Fulfillment of Eligibility criteria and certain additional conditions in respect of


each of the above 5 types of bidders are stated below, respectively:

a) The sole bidder shall fulfill each eligibility criteria.

b) In case the bidder is a newly formed incorporated Joint Venture and


which has not completed three financial years from the date of
commencement of business, then either the said JV shall fulfill each
eligibility criteria or the lead constituent member / promoter of such a
JV shall fulfill each eligibility criteria.

If the bid is received with the proposal that the lead constituent
member / promoter fulfils each eligibility criteria, then this member /
promoter shall be clearly identified and he / it shall assume all
obligations under the contract and provide such comfort letter /
Tender No: GIPCL/WIND-200 MW/2017

Page 16 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

guarantees as may be required by Owner. The guarantees shall


cover inter alia the commitment of the lead member / promoter to
complete the entire work (Land, Design, Engineering,
Manufacturing, Supply, Erection, Testing & Commissioning and
O&M) in all respects and in a timely fashion, being bound by all the
obligations under the contract, an undertaking to provide all
necessary technical and financial support to the JV to ensure
completion of the contract when awarded, an undertaking not to
withdraw from the JV till completion of all obligations under the
contract.

The lead member would be the technology supplier and


manufacturer of the WEG.

A copy of the JV Agreement is to be submitted along with the bid.

c) In case the bidders are bidding as a consortium (to be incorporated


as JV), then the following conditions shall apply :-

(i) Each member in a consortium should only be a legal entity


and not an individual person. Two or maximum three such
members can form a consortium for the purpose of bidding
only.
(ii) The Bid shall specifically identify and describe each member
of the consortium;
(iii) The consortium member descriptions shall indicate what type
of legal entity the Member is and its jurisdiction of
incorporation (or of establishment as a legal entity other than
as a corporation) and provide evidence by a copy of the
articles of incorporation (or equivalent documents);
(iv) The lead member would be the technology supplier and
manufacturer of the WEG.
(v) This lead member shall be solely responsible for all aspects
of the Bid / Proposal including the execution of all tasks and
performance of all consortium obligations.
(vi) All the bid documents are to be signed by the lead member
who should be duly authorized for this purpose by other
consortium members. A copy of such authorization is to be
submitted along with the bid.
(vii) The lead member shall fulfill each eligibility criteria and shall
submit the EMD as well as SPBG.
(viii) A commitment shall be given from each of the consortium
members in the form of a letter signed by a duly authorized
officer clearly identifying the role of the member in the Bid
and the members commitment to perform all relevant tasks
and obligations in support of the lead / lead member of the
Consortium and a commitment not to withdraw from the
consortium;
(ix) No change shall be permitted in the number, nature or share
holding pattern of the Consortium members after pre-
qualification, without the prior written permission of the
Tender No: GIPCL/WIND-200 MW/2017

Page 17 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Owner.
(x) No change in project plans, timetables or pricing will be
permitted as a consequence of any withdrawal or failure to
perform by a consortium member;
(xi) No consortium member shall hold less than 25% stake in a
consortium;
(xii) Any person or entity can bid either singly or as a member of
only one consortium.
(xiii) If the consortium wins the contract then the consortium has
to be incorporated as a JV before award of the work. After
incorporation as JV the lead member will be jointly and
severally responsible for all contractual obligations of the
contract.

The copy of the JV Agreement is to be submitted to the


Owner before award of the Work.

d) In case the bidder is an Indian arm (subsidiary, authorized agent,


branch office or affiliate) of a foreign principal, then the foreign
principal shall have to fulfill each eligibility criteria. If such foreign
principal desires that the contract be entered into with the Indian
arm, then a proper back to back continuing guarantee shall be
provided by the foreign principal, clearly stating that in case of failure
of any supply or performance of the equipment, machinery, material
or plant or completion of the work in all respects and as per the
warranties / guarantees that may have been given, then the foreign
principal shall assume all obligations under the contract.

Towards this purpose, it shall provide such comfort letter /


guarantees as may be required by Owner. The guarantees shall
cover inter alia the commitment of the foreign principal to complete
the entire work (Land, Design, Engineering, Manufacturing, Supply
Erection, Testing & Commissioning and O&M) in all respects and in
a timely fashion, being bound by all the obligations under the
contact, an undertaking to provide all necessary technical and
financial support to the Indian arm. The foreign principal would
ensure completion of the contract in the event of any failure of Indian
arm and also undertake not to withdraw from the contract till
completion of the work.

e) Foreign Company : The foreign company shall fulfill each eligibility


criteria.

2.3 BIDDERS ELIGIBILITY CRITERIA

Bidders intending to participate in this tender shall fulfill the Eligibility Criteria as
follows. Bids submitted without meeting any of below criteria fully or partially shall
be treated as non responsive and disqualified.

2.3.1 The Bidder should meet the eligibility criteria and requirements stipulated
hereunder:-

Tender No: GIPCL/WIND-200 MW/2017

Page 18 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

A. Technical Criteria

i) The bidder should have its name & the offered model of
Wind Electric Generator (WEG) included in the latest list of
Manufacturers of Wind Electric Generators / Wind Turbine
equipment RLMM list published by National Institute of Wind
Energy [Formerly known as Centre for Wind Energy Technology
(C-WET), Ministry of New & renewable Energy (MNRE) and
Government of India.
ii) The offered model of WEG shall be of 1500 kW rating or above.
iii) The bidder should have designed, engineered, manufactured,
supplied, erected, tested and commissioned, on turnkey basis,
Wind Power Project of aggregate capacity not less than 50 MW
comprising of wind electric generators (WEGs) of unit rating of
1500 kW or above in any one year in the last three years as on
date of submission of the bid.
iv) The bidder/Lead Consortium Partner in case of JV, should be a
manufacturer of wind energy equipments
v) The quoted model of WEG(of offered rotor diameter and Hub
height by Bidder ) should have been installed and commissioned
by the bidder and is under operation for at least for one year.
Bidder to furnish Supporting data.
vi) All equipment shall be new and shall comply with all regulatory
requirement for establishing wind/renewable energy project in
India & Gujarat.
vii) The quoted model of WEG should have Type Certification from an
accredited test house such as RISO Denmark, DEWI - Germany,
Germanischer LLOYD - Germany, NIWE or any other agency
approved by Ministry of New and Renewable Energy (MNRE),
Government of India. Such Type Certificate should be valid as on
the date of opening of the bid. Copy of Type Certificate along
with copy certified power and thrust curve shall be submitted with
the bid. Certified power curve and thrust curve should be in
graphics as well as tabular form.
viii) The bidder should have the experience of successful operation
and maintenance of at least one wind farm of 25 MW capacity
having WEGs of 1500 kW rating or above, for a period at least of
one year as on the date of submission of bid.
ix) The offered Land should be eligible for establishing wind project as
per MNRE / NIWE / Nodal Agency / Government guideline and
regulations if any etc. For this Due diligence with respect to
eligibility to established the wind project as on Bid submission date
to be carried out by the bidder prior to offering of the site(s).
x) The WEG supplier shall have manufacturing unit for critical
component established in India and should have with repair &
service facilities fully established and functioning with requisite set
up in India.
xi) The bidder / developer / subsidiary company/associate, in case of
revenue /Govt. land, should be either in possession or should have
been allotted or must be having clear recommendation of
allotment/lease of adequate land for wind farm development from
designated authority or should have private land ( Only permitted
Tender No: GIPCL/WIND-200 MW/2017

Page 19 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

on Ownership basis with Sale deed and NA clearance with 7/12


entry) , required for installation of the project.
xii) The WEGs design should ensure smooth interconnection with the
grid and shall comply with prevailing norms and standards for grid
connectivity specified by SLDC /CEA/ Regulatory authorities.
xiii) The company shall be capable of providing post commissioning
trouble shooting, operation and maintenance services to achieve
high standards of performance as prescribed in Request for
Proposal (RFP).
xiv) The wind farm capacity shall be minimum 25 MW for the offered
site.

B. Financial Criteria

i) Annual turnover of the bidder in any one of the three preceding


financial years should not be less than Rs.5 crores for every MW
capacity offered or atleast Rs 250 Crores ( Rupees Two Hundred
Fifty Crores), whichever is higher for the total capacity offered by
Bidder.
ii) Net worth of the bidder should be positive for Financial Year ended
on 31.03.2017 as per audited financial statement.

2.3.2 OTHER TERMS

(i) In case of Technical collaboration with foreign company, the


applicant shall produce relevant document of as proof of
collaboration and certificate from their collaborator for technical
support to the applicant for the project and after sales services.
(ii) The experience list shall include only projects executed by Bidder
himself as a turnkey contractor and not as a sub-contractor. The list
of project executed shall clearly mention name of the technology
partner / licensee agreement company and whether the same is
valid as on date with date of expiry.
(iii) Bidder shall ensure that all the information, facts & figures, data
provided in the bid are accurate and correct. GIPCL reserves the
right to confirm / verify any data or information through their own
sources. GIPCL also may contact directly the references given for
the project executed and may also visit the site, manufacturing
facilities & sub-vendors works etc., physically to as certain
capabilities of the applicant, if so desire at their own cost. Bidder
may have to facilitate GIPCL for any such visit.
(iv) The bidder shall furnish documentary evidence by way of copies of
Contract / Purchase Order, Completion Certificate or any other
equivalent document, Audited Balance Sheet and Profit & Loss
Account etc., along with the Bid to establish experience / track
record and financial capabilities meeting Bid Evaluation Criteria.
(v) The bidder or its Proprietor / Partner(s) / Director(s) of the Firm
should not have been convicted by a Court of Law for an offence
involving moral turpitude in relation to business dealings during the
past seven (7) years.
(vi) GIPCL shall also take into account past experience of Project
execution and operational performance of the wind farm project
Tender No: GIPCL/WIND-200 MW/2017

Page 20 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

executed by Bidder for GIPCL while carrying out overall due


diligence of the proposal and evaluating Bidder in totality to take
final call on his selection. GIPCL decision regarding the same shall
be binding to the bidder.

The bidder should meet all the above eligibility criteria as on the bid due
date. The bids of only those bidders, who meet the Bidders Eligibility
Criteria, will be considered for further evaluation.

Notwithstanding anything stated above GIPCL reserves the right to verify all
statements/information submitted to confirm the Bidders claim on
experience and to assess the Bidders capability and capacity to perform
the contract should the circumstances warrant such an assessment in the
overall interest of the project.

Further, notwithstanding the above, GIPCL reserves the right to accept or


reject any BID and to annul the process of submission of BID and reject all
or any BID, at any time without assigning any reason thereof. GIPCL shall
not in no way responsible or liable for any loss, damage or inconvenience
caused to the rejected Applicants whatsoever. GIPCL shall be under no
obligation to inform the affected Applicants of the rejection and / or ground
for rejection.

2.4 BID EVALUATION

2.4.1 Evaluation of both Techno-Commercial (un-priced) bids and priced bids


shall be done separately.

2.4.2 Techno-commercial evaluation of the un-priced bids shall be carried out


first. This will be done on the basis of Eligibility Criteria as given in Clause
2.3 of this Section and completeness and conformity of the bids with
respect to RFP requirements.

2.4.3 Each Site shall be evaluated separately with corresponding AEP for entire
wind farm at P-90 either verified/certified by Consultant and accepted by
GIPCL or worked out independently by GIPCL on through in house analysis
and based on verification of data submitted by Bidder National Institute of
Wind Energy (formerly known as Centre for Wind Energy Technology C-
WET) certified wind mast data submitted by Bidder for each site will be
used for AEP calculation.

2.4.4 Price Bids of only techno-commercial acceptable bids shall be considered


for further evaluation.
In case of multiple Bids submitted by a single Bidder, the Price Bids of all
Sites will be opened simultaneously due to inbuilt system provisions of n
procure platform. However, the Price Bid for site which is technically
qualified shall only be considered for further evaluation and mere display of
non qualified Bid price on n-procure platform should not be construed as a
technical qualification of the Bid for Price Evaluation.

Financial evaluation of acceptable bids shall be done as per following


methodology:
Tender No: GIPCL/WIND-200 MW/2017

Page 21 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

The Evaluated Bid Value (EBV) shall be calculated using the following
parameters:
i. Quoted EPC Price by Bidder/site inclusive of all taxes/duties etc ( As
per Price Schedule P-I in Rs. Lakhs.
ii. Annual Energy Production (AEP) of Wind Farm/site as per clause
4.23 for each year during the O&M period (for 20 years) as per
stipulated evaluation criteria of RFP.
iii. Quoted Comprehensive O&M Price / year inclusive of all
taxes/duties during the O&M period (of 20 years) as per Price
Schedule P-II.
Parameters assumed constant for evaluation of each Bidder-site
wise.
iv. Discount Factor of 10.04% annually.

The Evaluated Bid Value (EBV) shall be calculated using the


abovementioned parameters as follows:

Step 1 : Quoted EPC Price for wind farm site


in Rs. Lakhs.
Step 2 : Net Present Value (NPV) of 20
years of O&M Cost quoted by the
Bidder with Discount Factor
mentioned at point (iv) above
Step 3 ADD : EPC Price and NPV of O&M for 20
years
Step 4 : Summation of AEP for 20 years
Step 5 DIVIDE (Sum of EPC Price and NPV of
each year O&M Contract Price for
20 years) by (Summation of AEP
for 20 years) i.e. (Step3/Step4)
The Evaluated Bid Value (EBV) shall be the Net Present Value
(NPV) as calculated above.

Evaluated Bid Value (EBV) =EPC Cost + NPV of each year O&M Price of 20 years
AEP of 20 years

Note: Pl refer Annexure IX for sample Bid evaluation Illustration

Financial evaluation of the bids and ranking shall be carried out by


calculating levelised cost of generation from sum of Total EPC Price and
NPV of 20 years O&M charges divided by AEP as illustrated in Annexure
IX of this RFP.

2.4.5 Based on the Price discovery and Bid evaluation GIPCL will further work out
IRR, tariff, cut off capacity etc. GIPCL will decide placement of orders to be
based on the outcome of Bid evaluation. GIPCL will be in no compulsion to
either complete 200 MW capacity or ordered any capacity of Wind Farm
irrespective of Project IRR or outcome of wind tenders bidding process of
central/State agencies. It will be entirely GIPCL prerogative to take a final
Tender No: GIPCL/WIND-200 MW/2017

Page 22 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

call on placement of order from the investment perspective at the time of


final Bid evaluation. The issues of this RFP/tender merely do not guarantee
placement of order even with IRR above cut off limit and the same (which
Bidder may please note) will be decided on the comprehensive review of
the proposal and prevailing market conditions, investment climate,
regulatory scenario, outcome of competitive bidding process in which
GIPCL participates etc.

GIPCL will have option to place Order up to +10% of total capacity (200
MW) envisaged.

2.4.6 Reverse Auction


GIPCL may opt for e-Reverse Auction subsequent to opening of Price
Bids. The intimation of the same shall be given to eligible bidders in
advance. The procedure for e-Reverse Auction shall be as per
Annexure-X of this RFP.

2.5 RIGHTS OF OWNER

2.5.1 Bidders are informed that Owner is neither under any obligations to select
any bidder nor to assign any reason for either qualifying or disqualifying any
bidder. Owner is also not under any obligation to award the contract and
proceed with the project or any part thereof under this RFP. GIPCL
reserves the right to split the orders response and evaluations of the Bids in
its best interest. GIPCL is not bound to select lowest Bidder solely on the
basis of price.

2.5.2 At any time prior to opening of price proposals, either on its own initiative or
in response to clarifications requested by any prospective bidder, Owner
may modify the document by issuing an amendment on website only.

2.5.3 Owner reserves the right to assess Bidders capability and capacity to
perform the work/contract to full satisfaction of the Owner.

2.5.4 Owner reserves the right to accept, prefer and reject any or all proposals
without assigning any reason thereto.

2.5.5 GIPCL also reserves the right to consider placement of order beyond
200 MW based on comprehensive evaluation of the bids received at
its sole discretion.

2.6 BID FORM

Bidders are required to sign the Bid Form enclosed as per Annexure-I of Vol.1 of
this Section with the tender document, failing which their bid shall be liable for
rejection.

2.7 VALIDITY

The bid shall be valid for 180 days from the bid due date or extension if any without
any change in the quoted price and all terms and conditions.

Tender No: GIPCL/WIND-200 MW/2017

Page 23 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

2.8 INSTRUCTIONS FOR SUBMISSION OF BIDS

All documents shall be submitted in 1(one) original plus 1 (one) copy in the
following manner. For multiple sites by a single Bidder, separate Bid for each site
with all Bid Response Sheets with unpriced copy of price Schedules in the same
format of RFP only shall be submitted with Part-I with clearly super scribed name of
the Site & MW on the Envelop with EMD and Tender fee. Bidders to submit single
tender fee irrespective number of site to be offered.

Bidders may submit alternate offer for the same site with alternate WEG model
subject to payment of separate EMD amount for that option. In case of
disqualification of any of option(s)/site, such bid will not be consider for further
evaluation.

Bidder will have to upload scanned copy of Bid Submission Form as per attached
format as a part of Technical Bid (Part-I) on nprocure portal in the Technical Bid
section. The original form shall be submitted along with the physical bid. Any
queries related to Bid may be mail to windproject@gipcl.com.

Bidder may kindly note :-

2.8.1 Bid shall be submitted in Two Part

A: Part :I Technical with Tender Fee and EMD in Physical form (In a
separate sealed envelope each site wise)

Part I shall contain following:

Envelop I + Envelop II, both separately sealed and put in another sealed
cover super scribing Part I clearly as follows :

a) Envelope-I : Earnest Money Deposit (EMD along with Tender Fee)

The Earnest Money deposit (EMD) shall be placed in a separate sealed


envelope marked as EMD and Tender No.GIPCL/WIND-200 MW/2017
along with Tender Fee.

b) Envelope-II : Un-priced / Techno-commercial Bid including Bid


eligibility criteria :

The Un-priced bid shall contain one duly signed and stamped on each
and every page of tender document and addenda, if any.

Price Schedule format with prices kept blanked shall be submitted as a


token of acceptance of the same.

Necessary documents complete in all respect in support of meeting with


Bid Eligibility Criteria shall be furnished along with all other documents
sought under this tender document.

Tender No: GIPCL/WIND-200 MW/2017

Page 24 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

All Bid Response Sheets duly filled in and signed shall be submitted
along with documents as required each site wise as a part of separate
Bid for that particular site

The respective envelopes are to be super scribed as EMD along with


Tender Fee, Un-priced Bid / Techno-commercial Bid (PART-I). All the
above two envelopes i.e. EMD along with Tender fee, and Un-priced /
Techno commercial Bid shall be put inside one single envelope, sealed
and clearly super scribed on the envelope.
BID DOCUMENT DO NOT OPEN
BID DOCUMENT (Part-I-Technical) FOR WIND POWER PROJECT
TENDER NO. : GIPCL/WIND-200 MW/2017
DUE DATE : 03/07/2017 up to 14:00 hours IST

For understanding purpose, for Bid submission, a pictorial view for


enclosing Envelopes and submitting Technical Bid Part-I in physical
form with EMD & Tender Fee as per RFP is depicted below:

Main Bid Envelope (Sealed separately for each site in case of multiple sites by a
single Bidder) For Submission (Addressed to Bid receiving address as per RFP)

BID DOCUMENT DO NOT OPEN


BID DOCUMENT (Part-I-Technical only) FOR WIND
POWER PROJECT
TENDER NO. : GIPCL/WIND-200 MW/2017
DUE DATE : 03/07/2017 up to 14:00 hours IST

Name of the site & MW

To,

Bid Submission address of GIPCL as per RFP

From:
ENVELOPE PART- I (SEALED) (1 ORIGINAL + 1 COPY)
Bidders EMD WITH TENDER FEE TECHNO-COMMERCIAL BID
Details
ENVELOPE I (SEALED) ENVELOPE II (SEALED)

Note: Bidder must submit Price Bid as per GIPCL RFP format only in
electronic form online to https://www.nprocure.com or
https://gipcl.nprocure.com only as per Bid Instructions. Bids received
with containing Prices in Physical form shall be out rightly rejected.

Electronic form in context of Price Bid shall mean Bidders should


upload scanned copy of all Price Schedules duly signed by authorized
signatory as per RFP (Site Wise) and shall upload on nprocure web
site at relevant section . This shall applicable wherever indicated in
From: Bidders details
the RFP or submission of prices online.

Tender No: GIPCL/WIND-200 MW/2017

Page 25 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

B. Part-II: Price Bid

All Bidders kindly note that Price Bid must be submitted online in
electronic format only through etendering on n-procure portal at
https://gipcl.nprocure.com or as notified by GIPCL after completing
registration and with valid digital signature certificate by authorized
signatory strictly as per GIPCL RFP format and Bid submission
instructions only. Price Bid shall be submitted online site wise
separately strictly as per Price Bid Formats.

It should contain only the Price Schedule complete with rates / prices filled
in for each site wise. The Price Schedule shall be free from any terms and
conditions. Price Bid containing any new / fresh condition shall be liable
for rejection.

2.8.2 Bidder shall ensure that they submit the bid well before the "Due Date &
Time of Bid-Submission". GIPCL shall not be responsible for any delay in
submission of Bid and inability of a bidder to submit bids on "Due Date &
Time of Bid-Submission".

2.8.3 Any bidder who wishes to quote against this Tender may download the
Tender Document from GIPCL website www.gipcl.com or form
https://www.nprocure.com or https://gipcl.nprocure.com. Bidder may go
through the e tendering instruction for online Bid participation through n-
procure platform at clause 2.8.30 in this Section II for further details and
guidance for participation in the tendering process through e-tendering. In
case of any queries related to e-tendering system, Bidder may write/contact
at following details:
(n) Code Solutions
A division of GNFC Ltd.
403, GNFC Info Tower,S G Road Bodakdev,
Ahmedabad 380 054 (India)
Tel: +91 79 4000 7300
Fax: +91 79 4000 7533
E-mail: nprocure@ ncode.in
www.nprocure.com
Toll Free: 1800-419-4632

2.8.4 Bidder must submit PartI (Technical) Bid in Physical form with EMD and
Tender Fee with other supporting documents for qualification & Un-priced
copy of price schedule as per RFP format only to Correspondence Address
Part-I (Technical) Bids in Physical form to be submitted to following
address: Mr. S N Purohit
Addl. General Manager (Business Development &
Baroda Operations)
Gujarat Industries Power Co Ltd
P.O Petrochemicals, Dist: Vadodara-391346
Phone : +91-265-2230185
Cell : +91-9909035311
Fax : +91-265-2230029
Email :windproject@gipcl.com
Tender No: GIPCL/WIND-200 MW/2017

Page 26 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

All Bidders noted that all Pre Bid correspondences /clarification


/queries to be raised /posted on https://www.nprocure.com or
https://gipcl.nprocure.com at relevant place designated/earmarked for
this tender only with a mail copy addressed to windproject@gipcl
com.

2.8.5 All documents shall be submitted in 1(one) original plus 1 (one) copy
according to the procedure described as per Clause 2.8 of Section II
Request for Proposal.

2.8.6 In case price bid is received in Physical condition and / or contained /


mentioned anywhere else the offer will be rejected.

2.8.7 Bids (Part-I)shall be accompanied by Earnest Money Deposit (EMD) as per


amount mentioned against Sr. No. 5 Table A of Clause 1.0 - Brief details
Section I - Request for Proposal.

2.8.8 The EMD shall be in the form of Bank Draft or Original irrevocable Bank
Guarantee of equivalent amount as per Annexure-II of Volume-I issued by
approved Bank listed at Annexure-VI of Volume-I in favour of Gujarat
Industries Power Company Limited valid for a period of 180 days from the
due date of the submission of the Bid.

2.8.9 EMD shall be non-interest bearing. Any bid, not accompanied with requisite
EMD shall be summarily rejected.

2.8.10 Owner shall not be responsible for any delay, loss or non-receipt of bids
sent through post / courier / or other means / reasons, whatsoever.

2.8.11 Part-I (un-priced Bid separately for each site) of the Bids submitted by due
date and time at the above address shall be opened as per the Schedule
mentioned in the Bid Invitation Notice at Sr.No.11 Table A Section I Clause
1.0-Brief Details. Bidder or any authorized representative of the bidders
may attend the opening.

2.8.12 Owner may at its sole discretion, extend the bid submission due date / time.

2.8.13 Bid document may be checked before submission to ensure that all
information/ documents required for qualification are included.

2.8.14 Transfer of bid document issued to one prospective Bidder to any other
party is not permissible.

2.8.15 Intending Bidders are required to carefully go through the instructions


included in the bid document and participation in e-tendering through n-
procure platform and get fully acquaint themselves with Bidding procedure.
It would be the sole responsibility of the bidder to submit Bid strictly as per
Bidding Instructions contained in the RFP and complete necessary
formalities of registration, obtaining valid Digital Certificates for authorized
Bid signatories etc from n-code solution as per the contact details given in
Tender No: GIPCL/WIND-200 MW/2017

Page 27 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

the RFP Bid document. Bidder shall borne all cost associated with
completing any such formalities for participation. Bidder must furnish
complete information, necessary documents and schedules in line with
RFP. Incomplete information, inadequate supporting data, Bids without
complying or adherence to online participation formalities as prescribed
shall make Bids non responsive and shall be liable for rejection.

2.8.16 The Bidder will be deemed to have independently obtained all the
necessary information for the purpose of preparing his bid.

2.8.17 It should be clearly noted that under no circumstances any time extension
or any financial or any other kind of adjustment would be permitted for want
of non-familiarity of work or work site, e-tendering procedure etc.

2.8.18 All costs towards site visit(s), conference(s), preparation and submission of
bids shall be borne by the Bidders themselves.

2.8.19 At any time, prior to last date of receipt of bids, Owner either on its
own initiative or in response to clarifications requested by a
prospective Bidder, may amend/correct the RFP document by issuing
an amendment/corrigendum/clarification by way of posting it on the
website of the company i.e. www.gipcl.com or
https://www.nprocure.com or https://gipcl.nprocure.com from time to
time. GIPCL will not issue any clarification/amendment in newspaper
and all information related to this RFP will uploaded on above
mentioned websites only. All prospective Bidders should regularly
keep updating themselves for issue of any such
corrigendum/amendment/clarification etc and other Bid related
information. Bidders should submit their Bids taking into
consideration impact of any such clarification / amendment /
corrigendum etc issued prior to closing date. Bids without cognizant
of any such information shall be treated as non responsive and liable
to be rejected.

2.8.20 After opening of proposal and till final selection of successful Bidders(s), no
correspondence of any type will be entertained, unless called for by owner.
Any type of uncalled for clarifications on prices and or rebates shall not be
accepted.

2.8.21 Bidders are advised to submit offers strictly based on the terms and
Conditions and specifications contained in the bid documents. Bidder to
sign No Deviation Certificate as per Bid Response Sheet 5. Bids with
deviation or conditionality with respect to RFP and any subsequent written
clarification/amendment/corrigendum issued to the RFP prior to submission
date, may not be considered for evaluation and may be liable for rejection.
(Ref: Bid Response Sheet No.5)

2.8.22 The Bidder must quote the prices in line with the formats provided in
the document. Quoted rate / cost shall be entered in words as well as in
figures. These should not contain any additions, alterations, over-writings,
cuttings or corrections and any other markings, which leave any room for
doubt. In case of difference in figures and words, the amount written in
Tender No: GIPCL/WIND-200 MW/2017

Page 28 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

words shall prevail and shall be considered for evaluation.

2.8.23 A single authorized representative of the Bidder should sign and affix seal
on each page of the bid document. Proof for authorization for signing the
document shall be furnished by the Bidder.

2.8.24 Successful Bidder / Bidders may be required to execute a Contract


Agreement in the prescribed format, which will be furnished at the time of
LOA. In the event of failure of Bidder to execute the contract agreement
within stipulated period in the Notice, the full earnest money deposited shall
be forfeited.

2.8.25 Bid proposal preparation is the responsibility of the Bidder and no relief or
consideration will be given for errors and omissions.

2.8.26 Bidders shall declare that they have not been banned by any Government
or quasi Government agency. If yes, details to be given. (Bid Response
Sheet-6).

2.8.27 Bidders are advised to submit offers in accordance with the terms and
conditions and specifications contained in the tender document.

2.8.28 Bidders are required to give a declaration giving the names of other firms /
agencies / partnership firm / wholly owned subsidiary etc., where they are
having financial / professional stakes and also give a certificate if any such
firm agency is participating in this tender.

2.8.29 Immunity to Government of India / Government of Gujarat

It is expressly understood and agreed to by and between the bidder and


GIPCL that GIPCL is entering into this contract solely on its own behalf and
not on behalf of any other person or entity. In particular, it is expressly
understood and agreed that the Government of India / Government of
Gujarat is not a party to this contract and has no liabilities, obligations or
rights hereunder. It is expressly understood and agreed that GIPCL is an
independent legal entity with power and authority to enter into contracts
solely in its own behalf under the applicable laws of India / Government of
Gujarat and general principles of contract law. The bidder expressly agrees,
acknowledges and understands that GIPCL is not an agent, representative
or delegate of the Government of India / Government of Gujarat. It is further
understood and agreed that the Government of India / Government of
Gujarat is not and shall not be liable for any acts, omissions and
commissions, breaches or other wrong arising out of the contract.
Accordingly, the bidder hereby expressly waives release and forgoes any
and all actions or claims including cross, impleader claims or counter claims
against the Government of India / Government of Gujarat as to any manner,
claim cause of action or thing what so ever arising of or under this
Agreement.

2.8.30 Instruction for Online Tendering:

(i) Tender documents are available only in electronic format


Tender No: GIPCL/WIND-200 MW/2017

Page 29 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

which Bidders can download free of cost from the GIPCL Web
site: www.gipcl.com and also from web site:
https://www.nprocure.com or https://gipcl.nprocure.com up to
03/07/2017
(ii) Part-I (Technical Bid) along with EMD & tender fee to be submitted
in physical form at designated address. Part- II Price Bid should
be submitted only online through the website
https://gipcl.nprocure.com or https://www.nprocure.com. No
physical submission of Price bid will be entertained. Bids submitted
through fax, e-mail, or any other electronic form except designated
portal platform is liable for rejection.
(iii) In case of visibility of ranking of Bidders and prices online after
opening of Price Bid, shall not be treated as ranking for deciding the
order. The quoted prices will be evaluated further to work out IRR to
final decision for placement of order along with other parameters
outlined as per Bid Evaluation Methodology prescribed in this
tender/RFP document.
(iv) Bid submission shall be considered valid only if both Part-I in
physical form & Part- II(Price Bid) in electronic form are submitted
before due date and time. Failure to submit any of the Part before
due date and time will make Bid invalid.
(v) Bidders who wish to participate in this tender will have to procure or
should have legally valid Digital Certificate (Class III) as per
Information Technology Act-2000, using which they can sign their
electronic bids. Bidders can procure the same from any of the
license certifying Authority of India or can contact (n)code
solutions- a division of GNFC Limited, who are licensed
Certifying Authority by Government of India at address mentioned
below .All bids should be digitally signed. The bidders are required
to contact at the below mentioned address for detailed training on
on-line tendering.
(n) Code Solutions
A division of GNFC Ltd.
403, GNFC Info Tower,S G Road Bodakdev,
Ahmedabad 380 054 (India)
Tel: +91 79 4000 7300
Fax: +91 79 4000 7533
E-mail: nprocure@ ncode.in
www.nprocure.com
Toll Free: 1800-419-4632
Kindly note that, valid Digital Signature Certificates is must for all
the interested bidders in the name of Authorized Bid Signatory.
Online tendering process is not possible without valid digital
signature certificate. Interested bidders are also requested to
complete their procedure for taking digital signature certificate in
respect of filling of application form, supporting documents with
necessary fees at least 3 days before last date of tender
submission.
(vi) Problems in hardware/software, internet connectivity, system
configurations, browser settings etc for what so ever reason shall
not be considered for extension of tender closing date and time.

Tender No: GIPCL/WIND-200 MW/2017

Page 30 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

(vii) (n)code solutions reserves the rights to issue digital signature


certificate after verification of application forms / supporting
documents submitted by bidder.(n)code solutions is fully authorized
to issue digital signature certificate to bidders.
(viii) All the bidders who have no facility to participate in on-line tenders
are requested to contact (n) code solutions for the same.
(ix) All the correspondence in respect of training, support or digital
signature certificate should be addressed to (n) code solutions
directly on the above mentioned address.

2.9 BREAK-UP OF PURCHASE ORDERS

Owner may place separate Purchase Orders (POs) / Work Orders for
implementation of the project for each site in the following manner :

2.9.1 Order for arranging required land for the project (either on outright purchase
basis or long-term lease basis, as applicable).

2.9.2 Order for detailed engineering, manufacturing, in-house testing, supply and
delivery of equipments at site.

2.9.3 Order for micrositing, all approvals, all civil & construction works at site,
laying internal & external power evacuation system, erection, testing &
commissioning WEGs and interconnection with State grid of wind farm
project in all respect.

2.9.4 Order for comprehensive Operation & Maintenance (O&M) of the wind
Power project for a period of 20 years from the date of stabilization

2.10 DISQUALIFICATIONS

Owner reserves the right at its sole discretion to disqualify any Bidder or reject any
Bid on any of the following grounds :-

2.10.1 Found having indulged in corrupt or fraudulent practices in any bid process
in the past.

2.10.2 The Bid not being accompanied by any supporting documents or Annexures
required to be submitted in accordance with the RFP /tender document.

2.10.3 Submission by a Bidder more than one Bid for a single wind farm site.
Bidders should offer only those models which are approved by NIWE
(formerly known as C-WET) and it is listed in NIWE RLMM list as on date of
Bid submission.

2.10.4 Failure to comply with the requirements of Instructions to Bidders & RFP or
the Bid being non-responsive to the requirements RFP.

2.10.5 If the Bid is not signed, sealed and marked as stipulated in the ITB or does
not contain all the information as required in this ITB or inline with the
formats specified in the ITB.

Tender No: GIPCL/WIND-200 MW/2017

Page 31 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

2.10.6 Any Bid not accompanied by a Bid Security / EMD.

2.10.7 Any Bid received after the Due Date mentioned in the relevant Clause.

2.11 REJECTION OF BID

2.11.1 No Correspondence by any bidder shall be entertained till such time


decision in the matter is taken unless otherwise specifically asked for by
Owner.

2.11.2 The bidder must quote the prices in line with the formats provided in the
document, failing which the tender is liable for rejection. The rate / cost shall
be entered in words as well as in figures. These should not contain any
additions, alterations, over-writings, cuttings or corrections and any other
markings, which may leave any room for doubt.

2.12 CONFIDENTIALITY

Bidder shall treat Bid Documents and contents therein as private and confidential. If
at any time during bid preparation, bidder decides to decline the invitation to bid; all
documents must be immediately returned.

2.13 FORCE MAJEURE

Any delays in or failure of the performance of either parties thereto shall not
constitute default hereunder or give rise to any claims for damages, if any, to the
extent such delays or failure of performance caused by occurrences such as acts
of God or the public enemy, expropriation or confiscation of facilities by
Government authority, compliance with any order or request of any Government
authorities, acts or war rebellion, sabotage, fire, floods, explosions riots
earthquake, provided always that such occurrences result in impossibility of
performance of the contract. Only events of Force Majeure which impedes the
execution of the contract at the time of its occurrence shall be taken into
cognizance.

Only events of Force Majeure which impedes the execution of the contract at the
time of its occurrence shall be taken into cognizance.

2.14 ARBITRATION

All disputes or differences whatsoever which shall at any time arise between the
parties hereto touching or concerning the works or the execution or maintenance
thereof of the contract or the rights touching or concerning the works or the
execution or maintenance thereof of this contract or the construction meaning
operation or effect thereto or to the rights or liabilities of the parties or arising out of
or in relation thereto whether during or after completion of the contract or whether
before or after determination, force closure or breach of the contract (other than
those in respect of which the decision of any person is by the contract expressed to
be final and binding shall after written notice by either party to the contract to the
other of them and to the Appointing Authority hereinafter mentioned be referred for
adjudication to a sole Arbitrator to be appointed as hereinafter provided.

Tender No: GIPCL/WIND-200 MW/2017

Page 32 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

For the purpose of appointing the sole Arbitrator referred to above, the Appointing
Authority will send within thirty days of receipt of the notice, to the contractor a
panel of three names of persons.

The contractor shall on receipt of the names as referred selected any one of the
person names to be appointed as a sole Arbitrator and communicate his name to
the Appointing Authority within thirty days of receipt of the names. The appointing
Authority shall there upon without any delay appoint the said person as the sole
Arbitrator. If the contractor fails to communicate such selection as provided above
within the period specified, the Appointing Authority shall make the selection and
appoint the selected person as the sole Arbitrator.

If the Arbitrator so appointed is unable or unwilling to act or resigns his appointment


or vacate his office due to any reason whatsoever sole Arbitrators shall be
appointed as aforesaid. The work under the contract shall, however continue during
the arbitration proceedings.

The Arbitrator shall be deemed to have entered on the reference on the date he
issues notices to both the parties fixing the date of the first hearing.

The Arbitrator may, from time to time, with the consent of the parties, enlarge the
time for making and publishing the award.

The Arbitrator shall give a separate award in respect of each dispute or difference
and shall give a reasoned and speaking award / awards.

The venue of arbitration shall be at Vadodara.

The fees, if any, of the Arbitrator shall, if required to be paid before the award is
made and published be paid half and half by each of the parties. The costs of the
reference and of the award including the fees, if any of the Arbitrator shall be in the
discretion of the Arbitrator who may direct to and by whom and in what manner,
such costs or any part thereof shall be paid may fix or settle the amount of costs to
be so paid.

The award of the Arbitrator shall be final and binding on both the parties.

Subject to aforesaid, the provisions of the Arbitration Act 1996 or any statutory
modification or re-enactment thereof and the rules made there under, and for the
time being in force in India shall apply to the arbitration proceeding under the
clause.

2.15 JURISDICTION / GOVERNING LAWS

2.15.1 Jurisdiction : For all disputes arising of this contract, the jurisdiction shall lie
under the jurisdiction of direct courts in the city of Vadodara only, in the
state of Gujarat (India).

2.15.2 Governing Laws : The contract shall be governed by and constructed


according to the laws in force in INDIA.

Tender No: GIPCL/WIND-200 MW/2017

Page 33 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

2.16 SINGLE OFFER FOR EACH SITE:

The bidder can submit only one offer for a single site. For multiple sites by same
Bidder, different offers shall be submitted with separate sealed Techno-commercial
(Part-I) and Online Price Bids as mentioned in Instruction to bid submission.

2.17 GENERAL

Although details presented in this Bid Document have been complied with all
reasonable care, it is Bidders responsibility to satisfy itself that the information /
documents are adequate and that there is no conflict between various documents /
stipulations. No dispute or claims will be entertained on this account. Bid proposal
preparation is the responsibility of the bidder and no relief or consideration can be
given for errors and omissions.

2.17.1 Request for sending the tender documents by post, courier or any other
mode shall not be entertained.

2.17.2 The bid is to be submitted complete in all respect as per terms and
conditions of the Tender document / RFP document along with Tender fee
in the form of crossed demand draft only in favour of GIPCL payable at
Vadodara. In case of multiple sites, Bidder can enclose DD for Tender Fee
in any one of the Bids and copy in rest of Bids. Tender Fee to be paid for
single tender only irrespective of No. of Bids submitted by a Bidder for
different sites. Only EMD shall be paid separately for each Bid
corresponding to the MW offered in case of multiple sites as per the
prescribed rate. Submission of Single EMD Bank Guarantee for multiple
sites (as in the case of Tender cost) and value as per Tender Requirement
is also acceptable for total MW offered. However, each site shall be treated
as a separate bid and Bidder shall submit bid accordingly site-wise in
separate sealed envelope as per Clause No.2.8 Section-II.

2.17.3 Bids must be received through courier / registered post, authorized


representative not later than the date and time specified in the tender. Bids
submitted through Fax/ e-mail or any other electronic form shall be rejected.

2.18 SUBMISSION COPIES OF CERTIFICATES / DOCUMENTARY PROOFS

2.18.1 Bidders are required to submit copies of all certificates / documentary


evidences towards proof of meeting the stated "Bid Evaluation Criteria" as
described in clause 2.4 along with the other requisite documents. Non-
submission of copies of requisite certificates / documents shall render the
bid non- responsive, and shall be liable for rejection.

2.18.2 Bid shall only be submitted by firm(s) whose experience is furnished as


documentary proof towards fulfilling the Qualifying Criteria. In case the
experience claimed for Qualifying is of parent company, Bid should be
submitted by parent company or accompanied by Letter of Association
specifically addressed to GIPCL with all resource commitment from parent
company with Bid security /Guarantee from parent company. Bid submitted

Tender No: GIPCL/WIND-200 MW/2017

Page 34 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

without such Letter of Association along with the original Bid, shall be liable
to be disqualified for further evaluation and Bidders EMD shall be forfeited.
2.19 NOTE :

a) Bidders are requested to fill all Bid Response Sheets and Annexures as
enclosed in the Bid Documents. Bidders must sign all the attachments of
the Bidding Documents.

b) Bidders may depute their authorized representative to attend the Un-priced


Bid Opening-Part I.

c) Any change in bid after the Due Date and Time of Bid-Submission of bid is
not allowed.

d) Bidders are advised, in their own interest, to ensure that their bids are
submitted well before the Due Date and Time of Bid-Submission of the Bid
document.

e) Bidders are required to submit their bids along with a covering letter under
the firms / companys letter head specifying the name and designation of
the authorized person signing the bid, complete postal address of firm /
company, telephone number, fax number, e-mail ID etc.

f) The RFP documents consist of Volume-I : RFP and Volume-II : GCC. The
list of approved banks will be as given in Volume-I.
Best Regards,

For & On Behalf of


Gujarat Industries Power Co. Ltd.,

(S N Purohit)
Addl. General Manager (Business Development & Baroda Operations)

Tender No: GIPCL/WIND-200 MW/2017

Page 35 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

SECTION III

PROFILE OF
GUJARAT INDUSTRIES POWER COMPANY LIMITED
(GIPCL)

Tender No: GIPCL/WIND-200 MW/2017

Page 36 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

PROFILE OF GIPCL

GIPCL was incorporated in 1985 as Public Limited Company under the auspices of
Government of Gujarat. The company is engaged in business of Electrical Power
Generation. The total present capacity of Vadodara and Mangrol plants is 871 MW. The
company has a vision to transform itself into a national level power sector enterprise. The
company is having its registered office at P.O. Petrochemical, Vadodara, Gujarat.

It commissioned its first power project; a 145 MW gas based Combined Cycle Power Plant
in February, 1992 at Vadodara. Power from this plant is distributed to its promoters in
proportion to their original equity holding.

The company expanded its capacity and commissioned 165 MW Naphtha & Gas based
Combined Cycle Power Plant at Vadodara in November, 1997 as Independent Power
Producer (IPP) with Power Purchase Agreement (PPA) with GUVNL.

It commissioned 250 MW Lignite based Power Plant at Nani Naroli, District Surat in
November, 1999 as Independent Power Producer (IPP) with Power Purchase Agreement
(PPA) with GUVNL. It also has its own Captive Lignite Mines at Vastan, Mangrol & Valia
for Surat Lignite Power Plant.

2 x 125 MW SLPP Phase II has been commissioned in April 2010.

It Commissioned a 5 MW photovoltaic Grid connected Solar Power Station at Vastan


Mines of Surat Lignite Power Station in January 2012.

GIPCL has already commissioned 112.4 MW Wind Power Project in the state of Gujarat.

GIPCL has also established 2 x 1 MW Distributed Solar Power Project (DSPP) at Anand
and Surat District of Gujarat State. The Company also won 2 x 40 MW Solar Project of
Solar Energy Corporation of India (SECI) at Gujarat Solar Park Charanka through
competitive bidding and the same is under construction phase now.

As part of its green energy initiative and further step up its wind energy generation
portfolio, GIPCL intends to further add up to 200 MW capacity Wind Power Project in the
state of Gujarat .

Tender No: GIPCL/WIND-200 MW/2017

Page 37 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

SECTION IV

SCOPE OF WORK

AND
SPECIAL CONDITIONS OF CONTRACT

FOR

SUPPLY, ERECTION, TESTING & COMMISSIONING

Tender No: GIPCL/WIND-200 MW/2017

Page 38 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

CONTENTS OF SECTION - IV

Clause Page
Description
No. No.
4.1 Definitions & Interpretation 40
4.2 General 44
4.3 Power Plant 45
4.4 Document 45
4.5 Scope of Work 45
4.6 Placement of Orders for Award of Contract 46
4.7 Responsibility of the Contractor 47
4.8 Security Deposit-cum-Performance Bank Guarantee (SPBG) 47
4.9 Completion Schedule and Compensation for Delay 48
4.10 Extension of Time 50
4.11 No Compensation for Alteration in or Restriction of Work 50
4.12 Contractors Office at Site 51
4.13 Sub-Letting of Work 51
4.14 Power of Entry 51
4.15 Use of Completed Portions 52
4.16 Power of the Engineer-In-Charge to Order Suspension of Work 52
4.17 Payment Terms 53
4.18 Payment Procedure 54
4.19 Rates to be Firm and Inclusive of all Taxes 54
4.20 Defect Prior to Taking Over 55
4.21 Defects After to Taking Over 55
4.22 Completion Certificate 56
4.23 Estimated Annual Energy Production 57
4.24 Insurance 60
4.25 Tests / Inspection 60
4.26 Guarantee / Warranties 62
4.27 Statutory Approvals for Works 62
4.28 96 Hours Short Time Test Run 63
4.29 Power curve Performance Test 63
4.30 Data for Qualifying as CDM Project 66
4.31 Progress Report & Project Review Meeting 66
66
4.32 Owners Right for Wind-Solar Hybrid System
Owners Right for Repowering
4.33 66

Tender No: GIPCL/WIND-200 MW/2017

Page 39 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

SECTION - IV

SPECIAL CONDITIONS OF CONTRACT FOR


SUPPLY, ERECTION, TESTING & COMMISSIONING

4.1 DEFINITIONS & INTERPRETATION

Acts / Codes shall mean, but not limited to the following, including the latest
amendments, and/or replacements, if any :-
1. Electricity Act, 2003 with amendments thereto if any.
2. A.I.E.E Test Codes.
3. American Society of Testing of Materials (ASTM Codes).
4. Relevant Standards of the Bureau of Indian Standards (IS Codes).
5. Arbitration and Conciliation Act, 1996 and Rules made there under.
6. Environment (Protection) Act, 1986 and Rules made there under.
7. Other approved Standards and/or Rules and Regulations touching the subject
matter of the Contract.

Applicable Laws means any statute, law, regulation, ordinance, rule, judgment,
order, decree, restriction, directive, governmental authorizations, requirements of
Applicable Permits and any agreements, decisions, acts, instructions,
requirements, directions and notifications of the competent authority having
jurisdiction over the matter in question, whether in effect as of the date of Contract
Agreement or thereafter.

ABT shall mean Availability Based Tariff


AEP: Shall mean Annual Energy Production of the WEG or Wind farm as
applicable net at metering point

Bid and Bid Document shall mean RFP Document, the proposal submitted by the
Bidder in response to this RFP in accordance with the terms and conditions hereof.

Bidder shall mean the Bidding Entity or the Bidding Consortium which has
submitted a proposal, in response to this RFP/ITB to Owner.

Bidding Entity shall mean a single entity, whether a firm or a Company.

BIS shall mean Bureau of Indian Standards.

Bidding Consortium shall mean a consortium of entities, being firms, companies


or Government entities which have submitted a proposal in response to this RFP.

CDM shall mean Clean Development Mechanism

Completion Period shall mean the period by / during which the work shall be
completed as agreed herein between the Owner and the Contractor.

Completion Certificate shall mean as defined in Clause 4.22 of Section-IV of Vol.-


I.

Commissioning of Project shall mean the commissioning of entire Wind Power


Project of capacity up to 200 MW or as offered capacity by bidder (up to last WEG)
Tender No: GIPCL/WIND-200 MW/2017

Page 40 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

in its bid, its interfacing with State Grid and Commencement of export of electrical
energy to the grid.

Completion of commissioning of the project will be considered only on


commissioning of entire capacity of wind farm and not on commissioning of
individual WEG. However, GIPCL in very exceptional circumstances in its opinion
and sole discretion can consider short close/Partial Acceptance of the project. The
right to decide the partial acceptance / short closure capacity as mentioned above
rests with GIPCL.

Commissioning Certificate shall mean the certificate issued by State Nodal


Agency-GEDA / State Transmission Company, as the case may be, on successful
commissioning & interconnection with grid of Wind Power Project.

Commercial Operation Date (COD) of WEG shall means the date on which the
Power Producer / Developer synchronize the Wind Energy Generator with the Grid
system and certificate of Commissioning of WEG for the date is issued by Nodal
Agency/GEDA.

CUF: Shall mean Capacity Utilization Factor of WEG or wind farm similar to PLF.

Load Trial Operation means 15 days continuous reliable operation of WEG with
grid connected electrical systems during stabilization period.

COMPLETION DATE shall mean the date on which the Wind Farm are
successfully commissioned by the Seller and handed over to the GIPCL.

CONTRACT shall mean Purchase Order/Work Order/Contract and all attached


exhibits and documents referred to therein and all terms and conditions thereof
together with any subsequent modifications thereto.

CT means current transformer meant for measurement of current

C&R Panel means relay and control panel.

CEIG means Chief Electrical Inspector of State Government

CRM means Customer Relations Manager

DISCOM means Concerned Distribution Utility of the State.

"Delivery Point / Interconnection Point" shall be the point or points of


connection at which Electricity is delivered into the Grid System of the
GETCO / STU.

Delivered Energy shall mean the kilowatt hours of Electricity actually fed
and measured by the energy meters at the Delivery Point and as certified by
Gujarat SLDC.

Effective Date / Zero Date shall mean the date of issue of Letter of Intent (LOI).

Engineering, procurement and Construction Contractor (EPC) / Turnkey


Tender No: GIPCL/WIND-200 MW/2017

Page 41 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Contractor shall mean the firm / company or party on whom the Letter of Intent /
Work Order for faithful execution of the work mentioned herein is placed and shall
include his / her / heirs, legal representatives and successors and permitted
assigns.

Facility means land, wind turbine, generator, step sub-station, power evacuation
system.

GIPCL/OWNER shall mean Gujarat Industries Power Company Limited having its
registered office at PO: Petrochemicals 391 346, Dist. Vadodara, Gujarat. India.
The term GIPCL includes successor, assigns of GIPCL.

GETCO: shall mean Gujarat Energy Transmission Co Ltd, state transmission utility

GST: Goods Service Tax

Interconnection shall mean the point of connection of Power evacuation system to


the nearest GETCO sub-station. During Project execution up to commissioning,
point of interconnection shall mean up to GETCO Sub-Station or termination point.
After commissioning it will be termination point at pooling sub-station.

kW / MW means Kilo Watt / mega Watt.

kWh means Kilowatt Hours

LCS means Local Control System.

96 Hours Short run test means 96 hours reliability test of the Wind farm / WEG in
high wind season as specified in the RFP clause 4.28.

Micro-siting means identification of points on the offered land contours based


upon wind resource assessment, where individual WEG is to be located in the wind
farm. These locations (points) for the WEGs shall be optimized to have maximum
possible electricity generation.

Metering Point The metering point will be at the 66 KV / 132 KV / 220 KV / 400 KV
pooling sub-station located at the wind farm site. For the purpose of energy
accounting the developer/generator shall install ABT compliant meter at the
metering point as well as on each Wind Turbine Generator.

Machine Availability means the period for which the WEG is in the state of power
generation and remains available in healthy condition irrespective of wind
condition. Formula of Machine Availability is defined at Clause 5.6 of Vol.1.

MBD means Machine Break Down for insurance purpose.

MNRE means Ministry of New & Renewable energy Sources, Government of


India.

Nacelle Assembly means set of generating equipment consisting of Gear Box and
generator.

Tender No: GIPCL/WIND-200 MW/2017

Page 42 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

NIWE means the National Institute of Wind Energy, Chennai - a body under MNRE,
(Formerly Centre for Wind Energy Technology ,C-Wet)

Nodal Agency means Renewal Energy Corporation / Agency of the State i.e.
GEDA.

O&M shall mean Operation & Maintenance of Wind Power Project which inter alia
includes provisions of manpower, spares, special tools and cranes or such
materials / equipments that may be required for maintaining the WEGs in
operation.

Performance and guarantee tests shall mean all operational checks and tests
required to determine and demonstrate capacity, efficiency and operating
characteristics as specified in the Contract documents.

PLC shall mean Programmable Logic Controller

PLF shall mean Generation from each WEG or Entire wind farm as applicable may
be.

Project shall mean the Development, Design, Engineering, Manufacturing, Supply,


Procurement and Construction, Testing, Commissioning, Performance Testing,
Operation and Maintenance of the proposed up to 200200 MW Wind Energy
generation facilities complete in all respects and all activities incidental thereto.

Project Life means the operational life of the Wind Power Plant along with all
equipments, systems and evacuation facility as per agreed terms of PPA (i.e. 25
years). [As per GERC Tariff Policy, Project Life is 25 years, also PPA is signed for
25 years of life. Hence Project Life shall be considered as 25 years].

PT means potential transformer meant for measurement of Voltage.

PPA shall mean Power Purchase Agreement with DISCOMs / M/s.Gujarat Urja
Vikas Nigam Limited (GUVNL) by Owner/GIPCL.

Prudent Utility Practice means accepted international / Indian practice(s)


standard (S), engineering and operation considerations, taking into account the
conditions prevalent at Site including manufacturers recommendations generally
followed in the operation and maintenance of facilities similar to the power plant.

P-90,P-75,P-50: Estimation of AEP of a wind farm /WEG at different level of


probability by experts / Consultant based on Wind Resource Data for the site.

Reactive Power shall mean the Reactive Power drawn from the grid and charged
by the Power utility from the Owner and measured in KVARh.

SCADA shall mean Supervisory Control and Data Acquisition

SEB shall mean State Electricity Board.

SLDC shall mean State Load Dispatch Centre

Tender No: GIPCL/WIND-200 MW/2017

Page 43 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Stabilization Period means time required for fine tuning of the WEG and is
considered as 60 days from the date of commissioning of WEG.

SUB-CONTRACT shall mean order placed by the Bidder/contractor for any portion
of the contracted work, after necessary consent and approval of GIPCL

TRANSCO means State Transmission Company or Corporation/ GETCO.

VAR means reactive power.

VCB means Vacuum Circuit Breaker

WAsP means Wind Atlas Analysis and Application Program.

WEG / WTG shall mean Wind Electric Generator/ Wind Turbine Generator.

4.2 GENERAL

4.2.1 Special Conditions of Contract shall be read in conjunction with the General
Conditions of Contract, Scope of Work, Technical Specifications, Drawings
and any other document forming part of this contract, wherever the context
so requires.

4.2.2 Where any portion of the Special Conditions of Contract (SCC) is repugnant
to or at variance with any provisions of the General Conditions of Contract
(GCC), then unless a different intention appears, the provision of the
Special Conditions of Contract shall be deemed to over-ride the provisions
of the General Conditions of Contract only to the extent such
inconsistencies of variations in the SCC as are not possible of being
reconciled with the provisions of GCC.

The materials, design and workmanship shall satisfy the applicable Indian /
International Codes and Standards, specifications contained herein and
codes referred to. Where the Technical Specifications stipulate
requirements in addition to those contained in the standard codes and
specifications, those additional requirements shall be satisfied.

In case of any contradiction in any of the terms and conditions to the extent
that the two provisions cannot co-exist, the following shall prevail in order of
precedence.

i) Contract Agreement
ii) Work Order
iii) Letter / E-mail of Intent
iv) Statement of Agreement Variations
v) Instruction to Bidder
vi) Special Conditions of Contract
vii) Technical Specifications
viii) General Conditions of Contract
ix) Any other document

Tender No: GIPCL/WIND-200 MW/2017

Page 44 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

4.2.3 Environmental Laws

All applicable codes, laws, rules and regulations relating to actual or


potential effect of the activities on and at the project contemplated by
executing this project on the environment, the disposal of material, the
discharge of chemicals, gases or other substances or materials into the
environment, or the presence of such materials, chemicals, gases or other
substances in or on the project.

4.3 POWER PLANT

The complete, fully functional and operational up to 200 MW Wind Power


generating station(s) as offered / quoted by Bidder including related facilities, sub-
station and controls necessary to enable the plant to deliver electric power to 66kV
or at higher voltage outgoing feeders up to inter connection.

4.4 DOCUMENT

In this document unless otherwise stated :


i) The headings and paragraph numbering are for convenience only and shall
be ignored in construing the agreement;
ii) The singular includes the plural and vice versa;
iii) References to natural persons include body corporate and partnerships;
iv) References to any enactment, ordinance or regulation include any
amendment thereto or any replacement in whole or in part;
v) References to Articles, Clauses and Schedules, unless the context
otherwise requires, refers to Articles of, Clauses of and Schedules to this
document.

4.5 SCOPE OF WORK

The scope of work covered in this tender shall be as specified under Section-VI A,
VI B and VI C of Scope of Work, Technical Specification as per Section VII and as
mentioned elsewhere in this Bid document. It is, however, understood and
confirmed by the Contractor that the scope as described in the tender document is
not limiting in so far as the responsibilities of the Contractor shall include inter-alia,
carrying out any and all works and providing any and all facilities those are required
in accomplishing an operating system, complying fully with all requirements as are
envisaged of it, complete in all respect and satisfying all Performance and
guarantee requirements stated or implied from the contents of the tender
document. The Contractor shall make all required liaisoning with the agencies
along with concerned power utilities for interconnection of the wind farm(s) with the
State Grid, so as to commence exporting the power generated from the wind farm
soon after its commissioning. The Contractor shall get tested all required
equipments like (CTs, PTs, ABT meters, etc.) and drawing and documents from the
power utility well before commissioning of the wind farm so as to avoid any delay in
commissioning of WEGs and export of power. Further any work / obligation
required complying by any agency whether state or central required before export
of power & during export of power will be in scope of bidder. All statutory
clearances required in addition to that specified in RFP for successful
interconnection with grid and during O & M period of wind farm(s) is in scope of
Tender No: GIPCL/WIND-200 MW/2017

Page 45 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bidder / Contractor. Any additional statutory charges introduced after the Bid
Submission Due Date on account of Change in Law, shall be incurred by the bidder
subject to prior approval of GIPCL and the same shall be reiumbersed by GIPCL
on submission of proof. However, all formalities/liaison/compliance shall be in
Scope of Bidder.

The site(s) offered should have been allotted to the bidder or his associate by the
State Nodal Agency GEDA or should be in possession of the Bidder at the time of
submission of bid for development of Wind Farm. The site(s) should have clear
legal title and should be free from any encumbrances, encroachments or litigation.
Further Bidder can offer any capacity up to 200 MW Wind farm or minimum 25 MW
capacity lot at single /multiple sites of his choice. Reference Met Mast of the Bidder
/ NIWE should not be at a distance of more than 10 km from the offered site(s).

4.6 PLACEMENT OF ORDERS FOR AWARD OF CONTRACT

4.6.1 Owner may place separate orders on the bidder for implementation of the
project as mentioned below:-
1. Order for arranging required land for the project (either on outright
purchase basis or long term lease basis, as applicable). For Revenue /
Government land 20 years lease with clause for renewable will be
accepted. However Bidder to quote and include charges of lease for 20
years of O&M. In case of private land, entire land shall be available with
bidder on Ownership basis with sale deed and NA permission. GIPCL
will not consider sub lease of privately leased land by bidder.
2. Order for detailed engineering, manufacturing, in-house testing, supply
and delivery of equipments at site.
3. Order for micrositing, all statutory approvals, all civil and construction
works at site, erection, commissioning and inter-connection with State
grid of wind farm project in all respect.
4. Order for comprehensive Operation & Maintenance (O&M) of the wind
power project for a period of 20 years from the date of stabilization. It is
not mandatory on part of GIPCL to award O&M contract.

4.6.2 A breach in the performance of any of the orders as indicated above, shall
be considered as a breach in performance of the other order, which shall
confer a right on the owner to terminate the other order also at the risk and
cost of the Contractor / Operator without any prejudice to any other rights
the Owner may have as per terms & conditions of respective order.

4.6.3 Total responsibility in regard to design, engineering, manufacturing, supply,


delivery at site, timely execution, including completion, Performance
Testing, Guarantee liabilities and all other contractual obligations will remain
with Bidder irrespective of the modality of ordering and the bidder shall
coordinate all activities for smooth and timely completion of the project. In
such a manner, as if there has been no split in the scope of work.

4.6.4 In case of separate Purchase Orders post LOI for scope of work covered in
RFP under Land,supply,erection.O&M etc, Bidder to appoint one nodal
agency/Project manager for total project coordination as a one point contact
and responsibility. The entire coordination for all agencies will be the nodal
Tender No: GIPCL/WIND-200 MW/2017

Page 46 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

agencys/Project Manager /Coordinators responsibility. GIPCL will not


communicate and deal with different units of Bidder under PO. The
completion time and compensation for delay will be applicable for total
contract price combining all orders.

4.7 RESPONSIBILITIES OF THE CONTRACTOR

4.7.1 All expenses towards mobilization at site and demobilization including


bringing in equipment, work force, materials, for completion of work in all
respect and dismantling the equipments, clearing the site after completion
of work and liaisoning and co-ordination for interconnection of wind farm(s)
with the State Grid with concerned departments and all other associated
agencies / departments for completion of work in all respect etc., shall be
deemed to be included in the prices quoted and no separate payments on
account of such expenses shall be entertained.

4.7.2 Contractor may have to work in energized or partly energized conditions. In


such cases, it shall be the responsibility of the Contractor to arrange for
necessary permits or shuts downs along with safety and provide skilled and
responsible persons for the execution of works. Contractor shall organize
his works during the shutdown periods properly and complete the
programmed works within the time given by Owner. Contractor shall not be
paid any extra payments for working under the above said circumstances.

4.7.3 It shall be entirely the Contractors responsibility to provide, operate and


maintain all necessary construction equipments, scaffoldings and safety
gadgets including PPEs (Personal Protective Equipments), cranes and
other lifting tackles, tools and appliances to perform the work in a workman
like and efficient manner and complete all the jobs as per time schedule
along with safety measures and security arrangements. However, if any
equipment / facility are provided by Owner, the same shall be on
chargeable basis & charges shall be as per Owner and binding to
Contractor.

4.7.4 Procurement and supply, in sequence and at the appropriate time, of all
materials and consumables shall be entirely the Contractors responsibility
and his rates for execution of work will be inclusive of supply of all these
items.

4.7.5 In case any material is issued / supplied or arranged by the Owner to Bidder
for completion / progress of the project, then it will be properly used and
maintained. Subsequent to completion of its use, it will be returned to
Owner in good condition. In case of damage or misuse of such stores,
Owner will recover the cost from the Contractor from the payments due to
the Contractor.

4.8. SECURITY DEPOSIT-CUM-PERFORMANCE BANK GUARANTEE (SPBG)

4.8.1 The Contractor shall furnish within Three weeks (21) days of Award of
Contract / Letter of Intent, a Security Deposit-cum-Performance Bank
Guarantee equivalent to 10% (ten percent) of accepted value of the
contracts for
Tender No: GIPCL/WIND-200 MW/2017

Page 47 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

1. Order for arranging required land for the project (either on outright
purchase basis or long term lease basis, as applicable).
2. Order for detailed engineering, manufacturing, in-house testing,
supply and delivery of equipments at site.
3. Order for micrositing, all statutory approvals, all civil and
construction works at site, erection, commissioning and inter-
connection with State grid of wind farm project in all respect as per
format enclosed at Annexure-III of Vol.I for the above orders.

The validity period of BG should be for a total period up to 14 (fourteen)


months from the date of schedule completion of the Project. In case of non-
submission of SPBG as per format enclosed at Annexure-III of Volume-I for
the above orders and the given timeline for submission of SPBG, GIPCL
reserves the right to terminate the contract / cancel the LOI without any
compensation or liability on GIPCL part and forfeit the EMD amount.

4.8.2 In case the power curve performance test is not successfully completed
within the stipulated time period as given above at Clause 4.8.1, the Bank
Guarantee shall be extended for a suitable period so as to keep the validity
for a period of 90 (ninety) days from the expected completion of Power
Curve Performance Testing successfully.

4.8.3 The SPBGs both for Supply and Installation shall be liable to be encashed
wholly or partly at the sole discretion of the Owner, should the Contractor
either fail to execute the work within the stipulated period or fail to fulfill the
contractual obligations or fail to settle in full his dues to the Owner. In case
of premature termination of the contract, the SPBG will be encashed and
the Owner will be at liberty to recover the loss suffered by it from the
Contractor.

4.8.4 The Owner is empowered to recover from the SPBG through invocation of
BG for any sum due and for any other sum that may be fixed by the Owner
as being the amount or loss or losses or damages suffered by it due to
delay in Performance and/or non-performance and / or partial performance
of any of the conditions of the contract and / or non-performance of
guarantee obligations.

4.8.5 No interest is payable on SPBG amount.

4.8.6 In the event of full SPBGs being encashed, the Owner at its discretion and
without prejudice to its any other rights, can terminate the contract.

4.9 COMPLETION SCHEDULE AND COMPENSATION FOR DELAY

4.9.1 Completion time is the essence of the Contract and the same shall be firm
and binding. The Bidder shall complete all activities of the Project viz.,
procurement of land, design, engineering, manufacturing, supply, storage,
all civil and electrical works, and installation, erection, testing,
commissioning and inter connection with State grid of wind Power project
within maximum period as per table given below from the date of LOI. This
completion schedule time frame is maximum for all contractors irrelevant to
the site and capacity allotted.
Tender No: GIPCL/WIND-200 MW/2017

Page 48 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

MW Offered Up to 50 MW >50-100 MW >100-200 MW

Maximum Within 10 Within 12 Within 14


Completion Time months months months
from date of LOI

In case the project is not completed within the stipulated time period from
the date of issuance of LOI and the delay is not due to force majeure or due
to owners default then the contractor shall pay the owner compensation for
delay at the rate of 0.5% (half percent) per week of delay subject to a
maximum of 10% (ten percent) of the contract value (value of supply,
erection and commissioning i.e. without value of O&M). The decision of the
Owner / Engineer-in-Charge in regard to the amount to be recovered from
the Contractor will be final and binding on the Contractor. Liability on
account of Liquidated Damages as per clause for completion schedule and
compensation for Delay as per RFP shall be maximum 10% as mentioned
above. Bidder is liable to pay compensation over and above Liquidated
damages for shortfall in performance, guarantee /warrantee /defects etc., as
per terms of RFP.

Compensation for non-conformance of Power Curve Testing, Machine


availability, Reactive power, shall be separate and will be in addition to the
Compensation for delay and shall be governed as per Clause No.4.29 of
Section - IV.

4.9.2 Commissioning will be considered for the project as a whole when last
WEG of the Wind Power project has been interconnected with the State
Grid and the date of Commissioning for the Wind Farm shall be the date on
which the commissioning of the last WEG of the Wind Farm is certified by
Nodal Agency in the commissioning certificates issued.

4.9.3 The Bidder shall indicate duration of all the activities in activity chart in
conformity with the overall schedule of the completion of project. A sample
for activity chart is attached for reference at Bid Response Sheet No.17 of
Section-VIII. Bidder shall submit the activity chart in form of Bar Chart which
shall be discussed and finalized and shall be a part of Contract.

4.9.4 Any strike / lockouts at works or site of Bidder or his sub-supplier/sub-


contractor shall not be considered as force majeure condition.

4.9.5 After the commissioning, a maximum period of 60 (sixty) days will be given
as stabilization period to the bidder to complete the pending works and
regularize the operation of the WEG. However during the stabilization
period, average monthly machine availability shall not be less than 80%
(Eighty percent), otherwise GIPCL shall ask for compensation for revenue
loss as per attached Annexure-XI. The stabilization period will include
continuous operation of the WEG for continuous 15 (fifteen) days without
any major fault / breakdown / abnormality with machine availability of 96%
(Ninety-six percent) and above. After completion of total project ,attending
Tender No: GIPCL/WIND-200 MW/2017

Page 49 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

the pending points and the successful continuous operation of 15 (fifteen)


days of entire project and successful completion of 96 hrs Test Run ,
bidder will apply to GIPCL along with all documents to issue completion
certificate. GIPCL after satisfaction will issue completion certificate to the
bidder confirming completion of turnkey execution of the project. A list of left
out items shall be prepared and signed by the authorized representatives of
the bidder and owner, to be completed in a specified time.

4.9.6 It shall be the responsibility of the bidder to make foolproof arrangements


for Right of Way (ROW) to ensure timely completion of the project and un-
obstructed Operation & Maintenance (O & M) of the wind power project.
Any effect of RoW problem will be to Bidder's account during Project
Execution and O&M phase. In case of any delay on account of RoW
problem during project execution, no time extension will be granted and LD
will be applicable as per terms of this RFP. Regarding any 'Genuine" ROW
issue arising during O&M Phase, the genuinity of the issue shall be
reviewed by GIPCL purely on merit, on case to case basis. Decision of
GIPCL shall be binding to Bidder. In case the issue not found to be of merit,
GIPCL reserves the right to ask Bidder for suitable compensation for loss
for such issue. Bidder may please note that any RoW issue, do not absolve
Bidder of its any of responsibilities, liabilities, commitment under the
contract.

4.10. EXTENSION OF TIME

4.10.1 Failure or any delay by the Owner due to any cause whatsoever, shall in no
way effect or vitiate the contract or alter the character thereof or entitle the
Contractor to damages or compensation hereof provided that the Owner
may extend the time for completion of the work by such period as it may
consider necessary or proper.

4.10.2 If the Contractor shall desire an extension of the time for completion of the
work on the grounds of his having been unavoidably hindered in its
execution or the work has been materially increased by Owner or other
such grounds, he shall apply in writing to the Engineer In-charge within ten
(10) days of the date of occurrence of event on account of which he desires,
such extension as aforesaid, and the Engineer In-charge shall, if in his
opinion (which shall be final) reasonable grounds have been shown thereof,
authorizes such extension of time as may be, in his opinion be necessary
or proper. Whenever such extension is granted by the Engineer In-charge,
this would be without prejudice to the Owners right under this contract.

4.11 NO COMPENSATION FOR ALTERATION IN OR RESTRICTION OF WORK

If at any time from the commencement of the work the Owner shall for any reason
whatsoever not require the whole work or part thereof as specified in the tender to
be carried out or alteration in the work are required, the Engineer In-charge shall
give notice in writing of the fact to the Contractor, who shall have no claim to any
payment or compensation whatsoever on account of any profit or advantage which
he might have derived from the execution of the work in full or prior to alteration.
However, any modifications, alteration, improvement required to meet the system
requirement shall not be considered as major alteration. Further, there may be
Tender No: GIPCL/WIND-200 MW/2017

Page 50 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

changes in individual item quantities as per design / estimated v/s actual at site
based on change in location; route etc., during site execution and hence shall not
be considered as major change. Further any major alteration to meet the
performance guarantee parameters shall be on account of Bidder only. Since the
RFP is on turnkey basis, including land, any items not specified in the RFP
categorically, however, required for the Wind Power Project is deemed to be
considered by the Bidder during the offer.

4.12 CONTRACTORS OFFICE AT SITE

During the execution of the contract, the Bidder shall ensure responsible person
with authority to take decisions to be available at site. Such person deputed by the
Contractor shall report to the Owner / Consultants Site In-charge for smooth
execution and timely completion of the work. The Contractor shall also provide and
maintain an office space at the site for visiting staff / officers of Owner as per
mutual agreement and such office shall be open at all reasonable hours to receive
instructions, notices or other communications. The Contractor shall be responsible
for any misconduct / indiscipline by his employees or sub-contractor / agent
employees The Contractor shall abide by the instructions of the Engineer In-
charge, if given in this regard.

Bidder shall submit the Manpower Chart with hierarchy that would be deployed at
site.

4.13 SUB-LETTING OF WORK

In the eventuality of sub-letting of work, Owner will be informed in advance.


However, the Contractors liability or obligations will not get altered / delegated to
Sub-Contractor. If any sub-contractor engaged upon the work at the site executes
any work which in the opinion of the engineer in-charge is not in accordance with
the contract document, the Owner may give written notice to the Contractor
requesting him to terminate such sub-contract and the Contractor on the receipt of
such notice shall terminate such contracts.

4.14 POWER OF ENTRY

In case the Contractor does not commence the work in the manner described in the
contract documents or if he shall at any time in the opinion of the Engineer in
charge.
i) Fail to carry on the works in conformity with contract document / schedule
or
ii) Substantially suspend work or the works for a continuous period of 14 days
without permission from the engineer in-charge, or
iii) Fail to carry on and execute the works to the satisfaction as per tender
terms / agreed scope and prudent engineering / industry practice and
standards as applicable with justification of the Owner / Engineer In-charge,
or
iv) Commit or permit any other breach of any of the provisions of the contract
on his part to be performed, or
v) If the Contractor abandons the works, or
vi) If the Contractor during the continuance of the contract becomes bankrupt.

Tender No: GIPCL/WIND-200 MW/2017

Page 51 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

In any of such events, the Owner shall have the power to enter upon the works and
take possession of the materials temporary works, equipments, tools and stocks
thereon, and to revoke the Contractors order to complete the works by his agents,
other Contractors or workmen at the cost & risk of Contractor. For sharing basis
facilities like Power Evacuation etc. Owner reserves the right to demand
compensation from the Bidder for the use of portion of such facility assigned to and
paid by the Owner. The amount of compensation to be paid will be decided by
Owner.

4.15 USE OF COMPLETED PORTIONS

4.15.1 Whenever in the opinion of the Owner the work or any part thereof is in a
condition suitable for use and in the best interest of the Owner requires use,
the Owner may take possession of the same. The Contractor shall,
however, be not relieved of his pending obligations.

4.15.2 Prior to the date of final acceptance of the work by the Owner, all necessary
repairs or renewals in the work or part thereof so used on account of
defective materials or workmanship or due to the operations failure except
normal wear and tear shall be at the expenses of the Contractor. Such use
shall neither relieve the Contractor or any of his responsibilities under the
Contract, nor act as waiver by the Owner of the conditions thereof.
However, if in the opinion of the Owner the use of the work or the part
thereof delays the completion of the remainder of the work, the Owner may
grant such extensions of time as it may consider reasonable. The decision
of the Owner in the matter shall be final. The contractor shall not be entitled
to claim any compensation on account of such use by the Owner.

4.16 POWER OF THE ENGINEER IN-CHARGE TO ORDER SUSPENSION OF WORK

The Engineer In-charge may, from time to time by direction in writing and without
invalidating the contract, order the Contractor to suspend the work or any part
thereof at such time or times and for such reasons as he may consider necessary.
After such directions to suspend the work or any part thereof has been given, then
proceed with the work or part thereof, directed to be suspended until he receives a
written order from the Engineer In-charge to so proceed. In the event of
suspension, the Owner may under the provisions of the contract, extend the time
for completion of the work or part thereof by such period as it may find reasonable.
The decision of the Owner in the matter shall be final and binding on the
Contractor.

Tender No: GIPCL/WIND-200 MW/2017

Page 52 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

4.17 PAYMENT TERMS

The below Payment terms are applicable to each location offered by Bidder.
A For Land
a 100% (hundred percent) Payment to be released on signing of lease deed /
registration / transfer of land in the name of GIPCL without any encumbrance,
encroachment, litigation and obtaining all permissions, approvals, statutory
clearances with clear title on per WEG basis.

B For Supply of Plant & Equipment


a 20% Advance Payment against submission of Bank Guarantee.
b 50% Payment against Supply and on Completion of Erection of WEG
components i.e. Tower, Nacelle, Hub and Blades on per WEG basis along
with 100% taxes and duties (on submission of documentary proof).
c 10% Payment on Completion of all Electric work of WEG and Pre-
commissioning items and submission of CEIG Certificate.
d 10% Payment on Submission of Commissioning Certificate issued by GEDA /
GETCO.
e 10% Payment on Completion of successful Stabilization period and
Submission of Security-cum-Performance Bank Guarantee (SPBG).

C For Construction, Erection, Commissioning and Inter-connection with


State Grid
a 20% Advance against submission of Bank Guarantee.
b 50% Payment along with applicable taxes on Completion of WEG Civil
Foundation with Erection of WEG Component i.e. Tower, Nacelle, with Hub
and Blades and Unit Service Station per WEG basis and submission of CEIG
Certificate.
c 10% Payment on Completion of all Civil Works within Wind Farm complete in
all respect and Erection, Testing and Commissioning of Internal OH Lines,
External Evacuation Works along with Grid Modified extension work including
inter-connection at State Grid Sub-Stations and submission of CEIG
Certificate
d 10% Payment on Submission of Commissioning Certificate issued by GEDA /
GETCO.
e 10% Payment on Completion of successful Stabilization period and
Submission of Security-cum-Performance Bank Guarantee (SPBG).

Note :
1. Bidder should note that change in payment terms shall not be accepted by
GIPCL.
2. No payment however, would be released against Clause No.4.17 A, till the land
is transferred/Sub leased in the name of GIPCL and on submission of proof of
endorsement application of sub lease.
3. Payment will be released within 15 days from the date of receipt of the Invoice
with all necessary required documents.
4. Payment shall be released in the above mentioned manner after furnishing of
Security Deposit-cum-Performance Bank Guarantee by the successful bidder
and on unconditional acceptance of LOI.

Tender No: GIPCL/WIND-200 MW/2017

Page 53 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

4.18 PAYMENT PROCEDURE

Bidder shall submit RA Bills / Final Bill for claim in two copies to OWNER. After
verification and recommendation, the OWNER shall process verified bills for
release of payment.

All payments shall be released in 15 (Fifteen) days by A/c payee cheque from date
of submission of clear invoice with required all supporting documents which are as
tabulated below against respective payment terms and balance documents if any
shall be finalized at the time of issuance of order to the successful bidder.

Sr. No. Payment Terms Clause Documents to be Submitted


1 4.17 A(a) Land Payment Original Sub lease Deed and copy of
Endorsement application
2 4.17 B(b) Original Erection Completion Certificate
with respective protocols/checklist/
History Card
3 4.17 B( c) ,C(b) and C (c) Original CEIG Certificate with approved
CEIG Documents for Electrical
equipments for individual WEG and
Evacuation line with respective
protocols/History card
4 4.17 B(d) and C(d) Original GEDA commissioning Certificate
with duly filled Pre commissioning and
Commissioning checklist
5 4.17 B(e) and C(e) Documents Proof for achieving Machine
Availability during stabilization period in
line with GIPCL RFP

Bidders please note that before claim against stabilization terms 4.17 B(e) & C(e)
SCADA and MIS shall be implemented up to GIPCL end in line with GIPCL RFP.

In case Contractor fails to submit the bills with all the required documents to
process payments, Owner reserves the right to hold the payment of Contractor
against such bills.

GIPCL can review progress of work on Quarterly basis and reduce Advance BG
amount based on actual Billing. The same can be further discussed with successful
Bidder before placement of Order.

4.19 RATES TO BE FIRM AND INCLUSIVE OF ALL TAXES

4.19.1 The rates quoted by the Contractor shall remain firm inclusive of all taxes
and binding till completion of the project in all respect. The rates shall not be
subject to escalation. Any change, introduction or increase in taxes
/duties/statutory levies shall be borne by GIPCL after bid submission due
date and Similarly any benefit arising out of the same after bid submission
due date shall be passed on to GIPCL by Bidder. Rates shall be deemed to
include and cover all costs, expenses, taxes, duties, levies, royalties,
foreign exchange variation etc., and liabilities of every description and all
risks associated in execution, completing and handing over the work to the
Owner by the Contractor. However, any statutory changes in taxes / duties /
Tender No: GIPCL/WIND-200 MW/2017

Page 54 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

levies will be to GIPCLs account. Further any benefits due to statutory


changes in taxes / duties / levies shall be passed to GIPCL. Sales tax shall
be charged at concessional rate. Owner will provide Form C to this effect.
The Owner shall deduct income tax, works contract tax /VAT or any other
similar tax as applicable on works contract as per the prevailing rates from
the bills of the Contractor. Owner shall not be responsible for any liability on
this account on the Contractor in respect of this contract and exclusion of
any applicable taxes at prescribed rates due to ignorance or otherwise shall
not form a reason for claiming anything extra at a later date.

4.19.2 If the Contractor feels that any variation in work or in quality of materials or
proportions would be beneficial or necessary to fulfill the guarantee called
for, he shall bring this in writing to the notice of the Engineer In-charge.

4.19.3 Any subsidies, deduction to promote Renewable energy passed by


Government of Gujarat/Statutory bodies or Government of India shall be
directly passed to Owner during contract period.

4.20 DEFECTS PRIOR TO TAKING OVER

4.20.1 If at any time before the work is taken over, Engineer In-charge shall :

i) Decide that any work done or materials used by the Contractor or


any sub-contractor is defective or not in accordance with the
contract, or that the works or any portion thereof, are defective, or
do not fulfill the requirements of contract (all such matters being
hereinafter called Defects in this Clause).
And
ii) As soon as reasonably practicable notice given to the Contractor in
writing of the said decision specifying particulars of the defects
alleged to exist or to have occurred, then the Contractor at his own
expense and with all efforts shall make good the defects so
specified.

4.20.2 In case the Contractor fails to do so, the Owner may take, at the cost and
risk of the Contractor, such steps as may be in all circumstances be
reasonable to make good such defects. The expenditure so incurred by the
Owner will be recovered from the amount due to the Contractor or will be
charged extra to contractor in case recovered amount is less. The decision
of the Engineer In-charge with regard to the amount to be recovered from
the Contractor will be final and binding on the Contractor. As soon as the
works have been completed in accordance with the contract and have
passed the tests on completion, the Engineer In-charge shall issue a
certificate in which he shall certify the date on which the works have been
so completed and have passed the said tests and the Owner shall be
deemed to have taken over the works on the date so certified.

4.21 DEFECTS AFTER TAKING OVER

4.21.1 In order that the Contractor could obtain a completion certificate, he shall
rectify any defect arising from the defective materials supplied by the
Contractor or workmanship or any act or omission of the Contract or that
Tender No: GIPCL/WIND-200 MW/2017

Page 55 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

may have been noticed or developed after the works or group of the works
has been taken over, the period allowed for carrying out such works will be
normally 15 days. If any defect be not remedied within a reasonable time,
the Owner may proceed to do the work at Contractors risk and expense and
deduct from the final bill such amount as may be decided by the Owner.

4.21.2 If by reason of any default on the part of the Contractor, a completion


certificate has not been issued in respect of the works within one month
after the date fixed by the Contractor for the completion of the work, the
Owner shall be at liberty to use the works or any portion thereof in respect
of which a completion certificate has not been issued, provided that the
works or the portion thereof so used as aforesaid shall be afforded
reasonable opportunity for completion of these works for the issue of
completion certificate.

4.21.3 All the aforesaid safeguards / rights provided for the Owner shall not
prejudice its other rights / remedies elsewhere provided herein and / or
under law.

4.21.4 If contractor fails to achieve minimum parameters [PLF (means generation


from each WEG), machine availability, reactive power compensation or any
other important parameter(s)] as per Contract / RFP within agreed
stipulated time frame then the same will be considered as defect(s) and
GIPCL reserves the right to modify, repair and rectify the same defect(s) at
cost & risk of Contractor during complete contract period including O&M
period. Further the expenditure so incurred by the Owner will be recovered
from the amount due to the Contractor. The only uncontrollable parameter
after commissioning shall be wind itself or any force majeure conditions
defined and accepted. All other factors shall be considered well within the
control of O&M / EPC Contractor and no relief whatsoever shall be
considered for under performance on account of any such factors put
forward by any bidder. Bidder may note and pay due attention to this aspect
while submitting the bid.

4.22 COMPLETION CERTIFICATE

4.22.1 The Contractor shall submit Completion Report of the Project to Owner. The
Completion Report shall consist of the following documents for each site(s) :

i) Copy of the Commissioning Certificate (after connecting all WEGs of


the wind farm with the State Grid) issued by the competent
authority(ies).
ii) Technical documents as per scope of work and technical
specifications according to which the work has carried out.
iii) Four sets of as built drawings showing therein modification and
corrections, if any, made during the course of execution signed by
the Contractor. A soft copy of as built drawings shall also be
submitted.
iv) Copy of complete layout of the Wind Farm including Evacuation
System.
v) Copies of Test Certificates for type / routine tests performed on
major equipment
Tender No: GIPCL/WIND-200 MW/2017

Page 56 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

vi) O&M Manuals 3 sets.


vii) Copies of Statutory Clearances / Permissions.
viii) Certificate / Undertaking for making payment of all statutory
requirements, duties, labour wages and others for having made
payment. Compliance to all labour laws at site / works to be ensured
with undertaking / certificate / supporting documents.
ix) An undertaking confirming the payment of all statutory duties, taxes
or document(s) having evidence of paying statutory duties, taxes
etc., as per requirement of concerned statutory authorities.
x) Certificate regarding completion of the facility in all respect by the
Engineer In-Charge / Consultants. Owner has a right to obtain
completion certificate from Independent Third Party / Owners
Engineer / Consultant.
xi) All protocols/test reports executed between Owner & Contractor
during erection, testing & commissioning.

4.22.2 Owner shall issue Completion Certificate after verifying from the completion
documents and satisfying itself that the work has been completed in
accordance with details set out in the construction and erection drawings
and the contract documents. No Completion Certificate shall be given nor
shall the work be deemed to have been executed until the export of
generated wind power commenced, statutory requirements are completed
and al scaffolding, surplus materials and rubbish is cleaned off the site
completely & completion of all pending points, punch list items.

4.23 ESTIMATED ANNUAL ENERGY PRODUCTION

Bidder shall submit estimated Annual Energy Production (AEP) of the offered wind
farm(s) location wise by using Wind Resource Assessment tools at P-50, P-75 & P-
90 levels. All wind mast data must be C-wert certified with copy of NIWE report
attached. Bids without submission of such data will be treated as non responsive
and shall be liable for rejection. Bid Evaluation will be carried out on AEP @P-
90 level as certified by Consultant / accepted by GIPCL.

The bidder shall submit the following details with the bid both in soft copy and hard
copy.

1. Details of reference wind mast i.e.

a) NIWE mast or Bidders own mast.


b) Location of the Mast with respect to offered site(s) giving co-ordinates
and elevation. Bidders/NIWE wind mast location should not be more
than 10 km from site.
c) Height of the mast indicating sensor heights.
d) Period of wind data of the mast considered for calculation.
e) Annual Air Density of the site.
f) Wind data of the mast from the date of installation till the date of
removal or one month prior to the bid opening, if the mast is in
existence.
g) Calibration certificates of all sensors mounted on wind mast duly
indicating Sr.No., hub height, slope, offset etc.
Tender No: GIPCL/WIND-200 MW/2017

Page 57 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

2. Wind data submitted by the bidder for own mast should have NIWE
(National Institute of Wind Energy) report on verification procedure with data
like Wind Power Density (WPD), annual mean wind speed etc. Wind data
time series in 10 minute intervals in soft copy with authentication certificate
with data and verification report from NIWE, for a minimum period of one
year, joint frequency distribution of wind data for two levels in WAsP format.

3. Bidder to submit the wind data and report for the offered site duly validated
and certified by NIWE only (Formerly known as C-WET). Wind data / site
without validation of NIWE will not be considered for evaluation.

4. Digitized contour map at contour intervals on 5 meter for the proposed site
for complex terrain and 1 m for uniform terrain and 10 m for surroundings
area including roughness considered in the form of MAP file as input to
WAsP. The digitized map should cover at least 5 km area in all directions
beyond boundary line of offered site(s) and reference wind mast location.

5. Roughness map should be incorporated with digitized contour map.

6. Certified Power and Thrust curve of the offered WEG.

7. Wind Resource Assessment report (bidder/Third Party) of the entire wind


farm including Micrositing along with assumptions considered.

8. AEP of each WEG as per Wind Resource Assessment tool for the complete
wind farm for P50, P75 and P90.

9. The bidder shall furnish details of nearest wind mast of NIWE.


10. Details of month wise Wind variation from year to year.

Electrical single line diagram of wind farm from WEG up to the metering
point of SEB / DISCOM indicating size, length and brief specification of
cable, OH line conductor and transformer etc., along with calculation of
transmission losses.

Actual energy generation of the WEGs already existing in offered area


or nearby area from the date of installation of such WEGs.

Following correction factors mentioning percentage thereof to be


considered for AEP estimation shall be furnished clearly :

a) Machine Availability: Shall be considered as 96% or as offered by the


bidder, whichever is lower.
b) Grid Availability: Shall be considered as 96% or as offered by the
bidder, whichever is lower.
c) Array Efficiency
d) Air Density as per NIWE Report
e) Internal / Transmission losses up to metering point and internal
consumption shall be 5% or offered by Bidder, which ever is higher
f) Year to Year wind variation as per NIWE data
g) Other uncertainties as per Consultant applied uniformly
Tender No: GIPCL/WIND-200 MW/2017

Page 58 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

h) Any other factor as deemed necessary By Consultant/OWNER.

Based on the above inputs, Owner / Consultant shall get the estimated deliverable
generation worked out. If required, Owner / Consultant may ask for additional
information. Further, Owner /Consultants representative will visit the offered site(s)
and collect site specific information for which bidder will provide all the necessary
assistance.

Owner / Consultant during the site visit, will collect actual generation of the WEGs
installed in that area or nearby area from the date of installation of such WEGs and
calculate the average annual energy generation so as to arrive at final Estimated
Annual energy Production of the offered site(s).

In case of non submission of any wind farm data, GIPCL/Consultant shall be free to
make their own assumption and built in appropriate factoring while estimating
AEP for which GIPCL/Consultant is not bound to give any justification.
Estimated deliverable annual energy production (AEP) will be worked out by the
OWNER/Consultant by giving effect of array efficiency, machine availability, grid
availability, wind variation, internal consumption and evacuation losses and as
accepted by Owner, shall be considered for financial evaluation of the Bids.

Necessary corrections shall be carried out by Owner or its Consultant in the AEP
furnished by bidders. The lower of the two estimated generation, after corrections,
shall be considered for evaluation of bids.

Bidder can quote for any number of sites, however, no change in Bid Data in any
form related to energy estimation will be permitted after submission of the Bid. Bid
submitted with erroneous, in accurate, incomplete, in correct/misleading data will
be treated as incomplete and non responsive Bid and is liable to be rejected
without seeking any further clarification.

No change in data once furnished by the bidder at the time of submission of the bid
relating to estimation of generation like machine model, rotor diameter, hub height,
location of site, micrositing plan of the wind farm etc; shall be permitted. However,
during the execution of the project, in case it becomes absolutely inevitable for the
Bidder then changes in location may be accepted by Owner subject to Annual
Energy Production (AEP) estimation is not reduced compared to considered for Bid
Evaluation . Owner will get the estimation of generation of the wind farm checked
from the Consultant with the proposed changed WEG locations and data and if the
generation so worked out is found to be less than what was considered for financial
evaluation, then the Bidder will have to offer alternate in such a way that estimated
generation with changes does not fall below the generation considered for financial
evaluation. In case of any non resolution of the issue as per methodology, GIPCL
reserves the right to take appropriate decision in its best interest in the matter and
the such decision shall be final and binding to the Bidder unconditionally . Bidder
may note that no extension of time or relaxation in project completion schedule will
be permitted or considered on account of for such changes post award.

Tender No: GIPCL/WIND-200 MW/2017

Page 59 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

4.24 INSURANCE

4.24.1
a) Contractor shall at his own expenses effect insurance from IRDA approved
agencies to the Supplies, Marine & In-land Transit, Personnel and all other
related activities to the satisfaction of the Owner as follows including all
Third Party Risks. A copy of all such policies will be given to the Owner.
b) Insurance to cover marine, transit cum storage cum erection cum
commissioning policy;
c) Insurance to cover third party liability of appropriate value along with an
undertaking indemnifying GIPCL from any such claim.
d) Contractor shall also effect and maintain any other insurance that may be
required under any law or regulation or practice from time to time.
e) The Contractor shall take all reasonable precautions to prevent fire of any
nature in the general area of his operations and he shall be responsible for
all damages due to fires directly or indirectly.
f) Fire and Allied perils insurance shall be taken and maintained by Bidder up
to successful Commissioning of Project (Commissioning of Last WEG). For
period between commissioning of the project and final handover/starting of
O&M Phase , GIPCL will take Fire & allied peril insurance for project and
charges for the same at actual will be recovered from invoices of Bidder.
Bidder will have to give advance intimation of at least 21 days to GIPCL in
writing for commencement of GIPCL scope of insurance for this period and
shall keep applicable fire & peril insurance taken by him in force till the risk
is transferred to the Owners policy and intimation in this regard is
communicated to Bidder by GIPCL in writing.
g) The charges for Pilferage, theft and burglary insurance to be taken by
GIPCL during O&M phase will be recovered from Contractor from the O&M
charges/Invoices.
h) All risks till commissioning and handing over of the project except point
4.24.1(f) and 4.24.1 (g) to be suitably covered by Bidder. Copies of all
insurance policies shall be furnished to OWNER. Bidder shall ensure timely
renewal of the policies in force and submit the proof of payment of premium
to OWNER within 15 days. Project is to be completed and handed over in
totality without any pending work, each site wise. OWNER's liability for
insurance will only start after completion of the project and handing over /
taking over.
i) Workmen compensation and/or group personal accidents Insurance policy
covering all its employee and workers including that of the sub-contractor.

4.25 TESTS / INSPECTION


4.25.1 All major/critical items (towers, rotor blades, nacelle assembly,
generators, transformers, HT/LT panels, all switchyard & transmission line
equipments, PLC, SCADA and control panels) shall be inspected and tested by
GIPCL/GIPCLs representative through third party inspection agency during
manufacture and in assembled condition prior to dispatch in accordance with
the standard practice/ QAP of the manufacturer and applicable Standards at no
cost to GIPCL. Copies of test certificates for such inspections in triplicate shall
be submitted before dispatch of the equipments for review of Owner /
Consultant. Material Dispatch clearances certificate shall be obtained from
GIPCL before Dispatching the Materials from the works. Costs during such
visits for travelling, boarding & lodging will be borne by GIPCL
Tender No: GIPCL/WIND-200 MW/2017

Page 60 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

4.25.2 After the award of work, the successful bidder shall furnish a complete list
and details of all tests to be conducted on all major equipments.

4.25.3 The bidder shall also furnish a schedule of inspection / testing so that
Owner may associate his representative to witness the tests. The
Contractor shall also furnish copies of all test / inspection reports for records
and reference of Owner.

4.25.4 Owner may depute its personnel or authorized representative or consultant


for witnessing testing of major equipment at manufacturers works. The
bidder shall make all the required arrangements for such testing at its work
and extend full co-operation for inspection.Cost for visiting will be borne by
GIPCL. In case inspection has to be carried out by third party inspection
agency, Owner's Dispatch Clearance required unless prior authorization in
writing by OWNER to Bidder to accept Third Party Dispatch clearance.

4.25.5 Contractor shall arrange and extend necessary cooperation for effectively
carrying out inspection / testing. However, this shall not absolve the
responsibility of the Contractor in providing the performance guarantee /
warrantee.

4.25.6 100% testing and inspection to be offered before dispatch on final


assembly/components for all major and critical items of WEG and wind farm as
per approved QAP. Stage inspection during manufacturing will be restricted to
10% of total quantity on random basis.

4.25.7 The major items requiring inspection/testing are towers, rotor blades,
nacelle assembly, generators, transformers and control panels. For
HT/EHT Circuit Breakers manufacturers test certificate shall be
submitted. All other items like cables, conductors, relays and
associated equipment / components shall confirm to relevant international
/ national standards.

4.25.8 The scope of work broadly includes review of manufacturing / fabrication


procedures, QA / QC plans, review of Non Conformance Report (NCR)
issue by the Contractor during fabrication stage, review of documents,
inspection including Quality Assurance Plan during manufacturing /
fabrication activities.

4.25.9 All the standard tests in accordance with the Standards adopted shall be
carried out at the manufacturers works on all the major equipment and
accessories so as to ensure efficient operation and satisfactory
performance of all the component / parts.

4.25.10 Any special test to be performed shall be mutually agreed upon between
the Bidder and Owner.

4.25.11 All equipment shall be further tested at site, wherever required, before
commissioning.

4.25.12 The work is subject to inspection at all times and at all places by Owner.
Tender No: GIPCL/WIND-200 MW/2017

Page 61 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

The Contractor shall carry out all instructions given during inspection and
shall ensure that the work is carried out according to the relevant codes of
practice.

4.25.13 Decision of Owner in regard to the quality of work and materials and
performance to the specifications and drawings shall be final.

4.25.14 If any item is not found conforming to standards during test / inspection, the
same shall be replaced / rectified by Contractor without any cost to Owner
and shall be re-offered for inspection.

4.26 GUARANTEE / WARRANTEE

4.26.1 Any material, equipment and/or accessories which prove defective or which
fail to meet the design guarantee or Performance Guarantee during the
defects liability period (which is 12 (twelve) months from the date of
completion of Stabilization Period of last WEG) the Contractor shall replace
/ rectify at his own cost such material, equipment and/or accessories.
Extended guarantee shall have to be provided for such replaced/rectified
equipment/components.

4.26.2 The Contractor shall guarantee the wind farm and installation work for a
period of 12 (twelve) months from the date of completion of Stabilization
Period of last WEG. Any damage or defect that may arise or lie
undiscovered at the time of issue of completion certificate, connected in any
way with the equipment or materials supplied by him or in the workmanship,
shall be rectified or replaced by the Contractor at his own expenses as
deemed necessary by the Engineer-in-Charge or in default, the Engineer-in-
Charge may cause the same to be made good by other workman and
deduct expenses (for which the certificate of Engineer-in-charge shall be
final) from any sums that may be then or at any time thereafter, become
due to the Contractor or from his SPBG.

4.27 STATUTORY APPROVALS FOR WORKS

4.27.1 All statutory approvals/permissions related to installation of the wind power


project and carrying out its operation & maintenance (O&M) as may be
required under applicable law, rules shall be obtained by the Bidder. All
fees for such statutory approvals for installation & commissioning and first
year of O&M shall be borne by the Contractor. All fee / charges payable to
any statutory authority on account of operation & maintenance of wind farm
shall be included in its quoted price for entire period of the O&M contract and
shall be filled up in the Price Schedule based on the prevailing rates. In case
of any increase after Bid date, GIPCL shall reimburse the difference to O&M
contractor. In case of any benefit, the same shall be passed on to GIPCL. In
case of invoice being raised on GIPCL by authority as an OWNER, GIPCL
will pay and deduct the amount from O&M Bills of the Contractor.

4.27.2 Inspection and acceptance of the work as above shall not absolve the
Contractor of any of his responsibility under this contract.

4.27.3 If any penalty/levy becomes payable to the State Electricity Utility on


Tender No: GIPCL/WIND-200 MW/2017

Page 62 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

account of low power factor of the wind farm, the same shall be borne by
the Contractor only.

4.27.4 All fee / charges payable to any statutory authority on account of operation &
maintenance of wind farm shall be included in its quoted price for entire
period of the O&M contract and shall be filled up in the Price Schedule
based on the prevailing rates. In case of any increase after Bid submission
due date, GIPCL shall reimburse the difference to O&M contractor. In case
of any benefit, the same shall be passed on to GIPCL. In case of invoice
being raised on GIPCL by authority as an OWNER, GIPCL will pay and
deduct the amount from O&M Bills of the Contractor.

4.27.5 The Contractor shall be responsible for interconnection of wind farm with
the State grid, so as to export power from wind farm. The date of
commissioning will not be considered prior to inter connection of the entire
WEGs of Wind farm with the State grid. Therefore, the Contractor should
make all efforts for installation of approved metering equipment and
complete power evacuation system etc., and carry out the inter connection
prior to the final commissioning of the wind farm.

4.28 96 HOURS SHORT TIME TEST RUN

This short time test shall be conducted on all the WEGs. Testing of Total capacity
required.
The test shall be carried out during conditions of high wind regime so that the
machines are subjected to fluctuating wind thrusts and their mechanical endurance
established.

The test shall be considered successful if values of observed parameters of WEGs


are found within the set values. Testing of total capacity required. In case total
numbers of WEGs are more than 20, short run test can be considered in phases.

For conducting this test, the WEGs shall be run continuously for 96 hours without
any interruption. In case of interruption or stoppage of WEG during the test, the
test shall not be considered to have been completed. In such an event the test
shall be conducted afresh.

The test shall be considered successful if values of observed parameters of WEGs


are found within the set values.

In case of non-conformance of the parameters of any component/item of WEG,


replacement of the defective component shall be done and test repeated till such
time it is successful.

4.29 POWER CURVE PERFORMANCE TEST

The test shall be carried out on one or more no. of WEGs depends upon the
capacity of proposed wind farm of individual bidder as per detail given below :

Tender No: GIPCL/WIND-200 MW/2017

Page 63 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Sl.No. Capacity of Windfarm No. of test WEGs to be considered for power


curve performance test.
1 Up to 50 MW 01
2 >50-100 MW 02
3 >100-150 MW 03
4 >150 04

Power curve testing shall be carried out for a period of three months during high
wind season.

Contractor shall submit a proposal suggesting at least three WEGs along with
corresponding wind masts in the wind farm considered suitable for carrying out
power curve test for consideration by Owner.

The Contractor and Owner officials shall jointly inspect wind farm site for selection
of one designated turbine (WEG) out of the short listed machines. The test shall be
carried out on this designated turbine. Location for installation of a separate wind
mast near the designated turbine needed for power curve measurement (the test)
shall also be decided jointly.

Contractor shall install a wind mast of height equal to hub height of the
designated turbine near the selected location at a distance between 2D-2.4D (D is
rotor diameter) from the designated turbine in consultation with Owner. This mast
will be maintained at site for the period required for successful power curve testing.

Erection of wind mast and onsite facilities/support for testing and monitoring shall
be the responsibility of the Contractor/Developer.

This mast shall record wind data at height equal to that of hub height of the turbine.

The wind data recorded by this mast during test period shall be taken as reference
data for the purpose of power curve verification test.

Power curve verification shall be carried out as given hereunder:

Wind speed distribution shall be prepared for a continuous duration of


three months during high wind season.

Certified power curve (CPC) for the WEG as per contract shall be
applied to the above wind speed distribution to arrive at the gross expected
energy generation (GEEG).

Following factors shall be applied on GEEG to arrive at the net


expected energy generation (NEEG):

(i) Air density factor as actually measured

(ii) Array losses as per arraying efficiency as determined by WAsP


application for the selected WEG taking into account the
selected wind mast location and factoring in all obstacles.

Tender No: GIPCL/WIND-200 MW/2017

Page 64 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

(iii) Grid availability as actually measured at the supply point of the


selected WEG.

(iv) Machine availability as actually measured and recorded at LCS of


the selected WEG.

Metering arrangement CTs duly calibrated shall be provided at LCS.

Accuracy class of all the measuring equipments shall be 0.2S class or


better and shall comply to with applicable Grid code etc & any other statutory
standards specified and approved all the drawings and documents including
testing of the equipments from NABL Lab as per the requirement of Grid
Authority. Contractor shall furnish valid calibration certificates of accredited
test house for all measuring instruments before their installation at site.

NEEG thus arrived shall be verified against actual energy generated by the
WEG as recorded by the meter in the control panel during test period.

If actual generation recorded by the meter installed at WEG is equal to or


more than 95% of NEEG, then the turbine will be considered to have met
power curve performance test.

If the actual generation as recorded at the WEG meter is less than


95% of the calculated net estimated generation from the wind mast
data, then bidder shall conduct the test again after making necessary
checks & settings, as per the above procedure in next year high wind
season.

In case the test is again unsuccessful, technical explanation for this shall
be given to the Owner. If the OWNER is satisfied by the explanation
submitted by the Contractor then the power curve test shall be considered
as fulfilled.

In case OWNER is not satisfied with such technical explanation


submitted by the Contractor, the Contractor shall compensate the loss due
to shortfall in the test in the manner as given here under:-

For every 0.5% (or part thereof) shortfall in actual generation than 95%
(Saleable NET), the Contractor shall pay to OWNER @ 1% (One percent)
of the Contract Value of supply, erection and commissioning of wind power
project. In case the actual generation as recorded at the WEG meter is less
than 90%, the bidder shall rectify the defects in all WEGs or replace all the
WEGs as the case may be in the manner that power generation is not less
than 95 % of NEEG.

The power curve performance test should be repeated again after


rectification In case the actual generation is equivalent or more than 95%
of NEEG the test will be deemed to have passed the performance test. In
this case, the Contractor will also compensate the Owner for the actual
revenue loss during the period when generation was lower due to
performance of the WEG.

Tender No: GIPCL/WIND-200 MW/2017

Page 65 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

For any further reference, IEC-61400-12-1: 2004(E) titled Power


performance measurements of electricity producing wind turbines shall be
followed.

4.30 DATA FOR QUALIFYING AS CDM PROJECT

The bidder shall provide all the required information/data to Owner free of cost as
may be asked for fulfilling the requirement for qualifying the wind farm for Clean
Development Mechanism (CDM) benefit. The bidder shall also extend all help to
Owner free of cost for processing case of CDM.

4.31 PROGRESS REPORT & PROJECT REVIEW MEETING

The EPC contractor shall submit fortnightly and monthly progress report (soft and
hard copies) along with catch up plants against slippages to Consultant and
simultaneously to Owner.

Owner shall hold project review meetings with Consultant and EPC Contractor at
pre- defined periodicity.

4.32 Owners Rights for Development of Wind-Solar Hybrid System

GIPCL will have right to develop Wind-Solar Hybrid project on the land Allotted/Sub
leased for WEGs, if permitted by any policy in future. GIPCL may develop/ add
solar Hybrid capacity either on its own or through Bidder at its own discretion in
such a way that WEG operation is not affected on permanent basis. Bidder shall
facilitate owner with required access, permits and co ordination required working on
WEGs and common facilities areas during development of such project at wind
farm site.

4.33 Owners Rights for Repowering

GIPCL will have right for opting for Repowering of the WEGs/Wind farm as per any
applicable policy ,guidelines by Government regulatory body or business scenario
arising in future during the term of PPA/operating life of wind farm. Bidder shall
facilitate owner with required access, permits and co ordination required working on
WEGs and common facilities areas during development of such project at wind
farm site.

Tender No: GIPCL/WIND-200 MW/2017

Page 66 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

SECTIONV

SPECIAL CONDITIONS OF CONTRACT


FOR

OPERATION & MAINTENANCE (O&M) OF

WIND POWER PLANT

Tender No: GIPCL/WIND-200 MW/2017

Page 67 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

CONTENTS OF SECTION - V

Clause Page
Description
No. No.
5.1 Term of O&M Contract 69
5.2 Battery Limit 69
5.3 Scope of Work 69
5.4 Prudent Utility Practice 71
5.5 Personnel 72
5.6 Machine Availability 72
5.7 Guarantee for Maintaining Power Factor and Drawl of Reactive Power 72
5.8 Pre-Determined Mutually Agreed Compensation 73
5.9 Liaison 75
5.10 O&M Performance Guarantee 75
5.11 Insurance 75
5.12 Measurement of Energy and Metering 76
5.13 O&M Charges 77
5.14 Payment 77
5.15 Submission of Daily & Monthly Generation Data Statement 77
5.16 Operator Office at Site 78
5.17 Power of Entry 78
5.18 Handing over the Plant after Expiry of Term/Termination Term 78
Defects / Non Achievement Plant Dependable Capacity After Handing
5.19 79
Over
5.20 Final Payment 79
5.21 Failure of the Operator to Comply with the Provisions of the Contract 79
5.22 O&M Default 81

Tender No: GIPCL/WIND-200 MW/2017

Page 68 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

SECTION V

SPECIAL CONDITION OF CONTRACT FOR OPERATION AND MAINTENANCE (O&M)


OF WIND POWER PROJECT

5.1 TERM OF O&M CONTRACT

In case of Award of the Contract, the Operator shall be responsible for


Comprehensive Operation & Maintenance of the wind power project for a period of
twenty (20) years from the date of stabilization of the last WEG in the wind farm.

5.2 BATTERY LIMIT

The battery limit for the Bidder during the period of O&M contract shall cover
complete wind energy plant and power evacuation system up to the point of
interconnection. During Project execution up to commissioning, point of
interconnection shall mean up to GETCO Sub-Station or termination point. After
commissioning it will be termination point at pooling sub-station.

The Bidder shall be responsible for arranging at his own cost all spare parts
required for replacement for keeping the WEG operational, repairs/replacement of
any defective equipment(s) at his own cost as required from time to time, schedule
and preventive maintenance, major overhauling of equipments, maintaining log
sheets/record for operational detail, development of staff for continuous operation
and qualified experienced engineer for supervision of O&M work, deployment of
security personnel so as to ensure smooth operation of for entire O&M period.
Owner shall not pay any other amount except the agreed O&M charges. All fee /
charges payable to any statutory authority on account of operation & maintenance
of wind farm shall be included in its quoted price for entire period of the O&M
contract and shall be filled up in the Price Schedule based on the prevailing rates. In
case of any change introduction or increase in Taxes/Duties/Statutory levies shall
be borne by GIPCL after Bid submission due date, GIPCL shall reimburse the
difference to O&M contractor. In case of any benefit, the same shall be passed on to
GIPCL. In case of invoice being raised on GIPCL by authority as an OWNER,
GIPCL will pay and deduct the amount from O&M Bills of the Contractor.

Operation & maintenance of evacuation system up to the point of interconnection


with the state grid shall be the responsibility of the O&M Operator. In case of
outage of external lines connected with the wind farm, the operator shall follow up
with GETCO / DISCOM for prompt restoration of the faulty line under intimation to
Owner.

5.3 SCOPE OF WORK

The scope of Work for O&M contract shall include but not limited to the following:-
1. Complete day to day Operation of the Wind Farm as per the agreed terms
and Prudent Utility Practices.
2. Complying with all Grid connectivity norms including Day Ahead Declaration
(Day Ahead Declaration shall be the responsibility of the O&M Contractor /
Bidder. Charges for the same ( including hiring services of forecasting/
Tender No: GIPCL/WIND-200 MW/2017

Page 69 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

scheduling agency to be included in O&M charges) of Wind Generation as


required by Grid Code / SLDC / Regulatory Norms notified from time to time
during entire O & M period. Any penalty arising due to non compliance of
SLDC/GERC Scheduling & Forecasting policy/operational guidelines and
on account of forecasting deviation beyond Scheduled limit as decided by
Regulatory Commission from time to time shall be borne by bidder only
whenever applicable. Bidder should carry out due diligence of technological
and regulatory trends and built in his price cost of purchasing necessary
software, cost of any modification, future up gradation, cost of replacement
due to technological obsolesce of new or existing wind farm, installation of
hardware and training of manpower at wind farm for the purpose ,
appointing third party agency for forecasting as per statutory norms in his
O&M price for 20 yrs.
3. Bidder shall ensure operation and maintenance of Power Evacuation facility
of the offered WEGs and wind farm up to Grid Interconnection point up to
the term of PPA of OWNER with DISCOM/GUVNL.
4. Supply of all Spares and Consumables.
5. All statutory compliances as may be required. (Any cost implication due to
new development post bid date shall be borne by GIPCL. Any prevailing
norms not accounted by Bidder in his price shall be to Bidder's account).
6. Arrangement of Tools and Tackles.
7. Hiring of Crane and Crane Management for entire O&M period.
8. Testing.
9. Liaison with all government agencies including fees and formalities for
yearly renewal of all the electrical equipment and system from Chief
Electrical Inspector and other statutory bodies if applicable.
10. All administrative work.
11. Maintaining records & submission to all concerned authorities.
12. Security of entire wind farm asset.
13. Safety of people, plan & machinery with compliance to all statutory norms
applicable from time to time .
14. Adherence to all guidelines for Environmental & wildlife protection, pollution
acts ,compliance to all norms notified from time to time by concerned
Satte/central pollution control Board or any other designated agency
including liasioning work if any. Any change, introduction or increase in
taxes / duties/ statutory levies shall be borne by GIPCL after bid submission
due date and Similarly any benefit arising out of the same after bid
submission due date shall be passed on to GIPCL by Bidder.
15. Periodic repair and maintenance, including painting , anticorrosive
treatment, termite proofing, water proofing etc required to upkeep the wind
farm asset including plant & machinery, Hot-line Washing in Switchyard,
equipments, buildings, structures etc as per OEM recommendation and
standard industry practice as a Prudent Operator.
16. Any support/data/information required for revenue realization with agency.
17. Preparation of all reports, documents for insurance claims. Preparation of
Incident Report and submission of plant data/reports required for insurance
claim to be provided by Bidder.

Cost of all above item shall be included in the price quoted for O&M Contract.

Operator shall provide all day to day operation and maintenance services for the
wind power project as set forth herein. Operator shall perform the work and
Tender No: GIPCL/WIND-200 MW/2017

Page 70 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

arrange/supply all required spare parts, cranes, special tools & tackles or any other
items as may be required , in a prudent and efficient manner and in accordance
with manufacturers and system designer specifications. Annual Operating Plan for
plant and O&M manuals.

All applicable Indian laws of land including environmental protection, pollution,


sanitary, employment and safety laws, government rules shall be complied.

5.4 PRUDENT UTILITY PRACTICE

Operator shall use all reasonable and practical efforts


To maximize plant capacity utilization
To minimize plant downtime
Optimize useful life of all the equipments of energy project
The operator shall perform following obligations prior to taking over of the O&M
activity:
Prepare mobilization plan in consultation with Owner
Provide the services and personnel set forth in the Mobilization Plan
Prepare in consultation with Owner Annual Operating Plan
Develop and implement plans and procedures including those for fire
fighting, maintenance planning, procuring and inventory control of stores
and spares, plan to meet emergencies, plant safety and security and such
other facilities and systems as may be necessary to commence Operators
ongoing responsibilities

After taking over the activity of O&M for the power plant, the operator shall be
responsible for the operation and maintenance of the plant and shall perform all
necessary services including applicable services listed below:

a) Provide all operations and maintenance services necessary and advisable


to the efficiently operate and maintain the plant, inclusive of all associated
and appurtenant mechanical and electrical equipments keeping in view the
objective set forth herein above.
b) Maintain the plant accurate and up to date operating logs, records and
Monthly reports regarding the operation and maintenance of the Plant which
shall include details of power output, other operating data, repairs
performed and status of equipment, all such reports shall be maintained for
life time of the wind farm. Upon the expiry of the term /termination, operator
shall hand over such records to owner. However, Owner shall have access
to all such reports all the time.
c) Regularly update and implement equipment repair and replacement and
preventive maintenance programme that meet the specifications and
recommendation of the equipment manufacturer.
d) Perform periodic preventive maintenance and overhauls as per
recommended practices of Original Equipment Manufacturers (OEMs).
Attend any break down in plant/facility, promptly. Inform OWNER the time
and action taken with root cause analysis after attending to such breakdown
shortly after restoration of WEG. Time for root cause analysis can be
mutually agreed prior to order.
e) Perform services required to procure all spare parts, or equipment/s as
required, overhaul of parts, tools and equipment, required to operate and

Tender No: GIPCL/WIND-200 MW/2017

Page 71 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

maintain the plant in accordance with the recommendations of individual


original equipment manufacturer.
f) Provide all technical & engineering support for resolving any O&M problems
g) Operate and maintain the plant for fire protection and safety of equipments.
h) Maintain with assistance of the Owner, records regarding the facility in
accordance with generally acceptable accounting principles under the
Laws.
i) Arrange spares, consumables, tools & tackles, crane and testing. Cost of
these items shall be included in the price quoted for O&M.
j) Assure technical support & critical spares support for life time of the project.
In case the Bidder has a technical collaboration, his principal collaborator
should separately give assurance to GIPCL for each quoted model such
assured technical spares & service support for entire life of the project.
Bidder should not quote for any WEG models which are likely to be made
obsolete or under phasing out plan in near future.
k) Perform the services required to procure all spare parts, or equipment/s as
required, overhaul of parts, tools and equipment, required to operate and
maintain the Plant in accordance with the recommendations of individual
original equipment manufacturer.

5.5 PERSONNEL

The Operator shall employ adequately qualified and experienced personnel for
operating and maintaining the wind power project. The operator shall ensure that
such personnel remain on duty at the plant all the times, twenty four (24) hours a
day and seven (07) days a week soon after commissioning of the first WEG.

5.6 MACHINE AVAILABILITY

5.6.1 The Operator shall maintain the WEGs in full working condition at all time.

5.6.2 The Operator shall keep the annual average minimum machine availability
for the Wind farm at not less than 96%

5.6.3 The operator shall guarantee for a minimum of 96% Machine Availability.
The machine availability of 96% includes power evacuation system (up to
interface with the State Grid. Availability means availability of complete wind
farm including internal electrical system and evacuation facility within O&M
Contractor scope).

5.6.4 In case the Machine Availability is found to be less than 96%, then the
Operator shall pay to the Owner Compensation as given at Clause No.
5.8.1 of this Section.

5.7 GUARANTEE FOR MAINTAINING POWER FACTOR AND DRAWAL OF


REACTIVE POWER

5.7.1 Power Factor

It will be the responsibility of the operator to maintain power factor of the


wind farm not less than the minimum requirement of TRANSCO / DISCOMs
so as to minimize Reactive Power drawl from State grid system. In the
Tender No: GIPCL/WIND-200 MW/2017

Page 72 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

event of levy of any charges by State grid on account of lower power factor
than the minimum mandatory requirement, such charges at actual amount
shall be deducted from the operators bills / outstanding operators
credit amount.

5.7.2 Reactive Power (kVArH)

The operator shall ensure that the maximum reactive power drawn
cumulatively by the WEGs annually shall not exceed 5% of the total
generation of power by the WEGs. However the bidder can guarantee a
lower percentage. In the event of drawl of Annual Reactive Power
exceeding the guaranteed percentage of the total generated power by all
the WEGs cumulatively and the Owner having to pay TRANSCO/DISCOM
for the excess over the guaranteed percentage the Operator shall
financially compensate the Owner for such excess reactive power drawn
as given at Clause No. 5.8.2 of this Section.

As per present GERC order,

1. 10 Paisa/kVArH charged for drawl of reactive power at 10% or


below.
2. As per 50 Paisa/kVArH charged for drawl of reactive power above
10%.

Further penalty due to non conformance of reactive power may be deducted


from O & M RA bills of Contractor in line with statutory guidelines prevailing
at that time.

5.7.3 Guarantee for Transmission Losses

Total Annual Average Losses in evacuation of electricity from LCS to


the point of interfacing shall not be more than 5% of energy as
recorded at WEG controllers. Operator shall pay to the Owner Pre-
determined Mutually Agreed Compensation for transmission losses
exceeding 5% as given at Clause No. 5.8.3 of this Section.

5.7.4 Penalty for Power restriction/Curtailment

In case of incidences of power curtailment /restriction of WEG generation


for reasons other than safety, statutory orders or Force Majeure
conditions,GIPCL will deduct at his sole discretion deduct/claim equivalent
amount for loss of generation revenue at the 1.5 times of tariff rate agreed
for the PPA. GIPCL calculation and judgment on the such loss shall be final
and binding to the Bidder.

5.8 PRE-DETERMINED COMPENSATION

The Operator shall pay to the Owner Pre-determined Mutually Agreed


Compensation for lower Machine Availability, drawl of Reactive Power in excess of
5% and Transmission Losses exceeding 5% in the following manner. However,
maximum liability for the two factors i.e. Lower machine availability and
transmission losses together shall not exceed 100% of O&M charges of the
Tender No: GIPCL/WIND-200 MW/2017

Page 73 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

concerned year.

5.8.1 Machine Availability lower than 96%

(a) For Machine Availability ranging between 96% and 90%:

The Operator shall pay 2% of annual O&M Charges for every 1% or part
thereof fall in machine availability of wind farm.

(b) For Machine Availability less than 90%:

The Operator shall pay to the Owner the actual revenue loss as per
applicable tariff of the year.

Total liability on account of non-availability of machine within the parameters


as stated above will be limited to 100% of the annual O&M charges for the
respective year.

For working out of Annual Average Machine Availability of the wind farm
following formula shall be considered:

Annual Average M.A of the wind farm shall be calculated as follows.

(8760 (GF + FM + S + U)) X 100


Annual M.A for each WEG = -------------------------------------------------------
(8760 (GF + FM))

Sum of the annual M.A calculated for


each WEG
Annual Average M.A of the wind farm = ----------------------------------------------
No. of WEGs offered for the site

Where, Recorded Hours = [8760 (GF + FM + S + U)]


8760 = Number of total hours for a machine in an year (i.e. 24 x 365 Days)
GF = External Grid Failure hours(Grid failure beyond Metering point/GETCo
grid), FM = Force Majeure hours
S = Scheduled Maintenance Hours for a machine and internal grid
U = Unscheduled or Forced Maintenance Hours for a machine and internal
grid

5.8.2 For excess drawl of Reactive Power

Operator shall pay to the Owner for the quantity of Reactive Power drawl in
excess of the guaranteed percentage or 5% whichever is less at the rate as
levied by TRANSCO/DISCOM during the concerned period.

5.8.3 For Transmission Losses exceeding 5%

The bidder shall pay to the Owner an amount equal to @2% of the annual
O&M Charges for every 1% excessive losses over 5% on annual

Tender No: GIPCL/WIND-200 MW/2017

Page 74 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Transmission Losses of the wind farm subject to a maximum of 15% of the


annual O&M Charges.

Any Compensation arising out of guarantees during O&M period shall be


adjusted against the O&M charges to be made to the Operator on annual
basis in the last quarter.

5.9 LIAISON

It shall be the responsibility of the Operator to liaison with the State


Government, concerned Renewable Agency, State Transmission & Distribution
Companies, CEIG or any such agency / department which may be required for
execution and expediting the project.

5.10 O&M PERFORMANCE GUARANTEE

The Bidder shall submit a Bank Guarantee one month prior to commencement of
O&M period for an amount equivalent to 10% (ten percent) annual O&M charges
for the year. Every year a fresh bank guarantee shall be submitted by the Bidder,
having validity of 12 months, one month prior to expiry of the previous Bank
Guarantee or the existing bank guarantee can be extended suitably every year
till O&M contract remains with the Bidder.

Such Bank Guarantee shall be given in the Performa as per Annexure I of Vol.1.

5.11 INSURANCE

Operator shall provide or obtain and maintain in force throughout the period of
O&M the following insurance coverage:

1. Insurance to cover third party liability of appropriate value along with an


undertaking indemnifying GIPCL from any such claim.

2. Workmen compensation and /or group personal accidents Insurance policy


covering all its employees and works including of the sub Operator.
Pilferage, theft, burglary also are also to be covered by the operator.
3. Fire and allied perils including earthquake, flood, storms, cyclone,
tempest, insurance policy shall be taken by the Owner regularly
immediately after commissioning. In case of any loss/ claim under the
policy, Operator shall immediately inform the same to the Owner.
4. The Operator may or may not take MBD insurance policy but it
would be the responsibility of the Operator to operate and maintain the
wind farm and all the associated equipments at his own cost for the quoted
O&M period for which the Owner shall pay the agreed O&M charges only.
Any replacement / repair / modification of any item / equipment shall be
carried out by the Operator at his own cost for the quoted O&M period, so
as to have minimum machine d o w n time The Owner shall not be
responsible for any break down / failure of any equipment to any reason
thereof except for Force Majeure / Fire & Allied Perils Events or extraneous
reasons.

Tender No: GIPCL/WIND-200 MW/2017

Page 75 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

5. The risks such as, riot, civil commotion, weather conditions, fire, war etc.
would be excluded from the Operators scope after grid interfacing.
6. The scope / type / form of insurance cover mentioned elsewhere in this
tender, for the scope of the project for the quoted O&M period, would be
superseded by this Clause.

5.12 MEASUREMENT OF ENERGY AND METERING

5.12.1 Metering Systems:

The Operator shall maintain the Metering System (which shall `include ABT
type energy meter, current and potential transformers and metering
equipment). The Metering System will be designed and installed
conforming to requirements of State utility so as to measure outgoing
energy and power delivered by the WEG to the State grid at the delivery
point, i.e. point of inter connection and also for the import of energy for
any purpose. Metering equipments shall comply the requirements and
approval of State utility Grid Code but shall not be inferior to 0.2S accuracy
Class for CT and Meter and 0.2 for PT. Meter reading shall be done jointly
with Power Utility Engineer on monthly basis or at mutually agreed time
interval.

5.12.2 Testing of Meters

The Owner shall have the right to carry out inspections of the Metering
Systems from time to time to check their accuracy.

All testing and metering equipment shall conform to the relevant


IS/TRASCO/DISCOM standards.

If either the Operator or the Owner finds any inaccuracy in the Metering
System, the operator or the Owner, as the case may be, shall notify the
other party in writing within 24 hours for a joint inspection and testing from
TRANSCO/DISCOM/ or other agreed agency.

Testing of tariff meter as per Statutory requirement or State grid


requirement during O&M period shall be done without any price implication
to Owner.

5.12.3 Sealing and Maintenance of Meters

The Metering System shall be sealed in the presence of both parties or in


the presence of DISCOM Engineer.

When the Metering System and/or any component thereof is found to be


outside the acceptable limits of accuracy or otherwise not functioning
properly, it shall be repaired, re-calibrated or replaced by the Operator on
priority without any cost implication to owner.

Breaking of meter seals shall not be done except in case of any


requirement by State power utility for testing/calibration. Even in such case
Tender No: GIPCL/WIND-200 MW/2017

Page 76 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

the Operator shall immediately inform the Owner of such requirement to


enable Owner for deputing its representative. All testing / calibration of
metering system shall be done by State power utility officials only.

5.13 O&M CHARGES

The comprehensive O&M contract will be for 20 (twenty) years considering design
life of 20 years. The O&M charges shall be quoted with applicable taxes &
duties showing separately. Any increase in statutory taxes, levies / fees or newly
imposed taxes would be charged extra (with submission of documentary proof.
Similarly, due credit would be given to Owner in case of withdrawal or reduction in
applicable taxes / fees / duties.

Payment will be made after all statutory deductions as applicable to such


type of contracts. The rate quoted shall deem to be inclusive of all salaries and
other cost, expenses of employees, cost of spares, cost of repair / replacement /
modification of any equipment or system for the entire period of O&M Contract so
as to give 96% machine availability for each year up to 20 years. The rates shall
also be inclusive of tools & tackles, etc. and liabilities of every description and all
risk of every kind to be taken in operation, maintenance and handing over the plant
to the Owner by the operator. Owner shall not be responsible for any such liability
on the operator in respect of this contract and exclusion of applicable taxes on the
date of issue of LOI at prescribed rates due to ignorance or otherwise shall not
form a reason for claiming anything extra at a later date. If any amount is payable /
levied to/by TRANSCO / DISCOM, etc, on account of low power factor or any other
account of wind farm, the same shall be deducted from the operators
remuneration or from other due payments/Bank Guarantees.

5.14 PAYMENT

Payment period shall be on monthly basis. The operator shall submit bills in
respect of the month ended in Triplicate with soft copy after the end of each month
for the payment, after submission of PBG as per Clause No.5.10 of Vol.1. The
payment will be made within 15 days from receipt of Invoice with supporting
documents if any.

5.15 SUBMISSION OF DAILY & MONTHLY GENERATION DATA STATEMENT

A daily report comprising energy generation, grid availability, breakdowns,


generation hours, low wind hours, machine availability etc shall be sent through e-
mail and /or made available by Designated Authority of Bidder to Owner.

Monthly Generation Data statement for net energy delivered to the Utility duly
certified by their authorized official shall be furnished to Owner by the Operator
not later than 10th day of the following month. Billing to SLDC/ DISCOM for wind
farm generation will be done by Owner. For the purpose of energy accounting,
GETCO certified data shall only be considered.

Tender No: GIPCL/WIND-200 MW/2017

Page 77 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

5.16 OPERATORS OFFICE AT SITE


During the execution of the contract the Operator shall ensure that a Plant
Manager with authority to take decisions to be available at site. Such person
deputed by the Operator shall report to the Engineer in Charge for smooth
operation of the plant. The Operator shall also provide and maintain an office at the
site for the owners visiting staff / executives and such office shall be open at
all reasonable hours to receive instructions, notices or other communications
The office shall have telephone, fax and internet facility. The Operator shall be
responsible for any misconduct / indiscipline by his employees or sub operator /
agent employees. The Operator shall abide by the instructions of the Owner
Representative, if given in this regard.

5.17 POWER OF ENTRY

Owner reserves the right to enter with or without any notice the wind farm site Also
Owner can enter the wind farm site under O&M in case the Operator does not
execute the work in the manner described in the contract documents or if he shall
at any time in the opinion of the Engineer-in-Charge:

i) Fail to operate & maintain the plant in conformity with contract document or

ii) Substantially suspend work or the works for a continuous period of 15 days
without permission from the engineer in charge, or

iii) Fail to carry on and execute the works to the satisfaction as per tender terms /
agreed scope and prudent engineering / industry practice and standards as
applicable with justification of the engineer in charge, or

iv) Commit or suffer or permit any other breach of any of the provisions of the
contract on his part to be performed, or

v) If the operator abandons the works, or

vi) If the Operator during the continuance of the contract becomes bankrupt.

In any of such events, the Owner shall have the power to enter upon the works and
take possession of the plant, materials, spares, equipment, tools and stocks
thereon, and to revoke the Operator's license to operate the plant by his agents,
other Operators or workmen. For sharing basis facilities like Power Evacuation
etc.Owner reserves the right to demand compensation from the Bidder for the use
of portion of such facility assigned to and paid by the Owner. The amount of
compensation to be paid will be decided by Owner.

5.18 HANDING OVER THE PLANT AFTER EXPIRY OF TERM/TERMINATION TERM

After the expiry of term & extension of term or termination term as the case may
be, operator shall hand over the plant to the Owner in operationally fit and running
condition. The operator shall demonstrate short run test of all WEGs along with the
associated major & critical equipments to ensure that plant is operational and in
good running condition in accordance to the norms of manufacturer. While handing
over the plant, operator shall hand over all technical documents, literature, and

Tender No: GIPCL/WIND-200 MW/2017

Page 78 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

instruction manuals, lists of spare parts and tools & tackles. Operator will also hand
over all the relevant record/documents. Tools & Tackles supplied along with order
by OEM shall be the property of Owner.

Contractor shall hand over plant in &working condition with Machine Availability
and other performance parameters as prescribed in Pre Determined Compensation
clause 5.8 achieved as on date of handover. In case if condition arise of hand over
of plant due to dispute than owner reserve the right to deduct amount as well as
forfeit PBG against repair /loss to owner. Owner decision in this regard is final and
binding to the contractor/operator.

In case for dispute also, contractor shall run the machines & have generation till
dispute get resolved.

5.19 DEFECTS/ NON ACHIEVEMENT PLANT DEPENDABLE CAPACITY AFTER


HANDING OVER

In order that the Operator could obtain a Handing Over certificate, he shall rectify
any defect / non achievement of plant dependable capacity in accordance to the
norms of manufacturer arising from the defective Operation & maintenance
practices or non compliance of Prudent Utility Practices or that may have been
noticed or developed during/ after the plant has been taken over, the period
allowed for carrying out such works will be normally one month. If any defect
could not be remedied or plant dependable achievement capacity in accordance to
the norms of manufacturer could not be achieved within a reasonable time the
Owner may proceed to do the work at operators risk and expense and
deduct from the final bill such amount as may be decided by the Owner.

All the aforesaid safeguards /rights provided for the Owner shall not prejudice its
other rights/remedies elsewhere provided herein and/or under law.

5.20 FINAL PAYMENT

Whenever, in the opinion of the Engineer-in-charge, the Operator has


completely performed the contract on his part, the Engineer in-charge will so
certify in writing to the Operator.

Final payment to the Operator shall be made after accounting for all the
previous payments/advances/adjustments of dues, provided always that
Operator furnishes a "No Further Claim - No Dues Certificate". The release of final
payments does not relieve the Operator from his any other obligations as provided
for in the contract.

Owner shall deduct statutory taxes at source as per prevailing rates from bills
of the Operators.

5.21 FAILURE OF THE OPERATOR TO COMPLY WITH THE PROVISIONS OF THE


CONTRACT

5.21.1 If the contractor refuses or fails to execute the work or any separate part
thereof with such diligence as will ensure its completion within the time
specified in the contract or extension thereof or fails to perform any of his
Tender No: GIPCL/WIND-200 MW/2017

Page 79 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

obligation under the Contract or in any manner commits a breach of any of


the provisions of the contract it shall be open to the Owner at its option by
written notice to the Contractor to: -

(a) Determine the Contract: In which event the Contract shall stand
terminated and shall cease to be in force and effect on and from the
date appointed by the Owner on that behalf, whereupon the contractor
shall stop forth with any of the contractors work then in progress,
except such work as the Owner may, in writing, requires to be done to
safeguard any property or work, or installations from damage, and the
owner, for its part, may take over the work remaining unfinished by the
Contractor and complete the same through fresh contractor or by other
means, at the risk and cost of the Contractor, and any of his sureties if
any, shall be liable to the owner for any excess cost occasioned by such
work having to be so taken over and completed by the Owner over and
above the cost at the rates specified in the schedule of quantities and
rates.

(b) Without determining the Contract: To take over the work of the
contractor or any part thereof and complete the same through a fresh
contractor or by other means at the risk and cost of the Contractor.
The contractor and any of his sureties are liable to the Owner for any
excess cost over and above the cost at the rates specified in the
schedule of quantities/ rates, occasioned by such works having been
taken over and completed by the Owner.

(c) In other cases, the decision of the Owner is final and binding on the
contractor.

5.21.2. In such events of clause 5.21.1 (a) or (b) above

(a) The whole or part of the security deposit furnished by the Contractor is
liable to be forfeited without prejudice to the right of the Owner to
recover from the contractor the excess cost referred to in the sub-clause
aforesaid, the Owner shall also have the right of taking possession and
utilizing in completing the works or any part thereof, such of materials,
equipment and plants available at work site belonging to the contractor
as may be necessary and the Contractor shall not be entitled for
any compensation for use or damage to such materials, equipment and
plant.

(b) The amount that may have become due to the Contractor on account of
work already executed by him shall not be payable to him until after the
expiry of six (6) calendar months reckoned from the date of termination
of contract or from the taking over of the work or part thereof by the
Owner as the case may be, during which period the responsibility for
faulty materials or workmanship in respect of such work shall under the
contract, rest exclusively with the contractor. This amount shall be
subject to deduction of any amounts due from the Contractor to the
Owner under the terms of the contract authorized or required to be
reserved or retained by the Owner.

Tender No: GIPCL/WIND-200 MW/2017

Page 80 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

5.21.3 Before determining the contract as per clause 5.21.1 (a) or (b) provided in
the judgment of the Owner, the default or defaults committed by the
Contractor is/are curable and can be cured by the Contract if an opportunity
given to him, then the Owner may issue notice in writing calling the
Contractor to cure the default within such time specified in the notice.

5.21.4 The Owner shall also have the right to proceed or take action as per 5.21.1
(a) or Clause 5.21.1(b) above, in the event that the contractor becomes
bankrupt, insolvent, compounds with his creditors, assigns the contract in
favour of his Creditors or any other person or persons or being a company
or a corporation goes into liquidation, provided that in the said events it
shall not be necessary for the Owner to give any prior notice to the
contractor.

5.21.5 Termination of the Contract as provided for in sub-Clause 5.21.1 (a) above
shall not prejudice or affect their rights of the Owner which may have
accrued up to the date of such termination.

5.21.6 Notwithstanding above GIPCL reserves the right to terminate the contract
for breach of terms & conditions of the Tender conditions/Contract.

5.22 O&M default

5.22.1 Following event shall be construed as

a) Any default on the part of the Bidder for a continuous period of ninety
(90) days to (i) operate and/or (ii) maintain (in accordance with Prudent
Utility Practices), the Project at all times

b) Bidder fails to make any payment required to be made to Owner under


this RFP/LOI/LOA/Contract within three (3) months after the due date of
a valid invoice/claim raised by the OWNER on the Bidder

5.22.2 Upon the occurrence of an event of default as set out in sub-clause 5.22.1
above, OWNER may deliver a Default Notice to the Bidder in writing and calling
upon the Bidder to remedy the same.

At the expiry of 30 (thirty) days from the delivery of this default notice and unless
the Parties have agreed otherwise, or the Event of Default giving rise to the default
notice has been remedied, OWNER may deliver a Termination Notice to the
Bidder. OWNER may terminate the Contract by delivering such a Termination
Notice to the Bidder Upon delivery of the Termination Notice the Contract shall
stand terminated and OWNER shall stand discharged of all its obligations. The
Bidder shall have liability to make payment within 30 days from the date of
termination notice toward compensation to OWNER equivalent to three years
billing based on normative CUF of 25%.

Tender No: GIPCL/WIND-200 MW/2017

Page 81 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

SECTION VI-A

SCOPE OF SUPPLY

Tender No: GIPCL/WIND-200 MW/2017

Page 82 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

CONTENTS OF SECTION - VI

Clause Page
Description
No. No.
6.1 Land & Land Transfer 84
6.2 Design, Manufacturing & Supply 85
6.3 Wind Monitoring Mast 86
6.4 Documents & Drawings 86
6.5 Statutory Approvals 89
6.6 Erection, Testing & Commissioning 89
6.7 Power Evacuation 91
6.8 Infra Structure 92
6.9 Shared Facilities 93
6.10 Manpower & Utilities 93
6.11 General 93
6.12 Operation and Maintenance 95
6.13 General 96
6.14 Operation and Performance Monitoring 96
6.15 Maintenance 97
6.16 Statutory Charges & Lease Rental Charges 98
6.17 Quality Spares and Consumables 98
6.18 Tools and Tackles 99
6.19 Security Services 99
6.20 Training 99

Tender No: GIPCL/WIND-200 MW/2017

Page 83 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

SECTION VI-A

SCOPE OF SUPPLY

The Scope of Supply covered under this specification shall be but not limited to the
following:-

To offer potentially good site(s) for installation of up t o 200 MW Wind Power Project for
power generation in the state of Gujarat in India. Bidder can offer minimum lot of 25 MW
and maximum up to 200 MW at single /multiple locations within the state.

6.1 LAND & LAND TRANSFER

The bidder/developer/subsidiary company should be in possession of suitable and


adequate land either government land on lease or private land (only permitted on
ownership basis with sale deed and NA clearance with 7/12 entry) required for
installation of the project.

Acquisition of suitable & adequate land either government land on lease


/sub lease basis or private land on ownership basis is the prime
responsibility of the bidder. The land should be free from any encumbrances,
encroachments, without any litigation with clear title and all permission and
statutory approvals to construct and operate wind farm and power evacuation
facilities up to GETCO sub-station.

For Revenue / Government land 20 years lease with clause for renewable will be
accepted and shall be transferred in the name of GIPCL before the start of work
with completion of all necessary revenue formalities, payment of charges, permits
and clearances required. All the charges, payment associated with land acquisition,
for obtaining Right of Way etc as per Land Act or any regulation shall be the
responsibility of Bidder.

If allotment letter is not available then recommendation for allotment of land from
the nodal agency (concerned District Revenue Authority OR any other
Competent Authority appointed by Government for allotment of Government /
Revenue land for settling up of Wind Farm as per prevailing policy is required) will
be considered subject to submission of allotment letter before freezing of Annual
Energy Production and opening of Price bid.

An Agreement with a third party (an individual or company) who is/are either in
possession of private land or have been allotted Government land along with
commitment to transfer such land to GIPCL without any consideration or any
conditionality attached with it. The bidder shall furnish land details, Agreement
with third party and commitment of the third party with his bid. However the
total responsibility of execution and commitment and compliance to RFP terms
shall remain with the Bidder during entire project and O&M Phase.

Copy of lease/sale deed in case of own land and a copy of allotment letter in
case of Government land shall also be furnished with the bid.

Tender No: GIPCL/WIND-200 MW/2017

Page 84 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

The land should be transferred/sub leased in the name of owner by Contractor


before WEG Foundation casting/Erection. Payment for any supply will not be made
before transfer/sublease of land for respective WEG.

Note : The approximate area of land of the wind farm to be transferred/sub


leased/lease transferred to GIPCL is to be indicated irrespective of the type
of land offered.

6.2 DESIGN, MANUFACTURING & SUPPLY

Design, engineering, manufacture, in house testing and supply at site of suitable


low voltage, 50 Hz, upwind, horizontal axis Wind Electric Generators (WEGs) in
the range of 1500 kW and above rating complete with accessories as may be
required for erection, commissioning and successful continuous operation of up to
200 MW /offered capacity wind energy farm with the State grid. The WEGs shall
be equipped with current limiting devices and capacitors (in case of induction
generators) so as to maintain power factor/ kVArh conforming to the requirement of
State grid.

Design, engineering, manufacture and supply at site of towers suitable for WEGs.

Design, engineering, manufacture and supply at site of wind farm internal electrical
system.

Design, engineering, manufacture and supply at site of Grid interfacing equipments


including transformers, HT lines, panels, kiosks, protection equipment, metering
equipment, Monitoring system/PLC for evacuation of power from the wind power
plant to the nearest State grid sub-station.

Design, Engineering, Manufacture and Supply of Transmission line from wind


power project to nearest sub-station shall be as per guideline of GETCO/STU. In
case Bidder offers Transmission Line on shared basis, permission from GETCO /
GEDA or State Utility for power evacuation of offered capacity in the same line
should be available with the Bidder.

Design, Engineering, Manufacture and Supply of ABT type energy meter(s) for
recording data regarding export and import of power to/from State grid and
also recording kVAh & kVArh data on real time basis.

Design, Engineering, Manufacture and Supply of VAR drawl compensation system,


if required.

Design, Engineering, Manufacture and Supply of all control system to give


command to WEGs, receive data, processing and getting required report on
energy generation, wind speed etc.

Design, Engineering, Manufacture and Supply Centralized Monitoring and Control


System on sharing basis for Owner.

Design, Engineering, Manufacture and Supply of any item not specified but
essential for the wind farm.

Tender No: GIPCL/WIND-200 MW/2017

Page 85 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bidder shall ensure operation and maintenance of Power Evacuation facility of the
offered wind farm and WEGs up to Grid Interconnection point up to the term of
PPA of OWNER with DISCOM/GUVNL.

Supply of all spares, consumables, lubricants, hardware with necessary skilled


manpower support required till commercial operation and stabilization of the wind
farm and handing over to O&M contractor/ OWNER, The Bidder shall provide the
support/spares for all equipments, for complete plant life i.e 20 years along with
undertaking certificate for supply of spares and support.

Stocking of adequate spares at site for operation & maintenance of wind power
project. List of such mandatory & critical spares with prices to be provided. Quoted
price for Mandatory & recommended spares shall remain valid for one year from
the submission of offer.

6.3 WIND MONITORING MAST

The bid should include supply, installation and maintenance of one wind monitoring
mast at each offered site till the power curve testing is carried out.

This shall include all required data loggers, sensors etc. capable of recording data
for a minimum of 10 minute intervals. Wind measuring system should be 16
quadrant type and of approved / accredited makes. The height of the wind mast
shall be equal to the hub height ( 2.5%) of the WEGs to be installed. The wind
monitoring mast shall be installed by Bidder at his own Cost well before start of
Power Curve Performance Test.

6.4 DOCUMENTS & DRAWINGS

6.4.1 Following documents shall be submitted to Owner for review (except


data / drawings related to proprietary nature) during Bid Evaluation:

a) Detail Technical Specifications of each equipments/systems.


b) Plot plan and General layout, General Arrangement Drawing.
c) Contour plan for the land area.
d) Micrositing plan & wind farm layout.
e) Schematic diagram for entire evacuation system and transmission loss
calculations.
f) G. A. drawings for over head lines along with all types of structures,
66kV or above switchyard & Interfacing.
Technical Document i.e Schmatic Drawing,GA,SLD and BOM for
transformer,Transformer Control panel , switchgear, Switch yard
system, transmission line etc.

Technical document for earthing & lightening protection.

WEG foundation drawing along with design document.

Cross section drawing for road.

Plan, elevation and section for office-cum-control room building

g) SCADA and MIS Architecture with Make of PLC,Lighting system of wind


Tender No: GIPCL/WIND-200 MW/2017

Page 86 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

farm
h) Copies of type test certificates along with test reports, routine and
acceptance tests for major components. Type certificates with Appendix
for all Technical data for General specification for Main
components/Generator type/Tower type, Wind conditions, Electrical
network and other environmental conditions taken into account.

i) Summary of each Land with Site survey No, WEG no, Land
Coordinates, Village and Type of land to be offered for Wind Farm with
Land current status i.e. Allotment letter etc., along with Land status for
Pooling substation and Transmission line as per attached BRS-23

j) Summary of Evacuation arrangement and status of GETCO approval for


Evacuation along with Bar chart as per attached BRS-24

k) Any other drawings/documents/datasheets etc required by owner at any


time.

6.4.2 Submission of all the drawings on "as built" basis covering all
changes/modifications, if any, due to site conditions in four sets to
Owner/Consultants after commissioning of the project for record purpose.

- One soft copy of as built drawings shall also be submitted.


- O & M Manuals in four sets.

The Contractor shall forward to Owner/Consultants Schedule of supply


within a week's time from the date of Award of Contract.

Tender No: GIPCL/WIND-200 MW/2017

Page 87 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

SECTION VI-B

SCOPE OF INSTALLATION, TESTING & COMMISSIONING

Tender No: GIPCL/WIND-200 MW/2017

Page 88 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

SECTION VI-B

SCOPE OF INSTALLATION, TESTING & COMMISSIONING

The Scope of Installation, Testing & Commissioning covered under this specification
shall be but not limited to the following.

6.5 STATUTORY APPROVALS

Obtaining statutory approvals / clearances, wherever required, from Government


departments but not limited to the following:

- Airports Authority of India


- Pollution Control Board
- State Renewable Energy Development Agency
- State Power Utilities viz. Transmission Company / Distribution Company
- Electrical Inspectorate (CEIG)
- Mining Department
- M O E F Department
- Arranging (Facilitation) PPA Agreement for Owner with State power utility.
- Other applicable permissions / clearances relevant for the offered site.
- Any other Statutory/Regulatory approval required
- Required applicable clearances from statutory bodies including clearance from
army/air force, defense etc. shall be obtained by the Bidder/Contractor.
- Required documentation essential for claiming the tax benefit as applicable for
WEG projects by govt. of India shall be prepared by Bidder/Contractor.

6.6 ERECTION, TESTING & COMMISSIONING

Plot plan and General Layout

Micro-siting of all the WEGs

Construction of civil foundations for WEG towers and all other associated civil and
structural works in the wind farm area and power evacuation system up to GETCO
inter-connection point.

Transportation of all materials from the site store to WEG locations. Erection of
WEG towers on foundations.

Installation of WEGs on erected towers.

Installation, testing and commissioning of unit substation for WEGs and


adequate internal evacuation system for up to 200 MW wind farm of Owner.
The power evacuation system beyond unit substation of WEGs may be on
shared / dedicated basis.

Testing and Commissioning of WEGs.

Tender No: GIPCL/WIND-200 MW/2017

Page 89 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Installation, testing and commissioning of Grid interfacing equipments including


transformers, HT lines, panels, kiosks, protection equipment, metering
equipment for evacuation of power from the wind power plant to the nearest State
grid sub-station Installation, testing and commissioning of ABT type energy
meter(s) for recording data regarding export and import of power to/from State grid
and also recording kVAh & kVArh data on real time basis.

Installation, testing and commissioning VAR drawl compensation system, if


required. Installation, testing and commissioning of Centralized Monitoring and
Control System (CMCS) for remote operation of the WEGs, receiving the
data relating to WEGs, processing and getting required report on energy
generation, wind speed etc. This facility for Owner wind farm may be on shared /
dedicated basis.

Construction of office-cum-control room building having a separate control room


for housing of CMCS.

Fencing/wall with gate required around Transformer/DP yard, Pooling Sub station
as per statutory norms and around Control room/Office Building at Site.

The deputation / visit of OEM / Vendor representative at site shall be ensured


during erection and commissioning of all major equipments / panels without any
cost implication to GIPCL.

The required logic modification/changes in PLC / Control panels at site shall be


carried out by Contractor as per system requirements and as per Owners
requirement, without any cost implication to GIPCL.

Installation, testing and commissioning of Transmission line from wind power


project to nearest sub-station shall be as per guideline of GETCO/STU

Erection, testing and commissioning of Energy meter & metering point system (s)
as per guideline of GETCO/STU for the export of power to the State grid substation
and recording import of the power from the grid .

Bidder shall procure & installed complete metering system including CT/PT/ABT as
per guidelines, act of GETCO/STU. Testing of these CT/PT/ABT shall be as per
guidelines of GETCO/STU. Bidder shall bear all cost for successful installation,
testing & commissioning of metering system as per guideline of GETCO/STU.

Any item not specifically mentioned but found essential for successful metering of
wind farm with full safety according to statutory requirements shall be included in
scope of work of the bidder.

Installation, testing and commissioning of unit substation for WEGs and adequate
internal evacuation system for 200 MW or allotted capacity of wind farm of Owner.

As per Govt. of Gujarat Wind Power Policy 2013, the complete power evacuation
system up to GETCO Substation up to 100 km range is in the scope of developer.
However, Bidder to consider the complete scope of power evacuation line up to
GETCO sub-station (less than 100 km and also in case of more than 100 kms)
including required modification(s) at GETCO sub-station. Further, getting approval
from GETCO for transmission line from Wind Farm to sub-station shall be in the

Tender No: GIPCL/WIND-200 MW/2017

Page 90 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

scope of Bidder. Separate price break-up for power evacuation line and
modification at GETCO sub-station shall be given.

The WEGs should be integrated by installing Remote Terminal Unit (RTUs) by


Wind Farm Developers so that the injection can be monitored at the connectivity
substation by the SLDC on real time basis, and in accordance with the GERC
orders from time to time.

6.7 POWER EVACUATION

The bidder should have any of the following arrangements for Power evacuation.

1. Approval from State Transmission Company (TRANSCO)/GETCO for


power laying evacuation facility for the wind farm in bidder's own name.

2. An Agreement with a third party, an individual or Company having approval


from TRANSCO for providing power evacuation facility for the project, with
no additional cost to OWNER.

3. The bidder shall furnish the Agreement along with the bid confirming
reservation of adequate power evacuation capacity for the project.(BRS 2)

4. Bidder shall procure & installed complete metering system including


CT/PT/ABT as per guidelines, act of GETCO/STU. Testing of these
CT/PT/ABT shall be as per guidelines of GETCO/STU. Bidder shall bear all
cost for successful installation, testing & commissioning of metering system
as per guideline of GETCO/STU.

5. Any item not specifically mentioned but found essential for successful
metering of wind farm with full safety according to statutory requirements
shall be included in scope of work of the bidder.

6. Designing of Fault level of Substation located at Wind farm as well as


transmission facility shall be based on recommendation of GETCO/STU.

7. The bidder shall set up Wind Power Project including the transmission
network up to the Delivery Point, at its own cost (including but not limited to
open access charges till the delivery point) and in accordance to the
provisions of RFP. All approvals, permits and clearances required for
setting up of the Project (including connectivity) and those required from
State Government and local bodies shall be in the scope of the bidder.

8. The project should be designed for delivering power at GETCO periphery.

9. The responsibility of getting the grid connectivity with GETCO/ CTU shall
entirely be of the bidder. The bidder shall submit documentary evidence for
securing connectivity with grid from GETCO/CTU along with the bid.

10. The transmission of power up to the point of interconnection and energy


accounting infrastructure shall be the responsibility of the bidder at his own
cost. The maintenance of Transmission system up to the interconnection
point shall be responsibility of the Bidder.
Tender No: GIPCL/WIND-200 MW/2017

Page 91 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

11. The arrangement of connectivity can be made by the bidder through a


transmission line. The entire cost of transmission including cost of construction
of line, maintenance, losses etc. from the project up to the interconnection point
will be considered by the bidder.

12. Bidder shall comply with GERC/CERC regulations on Forecasting, Scheduling


and Deviation Settlement, as applicable and are responsible for all liabilities
related to Connectivity.

13. Obtaining of necessary clearances and permits as required for setting up the
Wind Power Projects is in the Bidders scope.

14. Bidder please note that,In case, the project is installed in existing / new Pooling
Station and connected to GETCO / STU, the delivered energy shall be arrived
at by deducting the normative transmission losses of line between Wind Farm
Pooling Station and GETCOs receiving sub-station from the energy recorded at
Metering Point / Pooling Station. (The normative transmission losses of different
voltage of line to be considered for this purpose shall be as under:

66 KV level :0.90%
132 KV level : 0.75%
220 KV level :0.60%

In case, the project is installed in Pooling Station connected through CTU


Network, all transmission charges and losses upto delivery point shall be to
the account of the Bidder. No change in charges / losses of CTU shall
be covered under Change in Law.

Bidders are requested to take note of the same and consider normative
Transmission losses accordingly.

6.8 INFRA STRUCTURE

Suitable permanent arrangement of water to be ensured to cater the day-to


day requirement of drinking water and other needs of wind farm during entire O&M
period.

Construction of suitable, all weather roads i.e. approach roads and internal roads in
wind farm for transportation of heavy and long equipment to each WEG location in
all weather conditions shall be provided for entire wind farm for easy access to
O&M team round the clock.

Control room / SCADA building, Fencing / boundary with Gate around


Transformer/DP yard, switch yard as per statutory norms and around Control room
/ Office Building at Site for security & safety requirement of the plant/equipment at
various wind farm site(s).

Any other specific Civil requirements for Project/Construction and O & M period
shall have to be provided.

Tender No: GIPCL/WIND-200 MW/2017

Page 92 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

6.9 SHARED FACILITIES (WILL BE DISCUSSED BEFORE PLACEMENT OF


ORDER/LOA)

Facilities shall be provided by the Contractor on sharing basis with their other
customers:
Internal & Approach Roads
Water Supply Arrangement
Watch & Ward
However, independent facilities are preferred.

6.10 MANPOWER & UTILITIES

The EPC Contractor shall give details of manpower to be deployed at the site for
store management, installation, testing & commissioning of wind power project.

Deploy at site adequate qualified and experienced manpower, cranes, special


tools & tackles, required consumables, measuring & testing equipments.
Arranging construction power & construction w a t e r as required for installation
and commissioning of the project.

6.11 GENERAL

To discharge obligations relating to retirement/ Superannuating benefits to


employees or any other benefit accruing to them in the nature of
compensation, profit in lieu / in addition to salary, etc. for the period of service
with the Contractor.

To hand over the entire system in good working condition.

Tender No: GIPCL/WIND-200 MW/2017

Page 93 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

SECTION VI-C

SCOPE OF OPERATION AND MAINTENANCE

Tender No: GIPCL/WIND-200 MW/2017

Page 94 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

SECTION VI-C

SCOPE OF OPERATION AND MAINTENANCE

6.12 OPERATION AND MAINTENANCE SCOPE

Owner intends to entrust the operation and maintenance (O&M) of up to 200 MW


wind farm or for the capacity as offered by Bidder in his Bid, on comprehensive
basis to the Contractor for a period of 20 (twenty) years.

Complete day to day Operation of the Wind Farm as per the agreed terms and
Prudent Utility Practices.

The Contractor shall be responsible for all the required activities for maintenance
and successful running of the WEGs for optimum energy generation as well as
maintenance of associated facilities of the wind farm.

Deputation of Engineering and other supporting personnel required for O&M of total
wind farm on 24 x 7 365 days basis. Bidder to submit Organogram of O&M set up
along with his Bid.

Deputation of security personnel and total security management, liasion at wind


farm site.

Keeping the WEGs in operational mode so as to get optimum energy generation


from the wind power project.

Complying with all Grid connectivity norms including Day Ahead Declaration of
Wind Generation as required by Grid Code / SLDC / Regulatory Norms notified
from time to time.

Monitoring controlling, troubleshooting maintaining of records, registers.

To maintain proper and adequate inventory of all spares, consumables and


fixing / application of the same as per WEGs

Conducting periodical maintenance check, testing over hauling and taking


preventive action for smooth running of wind farm as required.

General up keeping of all equipment, building, roads etc.

Submission of daily/periodical reports to Owner energy generation and operating


conditions of the wind farm.

Taking care of all the security aspects of the wind farm.

Continuous monitoring of performance of the Wind Electric Generators and


regular maintenance of the whole system including WEGs, transformers,
overhead lines, outdoor kiosks, switchgear, equipments etc. for extracting and
maintaining the maximum energy output from the wind farm.
Compliance with all safety norms applicable and reporting any accident to GIPCL
Tender No: GIPCL/WIND-200 MW/2017

Page 95 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

immediately and to the concern authorities as per stipulated rules.

6.13 GENERAL

To maintain at the facility accurate and up-to-date operating logs, records and
monthly reports regarding Operation & Maintenance of the facility.

To perform or contract for and oversee the Performance of periodic overhauls or


maintenance required for the facility in accordance with the recommendations of
the original equipment manufacturer.

To maintain and up-keep control room, all internal roads, tool room, stores,
equipment, etc., in workable conditions. Also all equipments used for each
WEG/MCC shall be provided with adequate ventilation with exhaust fans wherever
required.

To discharge obligations relating to retirement/ Superannuating benefits to


employees (of the contractor) or any other benefit accruing to them in the nature of
compensation, bonus / in addition to salary, etc. for the period of service with the
Contractor.

6.14 OPERATION AND PERFORMANCE MONITORING

Operation part consists of deputing necessary skilled manpower required to


operate the wind farm at the optimum capacity.

Forecasting/Scheduling : The bidder should take the responsibility on behalf of


owner for forecasting & scheduling of generation for the wind power project as per
the statutory requirement of SLDC time to time during O&M phase. In case of any
levy/penalty/charges for non compliance to SLDC requirement for scheduling
/forecasting activities and on account of forecasting deviation beyond Scheduled
limit as decided by Regulatory Commission from time to time shall be borne by
bidder only and same shall be recovered from O&M bills of the Bidder.
All data furnished for the day shall be based on hourly basis, month data shall be
on day basis & annual data shall be based on month basis.

Daily work of the operator in the wind farm shall include logging the voltage,
current, power factor, Active and Reactive Power output, wind speed, wind
direction of wind farm(s), the Bidder has quoted keeping batteries in healthy
state, specific gravity, temperature, battery voltage, individual WEG's output data
once a day. The operator shall also record failures, interruption in supply and
tripping of different relays, reason for such tripping, duration of interruption etc. and
inform Owner of such interruptions with details very next day of occurrence.
Necessary auto data recording instruments will be provided.

The operator shall record daily and monthly energy output of each WEG.
Monthly Performance reports indicating turbine wise energy production, down time,
capacity utilization factor, machine availability etc. shall be prepared for each WEG
as well as for the wind farm and furnished in soft mode to Owner in the first week
of the following month.

Tender No: GIPCL/WIND-200 MW/2017

Page 96 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

A daily report comprising energy generation, grid availability, breakdowns,


generation hours, low wind hours, machine availability etc shall be sent through e-
mail and /or made available through CRM to Owner.

Annual performance of each WEG based on the following parameters shall be


prepared and submitted to Owner.

(a) Estimated generation submitted along with the bid.


(b) Actual energy generation at LCS panel during the year.
(c) Estimated annual generation based on approved power curve

The above report shall be submitted in the month of April every year.

Format for all day, month & annual data may be mutually agreed & decided.

OWNER at its discretion may get the performance checked from an independent
technical consultant. In case of any shortfall in performance, OWNER reserves the
right to deduct appropriate amount as penalty from the bills as per agreed terms.

6.15 MAINTENANCE

The Contractor shall draw the preventive maintenance schedules for daily, monthly
and yearly and attend to the breakdowns keeping in view that the machine
availability is always more than 96%. A copy of such Preventive Maintenance
Schedule shall be submitted to the Owner.

The Contractor shall carry out the periodical/plant maintenance as given in the
manufacturers service manual and perform minimum two certified services per
annum. Such programme for all the equipment shall be prepared as per operating
manuals of manufacturers and shall be implemented in letter and sprits.

Regular periodic checks of the WEGs shall be carried out as a part of routine
preventive maintenance during low wind period. In order to meet the maintenance
requirements stock of consumables are to be maintained as well as various
spare as recommended by the manufacturer at least for 2 years to be kept for
usage.

Maintenance of other major equipment involved in wind energy farm are step up
transformers, overhead line equipment, switchgear indoor / outdoor 33 kV/22
kV/11 kV VCB kiosk and metering panel. Particular care shall be taken for
outdoor equipment to prevent corrosion. Cleaning of the insulators and
applying Vaseline on insulators if required, shall also be carried out at every 3 to
4 months interval. Resistance of the earthling system as well as individual earth
resistance is to be measured and recorded every month. If the earth resistance
is high suitable action shall to be taken to bring down the same within the limits.

Maintenance record is to be maintained by the operator to record regular


maintenance work carried out as well as any breakdown maintenance along with
the date of maintenance, reasons for the breakdowns, steps taken for attending to
the breakdown, duration of the breakdown etc.

Schedules will be drawn such that some of the jobs other than breakdown, which
Tender No: GIPCL/WIND-200 MW/2017

Page 97 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

may require comparatively long stoppage of the WEGs, shall be carried out
preferably during the non-windy season.

The Contractor shall deploy enough manpower at wind farm site to carryout work
instructions and preventive maintenance schedules as specified. The Contractor
shall keep at least one skilled and experienced supervisor at site on permanent
basis to supervise the jobs that are being carried out at site.

The Contractor will attend to breakdown jobs immediately for repair/replacement


/adjustments and complete at the earliest during the currency of O&M Contract.

The Contractor shall immediately report the accidents, if any, to the Engineer In
charge & to all the concerned authorities as per prevailing law of the State
showing the circumstances under which it happened and the extent of
damage and / or injury caused. O&M Contractor would be solely & fully
responsible / liable to pay for any losses/ damages/ claims, etc. and Owner will
be fully indemnified for such losses / claims.

The Contractor shall comply with the provision of all relevant Acts of Central or
State Governments including payment of Wages Act, 1936; Minimum Wages Act,
1948; Employer's Liability Act, 1938; Workmen's Compensation Act, 1923;
Industrial Disputes Act, 1947; Employees State Insurance Act, 1948; Contract
Labour (Regulations & Abolishment), Act 1970 or any other law relating whereto
and rules made there under from time to time.

The Contractor shall at his own expense provide all amenities to his workmen as
per applicable laws and rules.

The Contractor shall ensure that all safety measures are taken at the site to avoid
accidents to his or his Co-Contractor or Owners Workmen.

If in the event of negligence or mal-operation by the Contractor's operator any


failure of equipment take place such equipment should be repaired / replaced by
Contractor free of cost within a reasonable period of time.

6.16 STATUTORY CHARGES & LEASE RENTAL CHARGES

Statutory charges like CEIG annual charges, annual meter testing charges, joint
certification charges etc., lease rental charges or any other charges as may be
required to be paid to such statutory agencies shall be in the scope of the Owner &
shall be paid by the Owner from time to time post commissioning of project. For
such payments contractor has to inform one month in advance to the Owner.
However, liaisoning & co-ordination shall be in the scope of the Contractor. Bidder
to include all charges in his O&M price. Any variation after Bid date shall be borne
by GIPCL. The other terms remain as mentioned at Clause No.4.27 at Point No.4.

6.17 QUALITY SPARES & CONSUMABLES

In order to ensure longevity safety of the core equipment and optimum


Performance of the system the Contractor should use only genuine spares of high
quality standards as recommended by manufacturers.

Tender No: GIPCL/WIND-200 MW/2017

Page 98 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

6.18 TOOLS AND TACKLES

The Contractor shall arrange for all the necessary tools and tackles including crane
for carrying out all the maintenance work covered under this contract.

6.19 SECURITY SERVICES

The Contractor shall arrange proper security system including deputation of


security personnel at his own cost for the check vigil for the wind farm. The security
staff may be organized to work on suitable shift system; proper checking &
recording of all incoming & outgoing materials vehicles shall be maintained. Any
occurrence of unlawful activities shall be informed to GIPCL immediately. Bidder to
ensure due care for the same.

6.20 TRAINING

Providing a detailed training plan for all operation, maintenance procedures, OEM
works, which shall after approval by Owner, form the basis of the training program.
Contractor shall impart 90 man days training on site/class room/at works to
Owner engineers in O&M of Wind Energy Generators /wind farm and
associated equipments.. Travelling, Boarding and lodging expenses of the trainees
shall be borne by Owner. Training material kit, facility charges etc to be borne by
Contractor.

Tender No: GIPCL/WIND-200 MW/2017

Page 99 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

SECTIONVII

TECHNICAL SPECIFICATION

Tender No: GIPCL/WIND-200 MW/2017

Page 100 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

CONTENTS OF SECTION-VII

lause Page
Description
No. No.
7.1 Type and Rating of WEGs 102
7.2 Grid Conditions 102
7.3 Design Criteria 102
7.4 Local Control System (LCS) 103
7.5 Start-up 104
7.6 Generator 104
7.7 Capacitors 105
7.8 Braking System 106
7.9 Tower 106
7.10 Switch Board 106
7.11 Earthing & Lightning Protection 107
7.12 Wind Monitoring Mast 107
7.13 Environmental Protection 107
7.14 Micro Siting, Erection, Testing & Commissioning 108
7.15 NIWE Approval 109
7.16 Technical Data 109
7.17 Operation & Maintenance Checks 109
7.18 Electrical System for Interfacing with the Grid 109
7.19 MCCB / ACB 110
7.20 Cables 111
7.21 Source of Components 111
7.22 Design Improvement 111
7.23 Inspection & Testing 111
7.24 Standards & Statutory Requirement 113
7.25 Technical Information to be Provided by the Bidder 113
7.26 Technical Information to be Furnished after Award of Contract 115
7.27 Statutory and Other Regulations 115
7.28 Protection against High Temperature, Corrosion, Dust, Storms etc. 115
7.29 Central Monitoring and Control System (CMCS) / (SCADA) 115
7.30 WEG Foundation and other Civil Works 117

Tender No: GIPCL/WIND-200 MW/2017

Page 101 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

SECTIONVII

TECHNICAL SPECIFICATION FOR WIND ELECTRIC GENERATORS (WEGs) AND


ELECTRICAL SYSTEM FOR INTER-FACING WITH GRID

7.1 TYPE AND RATING OF WEGS

The WEGs shall be:

i. Of rating in the range of 1500 kW and above


ii. Upwind type
iii. Three blade type
iv. Horizontal axis with active yawing
v. Power Regulation (Pitch / Active Pitch)
vi. Grid compatible type
vii. Variable speed

viii. Of having survival wind speed capable to withstand cyclonic effect in


the offered area.

ix. Generator having insulation class better or better.


x. DFIG or Permanent Magnet type or Synchronous generator

7.2 GRID CONDITIONS

The WEGs shall be capable of operating under the following grid conditions:

Frequency : 50 Hz, + 2 and (-) 2.5 Hz(as


Per prevalent latest Indian Electricity
grid code or Amendments thereto as
on bid submission due date/Latest
CEA regulations/SLDC)

Voltage : 10%

Maximum asymmetric voltage : 2% (Phase to ground) for 60 sec.


Maximum asymmetric current : 10% of nominal current

The WEGs shall have adequate protection and control to operate in parallel and
synchronized manner with State grid. WEGs shall have the capability of Total harmonic
distortion and Fault ride through capability as per latest GRID CODE. The tolerance limits
indicated may, however, be exceeded in actual conditions and the WEGs shall be
protected from damages against such exceeding of limits. Offered WEG shall comply with
prevalent Indian Electricity Grid Code norms as applicable , in force at the time of Bid
submission due date.

7.3 DESIGN CRITERIA

The WEGs shall be designed to have a life of not less than 20 (Twenty) years for
continuous operation. Bidder shall indicate the list of components whose life may
Tender No: GIPCL/WIND-200 MW/2017

Page 102 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

be less than 25 (Twenty Five) years, indicating approximate actual life of such
items. The WEGs should be suitably designed to perform satisfactorily in Indian
climatic conditions with particular reference to offered site(s). The WEGs shall
be designed to accept Indian make sub-components and consumables such as
contactors, thyristors, fuses, lubricants etc. All material, components, sub-
assemblies and equipments should be absolutely proven & brand new. The blades
should be designed based on standard specifications such as IEC 61400-1
which may be indicated by number, date of issue, authority of issue.
Bidder has also taken care of different arrangements for entire wind farm area
which are as below:
Aviation obstruction lights
Lighting arrangements
Fire protection
Tele-metering arrangements

7.4 LOCAL CONTROL SYSTEM (LCS)

Each WEG shall have a Local Control System (LCS) and it shall be
designed for automatic, unattended operation based on a microprocessor-
controlled system with suitable convertor(PLC/WEG) i.e. Ethernet to FO/RS-485
to FO convertor or any other convertor for each WEGs sensor I/O data
transmission up to main control room SCADA with a power backup. The
microprocessor and power control units shall be located properly and well
ventilated. In case of tubular tower the LCS shall be capable of operating
satisfactorily at such temperature that may exist inside the tower without exceeding
the permissible temperature rise. The LCS shall be able to display basic operating
functions of the WEG and also the provision for stopping and restarting the WEG.

The LCS shall be able to:

A. Display and record the following parameters:

i. Power (kW)
ii. Voltage (V), of all the three phases in RMS values.
iii. Frequency (Hz)
iv. Current (A) of all the three phases in RMS values.
v. Power factor
vi. Rotor Revolution Speed (rpm of High speed and low speed in case
of Geared machine)
vii. Brake activation
viii. Maximum power generated (kW) with time of generation
ix. Cumulative energy production
x. Cumulative active energy consumption from grid
xi. Cumulative reactive energy consumption drawn from grid
xii. Energy production for the grid (kWh)
xiii. Operation time of generator
xiv. Status of wind turbine
xv. Yaw and Pitch angle
xvi. Wind speed (m/s) and direction of wind flow.
xvii. Actual reactive power consumption (kVAr)
xviii. Temperature of generator, gear box, nacelle and control panels
xix. Hydraulic oil pressure
Tender No: GIPCL/WIND-200 MW/2017

Page 103 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

xx. WEG availability period


xxi. Lull period
xxii. Grid availability in hours
xxiii. Power curve in tabular form
xxiv. Ambient temperature, humidity
xxv. Any other parameters found necessary for the system.

B. Annunciations for the following conditions


i. Low oil level or pressure in gear box
ii. Yaw failure
iii. Cable twist
iv. Control system failure
v. Excessive vibration in nacelle
vi. Worn-out brake pads
vii. Abnormal temperature in generator, gear box, control panel etc.
viii. Grid failure i.e. frequency error, excess current asymmetry, voltage
failure
ix. Over speed of rotor and generator
x. Activation of emergency stop brake
xi. Failure of capacitor units
xii. Any other annunciations required for the system

C. Stop, display and restart again when conditions are acceptable:


i. Low wind speed
ii. Excessive wind speed
iii. Untwisting of cables
iv Activation of stop push button (restart when start push button is
activated)
v. Abnormal Grid Conditions

D. Stopping the WEG automatically whenever the grid supply fails.


E. Auto start of WEG on resumption of healthy grid supply.
The LCS shall be connected with the Central Monitoring and Control
System. It should be possible from central monitoring and control system at
the master control room to control all the Wind Electric Generators, give
commands, record their various data and take out the printed reports of
energy generated from the wind power project as a whole and from each
WEG, export /import of energy etc.

7.5 START-UP

The WEG must be equipped with a soft start arrangement for limiting the starting
current and avoiding peak loads on the grid and excess voltage drop across the
generators. The maximum inrush/starting current shall not exceed 1.5 times
full load current of the generator.

7.6 GENERATOR

The generator shall be of three phase asynchronous / synchronous type/Doubly


Fed Induction Generator and compatible for 50 Hz grid connection. The generator
shall be designed for tropical environment and in accordance with relevant
Tender No: GIPCL/WIND-200 MW/2017

Page 104 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

international standards, which should be stated in the offer in adequate detail.


The rated output and voltage shall match the varying availability of wind on the one
hand and all possible grid conditions on the other. The insulation class should be H
or better

The power electronics offered along with WEG shall be suitable for Indian grid
conditions.

Suitable device to monitor and control the temperature for ensuring proper
functioning of all the equipments shall be provided. Successful bidder shall supply
a copy of type test report and routine test reports for each Generator.

Generators shall be provided with temperature sensors and installed in the


stator winding being part of the generator protection system. Generator windings
etc. must be provided with special corrosion protection to cope with condensation
problem caused by the high RH temperature gradient on the site. Generator
should be protected against short circuit, earth fault,over current ,over/under
voltage, overload and Differential Protection.

If the systems design so demands, separate cooling fan with cooling fins and
ducting shall be provided for the generator. This fan should preferably be
automatically controlled through temperature sensing device.

The rated output and voltage shall match the varying availability of Wind Power
Project on one hand and all the possible grid connection on the other hand. In
case variable speed WTGs are offered, complete details of power electronics used
for this purpose shall be furnished along with the offer.

Range of speed in which it shall be possible to synchronize the generator with the
grid shall be furnished

7.7. CAPACITORS (If required)

Offered WEG shall have either capacitor bank or In absence of capacitor bank,
Convertor panel ( Whether Synchronous or DFIG system) has inherent
characteristics for maintaining power factor as per state utility requirement as
well as comply with latest prevalent Indian grid code as applicable/in force at the
time of bid submission due date. In case of capacitor the capacitors shall be cut in
after the start-up procedure is terminated. Self excitation of WEG due to capacitors
is to be avoided. The bidder shall furnish the rating of the capacitors. Capacitors
shall be housed in a separate panel so that proper ventilation is maintained and the
heat dissipated from the capacitors shall not affect components in the
switchboard. Capacitors should be designed for tropical environment and in
accordance with relevant International and Indian Standards which should be
stated in the quotation. All penalties/charges payable to SEB due to low power
factor and reactive energy consumption beyond prescribed limits shall be borne
by the Bidder only. Safety equipments must be provided for switching off the
device for the capacitors so as to prevent excess voltage production WEG without
being connected to the grid. The rated voltage of capacitors must be equal to the
turbine nominal voltage +15%. Capacitors must meet standard IS 2993-1974.
Switching contactors should have proper rating to handle making and breaking
capacitor current.
Tender No: GIPCL/WIND-200 MW/2017

Page 105 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

7.8 BRAKING SYSTEM

Each WEG shall have Aerodynamic and Hydraulic braking system for
protection of WEG.

7.9 TOWER

Offered WEG tower is either Tubular tower (steel or pre-stressed concrete) or


Hybrid Tower. The tower must have lift and suitable landing platforms. Safety
arrangements e.g. rope, belts etc. should be provided. Protective paint/corrosion
protection system should be applied on each Tubular tower section in line with
ISO 12944.In case of Lattice section ,each section shall be galvanized in line
with ISO1461. WEG offered shall be in the approved NIWE RLMM list with
tower type as on Bid submission due date. Successful bidder shall paint GIPCL
logo on WEG tower will be finalized during detailed engineering. Successful
bidder also take care for painting GBI UIN numbers.

7.10 SWITCH BOARD

For each WEG a switchboard shall be installed which must include all power
distribution for the WEG protection systems, soft start, capacitor control etc. The
general data for the switchboard are as follows:

Frequency : 50 Hz + 2 Hz () 2.5 Hz( as


per grid code/latest CEA
regulation/SLDC)

Voltage : 10%

Degree of protection:
1. In door air-conditioned areas : IP22
2. In door non air-conditioned areas
a. Ventilated enclosure : IP42
b. Non Ventilated : IP54
3. Outdoor : IP55

Switch board shall be provided with adequately rated bus bar, incoming control,
outgoing control etc. as a separate compartment inside the panel to meet the
requirements of the CEA/CEIG. All live terminals and bus bars shall be
shrouded. The outgoing terminals shall be suitable to receive suitable runs and
size of cables required for the WEG/Transformer rating.

Switchboard shall be designed and manufactured in accordance with the relevant


Indian standards.

Separate control and power panels shall be provided with separate power circuit
for isolated operation of control circuit.

Tender No: GIPCL/WIND-200 MW/2017

Page 106 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

7.11 EARTHING & LIGHTNING PROTECTION

Earthings (or grounding) of WEGs, transformers and all electrical installations shall
be under the scope of bidder. All electrical frames shall be effectively connected to
earth at least at two points. Material required for earth electrode as well as earth
current conductor shall be supplied by the bidder. Combined earth resistance at
each WEG shall be less than one Ohm.

Earth electrode shall be designed to withstand the maximum possible short


circuit current. Lengths of electrodes shall be such that the combined earth
resistance shall be less than one Ohms.

Bidder shall provide suitable independent earthing system for protection of blades,
nacelle, tower and step up transformer against any lightning surge. Effective earth
resistance on individual electrodes shall be less than 3 Ohm (three Ohm) and the
combined earth resistance shall be less than one Ohm. The work shall be executed,
as per is IS: 2309 / 3043. Bidder should append a drawing showing the earthing
arrangement for WEG and transformer. Care shall be taken to protect electric and
electronic equipment within the control panel against any lightning/switching surges
which are expected in electrical network. For this purpose the bidder shall provide
suitable arrangement in the panels.

The bidder shall provide suitable lightning protection system at the highest possible
point on the WEG.

7.12 WIND MONITORING MAST

The bid should include supply, installation, and maintenance of one wind
monitoring mast at each offered site(s) till the power curve testing is carried out.
The wind monitoring mast shall be installed by Bidder at his own Cost well before
start of Power Curve Performance Test and should be dismantled after completion
of power curve testing and its acceptance. Wind mast along with allied instruments
can be taken back by the contractor Wind mast shall include all required data
loggers, sensors etc. capable of recording data for a minimum of 10 minute
intervals. Wind measuring system should be 16 quadrant type and of approved /
accredited makes. The height of the wind mast shall be equal to hub height
(2.5%) of the WEGs to be installed.

7.13 ENVIRONMENTAL PROTECTION

Tubular tower should be painted with anti corrosion paint in accordance with
EN-ISO12944 (Part-4).

Lattice towers shall be galvanized to relevant standards applicable to galvanization


of fabricated steel structures. Minimum thickness of galvanizing shall be 120
microns,
All materials, components and equipments shall function and work properly during
the lifetime against deterioration that may be caused due to hostile climate
conditions.

Tender No: GIPCL/WIND-200 MW/2017

Page 107 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

7.14 MICRO SITING, ERECTION, TESTING & COMMISSIONING

The bidder shall carry out micrositing, erection, start-up and commissioning work.
The bidder shall be responsible for bringing to site and deployment of all the
required tools, cranes and other equipments/instruments required for this purpose.
Bidder shall furnish micrositing data to Consultant / Owner for review.

No change in data once furnished by the bidder at the time of submission of the bid
relating to estimation of generation like machine model, rotor diameter, hub height,
location of site, micrositing plan of the wind farm etc; shall be permitted. However,
during the execution of the project, in case it becomes absolutely inevitable for the
Bidder then changes in location may be accepted by Owner but this should not
affect the Annual Energy Production (AEP) estimation. In such an event Owner will
get the estimation of generation of the wind farm checked from the Consultant with
the proposed changed WEG locations and data and if the generation so worked out
is found to be less than what was considered for financial evaluation, then the
Bidder will have to offer alternate acceptable location or modify the parameters in
such a way that estimated generation with changes does not fall below the
generation considered for financial evaluation GIPCL decision in the matter shall be
final and binding to the Bidder.
Bidder may please note that changes in WEG locations post award may allowed
with following conditions:

Sr no Offered WEG Maximum Changes Remarks


location Numbers allowed for Number of
WEGs locations

1 Up to 10 WEGs 1 WEG Changes/Shifting allowed


Without any Financial
2 Up to 20 WEGs 2 WEG implication and justification for
extension of completion
3 Up to 30 WEGs 3 WEG
schedule, without reducing
4 Up to 40 WEGs 4 WEG Estimated AEP considered for
Bid Evaluation certified by
5 Up to 50 WEGs 5 WEG consultant/acceptance by
GIPCL.

For additional revision/Changes/shifting in WEG location over and above


stipulated above, following amount shall be deducted from running bills as a token
penalty for such additional revision post award:

(i) 2nd time changes in WEG location : Rs.3 Lakh/WEG (Without Reducing AEP as
considered for Bid evaluation & subject to certification by Consultant/acceptance
by GIPCL)

(ii) 3rd time changes in WEG location : Rs.4 Lakh/WEG (Without Reducing AEP as
considered for Bid evaluation & subject to certification by Consultant/acceptance
by GIPCL)

Tender No: GIPCL/WIND-200 MW/2017

Page 108 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

(iii) 4th time changes in WEG location : Rs.6 Lakh/WEG (Without Reducing AEP as
considered for Bid evaluation & subject to certification by Consultant/acceptance by
GIPCL)

Following points shall be considered as location change:


a) If revenue survey no changes
b) If location is shifted by more than 25 mtrs or change of elevation by
more than (-) 3 Mtrs, in case of flat terrain
c) If location is shifted by any distance in complex terrain

7.15 NIWE APPROVAL

The model of WEG offered should be of type tested design and should have been
included in the List of Models and Manufacturers of Wind Electric Generators /
Wind Turbine Equipment published by N a t i o n a l I n s t i t ut e of Wind Energy
(NIWE) as on the date of opening of the bids. Bidder shall submit a copy of such
updated list published by NIWE with the bid.

Copy of power curve and thrust curve should be submitted along with the offer(s) in
tabular form.

7.16 TECHNICAL DATA

The bidder shall furnish technical data and documents complete in all respect as
per the requirement of bidding document.

7.17 OPERATION & MAINTENANCE CHECKS

The successful bidder shall carry out O&M checks at regular intervals as per OEM
recommendations and agreed preventive maintenance schedule.

7.18 ELECTRICAL SYSTEM FOR INTERFACING WITH THE GRID

Each WEG will be connected to grid through unit transformer of suitable capacity
and voltage ratio, internal overhead line, common control & metering pooling sub
station(s), if required / common EHV sub-station(s) at wind farm up to grid
interconnection point, external overhead line up to the grid sub-station of SEB/
DISCOM, complete with all associated switch gears and materials including the
requirement of reactive power management and data communication equipment so
as to meet the requirements of State Load Dispatch Centre (SLDC) and
State/applicable Grid Code including Connectivity requirements

Bidder shall Design,Manufacture,Procurment,Installcommissioning electrical


system viz CT,PT,Circuit Breakers,Isolators,Lightning Arrestor,overhead
Conductors,Cables,Poles,DP Straucture and other equipments
structure,Insulators,Transmission Towers,ABT meters with metering CTs & PTs as
per requirement of GETCO/SLDC,Control & Relay panel etc. in accordance with
the Indian Electricity (IE) Rules, Chief Electrical Inspector General (CEIG)
requirements, Standard Practices of SEBs / DISCOMs, Code of Practices issued
by Bureau of Indian Standards (BIS).

Tender No: GIPCL/WIND-200 MW/2017

Page 109 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bidder to furnish Technical Details and specification of all critical equipments like
transformer, breakers, HT switchgear, Metering , isolators, LA in his bid and as per
GIPCL relevant data sheet of this RFP. All sub vendors for above items shall be as
per GIPCL approved vendor list. GIPCL can accept other vendor than listed, on
submission details regarding vendor credentials and on approval of vendor by
GIPCL. For Switchyard and power evacuation lines, GETCO/DISCOM approved
vendors may be acceptable with prior intimation and written confirmation of GIPCL.

Bidder shall ensure operation and maintenance of Power Evacuation facility of the
offered wind farm and WEGs up to Grid Interconnection point up to the term of
PPA of OWNER with DISCOM/GUVNL.

Bidder shall submit complete scheme for grid interfacing & interconnection for wind
farm at each site including schematic diagrams and the basis of design & detailed
specifications of equipments, materials and installations along with the offer.

Bidder to furnish one set of all approved


drawings/documents/approvals/permissions/NOCs etc by GETCO and CEIG
related to the offered wind farm & WEGs to OWNER.

All equipments / materials shall be suitable for the site conditions and shall be
manufactured strictly in accordance with latest relevant Indian Standards (ABT
Compliance) published by BIS and all similar materials and removable parts shall
be uniform and interchangeable with one and another. Adequate preventive
measures shall be taken against hostile climatic conditions like temperature,
corrosion, salinity, humidity, sand storms, wind pressure etc.

Electrical installations shall be constructed strictly according to the following:

I. Relevant Code of Practices issued by Bureau of Indian Standards (BIS).


II. Electricity Act, 2003.
III. Statutory requirements by Chief Electrical Inspector (CEI) of the State.
IV. Standard Practices followed by SEBs / DISCOMs./GETCO
V. Central Electricity Authority (CEA) Guidelines and all applicable
regulation(s) as notified from time to time.
VI. Central Board of Irrigation and Power (CBIP) Manuals.
VII. Rural Electrification Corporation (REC) Manuals.
VIII. In line with the requirement of State Grid Authority / DISCOM Authority.

Any item not specifically mentioned but found essential for successful
operation of electrical system with full safety according to statutory requirements
shall be included in scope of work of the bidder.

Unit substation area of each WEG shall be provided with fencing/Compound wall of
relevant height as per CEIG/Electricity code requirement

7.19 MCCB/ACB

MCCB/ACB at the power panel of each WEG provided should take care during full
load current exceeding the specified limit.

Tender No: GIPCL/WIND-200 MW/2017

Page 110 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Each WEG shall have recording facility of generation and consumption of active
and reactive energy, instantaneous power and power factor besides other
operational data in the local control system.

7.20 CABLES

(a) Power cables for interconnection from generator terminals to power panel;
power panel to step up transformer and all other cables used in the wind farm
shall fulfill requirement of IEC/BIS codes with a minimum rated voltage of
1100/600V. Core insulation shall be colour-coded or identified by wrapping
colour tapes. The bidder shall furnish size, number of cores and rating of the
cables in the bid.

(b) Emergency supply system like UPS: Supply of UPS for SCADA/ HMI /LCS and
other essential /critical control & power system of the wind farm of suitable rating
with adequate back up facility from approved list of vendors by Owner, is in the
scope of Bidder.

7.21 SOURCES OF COMPONENTS

The bidder shall furnish the make and source of various components of the
WEG as per format given in the bidding document. List of preferred suppliers
of bought out items are given at Annexure -VII of Volume-I.

7.22 DESIGN IMPROVEMENT

The bidder may suggest for improvement in specifications, if any, of equipment


which could yield in better performance of machines. Such suggestions could be
discussed based on merits and modifications in the specifications could be
considered, if found appropriate.

If any of the agreed change is such that it affects completion schedule, the parties
may agree for revised completion schedule before the bidder proceeds with the
change.

7.23 INSPECTION AND TESTING

7.23.1 All major/critical items (towers, rotor blades, nacelle assembly,


generators, transformers, HT/LT panels, all switchyard & transmission line
equipments, PLC, SCADA and control panels) shall be inspected and tested by
GIPCL/GIPCLs representative through third party inspection agency during
manufacture and in assembled condition prior to dispatch in accordance with
the standard practice/ QAP of the manufacturer and applicable Standards at no
cost to GIPCL. Copies of test certificates for such inspections in triplicate shall
be submitted before dispatch of the equipments for review of Owner /
Consultant. Material Dispatch clearances certificate shall be obtained from
GIPCL before Dispatching the Materials from the works. Costs during such
visits for travelling, boarding & lodging will be borne by GIPCL.

7.23.2 After the award of work, the successful bidder shall furnish a complete list
and details of all tests to be conducted on all major equipments.
Tender No: GIPCL/WIND-200 MW/2017

Page 111 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

7.23.3 The bidder shall also furnish a schedule of inspection / testing so that
Owner may associate his representative to witness the tests. The
Contractor shall also furnish copies of all test/inspection reports for records
and reference of OWNER.

7.23.4 Owner or its authorized representative will carry out inspection of the all
major equipments at random at manufacturers works or at wind farm sites.

7.23.5 GIPCL may depute its personnel or authorized representative or


consultant for witnessing testing of major equipment at manufacturers
works. Bidder shall make all the required arrangements for such testing at
its work and extend full co-operation for inspection. In case inspection has
to be carried out by third party inspection agency, GIPCL's Dispatch
Clearance Required unless prior authorization in writing by GIPCL to
Bidder to accept Third Party Dispatch clearance. GIPCL or its authorized
representative will carry out inspection of the all Major equipments as per
agreed terms at manufacturers works or at wind farm sites.

7.23.6 The major items requiring inspection/testing are towers, rotor blades,
nacelle assembly, generators, transformers and control panels. For
HT/EHT Circuit Breakers manufacturers test certificate shall be
submitted. All other items like cables, conductors, relays and
associated equipment / components shall confirm to relevant international
/ national standards.

7.23.7 100% testing and inspection to be offered before dispatch on final


assembly/components for all major and critical items of WEG and wind farm as
per approved QAP. Stage inspection during manufacturing will be restricted to
10% of total quantity on random basis.

7.23.8 The scope of work broadly includes review of manufacturing / fabrication


procedures, QA/QC plans, review of Non Conformance Report (NCR)
issued by the Contractor during fabrication stage, Review of documents,
inspection including Quality Assurance Plan during manufacturing/
fabrication activities.

7.23.9 All the standard tests in accordance with the Standards adopted shall be
carried out at the manufacturers works on all the major equipment and
accessories so as to ensure efficient operation and satisfactory
performance of all the component/parts.

7.23.10 Any special test to be performed shall be mutually agreed upon between
the Bidder and Owner.

7.23.11 All equipment shall be further tested at site, wherever required, before
commissioning.

7.23.12 The work is subject to inspection at all times and at all places by
Owner. The Contractor shall carry out all instructions given during
inspection and shall ensure that the work is carried out according to the
Tender No: GIPCL/WIND-200 MW/2017

Page 112 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

relevant codes of practice.

7.23.13 Decision of Owner in regard to the quality of work and materials and
performance to the specifications and drawings shall be final.

7.23.14 If any item is not found conforming to standards during test/inspection, the
same shall be replaced / rectified by Contractor without any cost to Owner
and shall be re-offered for inspection.

7.23.15 Tariff metering equipment shall be tested in NABL approved lab as per
requirement of State grid Authority / DISCOM Authority and in presence of
representative of respective authorities.

7.24 STANDARDS & STATUTORY REQUIREMENTS

The WEGs and other equipments should conform to the relevant International /
Indian Standards and shall meet all the CEA/CEIG and local statutory
requirements. The Bidder shall furnish the standards adopted by them.

7.25 TECHNICAL INFORMATION TO BE PROVIDED BY THE BIDDER

The successful bidder shall be required to provide copies of the


following information, drawings and documents before Project execution and billing
raised:

i) Detailed Technical particulars of WEGs inlcudes Generator, Rotor, Tower,


Yawing & Pitch system, Brake system, Gear box system (in case of
geared machines), Hub, Nacelle, Main shaft, Main bearing, Coupling,
Power panel, Control system, Power factor compensation (if required),
Convertor,Tower,ABTmeter,Transformer,CT,PT,VCB,Isolators,Insulators,C
onductors,RSJ Poles,Cables etc.

Detailed General Arrangement/assembly drawings of each part of WEGs as


indicated above shall be submitted
ii) Detailed Technical particulars & detailed drawings of transformers indicating
losses, circuit breakers, current transformers, potential transformers and
cables.
iii) Specification of Painting/anti corrosion treatment for WEG Tower & other
Equipments
iv) Detail Bar chart showing broad time schedule of supply,Foundation, erection,
testing and commissioning.
v) Protection scheme of unit substation and WEG.
vi) Micrositing plan of WEGs along with key plan drawing showing survey
number, plot number etc
vii) Wind farm layout drawings indicating WEGs, roads, overhead lines,
sub-stations, buildings,Area of storage etc.
viii) G A and SLD drawing of entire electrical system includes. WEG
locations,Internal & Approach Roads,HT/LT panel,Unit S/s and Pooling S/s
with ABT metering , Internal(33 kV) and External OH lines with conductor
size and number of poles and Transmission Towers used with line
length,GETCO S/s,point for interconnection and grid interfacing.
Tender No: GIPCL/WIND-200 MW/2017

Page 113 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

ix) Foundation drawings for towers with different layers and number & size of
TMT bars used
x) Selection /design calculation of equipment/system as desired by Owner at any
time. (Can be discussed at a Detailed Engineering Stage)
xi) Technical Specification and safety instruction for offered WEG
xii) GIPCL logo on Turbine Tower
xiii) Quality Assurance plan Site & Works
xiv) Quality acceptance forms
xv) Arrangement of Lightning & Earthing protection
xvi) Procedure for storage of components at site
xvii) Electrical and Mechanical Maintenance Manual
xviii) Check list for Civil, Mechanical and Electircal inspection including inspection
for DP yard,OH line ,and erection and Pre-commissioning ,Safe run as well
as Erection & Commissioning Protocols etc.
xix) Details of Auxiliary Power supply for various segments of Electrical and
Automation system.
xx) SCADA/PLC and MIS Scheme as per RFP
xxi) Transformer GA & Protection
xxii) Manufacturing program for all WEGs for timely completion of project
(Towers, Nacelles, Blades, Panels, Transformers etc.)
xxiii) WEG Tower,Rotor with Hub,Nacelle internal Arrangement Fixing of
agencies for Civil,Mechanical and Electrical Engineering workswith
intimating the name and address of the contract person to GIPCL
xxiv) Vendors details and credentials for bought out items/List of sub-vendors for
approval of GIPCL along with mfg and delivery time line
xxv) Material procurement details at GETCO S/S end for Offered site with Power
evacuation infrastructure work plan- internal & GETCo approval.
xxvi) Component wise import, manufacturing & dispatch plan from Main Works
& ancillary units if any
xxvii) Plan for site mobilization & establishment of site office and development,
Site organization.
xxviii) Plan for transportation of ODC consignments like blades, generator, towers
etc.
xxix) Status of permits/land documentation/Allotment letters for revenue land
Copies of all approvals related to offered site as per RFP and Draft Sub
lease deed.
xxx) Project co ordination and Monitoring plan- Details of Key personnel
xxxi) GEDA Developer Permission
xxxii) CEIG approved Pooling S/s Drawing
xxxiii) Panel and wiring diagram of Control Panel,Converter Panel, Nacelle Panel,
Pitch Panel,Nacelle Cabinet etc
xxxiv) Test Certificates of CT,PT,VCB,LA,Isolator,CRP,etc of DP Yard
Components
xxxv) 33kV (Panther + Dog) actual Line Length in Ckt-km and no. of Poles
xxxvi) Quality Acceptance Docuemnts for Civil, Mechanical & Electrical for WTG
location with Precommsiioning testing & procedure, Safe run and
commissioning procedure with checklist at the time of respective Invoice
raised
xxxvii) Any documents /drawings desired by Owner at any stage of contract.

Tender No: GIPCL/WIND-200 MW/2017

Page 114 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

7.26 TECHNICAL INFORMATION TO BE FURNISHED AFTER AWARD OF


CONTRACT

i) Description of erection procedure.

ii) Operation & maintenance and troublesh ooting manual including drawing
for local control system.
iii) Equipment drawings and instruction manuals of original equipment
manufacturer for major/critical equipments.
iv) Copies of type test certificates, routine tests and acceptance tests of
major items of WEG, transformers and CBs.
v) Soil test report indicating safe bearing capacity of each WEG location. (Can
be discussed at a Detailed Engineering Test).
vi) Test certificate of reinforcement steel and steel used for towers.
vi) Test certificates for cement, stone metal, sand, water etc.

7.27 STATUTORY AND OTHER REGULATIONS

All works shall be done as per statutory Acts, Rules and Regulations of the
Central / State Govt. and our own Authorities or as applicable.

7.28 PROTECTION AGAINST HIGH TEMPERATURE, CORROSION, DUST STORMS


ETC.

WEGs need to be suitably protected against high temperature and dust storms. All
equipments shall be designed to withstand high temperature and dust storms of the
area where the WEGs will be installed.

All materials, components and equipment shall function and work properly during
the lifetime without deterioration due to the aggressive soil, climatic conditions,
cyclones and dust loading. Bidder shall submit protection methods / precautions to
be adopted for the satisfactory Performance of WEGs for such conditions, without
fail.

7.29 CENTRAL MONITORING AND CONTROL SYSTEM (CMCS) / SCADA

CMCS to be supply with all necessary hardware and software for displaying,
recording, monitoring of all operational parameters. Necessary interface facilities
shall be provided. System should be capable of supporting remote and real time
data monitoring operating data and status of all wind mills by OWNER from his
control room/central location.

SCADA must be provided with adequate convertor and other Hardware


components i.e. Fiber Optic to Ethernet or any other convertor with supporting
devices required to integrate all data into SCADA from LCS panel.

PLC to be supplied in such a manner that failure of single component should not
result in loss of information/data and Bidder has to provide redundancy wherever
applicable for uninterrupted data/information flow as well as for data storage..
Bidder will take care to provide un-interrupted data flow to GIPCL. In case of

Tender No: GIPCL/WIND-200 MW/2017

Page 115 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

failure of connectivity, Data will be stored in WEG controller and can be retrieved
after connectivity will be re-established.

FOC cables or radio communication link or other appropriate arrangement shall be


provided for communication as per the system requirements from LCS to Central
Monitoring and Control system.

The Bidder shall supply adequate numbers of AI/AO/DI/DO cards with taking care
of necessary spare channels for future requirement.

The required logic modification/changes in PLC / Control panels if required at site


shall be carried out by Contractor as per system requirements, without any cost
implication to GIPCL.

HMI (Human Machine Interface) / MMI (Man Machine Interface) shall be provided
for monitoring of complete wind power plants with all necessary Operational
parameters viz. Wind speed, Daily generation, Alarms & Events etc.to GIPCL end
in real time. Bidder has to provide Park viewer facility with summary of individual
WEGs Generation, Wind speed, Machine Availabilty in Real time at GIPCL end.
Mimics, alarms, SOE, trending facility with history shall be provided at HMI/MMI at
GIPCL end. The minimum historical storage shall be of 1 year for each PLC
system.

The CMCS / SCADA shall be supplied with all hardware and software for recording,
monitoring of operational parameters Performance data, linking with GIPCL office.
Bidder shall submit the details of CMCS/SCADA offered.

I/O list and PLC/SCADA scheme with details shall be submitted by successful
bidder. In case of takeover of wind farm by GIPCL, All Key, passwords &
License(s) shall be handed over to GIPCL.

SCADA Furniture shall be provided at each bidders Control Room.

In case of multiple wind farms of different capacities offered by same Bidder, then
similar make & model of PLC shall be provided for all wind farms. Further, all wind
farms shall be integrated at one place and wind data of complete 200 MW /
Ordered capacity shall be made available at OWNER's end HMI/MMI as
Management Information System. Real time data of respective wind farm shall be
made available at OWNER's end HMI/MMI as Management Information System by
each Bidder for its offered wind farm. Mimics with complete integrated data 200
MW wind power plant / Offered MW capacity located at different places shall be
prepared. Bidder to ensure sufficient Bandwidth/data transfer speed for Remote
Real time Data transfer. Bidder shall consider all recurring cost of MIS system in
O&M Price schedule including Annual charges for Internet connectivity etc. There
will be no further commercial implication on GIPCL account in O&M period
regarding MIS.

Integration of MIS system for 200 MW/Ordered capacity to be done by GIPCL at


GIPCL end. Bidder must provide complete MIS data / details on open protocol
(Example:OPC DA Ver-3) or provide 10 minutes log data for wind
speed,generation,availability etc with other critical parameters of each WEG on
File Transfer Protocol. Bidder has to provide necessary specifications for OPC/FTP
server and client which will be compatible with their system. GIPCL will arrange

Tender No: GIPCL/WIND-200 MW/2017

Page 116 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

required license software & Hardware as per specifications if required. Bidder will
consider connectivity set up charges if any with Bidders own system and same
shall be included in SCADA charges. Bidder must depute its Representative to
facilitate Engineering and execution of MIS system Integration work for data tags at
GIPCL office in coordination with other Bidders if required. The further details of
MIS integration, the open protocol details shall be finalized during engineering
based on compatibility with different Bidders system.

Successful Bidder to provide I/o list for WEG panel configuration details for PLC
and SCADA,UPS make and rating, termination details, make and model for PLC,
SCADA (HMI / MMI) detail with Detail BOM of SCADA etc.

The Bidder/OEM shall provide the full support for spares and services for the entire
plant life i.e. 25 years for all Hardware and software supplied by the vendor with
SCADA. A separate certificate for the undertaking of the support of spares and
services for complete plant life shall be provided by the OEM/vendor. All rights for
SCADA monitoring for Wind Farm shall be provided to Owner.

Management Information System (MIS) :

Bidder must have redundant servers for complete 200 MW / Offered MW capacity
wind power plants for continuous uninterrupted data/information flow to GIPCL
control room in Real time only. The MIS data of complete 200 MW / offered MW
wind Power plant shall be communicated to remote location(s) of GIPCL office(s)
through VPN communication links or any other internet based link for uninterrupted
and secure real time monitoring of complete system. Data is to be provided strictly
in real time only. The real-time data for MIS in graphical display to provide
visibility of wind plant operation. Turbine status ,production, wind speed,
availability, and fault notifications,events etc for each WEG are examples of key
information. The Remote Access also provide user authentication by providing
User ID and Password.

Bidder has to provide Park viewer facility with summary for complete wind farm site
as well as individual WEGs Generation, Wind speed, Machine Availabilty etc in
Real time at GIPCL end. Mimics, alarms, SOE, trending facility with history shall
be provided at HMI/MMI.

7.30 WEG FOUNDATION AND OTHER CIVIL WORKS

A) Scope of Work

The scope of work under civil work shall include but not limited to following:

a. Land development for the wind farm including cleaning, leveling and
grading of land.
b. Conducting contour survey of the complete area of the wind power
project , preparing detailed layout and geo-technical soil investigation at
each WEG location.
c. Foundations of WEGs.
d. Foundations for step-up transformers & HT switchgear kiosk and
CT,PT,Control Panel etc.

e. Construction of suitable control room for housing the CMCS


Tender No: GIPCL/WIND-200 MW/2017

Page 117 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

equipped with air conditioner.


f. Office cum control room building.
g. Storage Shed.
h. Wind farm approach road and internal roads including trenches.
i. Fencing of transformers, switchyard as per rules & regulations
j. Civil work for power evacuation facility along with all tools, tackles &
other machinery required.
k. Painting, identification of equipments/system/building.
l. Required trenches for installation of switchgear, control panel, other
panels and opening shall be covered with removable MS plate.
m. Stability certificate for buildings/structures shall be prepared by Bidder
and submitted to OWNER/CONSULTANT for review & approval.
(Requirement of Stability Certificate can be reviewed at detailed
Engineering Stage).

B) Design Criteria

All Civil , Structural and architectural Works includes collection of all site
related data, conducting site survey, Geo-Technical investigation, Grading &
leveling, design & engineering, procurement, submission of design &
drawings/documents for approval, construction & fabrication drawings,
supply and storage of all materials including cement, reinforcement &
Structural Steel, Safety & Security, construction of all foundations including
piling if required, construction of all Plant & Buildings & all other associated
works, Non-Plant Building & all other associated works, construction of
trenches, roads & drains, fabrication, erection and alignment of Structural
Works, testing, painting etc.

All civil, structural and architectural work shall be designed, supplied and
constructed as per latest editions of Indian Codes and Standards with
addendums and supplements issued by BIS. Wherever Indian Standards
are not available / formulated, applicable BS or International Standards
shall be followed. In case of ambiguity between codes, specifications and
drawings, the more stringent of them shall govern.

The work to be performed under this specification consists also of providing


all labour, materials, consumables, equipment, temporary works, temporary
labour and staff colony, constructional plant, fuel supply, transportation and
all incidental items not shown or specified but reasonably implied or
necessary for the completion and proper functioning of the wind farm, all in
strict accordance with the specification, including revisions and
amendments thereto as may be required during the execution of the work.

The Bidder shall conduct geo-technical soil investigation and decide on


various design parameters he proposes to adopt for foundation design. No
commercial implications for any variations in this regard during execution
shall be entertained.

All structures and portions thereof shall be analyzed and designed to


sustain various loads and combinations thereof, conforming to the latest
revision of applicable Indian Standards, specifications, engineering practice
and other technical requirements. All structures shall be designed to

Tender No: GIPCL/WIND-200 MW/2017

Page 118 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

sustain worst combination of dead loads plus assigned live loads,


equipment, wind, seismic, temperature forces developed due to differential
settlement or any other load condition it is being subjected to which can
occur during the design life of the facility.

Minimum factors of safety against overturning, sliding and hydrostatic uplift


adopted for design shall be mentioned by the bidder in the bid.

Stability of structures shall be investigated for loading conditions during


construction. However, factors of safety given in relevant Standards and
codes shall also be taken care of.

C) Construction machinery, equipments and tools.

CONTRACTOR shall provide and maintain at the site necessary number


and type of machinery and equipment including survey instruments in good
working condition for proper setting out and timely completion of the works
covered under this EPC Contract. All arrangements for transporting the
equipment to and from the site shall be done by the CONTRACTOR at his
own expense.

It shall be ensured by the CONTRACTOR that work shall proceed


uninterrupted even in the event of power failures. As such, adequate
number of diesel generator sets and diesel operated equipment (such as
concrete mixers, vibrators, etc.) shall be provided by the CONTRACTOR, as
an alternative arrangement at no extra cost to owner. CONTRACTOR shall
provide (required numbers as instructed by Owner/ Engineer) automatic
concrete batching plant with printer facility of sufficient capacity with transit
mixtures and concrete pumps. Sufficient lighting arrangement is to be done
during night work.

D) Materials & Job Specifications

All materials which may be used in the work shall be of standard


quality manufactured by renowned concerns conforming to Indian
Standards or equivalent, shall have IS mark as far as possible, unless
otherwise approved by Engineer In- charge. The Contractor shall get all the
materials approved from Engineer In-charge prior to use. The Engineer In-
charge shall have right to determine whether all or any of the materials are
suitable. Any materials procured or brought to site and not conforming to
specifications and satisfaction of the Engineer-in-charge shall be rejected
and the Contractor shall have to remove the same immediately from site at
his own expense and without any claim for compensation due to such
rejection.

Providing & operating necessary measuring and testing devices and


materials including all consumables are included in the scope of work. No
separate measurement or payment for testing the work shall be made. The
rates quoted for various items shall be deemed to include the cost of such
tests which are required to ensure achievement of specified qualities.

Tender No: GIPCL/WIND-200 MW/2017

Page 119 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

E) Detailed Contour Survey & Soil Investigation of the Site

CONTRACTOR shall carry out detailed topographical survey with contour


map with 2m Contour Interval and prepare drawing based on north for
finalization of Grading of the area.

One permanent benchmark and two baselines, North-South line and East-
West line at right angles to each other will be set by the CONTRACTOR.
CONTRACTOR shall ensure that the base lines are identified with grid
pillars constructed at 200 meters c/c in both directions in such a way that
these pillars will not be disturbed during construction. Coordinates shall be
painted on these grid pillars. Other than one permanent Benchmark pillar
other benchmark pillars shall also be provided at least 15 locations. These
pillars shall be properly protected to prevent their disturbance during
construction activities. BM shall be distinguished from grid pillars with
different type of painting.
Boundary stones shall be fixed for identification of land along the border of
the area. The turnkey Contractor shall also be responsible for detailed soil
investigation at all WEG locations for the purpose of foundation design.

F) Land Development for site activities

The turnkey Contractor shall be responsible for making the site ready by
clearing of bushes, felling of trees (if required), leveling of ground (wherever
required) etc. for commencing the project. The site shall be cleared of all
trees, shrubs or other vegetation, rubbish, slush etc. and other
objectionable matters. Any unwanted material lying in the area including
soil, debris, etc. shall be removed up to natural GL / grade level and
disposed off to suitable locations. If any roots or stumps of trees are met
during excavation, they shall also be removed. Where earth fill is intended,
the area shall be stripped of all loose / soft patches or topsoil containing
objectionable matter before fill commence. The contractor shall grade the
entire farm area before start of the work as per the finalized drawing.

G) WEG Tower Foundation

i) General

The work shall comprise of design and construction of wind turbine


foundations as per locations indicated on the final layout
drawings prepared after micrositing.

The foundation design shall suit the local soil conditions. The
materials used viz. cement, reinforcement steel etc. shall conform to
relevant standards. Depending upon the soil report, if required, the
reinforcement shall be painted with anticorrosive paint Bidder shall
furnish and get approved the safe bearing capacity of soil, design
calculations, and detailed construction drawing for the foundation for
the WEGs to OWNER before proceeding with the work. The
Contractor shall mention the survival wind speed considered for
design of WEG Tower Foundations.

Tender No: GIPCL/WIND-200 MW/2017

Page 120 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

ii) Excavation, back filling and stone pitching

All excavation work shall be carried out by mechanical equipment


unless, in the opinion of the Engineer, the work involved and time
schedule permit manual work. The Contractor shall carry out all
excavation works in accordance with the dimensions and levels
indicated on the drawings.

Rough excavation shall be carried out to a depth 150 mm above the


final level. The balance shall be excavated with special care. Soft
pockets shall be removed even below the final level and extra
excavation filled with concrete of the same class as in the foundation
resting thereon, up to the required elevation up with the PCC of
grade M20 or as directed by the Engineer. The final excavation if so
instructed by the Engineer should be carried out just prior to laying
the mud-mat. Should any excavation be taken below the specified
elevations, the Contractor shall fill it up, with concrete of the same
class as in the foundation resting thereon, up to the required
elevation. No extra shall be claimed by the Contractor on this
account. All excavations shall be kept free of water. Grading in the
vicinity of excavation shall be properly closed to prevent surface
water running into excavated areas. Contractor shall remove by
pumping or other means approved by Engineer any water inclusive
of rain water and subsoil water accumulated in excavation and keep
all excavations dewatered until the foundation work is completed
and backfilled.

The excavated material under above categories shall be kept


separately, so that good quality material can be used, as required.

Excavation shall be carried out in accordance with the guidelines


given in IS:3764-1992 "Safety code for excavation work".

Blasting, if required, shall be carried out strictly in accordance


with IS: 4081-1986 "Safety code for blasting and related drilling
operations" and the latest State laws, regulations and rules.
Blasting, if done, shall at all times be carried out under the
supervision of fully qualified, experienced and licensed
supervisors.

If any damage of any kind occurs, the Contractor shall be solely


responsible for such damages or any claims that may arise there
from, and shall, at his own expense, carry out repairs or restoration
as the Site Engineer may direct.

The Contractor shall obtain written permission of the Site Engineer


for each location where the Contractor wants to use explosives.

All fill material will be subject to the Engineer's approval. If any


material is rejected by the Engineer, the Contractor shall remove the
same forthwith from the site at no extra cost to the Owner. Surplus
fill material shall be deposited/ disposed off as directed by the
Tender No: GIPCL/WIND-200 MW/2017

Page 121 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Engineer after the fill work is completed. To the extent available,


selected approved quality good surplus soils from excavated
materials shall be used as backfill of foundation area. Fill material
shall be free from clods, salts, sulphates, organic or other foreign
material. All clods of earth shall be broken or removed. Where
excavated material is mostly rock, the boulders shall be broken into
pieces not larger than 150 mm size, mixed with properly graded fine
material consisting of moorum or earth to fill up the voids and the
mixture used for filling. For the filling below grade slab, below any
structure like drain, small foundation, cable/pipe trenches, sub-base
of Road/culvert/shoulder, contractor shall arrange selected approved
quality material

Back filling of foundation shall be carried out as shown on the


drawings or directed by the Site Engineer with suitable materials.
Filling materials shall be spread, leveled and thoroughly
compacted or as directed by Site Engineer. Each layer shall be
separately compacted to achieve the required state of compaction.

To ensure that the fill has been compacted as specified, field and
laboratory tests shall be carried out by the Contractor at his own
cost. Contractor shall make an arrangement for Rapid moisture
meter for the field tests of compaction. If any selected fill material is
required to be borrowed, the Contractor shall make his own
arrangements for bringing such material from outside borrow pits.

Wherever shown on the drawings, dry stone pitching shall be


placed. The area to be pitched shall be trimmed and any loose
material re-compacted. Pitching shall be laid on a bed of approved
granular material.

iii) Reinforced Concrete & Plain Cement Concrete Works

This specification covers the general requirements for concrete


using on-site production facilities including requirements in regard to
the quality, handling, storage of ingredients, proportioning, batching,
mixing, transporting, placing, curing, protecting, repairing, finishing
and testing of concrete; formwork; requirements in regard to the
quality, storage, bending and fixing of reinforcement. It shall be very
clearly understood that the specifications given herein are brief and
do not cover minute details. However, all works shall have to be
carried out in accordance with the relevant standards and codes of
practices or in their absence in accordance with the best accepted
current engineering practices or as directed by ENGINEER from
time to time. The decision of ENGINEER as regards the
specification to be adopted and their interpretation and the mode of
execution of work shall be final and binding on CONTRACTOR and
no claim whatsoever will be entertained on this account

All materials, workmanship and testing shall comply with the latest
revisions of the relevant Indian Standards Codes of Practices
referred to in these specifications and notes given on the drawings.
Tender No: GIPCL/WIND-200 MW/2017

Page 122 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

The list of applicable codes and practices is attached as Annexure-B

Unless otherwise stated in these specifications, the IS: 456-2000


"Code of practice for Plain and Reinforced Concrete", and the
standards referred to in this code of practice are applicable to
reinforced concrete work.

Water used for all purposes throughout the works shall be


according to IS: 456-2000.

Potable water is generally satisfactory but it shall be tested prior to


use in works and confirm to the permissible limits outlined as per
IS: 456-2000, when tested in accordance with IS: 3024-1964.
Water shall be obtained from an approved source. Where it is
obtained from a source other than a supply main, it shall be tested to
establish its suitability. Water for construction purpose shall be
stored in proper storage tanks to prevent any organic impurities
getting mixed up with it. CONTRACTOR shall make his own
arrangements for storing water construction water supply and at site
in tanks to prevent contamination.

Coarse aggregate shall be sampled and tested according to IS:


456-2000 and IS: 2386 (part 1 to 8)-1963 (reaffirmed 1990). To be
acceptable, the results shall fall within the grading indicated in IS:
383-1990. Coarse aggregates shall be obtained from natural
sources crushed or uncrushed or combination thereof from
approved quarries. It shall be hard, strong, dense, durable, clean
and free from foreign matters. It shall be roughly cubical in shape
and shall comply with IS: 383-1999. Aggregates shall not contain
any harmful material such as pyrites, coal, lignite, shale or similar
laminated material, clay, alkali, soft fragments, seashells and
organic impurities in such quantity as to affect the strength or
durability of concrete. Aggregates, which are chemically reactive
with alkalies of cement, shall not be used Maximum quantities of
deleterious materials in the coarse aggregate shall not exceed the
limits laid down in IS: 383-1999.The fineness modulus of sand shall
neither be less than 2.2 nor more than 3.2.

Single sized coarse aggregates shall be graded as specified in IS:


383-1990. Maximum size of coarse aggregate shall be 40 mm for
Plain Cement Concrete and 20 mm for Reinforced Cement
Concrete.

Fine aggregates shall be sampled and tested according to IS: 456-


2000 and IS:2386 (part 1 to 8) -1963 (reaffirmed 1990). To be
acceptable the results shall fall within the grading zones I-III laid
down in IS: 383-1990.

Fine aggregates shall be hard, durable, clean and free from


adherent coating and organic matter and shall not contain clay.
Sand shall not contain harmful impurities such as iron, pyrites, coal
particles, lignite, mica shell or similar laminated and other impurities
Tender No: GIPCL/WIND-200 MW/2017

Page 123 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

which might affect the durability of concrete or attack the


reinforcement.

When tested as per IS: 2386 (part 1 to 8) 1963 (reaffirmed 1990)


fine aggregate shall not exceed the permissible quantities of
deleterious materials outlined in IS: 383-1990. It shall be obtained
from natural sources such as Natural River or pit sand, crushed
stone sand or mixture of these alternatives.

iv) Cement

Unless otherwise specified in Section or called for by


ENGINEER/OWNER, cement shall be ordinary portland cement
conforming to IS:269, IS:8112 or IS:12269. Grade of cement shall
be 53Only one type of cement shall be used in any one mix. The
source of supply, type or brand of cement within the same structure
or portion thereof shall not be changed without approval from
ENGINEER. From the time a consignment of cement is delivered at
site and tested and approved by the Engineer until such time as the
cement is used on the works, the Contractor shall be responsible for
keeping the same in sound and acceptable condition and at his
expense and risk. Any cement which deteriorates while in the
Contractor's charge and is rejected as unsuitable by the Engineer
shall be removed from the site to outside the limits of work at the
cost of contractor within two days of ordering such removal by the
Engineer. In order to ensure due progress, the Contractor shall at all
times maintain on the site at least such stock of cement as the
Engineer may from time to time consider necessary. No cement
shall be used upon the works until it has been accepted as
satisfactory by the Engineer. The cement shall be stored in such
manner as to permit easy access for proper inspection and in a
suitable weather-tight, well-ventilated building to protect it from
dampness caused by ingress of moisture from any source.
Different types of cement shall be stored separately. Cement bags
shall be stacked at least 15 to 20 cm clear of the floor leaving a
space of 60 cm around the exterior walls. The cement shall not be
stacked more than 10 bags high. Each consignment of cement shall
be stacked separately to permit easy access for inspection. Cement
stored for more than 90 days shall be tested prior to use on work.
Cement which is not used within 90 days from its date of
manufacture shall be tested at a laboratory approved by ENGINEER
and until the results of such tests are found satisfactory, it shall not
be used in any work. Cement shall be stacked in the silos of
Batching plant and each batch of bulker shall be tested as per IS:
4031 (Part-I to Part-15) & IS: 4032.

v) Admixture

Admixtures to concrete shall not be used without the written consent


of the Engineer. When permitted, the Contractor shall furnish full
details from the manufacturer and shall carry out such test as the
Engineer may require before any admixture is used in the work.
Accelerating, retarding, water-reducing and air entraining admixtures
Tender No: GIPCL/WIND-200 MW/2017

Page 124 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

shall conform to IS:9103 and integral water proofing admixture to


IS:2645. Admixtures may be used in concrete as per manufacturers
instructions only with the approval of ENGINEER based upon
evidence that with the passage of time neither the compressive
strength nor its durability is reduced.

The Contractor shall perform trial mixes and preliminary tests of


each class of concrete. The selection criteria will be compressive
strength, workability and surface finish and shall follow the
procedures outlined in IS: 456-2000.

Control tests shall be carried out before undertaking the works


according to the composition selected for the purpose of the
concrete works.

The concrete for trail mix shall be mixed in a mechanical mixer. The
mixing shall be according to IS: 4926-1976 (reaffirmed 1990).

However, irrespective of requirement of cement found out from


design mix, cement content of concrete shall not be reduced below
the quantities specified as under except for the cases specifically
approved by the Engineer.

Grade of concrete Minimum cement content /cu.m of


Finished concrete
M-15 320 kg
M-20 345 kg.
M-25 390 kg.
M-30 415 kg.
M-35 As per Design Mix Concrete. but not less than 450 Kg.
M-40 As per Design Mix Concrete. but not less than 450 Kg
M-45 As per Design Mix Concrete. but not less than 450 Kg

The minimum cement content stipulated above shall be adopted


irrespective of whether the CONTRACTOR achieves the desired
strength with less quantity of cement. The CONTRACTORs quoted
rates for concrete shall provide for the above eventuality and nothing
extra shall become payable to the CONTRACTOR in this account.
Even in the case where the quantity of cement required is higher
than that specified above to achieve desired strength based on an
approved mix design, nothing extra shall become payable to the
CONTRACTOR. The strength requirements of the concrete mixes
ascertained on 150 mm cubes as per IS:516 shall comply with the
requirements of IS:456

Concreting in unfavorable weather will not be permitted.


Precautions outlined in IS: 7861 (part 1)-1974 (reaffirmed 1990)
and IS:7861(Part-2) 1981(reaffirmed 1987) shall be followed.

All concrete surfaces shall be maintained in moist condition and


protected against harmful effects of weather, for at least for two
weeks of placing.
Tender No: GIPCL/WIND-200 MW/2017

Page 125 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Minimum grade of concrete for Plain Cement Concrete shall be M20


and that for reinforced cement concrete shall be M25.

H) Testing of Concrete

General

The Contractor shall carry out, entirely at his own cost, all sampling and
testing in accordance with the relevant I.S. standards and as supplemented
herein. The Contractor shall get all tests done in approved Laboratory and
submit to the Engineer, the test result after completion of the test.
Consistency test (Tests of fresh concrete)

At the place of deposition/pouring of the concrete, to control the


consistency, slump tests and/or compacting factor tests shall be carried out
by the Contractor in accordance with I.S. 1199 as directed by the Engineer.
The results of the slump tests/compacting factor tests shall be recorded in a
register for reference duly signed by the Contractor. That register shall be
considered as the property of the owner and shall be kept by the Contractor
at site in safe custody.
The results of the slump tests/compacting factor tests shall tally, within
accepted variation of plus or minus 12% with the results in the respective
design mix, in case of mix design concrete and with the values indicated in
IS: 456 in case of nominal mix concrete.
For any particular batch of concrete, if the results do not conform to the
requirements as specified or do not conform to any requirement of this
specification, the Engineer has the right to reject that batch and the
Contractor shall remove the same immediately from the site, at no cost to
the owner.
Strength test of concrete

While placing concrete, the Contractor shall make 6 nos. of 15 cm test


cubes from particular batches of concrete as desired by the Engineer. The
frequency of taking test cubes shall be according to IS: 456 or as directed
by the Engineer.

The cubes shall be prepared, cured and tested according to IS: 516. Out of
6 nos. Of test cubes 3 shall be tested for compressive strength at 7 days
after casting and the remaining 3 at 28 days after casting.

A register shall be maintained at site by the Contractor with the following


details entered and signed both the Contractor and the Engineer. That
register shall be considered as the property of the Owner.

Reference to the specific structural member


Mark on cubes
The grade of concrete
The mix of concrete
Date and time of casting
Crushing strength at 7 days
Crushing strength at 28 days
Tender No: GIPCL/WIND-200 MW/2017

Page 126 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Any other information directed by the Engineer.


Acceptance criteria for test cubes

The acceptance criteria of concrete on strength requirement shall be in


accordance with the stipulations under IS: 456.
Non-destructive tests on hardened concrete

If there is doubt about the strength or quality of a particular work or the test
results do not comply with the acceptance criteria as stipulated under IS:
456, non-destructive tests on hardened concrete like core test and/or load
tests or other type of non destructive tests like ultrasonic impulse test etc.
shall be carried out, as may be directed by the Engineer, by the Contractor
at entirely his cost. The core tests and load tests shall comply with the
requirements of IS: 456. In case of other types of special tests like
ultrasonic impulse tests etc., the relevant stipulation of clauses of IS: 456
shall be applicable.
Concrete below specified strength

In case of failure of test cubes to meet the specified requirements the


Engineer may take one of the following actions:-

1) Instruct the Contractor to carryout additional test and/or works to


ensure the soundness of the structure at contractor's expense.

2) Reject the work and instruct that section of the works to which the
failed cubes relate shall be cut out and replaced at Contractor's
expense and the resultant structures affected due to such rejection
shall be made good at contractor's expense.
3) Modification/remedial measures if approved by the engineer to be
carried out at contractor's expense.

4) Accept the work with reduction in the rate in appropriate item subject
to the provisions of IS 456 provided it is technically acceptable. The
reduction in the rate shall be as given below :-
i) When test strength of the sample is above 90% of the
characteristic strength, payment shall be made 10% less than
the contract rate.

ii) When test strength of the sample is between 80-90% of the


characteristic strength, payment shall be made 25% below than
the contract rate.

Concrete failed in non-destruction tests

In case the test results of the core tests or load tests in a particular work do
not comply with the requirements of clauses for load tests of IS: 456 the
whole or part of the work concerned shall be dismantled and replaced by
the Contractor as may be directed by the Engineer at no extra cost to the
Owner and to the satisfaction of the Engineer. No payment for the
dismantled concrete including relevant formwork, reinforcement, embedded
fixtures etc. shall be made. In the course of dismantling if any damage
occurs to the adjacent structure or embedded item, the same shall be made

Tender No: GIPCL/WIND-200 MW/2017

Page 127 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

good, free of charge by the Contractor, to the satisfaction of the Engineer

Shuttering

All shuttering, formwork, supports and staging shall be designed by the


Contractor and be subject to approval by the Engineer. The Contractor shall
submit drawings and calculations to the Engineer for scrutiny when called
upon to do so. The shuttering shall be designed for a live load of 400 Kg/m2
in addition to the weight of the green concrete, or such other load as the
Engineer may specify. The Contractor shall be responsible for the
correctness and strength of the formwork including its supports and
centering and approval by the Engineer will not relieve him of
responsibilities. The works shall consist of supply, fabricating, placing
and removing all temporary forms for shaping of concrete, together
with all temporary construction required to support such forms.
The Contractor shall be responsible for the correct dimensions,
alignment, leveling, cleaning and oiling.

Shuttering shall not be removed before the concrete is sufficiently set and
hardened. The duration for removal of forms shall be as per IS 456-2000.
Any damage resulting from faulty preparation premature or careless
removal of shuttering shall be made good by the Contractor at his own
expense.

Steel Reinforcement

The work shall consist of supplying, storing, cutting, bending, placing and
fixation of reinforcement bars of the grade, type and size specified on
the drawings. Unless otherwise stated in this specification the IS: 2402-
1963 (reaffirmed 1990) shall be applied to this work.

Steel reinforcement shall be stored in such a manner that they are not in
direct contact with ground. Bars of different classifications and sizes shall
be stored separately. In cases of long storage or in coastal areas,
reinforcement shall be stacked above ground level by at least 15 cm, and a
coat of cement wash shall be given to prevent scaling and rusting at no
extra cost of the owner. Depending upon the soil report, if required, the
reinforcement shall be painted with anticorrosive paint.
Reinforcement shall be high strength deformed bars grade Fe-415, Fe-500
as mentioned in the drawing, confirming to IS: 1786-1985 (reaffirmed 1990).
The Contractor shall furnish test documents of steel reinforcements to be
used in the works or get required tests done at an approved laboratory at
his own cost.

Anchor Plates/Anchor Bolts/Stubs/Circular Embedment

Anchor plates/Anchor Bolts/Stubs/Circular Embedment along with


necessary templates will be provided by the wind electric generator
supplier. The Contractor shall be responsible for correct placing and
fixation in accordance with dimensions, levels and specifications within the
tolerances given on the drawings.

Tender No: GIPCL/WIND-200 MW/2017

Page 128 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Anchor bolts shall be designed for working stress, in tension and shear, for
embedded length of the anchor bolts and pipe sleeves. Shear and crushing
strength of concrete shall also be checked. Increase in allowable stress for
loading including seismic and wind loads shall not be permitted in design of
anchor bolts
Insert plates shall be designed / checked for shear and bending moment. All
lugs shall be checked for tension. Bond strength of concrete shall also be
checked. Lugs using steel bars shall preferably be fillet welded to the plate
to transfer full strength of the lug.

MINIMUM COVER TO FOUNDATION BOLTS

Minimum distance from the centre line of foundation / anchor bolt to edge of
pedestal shall be the maximum of the following:

a) Clear distance from the edge of base plate / base frames to the outer
edge of the pedestal shall be minimum 50mm.
b) Clear distance from the face of pocket to the outer edge of pedestal
shall be 75mm.
c) Clear distance from the edge of sleeve or anchor plate to the edge of
pedestal shall be 75mm.
P.V.C Tubing

P.V.C tubing for lying of cables shall be provided as per diameters shown
on the drawings. P.V.C tubing shall be of Class-3 and suitable for a working
pressure of 6 kg/cm. The P.V.C tubing shall comply IS: 4984-2000
and IS: 7834 -1987. Solvent cement shall be used for jointing of P.V.C.
tubing.

Soil Investigation

Records of all soil investigations shall be kept as a part of final project


data. Soil investigations shall be carried out in compliance with IS: 1892-
1979 (reaffirmed 1987), IS: 1498-1970 (reaffirmed 1987), IS:2720 (part 28)-
1974 (reaffirmed 1988), IS:2131-1981 (reaffirmed 1987) or any other
pertinent Indian Standard or recognized specification to the approval of
the Site Engineer.

Bidder shall taking care for the sites near coastal zone, Low lying area, area
near Water bodies as follows:
(i) The bidder should carry out soil test up to required depth at mutually
agreed location prior to commence of the site work in order to
confirm the possibility of Water Table, presence of ground water etc
during actual foundation work. Bidder should submit a report to
Owner for review before start of work. In case of any presence of
water table or chances of water logging or past history of such
incidences, bidder to include remedial measures and plan work
accordingly without affecting the overall completion schedule of the
project.

Tender No: GIPCL/WIND-200 MW/2017

Page 129 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bidder to do all due diligence for such possibilities before submitting


the bid. No time extension, compensation, extra work claim etc shall
be entertained or admissible for such occurrences during execution.

Construction Water and Power and other facilities:-

Construction water and power and all facilities required as per statutory
requirement , labour laws, factory acts and to facilitate smooth , safe
working conditions at site during construction and O&M including for his
contractors, sub-contractors shall be in the scope of Bidder..

Control Cabin

For all the WEGs, Bidder shall provide (if required) control cabin for
housing the switchboard and local control panels. The cabin shall be
provided with RCC foundations/ Pile foundation suitably designed based on
the approved geo technical report. The control cabin shall be designed to
suit the soil conditions. This shall be one storied RCC framed structure. The
size of the cabin shall be adequate to house the equipment with required
clearances and operating space as required by CEA/CEIG. Cabin shall be
constructed by using good quality and approved /bricks. The wall thickness
shall be minimum 230mm. Roof slab shall be of RCC as per standard
practice. Door, Window, Ventilators shall be of metal construction and
painted with 2 coats of paint over two coats of suitable primer. Cable trench
as required shall be provided. The balance area of cable trench remaining
after panel installation shall be covered with minimum 8mm thick chequered
plate. Roof shall be given access by means of staircase. Roof shall be
given a slope of minimum 1 in 100. Roof shall be given APP modified and
reinforced (4 mm thick) with Polyester matt-160 grams per sq.mtr. bitumen
waterproofing membrane (4.2 kg/sq.mtr. as per manufactures) type water
proofing treatment as per specifications. Adequate number of Rainwater
down take pipes shall be provided using Threaded GI pipes (150mm dia)
conforming to class medium of IS:1239 / 3589 with coupling . Garland drain
as well as plinth protection shall be given around the cabin, Grade slab shall
be provided with 230mm thick Rubble soiling , 75 mm thick PCC and
125mm thick RCC. On top of grade slab IPS (cement concrete flooring) with
50 mm thick 1:2:4 (using 12.5 mm aggregate) using NITOFLOOR hard top
(CARBORUNDUM base) or approved equivalent non-metallic monolithic
surface hardening compound topping 12 mm thick with a total thickness of
50 mm shall be provided. IPS flooring shall be provided using glass strips at
all panel joints (2000X2000 mm maximum size of panel). External face of all
walls shall be provided with 18 mm thick cement mortar plastering with an
under layer 12 mm thick in CM 1:4 and top 6 mm thick layer in CM 1:4 with
approved water proofing compound. Water proofing admixture shall
conform to the requirement of IS: 2645 and shall be of approved
manufacture. For internal walls 18 thick plaster in CM 1:6 shall be provided
on the uneven side of the wall and 12 mm thick plaster in CM 1:4 on the
even side of the wall. Steel wire fabric (24G) shall be provided at the
junction of brick masonry and concrete to overcome reasonably the
differential drying shrinkage/thermal movement. Inside surfaces of walls
shall be provided with 2mm thick plaster of paris punning over the plastered
Tender No: GIPCL/WIND-200 MW/2017

Page 130 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

surfaces. All plastered ceilings and inside walls shall be provided with one
coat of primer and two coats of finishing coats of oil bound distemper.
Weather Proof Exterior Emulsion (Asian or Berger) paint as per IS:5410
shall be provided on external faces of walls, sunshades, etc. Minimum three
finish coats shall be apply over a coat of primer.

I) Switch yard civil works

Switchyard civil work includes step up transformer plinth, HT Switchgear


kiosk plinth, two pole / 4 pole structure foundation, earth pits, metal
spreading curb wall in and around switchyard and chain-link fencing. All the
Steel Structures in switch yard viz towers, equipment etc. shall be provided
with RCC foundation. Foundations may be open foundation / pile foundation
or any other type as per soil investigation report. RCC foundations for
latticed towers, equipment supporting structures, cable racks shall be
designed for the worst combination of loads. The RCC foundations shall be
designed for a factor of safety against overturning of 2.2 for normal and
broken wire condition and 1.65 for combined short circuit and broken wire
conditions. Design of foundations shall be carried out as per IS 4091.The
transformer/HT switchgear kiosk plinth shall be made of concrete or
dressed stones masonry conforming to relevant standards. The height of
transformer/HT Switchgear kiosk plinth shall be decided based on the
requirement of ground clearance as per voltage of unit sub-station.

All steel structure for the Switch yard shall be hot double dip galvanized
structure with welded / bolted connection at shop and bolted connection at
site. All bolts and nuts shall also be galvanized. Minimum zinc
consumption shall be 610 gms. per square meters of exposed surface.

CABLE TRENCH

Main / sub cable trenches shall be provided to cover the entire switch yard
area. All trenches shall be of RCC. Trench wall shall be designed to
withstand a surcharge load of 1500 kg / sq.m. Trench wall shall project 150
mm above the paved / graded level to prevent ingress of storm water. MS
inserts shall be provided along the walls of the trenches to fix the cable tray
supports. All trenches shall be given a slope of minimum 1 in 750 and the
slope shall lead to a sump, where pump can be installed for drainage.
The cable trench shall be grouted with pressure pump for reducing leakage
or water stops shall be provided. The sump pit of sufficient size with sumps
shall be provided for de-watering purposes and discharge pipe shall be
extended up to the nearest drain. Free maintenance space in cable trench
shall be minimum 700mm for cable laying and maintenance.
All cable trenches should be water tight to avoid entry of water, PVC water
stops shall be provided at all construction joints.
PAVING AND ROADS

Bidder shall ensure that there will not be any water logging in WPP area
and easy excess is available to O&M Staff all the time. Inside the yard,
approach roads all round and in between shall be provided to facilitate

Tender No: GIPCL/WIND-200 MW/2017

Page 131 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

placing and removal of equipment and shall be connected to main plant


roads with necessary drains/culverts etc.

FENCING AND GATES

The switchyard fence shall be provided with gates of suitable standard


width.
Earth pit construction shall be of brick masonry with precast RCC (1:2:4)
cover as per IS 3043.

J) Building

For the operation & maintenance of wind farm the Office cum control
room building of suitable size should be constructed as per relevant Indian
Building Standards for common use and complying with Factory rules for
persons employed.

One room shall be used as control room having CMCS. There should be
adequate facilities for officers visiting on behalf of the Owner during their
visit to the site
K) ROADS & PARKING AREA

All Weather Road shall be provided for entire Wind Farm for easy access of
O&M Team round the clock.
Adequate parking space for heavy vehicles , cranes, hydra etc to be
provided in surrounding areas for erection and maintenance activities.
Contractor to bear all cost for creating and maintaining such facilities, roads
etc including Row required for O&M Phase.

Tender No: GIPCL/WIND-200 MW/2017

Page 132 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Annexure A : CIVIL ITEMS


BUILDING AND STRUCTURAL MATERIALS
CL.
MATERIALS/ ITEMS VENDOR / MANUFACTURERS
NO.
CEMENT (OPC 53 GRADE) USED SHALL BE
FROM
ULTRATECH
1. CEMENT SANGHI
SIDHHI
ACC
JAYPEE CEMENT. HATHI,INDIA,HI-BOND
SAIL
REINFORCEMENT /TMT
2. TISCO
BARS
RINL ,ELECTROTHERM,
BERGER
3. PAINTS ASIAN
ICI ,JOTUN,HEMPEL
FOSROC
4. SEALANTS
SICA
PAINTS AND ACRYLIC
ASIAN PAINTS
DISTEMPERS,
ICI
5. WEATHER PROOF
BERGER.JOTUN,HEMPEL
PAINTS AND EXTERIOR
EMULSION PAINTS

NOTE: Bidder may include name of other reputed vendors who meets the requirement of
technical specification , subject to OWNER/ENGINEER approval.

If any additional sub-vendor / contractor is proposed against any items / works by


Bidder, then it should be proposed preferably in the Bid itself. Owner reserves the
right to accept or reject the proposed sub-vendor / contractor other than indicated
in RFP For inclusion of any vendor post award, specific approval of Owner
submitting credentials may be obtained. OWNER will not be responsible for any
delay on account of approval/rejection of other vendors proposed post award.

Tender No: GIPCL/WIND-200 MW/2017

Page 133 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Annexure B

The following specifications, standards and codes, including all official


amendments/revisions and other specifications & codes referred to therein, should be
considered a part of this specification. In all cases the latest issue/ edition/ revision shall
apply. In case of discrepancy between this specification and those referred to herein below
or other specifications forming a part of this Contract document, this specification shall
govern.

1.0 Materials
1) IS:269 - Specification for 33 grade ordinary portland cement.
2) IS:455 - Specification for portland slag cement.
3) IS:1489 - Specification for portland-pozzolana cement
(Parts 1 & 2)
4) IS:8112 - Specification for 43 grade ordinary portland cement.
5) IS:12330 - Specification for sulphate resisting Portland Cement.
6) IS:383 - Specification for coarse and fine aggregates
from natural sources for concrete.
7) IS:432 - Specification for mild steel and medium tensile
(Parts steel bars and hard-drawn steel wires for
1 & 2) concrete reinforcement.
8) IS:1786 - Specification for high strength deformed steel
bars and wires for concrete reinforcement.
9) IS:1566 - Specification for hard-drawn steel wire fabric for
(Parts II) concrete reinforcement.
10) IS:9103 - Specification for admixtures for concrete.
11) IS:2645 - Specification for integral cement waterproofing
compounds.
12) IS:4900 - Specification for plywood for concrete shuttering
work.
13) IS:12269 - Specification for 53 grade ordinary portland
cement.
14) IS 8041 - Specification for rapid hardening Portland Cement.
15) IS 8042 - Specification for White Portland Cement.
16) IS 8043 - Specification for Hydrophobic Portland Cement.
17) IS 6452 - Specification for high alumina cement for structural
use.
1.1 Material Testing
1) IS:4031 - Methods of physical tests for (Parts 1 hydraulic
cement 1 to 15)
2) IS:4032 - Method of chemical analysis of hydraulic cement.
3) IS:650 - Specification for standard sand for testing of
cement.
4) IS:2430 - Methods for sampling of aggregates for
concrete.
5) IS:2386 - Methods of test for aggregates (Parts for concrete
1 to 8)
6) IS:3025 - Methods of sampling and test (physical and
chemical) water used in industry.
7) IS:6925 - Methods of test for determination of water
soluble chlorides in concrete admixtures.
8) IS 3535 - Methods of sampling Hydraulic Cement.
Tender No: GIPCL/WIND-200 MW/2017

Page 134 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

1.2 Material Storage


1) IS:4082 - Recommendations on stacking and storing of
construction materials at site.
1.3 Concrete Mix Design
1) IS:10262 - Recommended guidelines for concrete mix design.
2) SP:23 - Handbook on Concrete Mixes. (S&T)

1.4 Concrete Testing


1) IS:1199 - Method of sampling and analysis of concrete.
2) IS:516 - Method of test for strength of concrete.
3) IS:9013 - Method of making, curing and determining
compressive strength of accelerated cured
concrete test specimens
4) IS:8142 - Method of test for determining setting time of
concrete by penetration resistance.
5) IS:9284 - Method of test for abrasion resistance of concrete.
6) IS:2770 - Methods of testing bond in reinforced concrete.

1.5 Equipment
1) IS:1791 - Specification for batch type concrete mixers.
2) IS:2438 - Specification for roller pan mixer.
3) IS:4925 - Specification for concrete batching and mixing
plant.
4) IS:5892 - Specification for concrete transit mixer and agitator.
5) IS:7242 - Specification for concrete spreaders.
6) IS:2505 - General Requirements for concrete vibrators :
Immersion type.
7) IS:2506 - General Requirements for screed board concrete
vibrators.
8) IS:2514 - Specification for concrete vibrating tables.
9) IS:3366 - Specification for pan vibrators.
10) IS:4656 - Specification for form vibrators for concrete.
11) IS:11993 - Code of practice for use of screed board
concrete vibrators.
12) IS:7251 - Specification for concrete finishers.
13) IS:2722 - Specification for portable swing weigh batchers for
concrete (single and double bucket type).
14) IS:2750 - Specifications for steel scaffoldings

1.6 Codes of Practice


1) IS:456 - Code of practice for plain and reinforced concrete.
2) IS:457 - Code of practice for general construction of plain
and reinforced concrete for dams and other
massive structures.
3) IS:3370 - Code of practice for concrete structures for (Parts
1 and 2-2009) storage of liquids.
4) IS:3935 - Code of practice for composite construction.
5) IS:2204 - Code of practice for construction of reinforced
concrete shell roof.
6) IS:2210 - Criteria for the design of reinforced concrete shell
structures and folded plates.
Tender No: GIPCL/WIND-200 MW/2017

Page 135 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

7) IS:2502 - Code of practice for bending and fixing of bars for


concrete reinforcement.
8) IS:5525 - Recommendation for detailing of reinforcement in
reinforced concrete works.
9) IS:2751 - Code of practice for welding of mild steel plain and
deformed bars used for reinforced concrete
construction.
10) IS:9417 - Specification for welding cold worked bars for
reinforced concrete construction.
11) IS:3558 - Code of practice for use of immersion vibrators for
consolidating concrete.
12) IS:3414 - Code of practice for design and installation of joints
in buildings.
13) IS:4326 - Code of practice for earthquake resistant design and
construction of buildings.
14) IS:4014 - Code of practice for steel tubular scaffolding.
(Parts1 & 2)
15) IS:2571 - Code of practice for laying in-situ cement concrete
flooring.
16) IS:7861 - Code of practice for extreme weather concerting.
Part -1 - Recommended practice for hot weather concreting
Part-2 - Recommended practice for cold weather concreting

1.7 Construction Safety


1) IS:3696 - Safety code for scaffolds and ladders (Parts 1
& 2)
2) IS:7969 - Safety code for handling and storage of building
materials.
3) IS:8989 - Safety code for erection of concrete framed
structures.

Tender No: GIPCL/WIND-200 MW/2017

Page 136 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

SECTION VIII

BID RESPONSE SHEETS (BRS),


PRICE SCHEDULE AND ANNEXURES

Tender No: GIPCL/WIND-200 MW/2017

Page 137 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

CONTENTS OF SECTION-VIII

BID RESPONSE SHEETS (BRS)

Bid
Page
Response Description
No.
Sheet No.
1 Bidders General Information 140
2 List of Enclosures 142
3 Financial Information 145
4 Letter of Authority 146
5 Proforma for No deviations 147
6 Declaration 148
7 Agreed terms and conditions 149
8 Proforma for furnishing details of past experience in Wind Power 152
Projects during last three years (turnkey project)
9 Work sheet for estimated Annual Energy Production 154
10 Guaranteed Power Curve of WEG offered 157
11 Bid Eligibility Criteria Form 158
12 Technical Particulars of quoted model of WEG 160
13 Technical data for transformer 165
14 Technical particulars of VCB 167
15 Source of Components 168
16 Detailed proposal of power evacuation for the up to 200 MW WEP 169
approved / to be approved at point of interconnection of State
Grid
17 Draft activity chart 170
18 List of Components having life less than 25 years 171
19 Drawings to be enclosed by the bidder 172
20 Details of land (for each site) for Wind Power Project 173
21 Details of Wind Data (for each site) 174
22 Land Status For WEG/ Pooling S/s /Transmission lines 175
23 Summary of Power Evacuation arrangement and status of 177
GETCO approval
24 Check List 179
Bid Submission Form 180
PI to PV Schedule of Price I to V 182-188

Tender No: GIPCL/WIND-200 MW/2017

Page 138 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

ANNEXURES

Page
Annexure No. Description
No.
I Bid Form 189
II Proforma for Bank Guarantee for Earnest Money 190
Deposit
III Proforma for Contract Security-cum- Performance 192
Guarantee by Seller / Contractor
IV Bank Guarantee for Advance Payment 194
V Proforma of Bank Guarantee for Contract 196
Performance for Operation & Maintenance
VI List of Approved Banks 198
VII Preferred Vendor List for Electrical Items 199
VIII Vendor Information 202
IX Bid Evaluation Methodology with Exapmple 203
X Reverse Auction Methodology with Example 205
XI Sample of Penalty calculation for Lower Machine 209
Availability during Stabilization

Tender No: GIPCL/WIND-200 MW/2017

Page 139 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No 1

BIDDERS GENERAL INFORMATION

To,
M/s.Gujarat Industries Power Co. Ltd.,
PO: Petrochemicals
Dist. Vadodara-391 346
Gujarat, India.

Sub : Tender No. GIPCL/WIND-200 MW/2017 for Supply, Installation and


Commissioning of up to 200 MW Capacity Wind Power Project on turnkey
basis including Project location(s) at suitable site(s) in the State of Gujarat.

1. Name of the bidder ------------------------------------------


------------------------------------------

2. Status of Firm/ Company: Proprietorship Firm / Partnership Firm/


Company
[Mark ] (Private or public)

3. Number of years in the business ------------------------------------------

4. Registered Office Address: ------------------------------------------


------------------------------------------
------------------------------------------

4. Operational Address: ------------------------------------------


[If different from above] ------------------------------------------
------------------------------------------

6. Telephone No. & Fax No.: ------------------------------------------

7. E-mail ID & Website: ------------------------------------------

8. Licensed capacity to manufacture:


No. of Units manufactured &
Description supplied
Size Licensed
of
Capacity Capacity/Annum Current Last Second
Equipment
Year Year Last Year

9. Plant Details:
a) Location ------------------------------------------
b) Description ------------------------------------------

Signature of Bidder
Company Seal

Tender No: GIPCL/WIND-200 MW/2017

Page 140 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No 1 contd

10. Type of the equipment manufactured/supplied/installed during last 4 years.

Nos. Project to
Capacity / No. of
Name of Manufactured / which supplies
Size / Orders in
Equipment Supplied / have been
Model hand
Installed made

11. Details of testing facilities available at works:


a) List of testing equipment.
b) Quality Plan for manufacturing and Tests carried out on items offered
c) Details of the test organization available.

12. Describe Quality Control Organization, if any, and give the organization chart.

a) Are goods offered subject to batch test, random sampling, or full 100% test
for Quality check?
b) Are tests carried out by factory employees or by a separate testing agency?
c) Are independent quality Control Organization checks made and certificates
issued?

13. ISO Certification [If any] [If 'Yes', Please Furnish Details]:

14. Nearest service centre to offered


Location with phone number

15. Names of three buyers to whom similar equipments have been supplied, installed
and commissioned in the past to which reference could be made by us regarding
the bidders technical and delivery ability.

----------------------------------------------------------------------------------------
----------------------------------------------------------------------------------------
----------------------------------------------------------------------------------------

16. Schedule for furnishing technical data and certified drawings after receipt of orders.

Signature of Bidder
Company Seal

Tender No: GIPCL/WIND-200 MW/2017

Page 141 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No 1 contd

17. Bidder shall provide Quality Assurance Plan Manufacturing details for WEG
critical components as per attached format.

Quality Assurance Plant


Wind Turbine Generator Assy.
Inspection by
Type Format Vendor Bidder GIPCL
Sr. Component / Characteristic Quantum Remar
of of
No. Operation Checked of Check ks
Check Record

Tower
1
Assembly
Main
2 Frame/Nacelle
Assembly
Generator
3
Assembly

4 Hub Assembly

5 Control Panel

6 Converter

7
Rotor Blade

Signature of Bidder
Company Seal

Tender No: GIPCL/WIND-200 MW/2017

Page 142 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

18. Bidder shall provide Quality Assurance Plan for site, details to be furnished as
per attached format.

Quality Assurance Plant


Site
Type Format Inspection by
Sr. Component / Characteristic Quantum
of of Bidder GIPCL/Third Remarks
No. Operation Checked of Check
Check Record Party
Foundation
1 Check list for
WEG
Erection check
2 list for wind
turbine

Electrical
3 inspection
of wind Turbine
Inspection of
4 DP Yard for
Wind Turbine

Inspection of
5
33 kv OH Line

Commissioining
6 Report For
Turbine

Signature of Bidder
Company Seal

Tender No: GIPCL/WIND-200 MW/2017

Page 143 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No 2

LIST OF ENCLOSURES

To,
M/s.Gujarat Industries Power Co. Ltd.,
PO: Petrochemicals
Dist. Vadodara-391 346
Gujarat, India.

Sub : Tender No. GIPCL/WIND-200 MW/2017 for Supply, Installation and


Commissioning of up to 200 MW Capacity Wind Power Project on turnkey
basis including Project location(s) at suitable site(s) in the State of Gujarat.

Dear Sir,

We are enclosing the following documents as part of the bid:

(i) Power of Attorney of the signatory to the Bidding Document.

(ii) Documents showing Financial Situation Information for the last three years
such as Audited Annual reports, profit and loss account, net worth etc. along with
information as sought in Bid Response Sheet No 3

(iii) Copy of Bidding Documents along with addendum/corrigendum signed in token of


confirmation that Bid Documents are considered in full while preparing the bid
and in case of award, work will be executed in accordance with the provisions
detailed in Bid Documents.

(iv) Documentary Evidences showing the Bidders claim of meeting Eligibility Criteria
as mentioned in clause 2.3.

(v) EMD in the form of DD/ BG in favor of Gujarat Industries Power Company Ltd,
Payable at Vadodara from any Bank as per Annexure -VI of Volume I

(vi) Proof of payment towards Tender Fee.

(vii) Copy of agreement confirming evacuation of full capacity generated power


from the WPP

Signature of Bidder

Company Seal

Tender No: GIPCL/WIND-200 MW/2017

Page 144 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No 3


FINANCIAL INFORMATION
FINANCIAL DATA FOR LAST THREE AUDITED FINANCIAL YEAR

Sr.
Description FY 2014-15 FY 2015-16 FY 2016-17
No.

1 Current Assets

2 Current Liabilities

3 Working Capital (1-2)

4 Annual Turnover

5 Paid up share capital

6 Free Reserves and Surplus

7 Net Worth of Bidder Funds

8 Profits Before Taxes

9 Return on Equity

Attached are copies of the last three audited balance sheets, including all related notes,
and income statements as indicated above, complying with the following:

i) All such documents reflecting the financial situation of the bidder.

ii) Historic financial statements must be audited by a certified accountant and must be
complete, including all notes to the financial statements.

iii) Historic financial statements must correspond to accounting periods already


completed and audited (no statement for partial periods shall be accepted).

IV) Filling up of All information is mandatory. Not providing any information or not in line
with audited reports accompanied shall make Bid liable for rejection.

V) Bidders have to submit necessary Authentic and Independent Credit Ratings


Certificates from reputed institution such as CRISIL/ICRA etc. along with Bid
submission.

Signature of Bidder
Company Seal

Tender No: GIPCL/WIND-200 MW/2017

Page 145 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No 4


Not Applicable
LETTER OF AUTHORITY
[Proforma for Letter of Authority for Attending Subsequent 'Negotiations' /
'Un-priced Bid Opening' / 'Price Bid Opening']

Ref: Date:

M/s.Gujarat Industries Power Co. Ltd.,


PO: Petrochemicals
Dist. Vadodara-391 346
Gujarat, India.

Sub : Tender No. GIPCL/WIND-200 MW/2017 for Supply, Installation and


Commissioning of up to 200 MW Capacity Wind Power Project on turnkey
basis including Project location(s) at suitable site(s) in the State of Gujarat.

Dear Sir,

I/We, ----------------------------------- hereby authorize the following representative(s) for


attending any 'Negotiations' / 'Meetings', 'Un-priced Bid Opening', 'Price Bid
Opening' and for any subsequent correspondence / communication against the above
Bidding Documents:
[1] Name & Designation : ---------------------------------
Signature : ---------------------------------
Phone/Cell : ---------------------------------
Fax : ---------------------------------
E-mail : ---------------------------------

[2] Name & Designation : ---------------------------------


Signature : ---------------------------------
Phone/Cell : ---------------------------------
Fax : ---------------------------------
E-mail : ---------------------------------

We confirm that we shall be bound by all commitments made by aforementioned


authorized representative(s).
Yours faithfully,
Place:
Date:
[Signature of Authorized Signatory of Bidder]

Name:
Designation & SEAL

Note: This "Letter of Authority" should be on the "letterhead" of the Firm / Bidder and
should be signed by a person competent and having the 'Power of Attorney' to bind the
Bidder. Not more than 'two [02] persons per Bidder' are permitted to attend Pre-bid
meeting, "Techno-commercial / Un-priced" & "Price Bid" Openings.

Tender No: GIPCL/WIND-200 MW/2017

Page 146 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No.5

PROFORMA FOR NO DEVIATIONS CERTIFICATE

(Refer clause no 2.8.21 of ITB)


Date:

To,
Shri S N Purohit
Addl. General Manager (BD & BO),
Gujarat Industries Power Company Ltd.,
P.O. - Petrochemicals,
DIST: Vadodara-391346.

Sub: No Deviation Certificate regarding Tender for Design, Engineering, Procurement,


Manufacturing, Supply, Installation & Commissioning, Performance Testing of up
to 200 MW Capacity Wind Power Project on turnkey basis including project
locations at suitable site(s) in State of Gujarat in India with its comprehensive
Operation & Maintenance for 20 years

Dear Sir,

We, __________________________________(Bidders name), confirm our


acceptance to all terms and conditions mentioned in the Tender Document, and all
subsequent clarifications, in totality and withdraw all deviations raised by us, if any.
Further, we declare that all the pages of tender document including all attachments have
been read and signed this declaration as a token of acceptance of tender document.

Company Seal Signature of Bidder

Tender No: GIPCL/WIND-200 MW/2017

Page 147 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No 6

DECLARATION
To,
M/s.Gujarat Industries Power Co. Ltd.,
PO: Petrochemicals
Dist. Vadodara-391 346
Gujarat, India.

Sub : Tender No. GIPCL/WIND-200 MW/2017 for Supply, Installation and


Commissioning of up to 200 MW Capacity Wind Power Project on turnkey
basis including Project location(s) at suitable site(s) in the State of Gujarat.

Dear Sir,

We hereby confirm that we are not under any 'liquidation', any 'court receivership' or similar
proceedings and 'bankruptcy' and we agree that if any noticed in future, our Bid may be
rejected / terminated.

In case the bidder has any dispute in court of law of any kind which can affect the
manufacturing, supply, installation, commissioning of WEGs & O&M Contract, in such
case the bidder shall furnish the status of all cases along with all relevant documents.

Signature of Bidder
Company Seal

Tender No: GIPCL/WIND-200 MW/2017

Page 148 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No 7

AGREED TERMS & CONDITIONS

Sub : Tender No. GIPCL/WIND-200 MW/2017 for Supply, Installation and


Commissioning of up to 200 MW Capacity Wind Power Project on turnkey
basis including Project location(s) at suitable site(s) in the State of Gujarat.

Bidders Name:

This Questionnaire duly filled in, signed & stamped must form part of Bidders Bid and
should be returned along with Un-priced Bid. Clauses confirmed hereunder need not be
repeated in the Bid.

Sr.
Description Bidders Confirmation
No.

Confirm that quoted prices are with


1
comprehensive O&M for 20 years.

Confirm quoted prices will remain firm and


fixed (except for Statutory Variation and
2 imposition of new tax/levies) as per Tender
document till complete execution of the
order.
i) Confirm that rate/amount of Excise
Duty has been indicated in Price
Schedule. Statutory variation in Excise
Duty within contractual delivery period
shall be to Purchasers account.
ii) If there is any variation in Excise duty
3 at the time of supplies for any
reasons other than statutory variation
the same will be borne by bidder.
iii) Confirm in case of delay on account of
bidder, any new or additional taxes and
duties imposed after contractual
delivery shall be to bidder's account.
Indicate item wise rate of Sales
Tax/VAT on finished products :
i) CST against C' form.
ii) VAT (in case supplies are made within
4
originating State).
iii) Statutory variations if any in CST/VAT
within contractual delivery period shall
be to Owner's account.
Confirm transit insurance is included in the
5
quoted prices.

Signature of Bidder
Company Seal
Tender No: GIPCL/WIND-200 MW/2017

Page 149 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No.7 contd

Confirm acceptance of relevant Terms of


6
Payment specified in the Bid Document.
Confirm that SPBG (10% of value of land,
engineering, supply, erection etc without
7
O&M as per clause 4.8) will be furnished as
per Bid Document.
Confirm compliance to completion Schedule
8
as specified in Bid document.
i) Confirm acceptance of price
reduction schedule for delay in
completion period specified in Bid
9 document.
ii) In case of delay, the bills shall be
submitted after deducting the price
reduction due to delay. Confirm.
Confirm goods to be supplied by you shall
10 be guaranteed for Performance as per Bid
document.
Confirm your offer is valid for 180 days
11 from the bid due date or extension if any of
Techno- commercial Bids.
(a) Confirm Documentation & Testing
charges as per Technical
Specifications/Bid Document are
inclusive in your quoted prices.
12 (b) Inspection shall be carried out by
Owner/Third Party as envisaged in the
bid document. Please confirm that no
extra charges shall be payable to you
on this account.
i) Confirm acceptance of
complete Bid Document (all
13 sections).
ii) Confirm that printed terms and
conditions of bidder are not applicable.
Confirm all the raw materials &
components and those required to be
imported for the manufacture and supply of
14 items will be independently procured by you
at your cost and expenses. Purchaser will
not provide any Import License for the
same.
Please furnish EMD details :
(i) DD/BG No. & date
15
(ii) Value
(iii) Validity

Signature of Bidder
Company Seal

Tender No: GIPCL/WIND-200 MW/2017

Page 150 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No.7 contd

Confirm that Balance sheets and Profit &


16 Loss A/c for the last three financial years
are furnished along with the Un-priced Bid.

Confirm that, in case of contradiction


between the confirmations provided in this
17 format and terms & conditions mentioned
elsewhere in the offer, the confirmations
given in this format shall prevail.

The bidder is required to state whether any


of the Directors of bidder is a relative of any
18 Director of Owner or the bidder is a firm in
which any Director of Owner or his relative
is a partner.

Confirm that you have not been banned or


de- listed by any Government or Quasi-
Government agencies or Public Sector
Undertakings. If you have been banned or
de-listed by any Government or Quasi-
19 Government agency or Public Sector
Undertakings, then this fact must be
clearly stated. If this declaration is not
furnished bid shall be treated as non-
responsive and liable for rejection.

Signature of Bidder
Company Seal

Tender No: GIPCL/WIND-200 MW/2017

Page 151 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No 8

PROFORMA FOR FURNISHING DETAILS OF PAST EXPERIENCE IN WIND POWER


PROJECTS DURING LAST THREE YEARS (TURNKEY PROJECT)

a. Details of Wind Project Order executed ( > 25 MW) wind farms on turnkey /EPC
basis in India with aggregate capacity of 50 MW in any one year in last three years
Sr Owners Site State Capacity WEG Model Date of Date of
No Name in MW with Hub Order Completion
with height/Rotor
Contact Dia
Details
1
2
:
n

b. Details of Operating Performance of Wind farm ( Under Bidders O&M scope)


Attach separate sheet for each wind farm (>25 MW)

Estimated Client
Rating CUF/Gen certificate for
Name of , type eration at Actual satisfactory
Customer & Total Date of Machine the time of Performan O&M
Site
with make capa- Commis Availability Order ce /Annual performance
Details
Contact of city -sioning * Generation (Y/N)
Details WEG *
(Kw)

*Bidder shall submit last 3 years data

Note: It is desired to submit operating data information for existing commissioned site if
same is offered to GIPCL. Not submission of adequate information will be presumed that
the performance is not on expected lines.

Company Seal Signature of Bidder

Tender No: GIPCL/WIND-200 MW/2017

Page 152 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No 8 Contd.

Details of Ongoing Projects/Orders (>25 MW Orders)

Sr No Name of the capacity Site/State Schedule Date Actual status of


Customer of Project as on Bid
Commissioning submission date

Note:Bidder furnished authentic data.

Company Seal Signature of Bidder

Tender No: GIPCL/WIND-200 MW/2017

Page 153 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No 9

WORK SHEET FOR ESTIMATED ANNUAL ENERGY PRODUCTION (TO BE QUOTED


FOR EACH MODEL & SITE SEPARATELY)

Bidder shall furnish calculations for estimated Annual Energy Production (AEP) of the wind
farm based on actual micrositing of WEGs for each site. Procedure followed viz.
WAsP/PARK method or any other method and factors considered for calculating AEP
shall be detailed in the offer.

The bidder shall furnish the following in soft copy:

MAP file containing topography / contour and roughness of the site and surrounding area
in digitized form.

Input wind data file for WAsP / PARK in the form TAB file. Chart showing year to year Wind
variation.
Time series Wind Data (speed & direction) or Directional Frequency Distribution Data in
the following table:
Capacity of WEG : Power Law Index :

Hub Height : Air Density at site :

Location: Standard Air Density :

TABLE I
Class Mid Frequency Total Wind Wind Speed Power Power
Interval Wind Percent Hours Speed at interpolated Output Output
Speed measured at hub at at Site
height of height Standard Air
.m of.m Air Density
Density

m/sec m/sec % Hrs m/sec m/sec kW kW

Total Generation (kWh)

Details of Reference Met Mast of NIWE (C-wet) near each of offered site be furnished

Obtaining correct site information with relevant details for working out AEP shall
be the responsibility of the bidder.

Company Seal Signature of Bidder

Tender No: GIPCL/WIND-200 MW/2017

Page 154 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No 9 Contd

Following information summary for Estimated Generation which has direct bearing on
working out AEP should be furnished by Bidders :

Sr.No Particulars Information as per Bidder


1 Preliminary Information

(i) Bidder Name :

(ii) Site Name :

(iii) Numbers and Rating of WEGs offered :

(iv) Total capacity :

(v) Name and Height of Ref Wind Mast :

Availability and Period of NIWE verification


(vi) :
report for Ref.Wind Mast

Period of wind data of Ref. wind Mast


(vii) :
considered in estimation of generation

Wind speed at Mast height and 50 meter


(viii) :
as per NIWE report

Wind Power Density at Mast Height and 50


(ix) :
meter as per NIWE report

(x) Hub height and Rotor Dia of offered WEG :

Detail of Gross generation per WEG


2 with Air density and Wake loss
corrections considered as per WAsP

(i) Air Density( Kg/m3)

(ii) Wake Loss/Park Efficiency (%)

Gross generation per WEG with above


(iii)
correction (Lac kwh)

Company Seal Signature of Bidder

Tender No: GIPCL/WIND-200 MW/2017

Page 155 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No 9 Contd

Details of Basic Net Generation (P50)


3
per WEG by applying basic corrections:

(i) Machine Availability (%)

(ii) Grid Availability (%)

(iii) Internal /Transmission Losses

(iv) Any other correction (specify)

Estimated Saleable Energy at ABT P-50 P-75 P-90


metering point (Net Generation)(P-50)/ (P-
(v) 75) and (P-90) per WEG after applying
above correction on Gross generation (Lac
kwh)

vi) No of WEGs in Wind farm


Estimated Saleable Energy at ABT
metering point (AEP) (P-50)/ (P-75) and
vii) (P-90) for entire Wind Farm after applying
above correction on Gross generation (Lac
kwh) ( v * vi)

Note:

(1) GIPCL will independently work out energy estimation based on the
data furnished by Bidder through Consultant. The lower of the two
estimated AEP i.e. worked out by Bidder and that worked by Owners
Consultant and accepted by GIPCL @P-90 level shall be considered
for Bid evaluation and the same shall be binding to the Bidder.

(2) Bidder to provide estimated generation WEG vise at P-50,P-75 and P-


90 level with Uncertainties considered at P-50 P-75 and P-90 level.

(3) Bidder to provide co- ordinates of existing and proposed surrounding


WEGs .

4) In absence of any required data, OWNER/Consultant will assume


/apply correction factor as per their own judgment which would be
binding to Bidder.

Company Seal Signature of Bidder

Tender No: GIPCL/WIND-200 MW/2017

Page 156 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No.10

GUARANTEED POWER CURVE OF WEG OFFERED

Sr. Wind Speed Power Thrust Co-efficient


No. (m/s) (kW) (C1)
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25

Air Density ..

Reference of Certified Power Curve be given and a copy thereof furnished.

Signature of Bidder
Company Seal

Tender No: GIPCL/WIND-200 MW/2017

Page 157 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No.11

BID ELIGIBILITY CRITERIA FORM

Sr. No.as Item Referen


per Bid ce of
Eligibility Support
Criteria ing
Docume
nt

A. TECHNICAL
1 The bidder should have its name & the offered model of Wind
Electric Generator (WEG) included in the latest list of
Manufacturers of Wind Electric Generators / Wind Turbine
equipment RLMM list published by National Institute of Wind Energy
[Formerly known as Centre for Wind Energy Technology (C-WET),
Ministry of New & renewable Energy (MNRE) and Government of
India.
2 The offered model of WEG shall be of 1500 kW rating or above.

3 The bidder should have designed, engineered, manufactured,


supplied, erected, tested and commissioned, on turnkey basis, Wind
Power Project of aggregate capacity not less than 50 MW comprising
of wind electric generators (WEGs) of unit rating of 1500 kW or above
in any one year in the last three years as on date of submission of the
bid.
4 The bidder/Lead Consortium Partner in case of JV, should be a
manufacturer of wind energy equipments
5 The quoted model of WEG(of offered rotor dia and Hub height by
Bidder ) should have been installed and commissioned by the bidder
and is under operation at least for one year. Bidder to furnish
Supporting data.

6 All equipment shall be new and shall comply with all regulatory
requirement for establishing wind/renewable energy project in India &
Gujarat
7 The quoted model of WEG should have Type Certification from an
accredited test house such as RISO Denmark, DEWI - Germany,
Germanischer LLOYD - Germany, NIWE or any other agency approved
by Ministry of New and Renewable Energy (MNRE), Government of
India. Such Type Certificate should be valid as on the date of opening
of the bid. Copy of Type Certificate along with copy certified power
and thrust curve shall be submitted with the bid. Certified power curve
and thrust curve should be in graphics as well as tabular form.

Company Seal Signature of Bidder

Tender No: GIPCL/WIND-200 MW/2017

Page 158 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No.11 contd.


Sr. Item Reference of
No. Supporting
Document

8 The bidder should have the experience of successful


operation and maintenance of at least one wind farm of 25
MW capacity having WEGs of 1500 kW rating or above, for
a period at least of one year as on the date of submission
of bid.
9 The offered Land should be eligible for establishing wind
project as per MNRE / NIWE / Nodal Agency /
Government guideline and regulations if any etc. For this
Due diligence with respect to eligibility to established the
wind project as on Bid submission date to be carried out by
the bidder prior to offering of the site(s).
10 The WEG supplier shall have manufacturing unit for critical
component established in India and should have with
repair & service facilities fully established and functioning
with requisite set up in India.
11 The bidder / developer / subsidiary company/associate, in
case of revenue /Govt. land, should be either in possession
or should have been allotted or must be having clear
recommendation of allotment/lease of adequate land for
wind farm development from designated authority or
should have private land ( Only permitted on Ownership
basis with Sale deed and NA clearance with 7/12 entry) ,
required for installation of the project.
12 The WEGs design should ensure smooth interconnection
with the grid and shall comply with prevailing norms and
standards for grid connectivity specified by SLDC /CEA/
Regulatory authorities.
13 The company shall be capable of providing post
commissioning trouble shooting, operation and
maintenance services to achieve high standards of
performance as prescribed in Request for Proposal (RFP).
14 The wind farm capacity shall be minimum 25 MW for the
offered site.
B FINANCIAL
1 Annual turnover of the bidder in any one of the three
preceding financial years should not be less than Rs.5
crores for every MW capacity offered or at least Rs 250
Crores ( Rupees Two Hundred Fifty Crores), whichever is
higher for the total capacity offered by Bidder.
2 Net worth of the bidder should be positive for Financial
Year ended on 31.03.2017 as per audited financial
statement.
Documentary evidence in support of above is to be enclosed.

Company Seal Signature of the Bidder

Tender No: GIPCL/WIND-200 MW/2017

Page 159 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No.12

TECHNICAL PARTICULARS OF QUOTED MODEL OF WEG

GENERAL DATA
1 Make of WEG
2 Type & Class
3 Rated Output
4 Current (Amps.)
5 Voltage (V)
6 Voltage Variation (%)
7 Frequency Variation (%)
8 Asymmetry Variation (%)
9 Wind Speed at rated output (m/sec)
10 Cut in Wind Speed (m/sec)
11 Cut out Wind Speed (m/sec)
12 Re-Cut in Wind Speed (m/sec)
13 Tip Speed (m/sec)
14 Survival Wind Speed (m/sec)
15 Hub Height (m)
16 Rotor Speed (rpm)
17 Nacelle Tilt angle
18 Regulation
19 Designed max. temperature (deg. C)
20 Designed Life (Years)
21 Designed Turbulence
Intensity
22 Noise Level (also specify (dB)
distance)
23 Frequency (Hz)
24 Maximum Designed Rotor
Speed
25 Pitch angle for regulated
machine
26 Rotor Orientation (up wind)
27 No. of blades
28 Rotor diameter (m)
WEIGHT
1 Rotor (kg)
2 Nacelle (kg)
3 Tower (kg)
4 Total (kg)

Company Seal Signature of Bidder

Tender No: GIPCL/WIND-200 MW/2017

Page 160 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No.12 contd...


GENERATOR
1 Make
2 Rated Power output (kW)
3 Type Synchronous /
asynchronous
4 Output Voltage and RPM
5 No. of Poles
6 Insulation Class
7 Protection Class
8 Coupling
9 Current (Amps)
10 Frequency
11 Dual Speed / Variable Speed
12 Type of Cooling :
If forced cooling, the
a) Type & Quantity of
Coolant
b) Pump rating
13 Motor make and rating
a) No. of Phase
b) Motor duty cycle
14 kVAr Consumption of
Generator at:
- No Load
- 25% Load
- 50% Load
- 75% Load
- 100% Load
ROTOR
1 Blade material
2 Make
3 Number of Blades
4 Rotor diameter (m)
5 Swept area (sq. m)
6 Length of blade (m)
7 NACA Specification
8 Blade Profile
9 Weight of each blade
10 Reference Standards
11 Lightning Protection for
Blades

Company Seal Signature of Bidder

Tender No: GIPCL/WIND-200 MW/2017

Page 161 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No.12 contd...


TOWER
1 Height (m)
2 Type
3 Material
4 No. of Sections
5 Mode of Assembly
6 Ladder Type
7 Safety System
8 Surface treatment protection
9 No. & type of landing
platforms
10 Make
11 Type of reptile protection
YAWING SYSTEM
1 Make & Type
2 Gear Ratio
3 Rated capacity of yaw motor (kW)
4 No of Yaw motors
5 Type of Yaw Brake
6 No. of Yaw brakes
BRAKE SYSTEM
1 Areo Dynamic
i) Type
ii) Control
2 Mechanical or Other Type
i) Make and Type
ii) Position
iii) No. of calipers
iv) Motor capacity (kW)
GEAR BOX (If required for the system)
1 Type / Model
2 Gear Ratio
3 No. of Steps
4 Max. power transmission (kw)
5 Lubricants
6 Designed life
7 Make
8 Type of Oil Cooling
9 Weight without oil (kg)
10 Quantity of Oil
HUB
1 Make & Type
2 Material

Company Seal Signature of Bidder

Tender No: GIPCL/WIND-200 MW/2017

Page 162 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No.12 contd...


MAIN SHAFT
1 Make & Type
2 Material
MAIN BEARING
1 Make
2 Type & Specification
COUPLING
1 Make
2 Type & Specification
NACELLE
1 Material
2 Type of Nacelle Bed
3 Facility of Loading &
Unloading
4 Lightning Protection
REACTIVE POWER COMPENSATION (required for WEGs with Synchronous
generator)
1 Capacity (KVAR)
2 Number of capacitor units
3 No. of Steps
4 Designed life of capacitors
5 Type
6 Make
7 Current (Amps)
8 Estimate kV Arh Consumption
as percentage of annual kWh
generation
9 Power Factor at : Loads after
compensation :
- No Load
- 25% Load
- 50% Load
- 75% Load
- 100% Load
POWER PANEL
1 Voltage
2 Short Circuit Level
3 Rating of main MCCB
4 Provision for earth fault
protection
5 Dimension
6 Relevant standards
SENSORS
1 List of Sensors
(Please attach separate
sheet)

Company Seal Signature of Bidder

Tender No: GIPCL/WIND-200 MW/2017

Page 163 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No.12 contd...


CONTROL SYSTEM
1 Type
2 List of display
(please attach separate
sheet)
3 List of error message
(please attach separate
sheet)
4 List of annunciation
(please attach separate
sheet)
5 Stop features
6 Remote Control Facility
7 Printer facility
8 Details of special accessories
(Like Lap-top computer) for
retrieval of parameters
including power curve data
9 Details of AC Dc AC
Converters / Inverter System
(for variable speed (WEGs)
DETAILS OF CMCS (Power Cable between Generator and Power Panel)
1 Type & make
2 Conductor material
3 Conduct Size
4 No. of core
5 Ref. standard
ISO 9000 CERTIFICATION
1 Category of Certification
2 Date of Certification
DETAILS OF WIND MONITORING MAST
1 Make of Wind measuring
system
2 Make of Mast Structure
3 Height of Mast

Signature of Bidder
Company Seal

Tender No: GIPCL/WIND-200 MW/2017

Page 164 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No.13

TECHNICAL DATA FOR TRANSFORMER

Sr. Description Requirement


No.
1 Service Outdoor /
Indoor
2 Type Outdoor /
Indoor
3 Rating kVA
4 Rated Frequency Hz
5 Number of Phase
a) HV No.
b) LV No.
c) Neutral (separate outside) No.
6 Rated Voltage
a) HV kV
b) LV kV
7 Vector Group Star / Delta
8 Type of Cooling ONAN / ONAF
9 Insulation Level
a) Power Frequency withstands kV rms
(HV/LV)
b) Impulse withstand Voltage (HV/LV) kV
c) Power frequency with stands(neutral) kV rms
10 Method of earthing
11 Duty
12 Short Circuit level kA
13 Off Circuit tap changer
a) Range %
b) In steps of
c) Tapping provided on HV Side
14 Tap Changer Type
15 Temperature rise above 400 C ambient :
0
a) Top of oil by thermometer C
0
b) Winding by Resistance C

Company Seal Signature of Bidder

Tender No: GIPCL/WIND-200 MW/2017

Page 165 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No.13 contd


Sr. Description Unit Requirement
No.
16 Terminal details :
a) HV side
b) LV Side
17 Losses (at 750C and principal tapping) :
a) No load loss at rated voltage and kW
frequency
b) Load loss at rated current (ONAN) kW
c) Total loss maximum rated power kW
18 Efficiency at 750C and 0.9 PF :
a) At full load (ON AN) %
b) At 75% load (ON AN) %
c) At 50% load (ON AN) %
19 Impedance voltage on rated MVA base %
at rated
current and frequency for the Principal
tapping 75
Deg.C.
0
20 Hot spot temperature in winding limit to C
21 Shipping dimensions :
a) Height mm
b) Breadth mm
c) Length mm
22 Painting
23 Reference standards
24 Make
25 Minimum creep age distance mm/kV
26 Overall dimensions (L x B x H) mm
27 % Impedance (+ 10% Tolerance) %
28 Quantity of Oil liters
29 Details of Instruments and protection
provided with the Transformer (Make &
Type)

Signature of Bidder
Company Seal

Tender No: GIPCL/WIND-200 MW/2017

Page 166 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No.14

TECHNICAL PARTICULARS OF VCB

Sr. No. Particulars Specification


1 Service
2 Make &Type
3 Rating
4 Circuit breaking capacity (KA)
5 Short circuit withstand capacity
6 Operating time
7 Wt. of V.C.B.
8 Insulation level
9 Impulse withstand voltage
10 Overall dimension

Note: Bidder is required to submit specifications of other items viz. LA, CT, PT,
Isolators,Control & Relay panel,RSJ pole with DP structure,Insulator,Dog and
Panther conductor and single line diagram of the whole wind farm from WEG
upto grid sub-station.

Signature of Bidder
Company Seal

Tender No: GIPCL/WIND-200 MW/2017

Page 167 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No.15

SOURCE OF COMPONENTS
Sr. Item Description Vendor(s) Source Select list of Wind
No. Country Projects where similar
components of vendor
is installed and
Operating In India as of
now.
1 Generator
2 Blade
3 Hub
4 Tower
5 Yawing System
6 Brake calipers
7 Hydraulic Disc Brake
System
8 Main Shaft
9 Main Bearing
10 Local Control System
11 Gear Box
12 Distribution Transformer
13 Horn Gap Fuse
14 Lightening Arrestor
15 Interconnecting cable
from WEG to
Transformer
16 AB Switch
17 HT system Vacuum /
SF6Circuit breaker
18 Flexible coupling
19 Power Panel
20 Control Panel
21 Capacitors
22 Wind Mast
23 CMCS
24 AC-DC-AC Converter /
Inverter for variable
speed
25 Flexible cables
26 PVC cable
27 Contactors
28 MCCBs
29 Sensors (furnish
information for all type of
sensors)
30 Gear Oil

Company Seal Signature of Bidder

Tender No: GIPCL/WIND-200 MW/2017

Page 168 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No.16

Detailed proposal of power evacuation for the up to 200 MW WEP approved / to be


approved at point of interconnection of State Grid

1) To furnish all relevant technical details like single line diagram of the
proposed system indicating voltage & length of line, conductor size, capacity of
proposed equipment / sub-station and line, etc. along with its technical specification
of general nature and approval from State Transmission Utility for Power
Evacuation.

2) To furnish detailed calculations for losses in Transformer(s), HT Line, EHV Line etc
up to the point of interconnection.

3) GETCO/CEIG/Concern Nodal Agency approval for power evacuation and Electrical


scheme
4) Metering and Protection drawing as Approved /submitted to GETCo

Signature of the Bidder


Company Seal

Tender No: GIPCL/WIND-200 MW/2017

Page 169 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No.17


DRAFT ACTIVITY CHART
(to be submitted for each site)

Bidder shall furnish Bar Chart for the following activities and his plan to for implementation
of the project to meet the completion date. This information shall be in addition to detailed
project schedule and other information he is required to furnish as part of his offer. The
activities indicated herein are minimum activities for which bidder shall furnish the required
information. Bidders are encouraged to furnish more detailed information in their offer.

Bidder shall submit the details of Manpower deployment at site during execution as well as
during O & M Stage.

Note: Bidder must submit above details WEG wise with Start to End activities week wise.

Company Seal Signature of Bidder

Tender No: GIPCL/WIND-200 MW/2017

Page 170 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No. 18

LIST OF COMPONENTS HAVING LIFE LESS THAN 20 YEARS

Sr. Description of Item Make Expected Life


No.

Signature of the Bidder


Company Seal

Tender No: GIPCL/WIND-200 MW/2017

Page 171 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No. 19

DRAWINGS TO BE ENCLOSED BY THE BIDDER

The Bidder should enclose the following drawings with the bid:

i. Contour plan and layout, Plot Plan of Wind Farm

ii. WEG Tower Foundation

iii. Single line schematic diagram of electrical system for grid interfacing
and grid interconnection from WEG up to grid substation.

iv. Construction drawings of electrical installations including unit substations


control & metering station, EHV substations, overhead lines etc.

v. General arrangement drawings and circuit diagrams of major electrical


equipments.

Signature of the Bidder


Company Seal

Tender No: GIPCL/WIND-200 MW/2017

Page 172 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No.20

DETAILS OF LAND (FOR EACH SITE) FOR WIND POWER PROJECT

Sr. Item Particulars


No.
1 Nearest Village / Town
2 Location with respect to nearest village / town
3 Taluka /Tehsil
4 District
5 State
6 Nearest Railway station
7 Nearest Airport
8 Nearest Highway
9 Altitude of area
10 Land area (Ha) of the Wind farm. Detail break up
to be given
11 Total Land area(Ha) to be transferred to GIPCL
12 Approx Land area per WEG to be transferred to
GIPCL
13 Whether land already been acquired or is in
process of acquiring
14 Ownership Details (Also indicate basis of holding
Ownership/lease/sub-lease)
15 Approach details
16 Estimated installed capacity considering WEG
model
17 Nearest C Wet/MNRE Wind Monitoring Mast
18 Distance & direction from nearest C Wet / MNRE
Wind Monitoring Mast
19 Details of Wind Monitoring Mast installed by the
Bidder in this land (if any) i.e. height of mast, date
of establishment of mast, date of closing of data
collection (in case mast is already removed)
20 Whether sanction of project obtained or yet to be
obtained.

Note:

The Bidder should give all relevant documents to satisfy OWNER regarding above
information and attach extra sheets (if necessary).

Signature of Bidder
Company Seal

Tender No: GIPCL/WIND-200 MW/2017

Page 173 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No. 21

DETAILS OF WIND DATA (for each site)

Sr. Item Particulars


No.
A. Details of Wind Mast
1 Whether Wind mast of C WET /Bidders
own
2 Source of wind data (Published or own
data)
3 Distance & direction from the proposed
site
(To mark on SOI map Can be discussed
on site offered)
4 Height of wind mast
5 Make of data logger (in case of own mast)
6 Whether approved by MNRE/State Nodal
Agency - GEDA
(in case of own mast)
7 Period of Wind data collection
8 Whether measurement has been carried
out at two heights (If yes then indicate the
heights)
B Details of wind data to be furnished
along with the offer
1 Annual frequency distribution in tabular
form
2 Annual wind rose data in tabular form
3 Annual average Air Density (mention
source)
4 Annual average power law index (mention
source)

Signature of Bidder
Company Seal

Tender No: GIPCL/WIND-200 MW/2017

Page 174 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No. 22

Details of LAND for the Proposed Project

A. Land for WEGs

Land
Site Allotment
Sr. Revenue Village/Taluka/ Type of Order Ref/
WEG No. Co-ordinates
No. Survey District Land Document
No. proof ref.
/ Bid Page
1
2
3
4
5
6
7
8
9
10
11

.
..
N

B. Land for Pooling Sub-Station

Survey No. Land


Name of Area of
Sr. of Land for Type of Document
Pooling Sub- Capacity Sub-
No. Proposed Land proof ref.
Station Station
Sub-Station / Bid Page

Total Land For Receiving S/S (Ha)


Total Land For Receiving S/S whose
Documents submitted in Bid (Ha)
Status of Pending Land (Ha)

Company Seal Signature of Bidder


Tender No: GIPCL/WIND-200 MW/2017

Page 175 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No.22 contd

C. Land / ROW for Transmission Line

GETCO S/S Location of


Pooling S/S with Survey
with Transmission Status of
evacuation No. of
evacuation Tower (if ROW / Land
Voltage Tower
Voltage finalized)

Total Area requirement for Transmission


Line (Ha)
Total Area requirement for Transmission
Line document submitted in Bid (Ha)
Status of Balance Land / ROW for
Transmission line (Ha)

Company Seal Signature of Bidder

Tender No: GIPCL/WIND-200 MW/2017

Page 176 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No. 23

STATUS OF GETCO PERMISSION FOR POWER EVACUATION ARRANGEMENT

A Evacuation Arrangement Bidder Remarks


Name of Site
Offered MW
Pooling s/s location
Pooling s/s location Existing/New
If new, Land survey Nos Identified for Pooling
s/s with Ref Pages in Bid document for Land
status
Name of GETCO s/s approved for
evacuation
B Status of GETCO Approval for evacuation
Details of in principle approval with capacity
Status of System study ,If completed,
certificate from GETCO
Status of approval of evacuation scheme &
deposition of charges /reservation of capacity
by GETCO as on date /bank guarantee with
Furnish Ref Details of
proof
Documents in Bid
Total distance between Pooling s/s to document. Furnish
GETCO s/s /Interconnecting point additional details&
Power evacuation/Transmission Line Existing/New explanation if required.
Status of RoW For transmission line
If RoW available, pl furnish survey Nos with
supporting documents.
Status of Feeder bay at GETCO s/s with
approval status

Note:

Bidder has to submit all documentary proofs along with the bid submission i.e.
system study status/ GETCO certificate/ Capacity offered/ Fee submission /Power
evacuation status/ status of ROW / Status of Pooling S/s etc at the time of Bid
submission.

Company Seal Signature of Bidder

Tender No: GIPCL/WIND-200 MW/2017

Page 177 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No.23 contd

Pl furnish bar chart covering all activities planned for evacuation arrangement to
meet commissioning schedule of the project as per follows:

Months from zero date (Placement of LOI)


Sr. 1 2 3 4 5 6 7 8 9 10 11 12
No. Project Activity
GETCO approval for
1 evacuation
Approval of GETCO
for Check and Detail
survey for
2 Transmission line
GETCO approval for
Construction of
Power line & Feeder
extension bay at
3 GETCO s/s
4 Land for Pooling S/s
ROW for
5 Transmission Line
Placement of orders
for Equipments at
pooling s/s & Feeder
6 bay
Placement of orders
for Transmission
7 Line work
Erection of Pooling
s/s & feeder bay
8 extension
Erection of
9 Transmission Line
Inspection By
GETCO, Electrical
Inspector &
permission for back
10 charging
Commissioning of
Line with back
charging/interconnec
11 ting

Company Seal Signature of Bidder

Tender No: GIPCL/WIND-200 MW/2017

Page 178 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No. 24


CHECK LIST
The bidders are advised in their own interest to ensure that the following points/aspects in
particular have been complied with in their offer failing which the offer is liable to be
rejected.
The check-list duly filled in must be returned along with the offer.
Sr. Particulars Compliance
No.
1. Whether Bank Draft/Bank Guarantee for the requisite earnest money has
been enclosed with the offer ?
If so furnish the following:-
i) Name of the Bank
ii) Value
iii) Number
iv) Date of issue
v) Period of validity of the Bank Draft/Bank Guarantee
2. Have the rates, prices and totals, etc. been checked thoroughly before
uploading & Digitally signing the tender (only on (n) Procure portal)?
3. Whether all the pages of offer (Part-I only) have been signed & stamped
by authorized signatory?
4 Has the offer (Part-I only) been submitted in one original plus one copy?
5. Is the offer (Part-I only) being sent by Registered post or proposed to be
dropped in tender box ?
6. Has it been ensured that there are no over-writings in the offer (Part-I
only)? Have the corrections been properly attested by the person
signing the offer (Part-I only)?
7. Are the pages of the offer (Part-I only) consecutively numbered and an
indication given on the front page of the offer as to how many pages are
contained in the offer?
8. Has the offer been prepared in sufficient details/ clarity so as to avoid
post tender opening clarifications/ amendments?
9. Whether a copy of latest income tax clearance certificate has been
enclosed?
10. Whether details of your registration under Sale Tax/Central Sales Tax
have been indicated in the offer?
11. Whether necessary literature/catalogue of the equipment as well as
spare parts thereof has been attached with the offer?
P-1 : Turnkey Project Cost (only on (n) Procure portal)
P-2 : Operation & Maintenance cost year wise (only on (n) Procure
portal)
P-3 : Break-up of Supply of Equipment (only on (n) Procure portal)
P-4 : Break-up of Construction, Erection, testing & Commissioning Cost
(only on (n) Procure portal)
P-5 : List of Mandatory Spares

Signature of Bidder
Company Seal

Tender No: GIPCL/WIND-200 MW/2017

Page 179 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

BID SUBMISSION FORM


(SCANNED COPY TO BE SUBMITTED ON N PROCURE
AS A PART OF TECHNICAL BID (PART-I (UN-PRICED) )

Letter Ref. No.___________


To,
Addl. General Manager(BD & BO),
Gujarat Industries Power Co Ltd,
P .O Petrochemicals,
Dist: Vadodara-391 346

Ref.: Submission of Bid for setting up ..........MW (Indicate Capacity offered for the
Site) Wind Power Project at ......... (Indicate Site Name) in response to RFP-
GIPCL/WIND-200 MW/2017 for setting up of up to 200 MW Wind Power Project in
the State of Gujarat.
Dear Sir,
In response to your above RFP, we are pleased to submit our Bid as per following
details:

Dear Sir,

We have read the RFP along with Amendments / Clarification / Corrigendum / Addendum
issued till date and submitted Bid in line with provision of GIPCL RFP.

Authorised Signatory Date :

Company Seal Place :

Note:
1. Separate Bid Form to be submitted for each Bid / Site / Option.
2. Original copy of this Bid Submission Form to be enclosed with Technical Bid (Part-I) to
be submitted in Physical Form as per Bid Instructions.
3. Opening of this Form on n-Procure Platform deemed to be considered as Opening of
Technical Bid (Part-I) and hence opening of Physical Technical Bids Part-I in presence
of Bidders representative will not be mandatory on part of GIPCL.
Tender No: GIPCL/WIND-200 MW/2017

Page 180 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

SCHEDULE OF PRICES

All Schedules of Prices to be submitted online only to the following web site on or
before Bid Submission Due Date :

https://www.nprocure.com

or

https://gipcl.nprocure.com

(As per Bid Submission Instruction of RFP)

Tender No: GIPCL/WIND-200 MW/2017

Page 181 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No. P-I


Tender No.:GIPCL/WIND-200 MW/2017
Name of Site :
Proposed installed capacity .. MW
SCHEDULE OF PRICE- I
(For offered model, separate sheet for each Site)
This schedule of price to be submitted in electronic format only to
https://www.nprocure.com or https://gipcl.nprocure.com strictly as per Bid Submission
Instruction of RFP.

Sr. Particulars Unit Price


No. (Firm & Fixed) (in Indian Rupees)
1. Design, engineering, manufacture, supply & delivery at site
of WEG consisting of nacelle assembly, generator, blades,
tower etc; Central Monitoring and Control System (CMCS),
control panels, power & control cables, 66kV or above sub-
station including appropriate step-up transformer, VCB,
CTs, PTs, C&R panels, DC system etc; micrositing;
carrying out required civil work; erection, testing &
commissioning of WEGs; cost of internal 33/22/11 kV line;
EHV sub-station 66 KV or above with necessary
equipments and materials, grid extension (i.e. external
overhead line up to grid sub-station (termination end), bay
extension or creation of additional facilities at grid
substations) interfacing with grid sub-station; arranging
insurance of all equipments covering transit and storage at
site till commissioning and take over, and all other works
enabling wind power project work complete in all respects
as per scope of work inclusive of all types of taxes including
GST, duties, levies etc. including cost of land, obtaining
Right of way and all permissions for wind farm site and power
evacuation facilities and transmission line up to GETCO s/s .
2. No. of WEGs offer with Model No. and Rating
3. Total Price
NOTE :
1. The Price should be written in both in words & figures. No correction in price should
be done.
2. Quoted Price should be FIRM and in Indian Rupees Only (for Indian and Foreign
bidders both).
3. Any item of work not mentioned in the above particulars but written elsewhere in the
scope of work or in Technical Specification or essentially required for completion of
works, proper operation and maintenance of wind farm, safety of equipment and
operating personnel shall be deemed to have been included in the above
particulars.
4. The prices mentioned at this page shall be taken into consideration for evaluation of
bids. Any variation observed elsewhere in the bids shall be ignored while evaluating
the bids.
5. The prices quoted should be inclusive of all taxes, duties and levies including VAT/
WCT/ Cess/GST, etc.
Company Seal Signature of Bidder

Tender No: GIPCL/WIND-200 MW/2017

Page 182 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No. P-II


Tender No.:GIPCL/WIND-200 MW/2017
Name of Site :
Proposed installed capacity .. MW
SCHEDULE OF PRICE- II
(Operation and Maintenance Charges for Wind Farm Project, Separate Sheet for each site)
Comprehensive charges of operation and maintenance of the wind farm facility project
after the date of successful completion of stabilization of last WEG of the offered wind farm
(1st year to 20th year) including supply of spares, consumables, tools, tackles, crane
arrangement, testing equipments and instruments, lease charges, man power including
security personnel , insurance, fees/charges payable to Govt. agencies, liaison with all
govt. agencies, payment of all charges / levies for consuming active and reactive
power, all administrative work, maintaining records and submission to all concerned
authorities. Year-wise price to be furnished.
This schedule of price to be submitted in electronic format only
to https://www.nprocure.com or https://gipcl.nprocure.com strictly as per Bid
Submission Instruction of RFP.
Partic O&M Charges per W EG Annual O&M Statutory Charges per Other T Grand Discounti NPV
- per Charges with taxes for Annum for W PP/Wind Farm s, ot Total ng factor of
ulars Annum W PP/Wind farm if any al of for NPV O&M
S O&M @10.04 Char
ta charge % ges
tu s for year
to WPP/ % (E) wise
ry For
wind
farm
Year Annual Taxes O&M No. of Total Lease Transco CEIG Sched-
O&M & charges W EGs O&M Rental /DISCO Fee uling & (G+H (F+L) As per GERC
Charg Duties including Charges M Forcas- +I+J+ order (M X N)
es taxes Charges ting K)
(B+C) (D x E) Charges

A B C D E F G H I J K L M N O
1st 1
Yr.
2nd 0.9088
3rd 0.8258
4th 0.7505

5th 0.6820
6th 0.6198
7th 0.5632
8th 0.5119
9th 0.4652
10th 0.4227
11th 0.3841
12th 0.3491
13th 0.3172
14th 0.2883
15th 0.2620
16th 0.2381
17th 0.2164
18th 0.1966
19th 0.1787
20th 0.1624
Total

Tender No: GIPCL/WIND-200 MW/2017

Page 183 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No. P-II contd

Note :

1. The comprehensive O&M contract will be for 20 years considering design Life of
20 Years.

2. The Price should be written in both in words & figures. No correction in price
should be done.

3. The O&M charges should be quoted on Firm Basis.

4. Statutory charges should be indicated separately based on present rates.

5. Any item of work not mentioned in the above particulars but written
elsewhere in the scope of work or technical specifications or essentially
required for efficient operation and maintenance of wind farm, safety of
equipment and operating personnel, shall be deemed to have been included
in the above particulars.

6. The prices mentioned at this page shall be taken into consideration for
evaluation of bids. Any variation observed elsewhere in the bid shall not be
applicable.

7. Any incentive subsidy granted by Central/State Government shall be to the


benefit of GIPCL.

8. Any statutory changes in taxes and duties/charges will be to GIPCLs


account. In case of any reduction/removal of taxes, the same shall be passed
on to GIPCL.

Company Seal Signature of the Bidder

Tender No: GIPCL/WIND-200 MW/2017

Page 184 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No. P-III


Tender No.:GIPCL/WIND-200 MW/2017
Name of Site :
Proposed installed capacity .. MW

SCHEDULE OF PRICE- III

BREAK-UP OF PRICE FOR SUPPLY OF EQUIPMENT


This schedule of price to be submitted in electronic format only to
https://www.nprocure.com or https://gipcl.nprocure.com strictly as per Bid Submission
Instruction of RFP.

Sr. Item Basic Custom VAT / Total


No. Price Duty / Service
Excise Tax/GST
Duty
Supply of Wind Electric
1 Generators complete in all
respect
2 Cost of Land
Supply of Central Monitoring &
Control System (CMCS) complete
in all respect with necessary
software, hardware, cables etc.
3 including provision for linking to
Owners office at Vadodara for real
time operating data of wind farm
and /or any other location on
sharing basis.
Supply of equipments, and
material for grid extension work
which includes transmission line
4
from wind farm to grid substation of
State utility and augmentation of
the utility sub-station
Infrastructure development
5
charges payable to government
All fees/charges towards
6 application, approval, clearances
etc.
Supply, Erection, testing &
7 Commissioning of system at
interconnection point
Any other item not covered
8 above (to be clearly specified by
the Bidder)
Total.

Company Seal Signature of Bidder


Tender No: GIPCL/WIND-200 MW/2017

Page 185 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No.P III contd

Note :
1. The Price should be written in both in words & figures. No correction in price should be
done.

2. At the point of inter connection with State grid system, the work shall need to be carried
out as per the approval of power utility and is included in the above price.

3. The work shall be carried out as per the I. E. Rules & Code of practice and prudent
utility practices along with the approvals of statutory authority.

4. The work of liaisoning with power utility for interconnection and its approval from them
and other agencies shall be the responsibility of the Contractor.

5. Providing of any / all items as required by the power utility for interconnection of wind
farm with grid is deemed to be inclusive in above rates.

6. Details of proposed power evacuation, i.e. type of power line and substation, etc.
proposed along with single line diagram should be provided with the Bid Response
Sheet no. 16.

7. The total of the break-up price (PIII + PIV) should match with the lump sum total price
quoted on turnkey basis in the price bid (Bid Response Sheet No. PI). In case of any
discrepancy, the price quoted in the price bid (Bid Response Sheet No. PI) shall be
considered final for evaluation of bids.

8. Any statutory changes in taxes and duties will be to GIPCLs account. In case of any
reduction/removal of taxes ,the same shall be passed on to GIPCL.

Signature of the Bidder


Company Seal

Tender No: GIPCL/WIND-200 MW/2017

Page 186 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No. P-IV

Tender No.:GIPCL/WIND-200 MW/2017


Name of Site :
Proposed installed capacity .. MW

SCHEDULE OF PRICE- IV

BREAK-UP OF COST FOR CONSTRUCTION, ERECTION, TESTING &


COMMISSIONING
(Pl fill up separate sheet Site wise)

This schedule of price to be submitted in electronic format only to


https://www.nprocure.com or https://gipcl.nprocure.com strictly as per Bid Submission
Instruction of RFP.

Sr. Item Basic VAT / Total


No. Price Service
Tax/GST
Civil works within the wind farm complete in
1
all respect
Erection, Testing & Commissioning of Wind
2
Electric Generators
Erection, Testing & Commissioning of unit
3 substation and shared internal lines for
evacuation of power.
Erection, Testing & Commissioning of
4 external evacuation system work including
interconnection at State grid.
Erection, Testing & Commissioning of grid
modified /extension work including
5
interconnection at State grid at GETCO sub-
station.

Total ..

The total of the break-up price (PIII + PIV) should match with the lump sum total price
quoted on turnkey basis in the price bid (Bid Response Sheet No. P-I). In case of any
discrepancy, the price quoted in the price bid (Bid Response Sheet No. P-I) shall be
considered final for evaluation of bids.

Any statutory changes in taxes and duties will be to GIPCLs account. In case of any
reduction/removal of taxes ,the same shall be passed on to GIPCL.

Signature of the Bidder


Company Seal

Tender No: GIPCL/WIND-200 MW/2017

Page 187 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Bid Response Sheet No. P-V

Tender No.:GIPCL/WIND-200 MW/2017


Name of Site :
Proposed installed capacity .. MW

SCHEDULE OF PRICE- V

LIST OF MANDATORY SPARES


(Please fill up separate sheet Site-wise)

This schedule of price to be submitted in electronic format only to


https://www.nprocure.com or https://gipcl.nprocure.com strictly as per Bid Submission
Instruction of RFP.

Sr. Item Basic VAT / Total


No. price/unit Service
Tax/GST
1 Blade
2 Transformers
3 Generators
4 Gearboxes
5 Main shaft
6 Yaw gear unit
7 Power panel
8 Blade Hyd. Unit.
9 Yaw motor and Hyd. Motor
10 VCB
11 Batteries (1 complete set for each
Application & each type) for WEGs
12 Controller each type
13 PLC Modules each type
14 Hyd. Brake unit with spare cylinders
Total ..
NOTE:
1. The minor Mandatory spare items have not been specified above, however to be
maintained by OEM as per their experience and standard practice.

2. In case of urgency or non-availability of spares with Contractor, the Contractor shall


arrange such spares immediately to avoid downtime. Any other items not included
in above list but as per actual requirements during later stage shall also be
arranged by Contractor at each site.

3. The responsibility of timely supply of spares to meet the maintenance works lies
with the Contractor.

Signature of the Bidder


Company Seal

Tender No: GIPCL/WIND-200 MW/2017

Page 188 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

ANNEXURE- I

BID FORM

To,
M/s.Gujarat Industries Power Co. Ltd.,
PO: Petrochemicals
Dist. Vadodara-391 346
Gujarat, India.

Sub : Tender No. GIPCL/WIND-200 MW/2017 for Supply, Installation and


Commissioning of up to 200 MW Capacity Wind Power Project on turnkey
basis including Project location(s) at suitable site(s) in the State of Gujarat.

Dear Sir,

After examining / reviewing the Bidding Documents For installation and commissioning
of up to 200 MW or _____ MW (Please mention the capacity offered) Wind Power Project
on EPC basis with O & M for 20 years Including "Specifications & Scope of Work",
"General Conditions of Contract [GCC]", "Special Conditions of Contract [SCC]" and
"Schedule of Rates [SOR]", etc. the receipt of which is hereby duly acknowledged, we, the
undersigned, pleased to offer to execute the whole part of the work and in conformity with
the said Bid Documents, including Addenda / Corrigenda.

We confirm that this Bid is valid for a period of 180 days "from the bid due date or
extension if any", and it shall remain binding upon us and may be accepted by any time
before the expiry of that period.

Until a final Agreement is prepared and executed, the Bid together with your written
acceptance thereof in your Letter of Intent shall constitute a binding Agreement between
us.

We understand that Bid Document is not exhaustive and any action and activity not
mentioned in Bid Documents but may be inferred to be included to meet the intend of the
Bid Documents shall be deemed to be mentioned in Bid Documents unless otherwise
specifically excluded and we confirm to perform for fulfillment of "Agreement" and
completeness of the Work in all respects within the time frame and agreed price.

We understand that you are not bound to accept the lowest priced or any Bid that
you may receive.

Place: [Signature of Authorized Signatory of


Bidder]

Date : Name :
Designation :
Company Seal :

Duly authorized to sign Bid for and on behalf of ________________________________

Tender No: GIPCL/WIND-200 MW/2017

Page 189 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Annexure-II

PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT


(To be executed on non-judicial stamped paper of appropriate value)

B.G. No._____________________ Date : ____________

1. WHEREAS M/s.Gujarat Industries Power Company Limited having its Corporate


Office at PO: Petrochemicals, Dist.Vadodara 391 346, Gujarat State, India
(hereinafter called The Company Owner which expression shall unless
repugnant to the subject or context includes its legal representatives, successors
and assigns) has issued tender paper vide its Tender
Nofor -------------------------------------------
(hereinafter called the said tender) to M/s.
(hereinafter called the said Tenderer(s) which expression
shall unless repugnant to the subject or context includes their legal representatives,
successors and assigns and as per terms and conditions of the said tender,
the tenderer shall submit a Bank guarantee for Rs.. (Rupees
..only) towards earnest money in lieu of cash.

2. We ..Bank having its branch office at


do hereby undertake to pay the amount due and payable under this
guarantee without any demur, merely on a demand from the Company stating that
in the opinion of the company which is final and binding, the amount claimed
is due because of any withdrawal of the tender or any material alteration to the
tender after the opening of the tender by way of any loss or damage caused to or
would be caused or suffered by the Company by reason of any breach by the said
tenderer(s) of any of the terms and conditions contained in the said tender or
failure to accept the letter of Intent Agreement or that the amount covered
under this Guarantee is forfeited. Any such demand made on the Bank by the
owner shall be conclusive as regards the amount due and payable by the Bank
under this guarantee, However, our liability under this guarantee shall be restricted
to an amount not exceeding Rs..(Rupees..only).

3. We undertake to pay to the Company any money so demanded not


withstanding any dispute or disputes raised by the tenderer (s) in any suit or
proceeding pending before any office, court or tribunal relating thereto our liability
under this present guarantee being absolute and unequivocal. The payment so
made by us under this bond shall be a valid discharge of our liability for payment
there under. Our liability to pay is not dependent or conditional on the owner
proceeding against the tenderer.

4. The guarantee herein contained shall not be determined or affected or


suspended by the liquidation or winding up, dissolution or change of
constitution or insolvency of the said tenderer(s) but shall in all respect and for all
purposes be binding and operative until payment of all money due or
liabilities under the said contract(s)/ Order(s) are fulfilled.

2.

Tender No: GIPCL/WIND-200 MW/2017

Page 190 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

-2-

5. We ..Bank Ltd. further agree that the guarantee herein contained shall
remain in full force and effect during the period that would be taken for the
finalization of the said tender and that it shall continue to be enforceable till the said
tender is finally decided and order placed on the successful tenderer(s) and or
till all the dues of the company under or by virtue of the said tender have been fully
paid and its claims satisfied or discharged or till a duly authorized officer of the
company certifies that the terms and conditions of the said tender have been fully
and properly carried out by the said tenderer (s) and accordingly discharges the
guarantee.

6. That the Owner Company will have full liberty without reference to us and
without affecting this guarantee to postpone for any time or from time to time the
exercise of any of the power of the owner under the tender.

7. Notwithstanding anything contained herein before, our liability shall not exceed
Rs. (Rupeesonly) and shall remain in force
till.. (Date to be filled up shall be 180 days from the date of submission
of Bid).

Date. Bank
Corporate Seal of the Bank
By its constitutional Attorney

Signature of duly Authorized person


On behalf of the Bank
With Seal & Signature code

Note: BGs to be furnished from any of the banks listed at Annexure- VI of Volume I.

Tender No: GIPCL/WIND-200 MW/2017

Page 191 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Annexure-III

PROFORMA FOR CONTRACT SECURITY-CUM-PERFORMANCE GUARANTEE BY


SELLER / CONTRACTOR.
(To be executed on non-judicial stamped paper of approximate value)

B.G. No._____________________ Date : ____________


1. WHEREAS Gujarat Industries Power Company Limited having its office
at PO: Petrochemicals, Dist. Vadodara 391 346, Gujarat State, India (hereinafter
referred to as The Company/Owner w h i c h expressions shall unless
repugnant to the subject or context includes its legal representatives, successors
and assigns) has entered into a contract with M/s. ../
has placed a purchase order on M/s.(hereinafter
referred to as Contractor(s)/ Seller(s) which expression shall unless
repugnant to the subject or context includes their legal representatives,
successors and assigns ) for .on the terms and
conditions as set out inter alia, in the Companys contract No./
P.O.No...date and various documents forming part thereof
hereinafter referred to as the said contract which expression include all
amendments, modifications and/ or variations thereto and where as the
Contractor(s)/ Seller(s) has agreed for due execution of the entire contract and
guarantees its performance including any parts executed through any other
agencies/ subcontractors

AND WHEREAS one of the conditions of the said contract is


that contractor(s)/seller(s) shall furnish to the owner a Bank Guarantee from a
bank for .% (.percent) of the total value of the said contract against due
and faithful performance of the said contract including performance
guarantee obligations of the contractor(s)/seller(s) for execution/ supplies made
under the said contract.

2. We .Bank having its branch office at ...do


hereby agree and undertake to pay the amount due and payable under this
guarantee without any demur merely on a demand from the Company stating that
in the opinion of the Company, which is final & binding, the amount claimed
is due by reason of default made by the Contractor(s)/ Seller(s) in performing any
of the terms & conditions of the said Contract including defect liability obligations,
in fulfilling the performance guarantee obligation or loss or damage caused to or
would be caused to or suffered by the Company by reason of any breach by the
said Contractor (s)/ Seller(s) of any of the terms & conditions of the contract. Any
such demand made on the Bank by the owner shall be conclusive as regards the
amount due and payable by the Bank under this guarantee. However our liability
under this guarantee shall be restricted to Rs.
(Rupeesonly).
3. We undertake to pay to the Company any money so demanded not
withstanding any dispute or disputes raised by the contractor(s)/ Seller(s) in any
suit or proceeding pending before any office, court or tribunal relating thereto our
liability under this present guarantee being absolute and unequivocal. The payment
so made by us under this bond shall be a valid discharge of our liability for
payment there under. Our liability to pay is not dependent or conditional on the
owner proceeding against the Contractor(s)/ Seller(s).
..2
Tender No: GIPCL/WIND-200 MW/2017

Page 192 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

-2-

4. The guarantee herein contained shall not be determined or affected or


suspended by the liquidation or winding up, dissolution or change of
constitution or insolvency of the said Contractor(s)/ Seller(s) but shall in all respect
and for all purposes be binding and operative until payment of all money due or
liabilities under the said contract(s)/ Order(s) are fulfilled.

5. We ..Bank further agree that the guarantee herein contained shall


remain in full force and effect during the period that would be taken for the
performance of the said Contract(s)/ Order(s) and that it shall continue to be
enforceable till all the dues of the company under or by virtue of the said
Contract(s)/Order(s) have been fully paid and its claims satisfied or discharged or
till a duly authorized officer of the Company certifies that the terms and
conditions of the said Contract(s)/Order(s) have been fully and properly carried out
by the said contractor(s) and accordingly discharges the guarantee.

6. We Bank further agree with the Company that the company shall have
the fullest liberty without our consent and without affecting in any manner our
obligations hereunder to vary any of the terms and conditions of the said
Contract(s)/ Order(s) or to extend the time of performance by the said Contractor(s)
Seller(s) from time to time or to postpone for any time or from time to time any of
the powers exercisable by the Company against the said Contractor(s)/
Seller(s) and to forbear or enforce any of the terms and conditions relating to the
said Contract(s)/ Order(s) and we shall not be relieved from our liability by reason
of any such variation, or extension being granted to the said Contractor (s) /
Seller(s) or for any forbearance, act or omission on the part of the Company
or any indulgence by the Company to the said Contractor(s)/ Seller(s) or by any
such matter or thing whatsoever which under the law relating to sureties would, but
for this provision, have affect of so relieving us.

7. Notwithstanding anything contained herein before, our liability shall not exceed
Rs.(Rupeesonly) and shall remain in force till....Unless
a demand or claim under this Guarantee is made on us within one monthfrom the
date of expiry we shall be discharged from all the liabilities under this guarantee.

Date. .Bank
Corporate Seal of the Bank By its constitutional Attorney
Signature of duly Authorized
person
On behalf of the Bank
With Seal & Signature code

Note: BGs to be furnished from any of the banks listed at Annexure -VI of Volume I.

Tender No: GIPCL/WIND-200 MW/2017

Page 193 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Annexure-IV

BANK GUARANTEE FOR ADVANCE PAYMENT


(To be executed on non-judicial stamped paper appropriate Value)

B. G. No. Date: _________

1. In consideration of Gujarat Industries Power Company Limited, having its office


at PO: Petrochemicals, Dist. Vadodara 391 346, Gujarat State, India
(hereinafter called The Company Owner which expression shall unless
repugnant to the subject or context includes its legal representatives, successors
and assigns) having agreed to make an advance payment of
Rs(Rupees..only) to M/s. . (hereinafter
called the said Contractor (s)/ Seller(s) which expression shall unless
repugnant to the subject or context includes their legal representatives, successors
and assigns) from the demand, terms and conditions of Contract/Order dated.
on production of a bank guarantee of equivalent amount.

2. We ..Bank having its branch office at ..do hereby


agree and undertake to pay the amount due and payable under this guarantee
without any demur, merely on a demand from the Company stating that in the
opinion of the Company which is final and binding, the amount claimed is due by
way of loss or damage caused to or would be caused to or suffered by the
Company by reason of non-payment / adjustment of any part of the said advance
or any dues to the company or any breach by the said Contractor(s)/seller(s) of
any of the terms and conditions contained in the said contract(s) orders(s) or by
reasons of the Contractor(s)/ Seller(s) failure to perform the said Contract(s)/
Order(s). Any such demand made on the Bank by the owner shall be conclusive
as regards the amount due and payable by the Bank under this guarantee,
However, our liability under this guarantee shall be restricted to an amount not
exceeding Rs..(Rupees..only).

3. We undertake to pay to the Company any money so demanded not withstanding


any claim dispute or disputes raised by the contractor (s)/ Seller(s) in any suit or
proceeding pending before any office, court or tribunal relating thereto our liability
under this present guarantee being absolute and unequivocal. The payment so
made by us under this bond shall be valid discharge of our liability for payment
there under. Our liability to pay is not dependable or conditional on the owner
proceeding against the Contractor(s)/ Seller(s).

4. The guarantee herein contained shall not be determined or affected or suspended


by the liquidation or winding up, dissolution or change of constitution or insolvency
of the said Contractor(s)/Sellers but shall in all respect and for all purposes be
binding and operative until payment of all money due or liabilities under the said
Contract(s)/Order(s) are fulfilled.

.2.

Tender No: GIPCL/WIND-200 MW/2017

Page 194 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

-2-

5. We ..Bank further agree that the guarantee herein contained shall


remain in full force and effect during the period that would be taken for the
performance of the said Contract(s)/Order(s) and that it shall continue to be
enforceable till all the dues of the company under or by virtue of the said
Contract(s)/Order(s) have been fully paid and its claims satisfied or discharged or
till a duly authorized officer of the Company certifies that the terms and conditions
of the said Contractor(s)/ Order(s)have been fully and properly carried out by the
said Contractor(s)/Seller(s) and accordingly discharges the guarantee.

6. Notwithstanding anything contained herein before, our liability shall not exceed
Rs.(Rupeesonly) and shall remain in force till
project completion date.. as per LOI reference..
dated

Date. .Bank

Corporate Seal of the Bank By its constitutional Attorney

Signature of duly Authorized


person
On behalf of the Bank
With Seal & Signature code

Note: BGs to be furnished from any of the banks listed at Annexure -VI of Volume I.

Address of Corporate Office should be referred in case of Foreign BG.

Tender No: GIPCL/WIND-200 MW/2017

Page 195 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

ANNEXURE-V
PROFORMA OF BANK GUARANTEE FOR
"CONTRACT PERFORMANCE FOR OPERATION & MAINTENANCE
(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)
B. G. No Date.

1. WHEREAS Gujarat Industries Power Company Limited having its office


at PO: Petrochemicals, Dist. Vadodara 391 346, Gujarat State, India
(hereinafter referred to as The Company/Owner which expressions shall
unless repugnant to the subject or context includes its legal
representatives, successors and assigns) has entered into a Contract with
M/s. . (hereinafter referred to as Contractor
which expression shall unless repugnant to the subject or context
includes their legal representatives, successors and assigns)for --------------------
--- on the terms and conditions as set out inter alia, in the Companys
Contract No./ P.O. No. .. date and various documents
forming part thereof hereinafter referred to as the said
Contract which expression include all amendments, modifications
and/or variations thereto and where as the Contractor has agreed for
due execution of the Operation & Maintenance Contract and guarantees its
performance including any parts executed through any other agencies/
subcontractors.

AND WHEREAS one of the conditions of the said Contract


is that Contractor shall furnish to the owner a Bank Guarantee from a
bank -----% (----- percent) of Operation & Maintenance Value for each year of
the said Contract against due and faithful performance of the said
Contract including defect liability obligations and the performance
guarantee obligations of the Contractor for execution/ supplies made under the
said Contract.

2. We .Bank having its branch office at ...do


hereby agree and undertake to pay the amount due and payable under this
guarantee without any demur merely on a demand from the Company stating that
in the opinion of the Company, which is final & binding, the amount claimed is due
by reason of default made by the Contractor in performing any of the terms &
conditions of the said Contract including defect liability obligations, in fulfilling the
performance guarantee obligation or loss or damage caused to or would be
caused to or suffered by the Company by reason of any breach by the said

Contractor of any of the terms & conditions of the Contract. Any such demand
made on the Bank by the owner shall be conclusive as regards the amount due
and payable by the Bank under this guarantee. However our liability under this
guarantee shall be restricted to Rs. (Rupeesonly).

3. We undertake to pay to the Company any money so demanded not withstanding


any dispute or disputes raised by the Contractor in any suit or proceeding pending
before any office, court or tribunal relating thereto our liability under this present
guarantee being absolute and unequivocal. The payment so made by us under
this bond shall be a valid discharge of our liability for payment there under. Our
liability to pay is not dependent or conditional on the owner proceeding against the
Contractor.
Tender No: GIPCL/WIND-200 MW/2017

Page 196 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

-2-

4. The guarantee herein contained shall not be determined or affected or suspended


by the liquidation or winding up, dissolution or change of constitution or insolvency
of the said Contractor but shall in all respect and for all purposes be binding and
operative until payment of all money due or liabilities under the said Contract/
Order are fulfilled.

5. We ..Bank further agree that the guarantee herein contained


shall remain in full force and effect during the period that would be taken for the
performance of the said Contract Order and that it shall continue to be
enforceable till all the dues of the company under or by virtue of the said Contract /
Order have been fully paid and its claims satisfied or discharged or till a duly
authorized officer of the Company certifies that the terms and conditions of the
said Contract/Order have been fully and properly carried out by the said
Contractor and accordingly discharges the guarantee.

6. We Bank further agree with the Company that the company shall have
the fullest liberty without our consent and without affecting in any manner our
obligations hereunder to vary any of the terms and conditions of the said Contract/
Order or to extend the time of performance by the said Contractor from time to
time or to postpone for any time or from time to time any of the powers
exercisable by the company against the said Contractor and to forbear or
enforce any of the terms and conditions relating to the said Contract/ Order and
we shall not be relieved from our liability by reason of any such variation, or
extension being granted to the said Contractor or for any forbearance, act or
omission on the part of the Company or any indulgence by the Company to the
said Contractor or by any such matter or thing whatsoever which under the law
relating to sureties would, but for this provision, have affect of so relieving us.

7. Notwithstanding anything contained herein before, our liability shall not exceed
Rs.(Rupeesonly) and shall remain in force till....Unless a
demand or claim under this Guarantee is made on us within three months from
the date of expiry we shall be discharged from all the liabilities under this
guarantee.

Date. .Bank
Corporate Seal of the Bank By its constitutional Attorney

Signature of duly Authorized person


On behalf of the Bank
With Seal & Signature code

Note: BGs to be furnished from any of the banks listed at Annexure -VI of Volume I

Tender No: GIPCL/WIND-200 MW/2017

Page 197 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Annexure-VI

LIST OF APPROVED BANKS

SCHEDULED PUBLIC SECTOR SCHEDULED FOREIGN BANKS


BANKS (INDIAN)

1. State Bank of India. 1. American Express Bank Ltd.


2. State Bank of Bikaner and Jaipur 2. Bank of American NT & SA
3. State Bank of Hyderabad 3. Bank of Tokyo Ltd.
4. State Bank of Mysore. 4. BNP Paribas
5. State Bank of Patialia. 5. Barclays Bank Plc
6. State Bank of Travancore. 6. Citi Bank NA.
7. Allahabad Bank 7. Deutsche Bank A.G.
8. Andhra Bank 8. Hongkong & Shanghai Banking Corpn.
9. Bank of Boroda 9. Standard Chartered Bank
10. Bank of India 10. JP Morgan Chase Bank NA
11. Bank of Maharashtra
12. Canara Bank
13. Central Bank of India
14. Corporation Bank
15. Dena Bank
16. Indian Bank
17. Oriental Bank of Commerce
18. Punjab National Bank
19. Punjab and Sind Bank
20. Syndicate Bank
21. Union Bank of India
22. UCO Bank
23. Vijaya Bank.
24. IDBI Bank

SCHEDULED PRIVATE SECTOR BANKS


(INDIAN)

1. Axis Bank Ltd.


2. ICICI Bank
3. HDFC Bank
4. Yes Bank
5. Indus Ind bank
6. Kotak Mahindra Bank

Tender No: GIPCL/WIND-200 MW/2017

Page 198 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

ANNEXURE VII
PREFERRED VENDOR LIST FOR ELECTRICAL ITEMS
Sr. Item Description Vendor Name
No.
1. WEG NIWE/MNRE approved
Cables: Control/Power CORDS CABLES INDUSTRIES LTD
PVC/Flexible NICCO CORPORATION LTD
UNIVERSAL CABLES LTD
THERMO CABLES LTD
SUYOG ELECTRICALS LTD.
POLYCAB
KEI INDUSTRIES LTD
APAR INDUSTRIES
LAPP CABLE
FINOLEX CABLE
HAVELLES CABLE
SWITCH BOARDS MV: GE INDIA INDUSTRIAL (P) LTD
MCC/PCC/PMCC DRAW OUT LARSEN & TOUBRO LTD-
2. SCHNEIDER ELECTRIC INDIA PVT. LTD
SIEMENS LTD-

UNIT/POWER TRANSFORMERS CROMPTON GREAVES LTD


ABB Ltd.
EMCO LTD
VOLTAMP TRANSFORMERS (P) LTD
3. AREVA T&D INDIA LTD.
SILCHAR
TRINITY
ATLANTA
GE TRANSFORMERS
NEUTRAL RSI SWITCHGEAR PVT. LTD.
4. GROUNDING SR NARKHEEDE ENGINEERING PVT. LTD
RESISTORS-High Voltage
LIGHTING FIXTURES BAJAJ ELECTRICALS LTD
5. FOR NONHAZARDOUS CROMPTON GREAVES LTD
AREA PHILIPS INDIA LTD,HEVELLS
H.V. CAPACITORS ABB LTD, BANGALORE
6. BHEL, BHOPAL
MADHAV CAPACITORS (P) LTD., PUNE
SWITCH BOARDS HV ABB LTD., NASIK
(INDOOR) WITH BHEL, BHOPAL
7.
VACUUM CIRCUIT SIEMENS LTD.
BREAKER(VCB) JYOTI LTD
GE POWERCONTROLS
AC POWER CONTACTOR/AUX SIEMENS
8.
CONTACTOR SCHNEIDER ELECTRIC INDIA PVT. LTD.
L&T,ABB
SIEMENS,CG
9. VACUUM CIRCUIT BREAKER ABB,AREVA
SCHNEIDER ELECTRIC INDIA PVT. LTD.
Tender No: GIPCL/WIND-200 MW/2017

Page 199 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

KALPA.BANGALORE
AUXILIARY TRANSFORMER (
10. POWER PACK
DRY TYPE)
VOLTAMP TRANSFORMERS
11. BATTERY (PLANTE TYPE) EXIDE,PANASONIC,AMRON
NUMERICAL RELAYS EXCEPT SIEMENS
12. GENERATOR PROTECTION
AREVA
PANEL
SIEMENS
L&TCONTROLS
CONTROL PANEL & SYNCH. ALSTOM
13.
PANEL
BHEL
ABB
HT CABLE TERMINATION KIT RAYCHEM
14.
3M
ABT METERS FOR GRID APPROVED VENDOR OF GRID AUTHORITY
15.
MONITORING(GETCO) GETCO
ABT METERS & ASSOCIATED SEMS
16. SYSTEM FOR INTERNAL CMS
MONITORING SCHNEIDER
SEMS
ABT BASED TARIFF METER
CMS
17. (Shall be approved by
SCHNEIDER
GETCO/STU)
L&T,
LEGRAND
SIEMENS
INDO ASIAN
MCB (MINIATURE CIRCUIT HAVELLS
18.
BREAKER)
ABB, SCHNEIDER
TELE MECHANIC
MINILEC
ABB
AREVA
19. CT/PT/CVT/EMVT
SIEMENS
CGL
GR POWER
ABB
20. ISOLATORS
SIEMENS
ELPRO,TRI TECH,DEVANG,IPL,TOPLINE
AREVA
ELPRO
21. LIGHTENING ARRESTER WS INDUSTRIES
ABB
CGL,OBLUM,LAMCO
SIEMENS,BACHMAN
22. PLC
ROCKWELL (ALLEN BREADLY)
23. ABB
SWITCHYARD CIRCUIT ALSTOM/AREVA
BREAKER CGL
SEIMENS
Tender No: GIPCL/WIND-200 MW/2017

Page 200 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

NOTES :
1. The final make selected out of the recommended makes listed above shall be
subject to Owner/consultants approval during detailed Engineering.
2. Wherever the make is not specified for any other items, the Bidder shall indicate
2 or 3 reputed makes, out of which Owner /consultant shall select any one
which is acceptable suggest an acceptable make. This shall have no price
implication In case of any make/Vendor proposed by Bidder is not mentioned in
above table, bidder has to submit proof that Vendor has been approved by
GETCO/DISCOM and will be valid till project completion period.
3. Major equipment/system vendor like HT switchgear, PLC System, LT Switchgear,
Transformers, Switchyard/transmission equipment offered by Bidder shall be
proven and shall have been supplied & successful commissioned. Bidder shall
submit the experience certificate of the same for each equipment.
4. The above vendor list is applicable for complete 200 MW /Offered MW by bidder.

Company Seal Signature of the Bidder

Tender No: GIPCL/WIND-200 MW/2017

Page 201 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Annexure VIII

VENDORS INFORMATION

1. Name of the Bidder(s) : __________________________________________

2. Address : Street _______________________________


City _______________________________
Postal Code _______________________________
State _______________________________

3. Contact Numbers : Tel. No. _______________________________

Mobile No. _______________________________


Fax No. _______________________________

Email ID _______________________________

4. Currency : __________________________________________

5. Excise Details : ECC No. _______________________________


Excise Reg. No. ____________________________
Excise Range _______________________________
Excise Division ______________________________
Excise Commissionerate ______________________

6. SSI Status : __________________________________________

7. CST No. : __________________________________________

8. LST No. : __________________________________________

9. Permanent A/c. No. : __________________________________________

10. VAT Reg./TIN No. : __________________________________________

11. Bank Account No. : __________________________________________

Signature of the Bidder

Company Seal

Tender No: GIPCL/WIND-200 MW/2017

Page 202 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Annexure IX

Annexure-IX Bid Evaluation Sample calculation

Evaluated Bid value/Levelized cost shall be discovered in line with bid evaluation
clause 2.4.

Bidder & Site A-2 B-1 C-3 Remarks

Capacity 50 100 75

Total EPC 20000 35000 25000


Cost( X1) In
Rs lakhs

O&M Cost/
Year

1 0 0 350

2 0 600 355

3 200 600 360

4 210 610 365

5 215 610 370

6 220 630 375

7 225 630 380

8 230 650 385

9 245 650 390

10 250 680 395

11 260 680 400

12 265 700 405

13 270 700 410

14 280 720 415

15 290 720 420

16 300 750 425

Tender No: GIPCL/WIND-200 MW/2017

Page 203 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

17 310 750 430

18 315 800 435

19 320 800 440

20 325 900 445

NPV Rate 10.04% 10.04% 10.04%

NPV of O&M Up to 2 decimal


Price( x2) 1815.00 5493.51 3573.53

AEP as per 1000 2500 1800


RFP Clause
4.23 For Bid
Evaluation(Y)

20 Year 20000 50000 36000


Generation(Y1
)-Lakh
Units(kwH)

EBV- Rs/kwh 1.09 0.81 0.79 Up to 2 decimal

Site Ranking L3 L2 L1

Note:
1. EBV calculated similarly for L4,L5 , L6 , L7 , L8 for illustration purpose is
shown in Table A of Annexure X

Tender No: GIPCL/WIND-200 MW/2017

Page 204 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Annexure X

Reverse Auction

Reverse Auction for Eligible sites/bidder shall be done as follows:

The reverse auction shall be conducted on https://www.nprocure.com.

Total eligible bidders or site for reverse auction shall be decided as mentioned
below:

1. Assuming that

T = Total number of techno-commercially qualified site

ST= Capacity of the total number of techno-commercially qualified


sites/bidders

Sk = Cumulative capacity till kth serial number site/bidder (not the kth rank
site/bidder) after ranking is done in ascending order from L1 onwards

SM = Total capacity of techno-commercially qualified sites/bidders after


ranking is done in ascending order from L1 onwards) such that (SM-1 < SE
MW and SM SE

SE = Eligible capacity for award

SE =
(Eligible capacity for (i) In case ST <200 MW; SE = 0.8 X ST,
award) (ii) In case ST 200 MW; SE = 0.8 X ST, subject to
maximum eligible capacity being 200 MW.

n= T, Where m =Total number


if T=m or m+1 of techno-commercially
m+(T-m)/2, qualified bidders (after
if Sm SE and T-m is ranking is done in
even ascending order from
m+(T-m+1)/2, L1 onwards) such that
if Sm SE and T-m is (SM-1 < SE MW and SM
odd SE) and 1mT

Tender No: GIPCL/WIND-200 MW/2017

Page 205 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

Total eligible bidders/Sites for e-Reverse Auction = Bidders/Sites from Sl. No. 1
to Sl. No. n.

For e.g. (Shortlisting of Sites/bidders for reverse auction):


Total bid capacity of techno-commercially shortlisted bidders = ST=435 MW
Eligible capacity for award = SE = 200 MW
Sm = 225 MW

Therefore, n = 3+ [(8-3+1)/2] = 6 as per the above formula. Therefore Site up to L6


Rank will be eligible for e-Reverse Auction as illustrated in table below:

Table-A

Sl. Techno Techno EBV Rank Capacity T M SE N


No. commercially commercially (MW)
qualified qualified Site
Bidder
1 C 3 0.79 L1 75 8 3 200 6
2 B 1 0.81 L2 100
3 A 2 1.09 L3 50
4 D 3 1.15 L4 25
5 A 1 1.20 L5 40
6 D 2 1.25 L6 70
7 C 1 1.32 L7 50
8 A 3 1.37 L8 25
Total 435 8 3 200 6

*Highlighted sites (up to L6) shall be eligible for e- Reverse Auction

Shortlisted bidders for Reverse Auction will be able to login into the
https://www.nprocure.com subject to registration by Bidder on n procure portal.

To participate in e-Reverse Auction, bidders have to create e-Auction USER


ID on www.auction.nprocure.com and it is mandatory to submit the same
alongwith physical Technical bid (In EMD cover); so that the bidder
shall be allowed to participate the e-Reverse Auction.

Decremental value and duration for the e-Reverse Auction shall be informed to
the qualified bidders before start of e-Reverse Auction. The L1 EBV shall be put
up for starting e-Reverse Auction. e-Reverse auction shall be for reducing the EBV
and the bidders have to reduce their EBV in decrement of value as decided before
start of e- Reverse Auction.

Tender No: GIPCL/WIND-200 MW/2017

Page 206 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

The reduction offered by the Bidder during e-Reverse Auction


Process on the EBV shall be considered for as an equivalent
reduction in Total EPC Price only, based on formula of EBV indicated
in Clause 2.4.4. Accordingly, final EPC Price will be arrived for all
contractual purposes based on lowest EBV quoted by the Bidder in
case of award of contract.

Quoted O&M cost for 20 years and AEP for 20 years shall remain
fixed and no change will be allowed in these parameters during e-
Reverse Auction.

Short listing of Successful Bidders/sites

After e-Reverse Auction process, successful site/bidder shall be decided on


lowest EBV. The bidders/sites shall be selected in the ascending order with lowest
quoted EBV (being L1) till the capacity is exhausted. However it is only GIPCL
prerogative and sole discretion to award order and same is binding to all bidders.
Qualification for e reverse auction or emerging L-1 etc make no compulsion for
GIPCL to award any capacity. It would entirely GIPCL prerogative to take final call
on award of work based on this exercise.

The lowest quoting site/bidder will be considered first for its qualified project
capacity and then, next higher site/bidder will be considered its qualified project
capacity and so on for ranking of bids till the total capacity (i.e. 200 MW) is
exhausted.

In case of tie, among two or more sites (i.e. their last quoted tariff being the same)
they will be considered in the chronological order of their last bid with preference to
that bidder/site who has quoted his last bid earlier than others.

In the above case (as mentioned in previous Section), if the time of quote also
become exactly same among the bidders at a tie, then the ranking among these
bidders shall be done as follow:

Step 1: Lowest rank will be given to the bidder who has quoted the lowest
in Financial Bid (Electronic Form) and so on. If there is also a tie among any
of these bidders, then the following step (Step 2) will be followed.

Step 2: Ranking will be done based on draw of lots.

The Successful sites/ bidders after e-Reverse Auction shall have to submit break-up
in line with their quoted price bid maximum within two days.

Tender No: GIPCL/WIND-200 MW/2017

Page 207 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

In all cases, GIPCLs decision regarding selection of bidder through Reverse


Auction or other- wise based on evaluated price and calculation of IRR at their end
etc or annulment of tender process shall be final and binding on all participating
bidders. Also, GIPCL shall reserve the right to choose /short close any capacity
lower than 200 MW at its sole discretion.

Tender No: GIPCL/WIND-200 MW/2017

Page 208 of 261


GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT

ANNEXURE-XI

Sample of Penalty calculation for Lower Machine Availability during Stabilization

After the commissioning, a maximum period of 60 (sixty) days will be given as stabilization
period to the bidder to complete the pending works and regularize the operation of the
WEG. However during the stabilization period, average monthly machine availability shall
not be less than 80% (Eighty percent),GIPCL shall ask for compensation for revenue loss
as Follows:

Example:

Sr No Particulars

A Rating of WTG (kWh) 2000

B Ideal Hours 60 days (Hrs) 1440

C Guaranteed CUF Accepted by GIPCL % 25%

D WTG generation @ 25 % CUF (Lakh Kwh) for 60 D=(A*B*C)/100000=7.2


Days with 96% Machine Availability lakh Kwh

E WTG generation @ 25 % CUF (Lakh Kwh) @ E=D*80/96=6 lakh kwh


80% MA

F Actual WTG Machine Availability 70%

G Expected WTG generation @ 25 % CUF (Lakh G=D*70/96=5.25 lakh


Kwh) @ 70% MA kwh

H Diffrence in generation between 80% & 70% H=0.75 lakh kwh


Machine Availability (Lakh Kwh)

I Penalty for lower Machine Availabilty in PPA I=1.5 Rs./Kwh


Tariif Rs./ kwh

J Expected PPA Tariif J=3.50 Rs/Kwh

K Financial Implication due to lower Machine K=H*I*J=3.94 Rs.Lakh


Availability

Tender No: GIPCL/WIND-200 MW/2017

Page 209 of 261

Вам также может понравиться