Академический Документы
Профессиональный Документы
Культура Документы
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only on any of these websites and will not be published in newspaper.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.
Page 1 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
Page 2 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
INDEX
VOLUME I
Section
Sr. No. Description
No.
10. Bid Response Sheets (BRS), Price Schedule and Annexure VIII
Page 3 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
INDEX
VOLUME II
Section
Sr. No. Description
No.
4. Performance of Work IV
Page 4 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
FOR
VOLUME - I
Page 5 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
INDEX OF VOLUME - I
Section
Description Page No.
No.
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)
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).
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.
Page 7 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
To,
Prospective Bidder
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 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
Page 8 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
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.
Page 10 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
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
Page 12 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
SECTION II
Page 13 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
CONTENTS OF SECTION - II
Clause
Description Page No.
No.
Page 14 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
SECTION-II
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.
Page 15 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
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.
2.1.9 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.
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
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.
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:-
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
B. Financial Criteria
Page 20 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
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.
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.
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.
Evaluated Bid Value (EBV) =EPC Cost + NPV of each year O&M Price of 20 years
AEP of 20 years
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
GIPCL will have option to place Order up to +10% of total capacity (200
MW) envisaged.
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.
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.
Page 23 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
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.
A: Part :I Technical with Tender Fee and EMD in Physical form (In a
separate sealed envelope each site wise)
Envelop I + Envelop II, both separately sealed and put in another sealed
cover super scribing Part I clearly as follows :
The Un-priced bid shall contain one duly signed and stamped on each
and every page of tender document and addenda, if any.
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
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)
To,
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.
Page 25 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
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
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.
2.8.8 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.
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
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.
2.8.25 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.
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.
Page 30 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
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.
Page 31 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
2.10.7 Any Bid received after the Due Date mentioned in the relevant Clause.
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.
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.
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.
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 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.
2.15.1 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).
Page 33 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
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.
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.
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,
(S N Purohit)
Addl. General Manager (Business Development & Baroda Operations)
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)
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.
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 .
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
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
Page 39 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
SECTION - IV
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.
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.
Completion Period shall mean the period by / during which the work shall be
completed as agreed herein between the Owner and the Contractor.
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.
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.
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).
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
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.
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.
Nacelle Assembly means set of generating equipment consisting of Gear Box and
generator.
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.
PLF shall mean Generation from each WEG or Entire wind farm as applicable may
be.
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].
PPA shall mean Power Purchase Agreement with DISCOMs / M/s.Gujarat Urja
Vikas Nigam Limited (GUVNL) by Owner/GIPCL.
Reactive Power shall mean the Reactive Power drawn from the grid and charged
by the Power utility from the Owner and measured in KVARh.
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
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
Page 44 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
4.4 DOCUMENT
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).
4.6.1 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.
4.6.4 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
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.
4.8.1 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.
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.
4.8.6 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.
4.9.1 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
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.
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.
4.9.5 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
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.
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.
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.
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.
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.
4.15.1 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.
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.
Page 52 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
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.
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.
Page 53 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
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.
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.
4.19.1 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
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.
4.20.1 If at any time before the work is taken over, Engineer In-charge shall :
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.
4.21.1 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.
4.21.3 All the aforesaid safeguards / rights provided for the Owner shall not
prejudice its other rights / remedies elsewhere provided herein and / or
under law.
4.22.1 The Contractor shall submit Completion Report of the Project to Owner. The
Completion Report shall consist of the following documents for each site(s) :
Page 56 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
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.
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.
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.
8. AEP of each WEG as per Wind Resource Assessment tool for the complete
wind farm for P50, P75 and P90.
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.
Page 58 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
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.
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.
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.
4.25.5 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.
4.25.7 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.
4.25.9 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.
4.26.1 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.
4.27.2 Inspection and acceptance of the work as above shall not absolve the
Contractor of any of his responsibility under this contract.
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.
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.
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 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 :
Page 63 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
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.
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).
Page 64 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
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.
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.
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.
Page 65 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER 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.
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.
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.
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.
Page 66 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
SECTIONV
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
Page 68 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
SECTION V
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.
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
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.
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:
Page 71 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
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.
5.6.1 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.
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.
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.
Page 73 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
concerned year.
The Operator shall pay 2% of annual O&M Charges for every 1% or part
thereof fall in machine availability of wind farm.
The Operator shall pay to the Owner the actual revenue loss as per
applicable tariff of the year.
For working out of Annual Average Machine Availability of the wind farm
following formula shall be considered:
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.
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
Page 74 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
5.9 LIAISON
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:
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.
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.
The Owner shall have the right to carry out inspections of the Metering
Systems from time to time to check their accuracy.
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.
Page 76 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
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.
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.
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.
Page 77 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
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
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.
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
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.
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.
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.
5.21.1 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
(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.
(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.
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.
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
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%.
Page 81 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
SECTION VI-A
SCOPE OF SUPPLY
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
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.
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.
Page 84 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
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 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 any item not specified but
essential for the wind farm.
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.
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.
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.
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
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.
Page 87 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
SECTION VI-B
Page 88 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
SECTION VI-B
The Scope of Installation, Testing & Commissioning covered under this specification
shall be but not limited to the following.
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.
Page 89 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
Fencing/wall with gate required around Transformer/DP yard, Pooling Sub station
as per statutory norms and around Control room/Office Building at Site.
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
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 bidder should have any of the following arrangements for Power evacuation.
3. The bidder shall furnish the Agreement along with the bid confirming
reservation of adequate power evacuation capacity for the project.(BRS 2)
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.
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.
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.
Page 91 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
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%
Bidders are requested to take note of the same and consider normative
Transmission losses accordingly.
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.
Any other specific Civil requirements for Project/Construction and O & M period
shall have to be provided.
Page 92 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
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.
The EPC Contractor shall give details of manpower to be deployed at the site for
store management, installation, testing & commissioning of wind power project.
6.11 GENERAL
Page 93 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
SECTION VI-C
Page 94 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
SECTION VI-C
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.
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.
Page 95 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
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 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.
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.
Page 96 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
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.
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 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.
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.
Page 98 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
The Contractor shall arrange for all the necessary tools and tackles including crane
for carrying out all the maintenance work covered under this contract.
6.20 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.
Page 99 of 261
GIPCL SETTING UP OF UP TO 200 MW WIND POWER PROJECT
SECTIONVII
TECHNICAL SPECIFICATION
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
SECTIONVII
The WEGs shall be capable of operating under the following grid conditions:
Voltage : 10%
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.
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
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
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.
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
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 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.
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
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
Each WEG shall have Aerodynamic and Hydraulic braking system for
protection of WEG.
7.9 TOWER
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:
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.
Separate control and power panels shall be provided with separate power circuit
for isolated operation of control circuit.
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.
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.
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.
Tubular tower should be painted with anti corrosion paint in accordance with
EN-ISO12944 (Part-4).
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:
(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)
(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)
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.
The bidder shall furnish technical data and documents complete in all respect as
per the requirement of bidding document.
The successful bidder shall carry out O&M checks at regular intervals as per OEM
recommendations and agreed preventive maintenance schedule.
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 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.
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.
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.
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.
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.
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.
7.23.2 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
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.
7.23.6 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.
7.23.9 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
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.
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.
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.
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.
All works shall be done as per statutory Acts, Rules and Regulations of the
Central / State Govt. and our own Authorities or as applicable.
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.
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.
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
failure of connectivity, Data will be stored in WEG controller and can be retrieved
after connectivity will be re-established.
The Bidder shall supply adequate numbers of AI/AO/DI/DO cards with taking care
of necessary spare channels for future requirement.
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.
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.
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.
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.
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.
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.
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.
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.
i) General
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.
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.
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
iv) Cement
v) Admixture
The concrete for trail mix shall be mixed in a mechanical mixer. The
mixing shall be according to IS: 4926-1976 (reaffirmed 1990).
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)
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.
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
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.
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
Shuttering
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 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 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
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.
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
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.
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
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.
NOTE: Bidder may include name of other reputed vendors who meets the requirement of
technical specification , subject to OWNER/ENGINEER approval.
Annexure B
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
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
SECTION VIII
CONTENTS OF SECTION-VIII
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
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
To,
M/s.Gujarat Industries Power Co. Ltd.,
PO: Petrochemicals
Dist. Vadodara-391 346
Gujarat, India.
9. Plant Details:
a) Location ------------------------------------------
b) Description ------------------------------------------
Signature of Bidder
Company Seal
Nos. Project to
Capacity / No. of
Name of Manufactured / which supplies
Size / Orders in
Equipment Supplied / have been
Model hand
Installed made
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]:
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
17. Bidder shall provide Quality Assurance Plan Manufacturing details for WEG
critical components as per attached format.
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
18. Bidder shall provide Quality Assurance Plan for site, details to be furnished as
per attached format.
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
LIST OF ENCLOSURES
To,
M/s.Gujarat Industries Power Co. Ltd.,
PO: Petrochemicals
Dist. Vadodara-391 346
Gujarat, India.
Dear Sir,
(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
(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
Signature of Bidder
Company Seal
Sr.
Description FY 2014-15 FY 2015-16 FY 2016-17
No.
1 Current Assets
2 Current Liabilities
4 Annual Turnover
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:
ii) Historic financial statements must be audited by a certified accountant and must be
complete, including all notes to the financial statements.
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.
Signature of Bidder
Company Seal
Ref: Date:
Dear Sir,
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.
To,
Shri S N Purohit
Addl. General Manager (BD & BO),
Gujarat Industries Power Company Ltd.,
P.O. - Petrochemicals,
DIST: Vadodara-391346.
Dear Sir,
DECLARATION
To,
M/s.Gujarat Industries Power Co. Ltd.,
PO: Petrochemicals
Dist. Vadodara-391 346
Gujarat, India.
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
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.
Signature of Bidder
Company Seal
Tender No: GIPCL/WIND-200 MW/2017
Signature of Bidder
Company Seal
Signature of Bidder
Company Seal
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
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)
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.
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.
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 :
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
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.
Following information summary for Estimated Generation which has direct bearing on
working out AEP should be furnished by Bidders :
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.
Air Density ..
Signature of Bidder
Company Seal
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.
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.
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)
Signature of Bidder
Company Seal
Signature of Bidder
Company Seal
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
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
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.
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.
The Bidder should enclose the following drawings with the bid:
iii. Single line schematic diagram of electrical system for grid interfacing
and grid interconnection from WEG up to grid substation.
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
Signature of Bidder
Company Seal
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
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.
Pl furnish bar chart covering all activities planned for evacuation arrangement to
meet commissioning schedule of the project as per follows:
Signature of Bidder
Company Seal
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.
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
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
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
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.
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.
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.
SCHEDULE OF PRICE- IV
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.
SCHEDULE OF PRICE- V
3. The responsibility of timely supply of spares to meet the maintenance works lies
with the Contractor.
ANNEXURE- I
BID FORM
To,
M/s.Gujarat Industries Power Co. Ltd.,
PO: Petrochemicals
Dist. Vadodara-391 346
Gujarat, India.
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.
Date : Name :
Designation :
Company Seal :
Annexure-II
2.
-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
Note: BGs to be furnished from any of the banks listed at Annexure- VI of Volume I.
Annexure-III
-2-
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.
Annexure-IV
.2.
-2-
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
Note: BGs to be furnished from any of the banks listed at Annexure -VI of Volume I.
ANNEXURE-V
PROFORMA OF BANK GUARANTEE FOR
"CONTRACT PERFORMANCE FOR OPERATION & MAINTENANCE
(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)
B. G. No Date.
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).
-2-
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
Note: BGs to be furnished from any of the banks listed at Annexure -VI of Volume I
Annexure-VI
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-
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
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.
Annexure VIII
VENDORS INFORMATION
Email ID _______________________________
4. Currency : __________________________________________
Company Seal
Annexure IX
Evaluated Bid value/Levelized cost shall be discovered in line with bid evaluation
clause 2.4.
Capacity 50 100 75
O&M Cost/
Year
1 0 0 350
2 0 600 355
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
Annexure X
Reverse Auction
Total eligible bidders or site for reverse auction shall be decided as mentioned
below:
1. Assuming that
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
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.
Total eligible bidders/Sites for e-Reverse Auction = Bidders/Sites from Sl. No. 1
to Sl. No. n.
Table-A
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.
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.
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.
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.
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.
ANNEXURE-XI
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