Sunteți pe pagina 1din 153

TENDER DOCUMENT

FOR

4MW WIND POWER PROJECT

Engineering, Procurement and Construction (EPC) contract for 4MW capacity wind
power project in Andhra Pradesh with its comprehensive operation &maintenance for
10 years.

New & Renewable Energy Development Corporation of Andhra Pradesh Ltd.


Regd.Office:5-8-207/2, Pisgah Complex,
Nampally, Hyderabad - 500 001.
Tel. off: +91-40-2320 2391, Fax: 040-23201666
Email: vc@nredcap.in,we@nredcap.in

1
DISCLAIMER
1. The Tender Bid document is not transferable.
2. This Bid document is issued by New & Renewable Energy Development Corporation of
AP Ltd (NREDCAP).
3. The Bid document is not a prospectus or offer on invitation to the public in relation to the
sale of shares, debentures or securities, nor shall this bid document or any part of it form
the basis of or be relied upon in any way in connection with, any contract relating to any
shares, debentures or securities.
4. In considering an investment, if any, in the proposed Project, each recipient should make
its own independent assessment and seek its own professional, technical, financial and
legal advice.
5. Whilst the information in this Bid document has been prepared in good faith, it is not and
does not purport to be comprehensive or to have been independently verified. Neither
NREDCAP nor any of their officers or employees, nor any of their advisers nor
consultants, accept any liability or responsibility for the accuracy, reasonableness or
completeness of, or for any errors, omissions or misstatements, negligent or otherwise,
relating to the proposed Project, or makes any representation or warranty, express or
implied, with respect to the information contained in this document or on which this
document is based or with respect to any written or oral information made or to be made
available to any of the recipients or their professional advisers and, so far as permitted by
law and except in the case of fraudulent misrepresentation by the party concerned, and
liability therefore is hereby expressly disclaimed.
6. The information contained in this document is selective and is subject to updating,
expansion, revision and amendment issued before due date. It does not, and does not
purport to, contain all the information that a recipient may require. Neither NREDCAP nor
any of their officers, employees nor any of its advisors nor consultants undertakes to
provide any recipient with access to any additional information or to update the
information in this document or to correct any inaccuracies therein which may become
apparent. Each recipient must conduct its own analysis of the information contained in this
document or to correct any inaccuracies therein that may contained in this document and is
advised to carry out its own investigation into the proposed Project, the legislative and
regulatory regime which applies thereto and by and all matters pertinent to the proposed
Project and to seek its own professional advice on the legal, financial, regulatory and
taxation consequences of entering into any agreement or arrangement relating to the
proposed Project.
7. This bid document, if includes certain statements, estimates, projections, designs, targets
and forecasts with respect to the Project, such statements, estimates, projections, targets
and forecasts, designs reflect various assumptions made by the management, officers and
employees of NREDCAP, which assumptions (and the base information on which they are
made) may or may not prove to be correct. No representation or warranty is given as to the
reasonableness of forecasts or the assumptions on which they may be based and nothing in
this document is, or should be relied on as a promise, representation or warranty.

Authorised Person: The VC & Managing Director, NREDCAP


Address: 5-8-207/2, Pisgah Complex, Nampally, Hyderabad 500 001
Tel: 040-23202391 . 23202262
Fax:040 - 23201666
Email: vc@nredcap.in; we@nredcap.in;
Place: Hyderabad
Date: 23.12.2016

2
New & Renewable Energy Development Corporation of Andhra Pradesh Ltd.,

TENDER No NREDCAP/WE/4MW/2016-17
(TWO PART BID)

BID DOCUMENT

DESCRIPTION OF THE WORK

Engineering, Procurement and Construction (EPC) contract for 4 MW(+15%)


capacity wind power project in Andhra Pradesh with its comprehensive operation&
maintenance for10 years.

SECTIO
N DESCRIPTION PAGE NO
Notice Inviting Tenders 1-7
I Scope of Supply and Work 8-44
II Eligibility criteria & contractors credentials 45-48
III Commercial Terms and Conditions 49-65
IV Special Condition of Contract 66-85
V Tender Evaluation Criteria 86-91
VI Safety Norms & EMS Requirements 92-93
VII List of Attachments 94-110
VIII Schedule of Price Offer 111-120
Regulations For Tenders And Contracts And Conditions
IX Of Tender 121-137
X Draft Contract Agreement for O&M 138-150
SECTION-I

New & Renewable Energy Development Corporation of Andhra Pradesh Ltd.,


Hyderabad - 500 001

NOTICE INVITING TENDER


NO. NREDCAP/WE/4MW/2016(TWO PART BID)

New & Renewable Energy Development Corporation of


Andhra Pradesh Ltd.,
1. Department Name
Hyderabad - 500 001

- - -
3. Tender Notice No. NREDCAP/WE/4MW/2016-17
Engineering, Procurement and Construction (EPC) contract
4. Name of Work for 4MW (+15%) capacity wind power project along with
its comprehensive operation &maintenance for 10 years.
4MW Capacity (+ 15%) Wind Power Project in Andhra
Capacity and Location of the
5 Pradesh
work

6. Estimated Contract Value Rs. 25 Crores


7. Period of Contract 2 months from the date of award of contract/LOI
8. Form of Contract LS
9. Tender Type Open Tenders, online
10. Tender Category EPC
11 Transaction Fee All the participating bidders who submit the bids have to
pay an amount of INR 10,000/-&applicable service tax as
levied by the Govt. of India on transaction fee through
online in favour of MD APTS. The amount payable to the
MD, APTS is non refundable

12. Bid Security (EMD)


Rs. 2.5% of the total cost-Rs.62,50,000/-

The EMD can be paid in any of the following modes:


a) In the form of crossed Demand Draft, or
b) In the form of a Bank Guarantee.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 1


13. Form of Bid Security a) DD shall be drawn in favour of ‘NREDCAP, payable at
Hyderabad.
b) The Bank Guarantee shall be obtained from any
nationalized bank in the prescribed format in favour of The -
VC & Managing Director, NREDCAP (refer to the
Attachent1). The B.G. shall have the validity up to 270 Days
with claim period of 90 days thereafter.
The Tenderer shall pay an amount of INR 50,000 plus
15% (or as in force) service tax by way of Demand Draft
in favour of NREDCAP, payable at Hyderabad. The copy
14. Processing Fee of the DD shall be uploaded and the original DD shall be
furnished along with the tender document to NREDCAP.

15. Bid Document Download Start 02.01.2017, 11.00 Hrs. onwards


Date

16. Bid Document Download End 17.01.2017, before 15.00 Hrs.


Date
17. 17.01.2017, before17.00 Hrs.
Bid closing date

18. Bid Submission Online


End date for submission of
hard copies of Technical bid
19 (scanned) with supporting 18.01.2017 , before 14.00 hours
documents

20. Bid Validity 180 days from the date of opening of Pre-qualification Bid

Pre-Qualification/ Tech. Bid


21. 18.01.2017at 15.00 Hrs.
Opening Date
22.
Price Bid Opening Date &
21.01.2017at 15.00 Hrs.
Time
23. Eligibility Criteria 1. Average Annual financial turnover during the last 3 years
in the previous 5 years, ending 31st March, 2016, should
be at least 60 Cr. The bidder has to provide the audited
balance sheet, etc to exhibit the turnover.
2. The bidder should have minimum Net Worth of Rs. 30 Cr.
The bidder shall have the prescribed Net Worth for the
year 2015-16. The bidder shall provide a certificate from
the Chartered Accountant with relevant details of basis for
arriving the net worth.
3. Only the manufacturers of the WTGs shall participate in
the bidding.
4. The bidder should have designed, supplied, erected and
commissioned wind power plants for an aggregate

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 2


capacity of at least 5 MW at single or multiple location.
5. The bidder should have executed a wind power plant with
a capacity of at least 2MW at single location.
6. The offered WTG shall have the rating of 1500kW and
above.
7. The offered WTG (model, make, etc) should have been in
continuous operation for at least one year as on the date
of submission of the bid.

Note: The supported documents relevant to meet the above


criteria shall be submitted. The bidder shall submit the
customers details along with contact persons of the
respective projects for ascertaining the performance of those
projects by NREDCAP directly, if required shall also be
furnished.

N.B:
1. The dealers or agencies are not allowed to participate in the tender.
2. The bidders are required to quote for full capacity of the project and not allowed to
quote for the part capacity.

24. Place of Opening of Tenders In the chambers of -VC & Managing Director ,
New &Renewable Energy Development Corporation of
Andhra Pradesh Ltd.
Regd.Office:5-8-207/2, Pisgah Complex,
Nampally, Hyderabad - 500 001.

25. Officer Inviting Bids VC & Managing DirectorNREDCAP


26. Address New &Renewable Energy Development Corporation of
Andhra Pradesh Ltd.
Regd. Office : 5-8-207/2, Pisgah Complex,
Nampally, Hyderabad -500001.

27. Contact Details Tel. off: +91-40-2320 2391, Fax: 040-23201666

23 Procedure for The Bidder shall submit his response through Bid
Bid submission submission to the tender on e-Procurement platform at
https://tender.apeprocurement.gov.inby following the
procedure.

T Bidder would be required to register on the e- procurement


market place https://tender.apeprocurement.gov.in and
submit their Bids online. Offline Bids shall not be
entertained by the Tender Inviting Authority for the
tenders published in e-Procurement platform.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 3


The Bidders shall submit their eligibility and qualification
details, EMD, Technical Bid, Financial Bid etc., in the
online standard formats displayed in e-Procurement web
site. The Bidders shall upload the scanned copies of all
the relevant certificates, documents etc., in support of
their eligibility criteria/Technical Bid/EMD and other
certificate/documents in the e-Procurement web site.

The Bidder shall sign on the statements, documents,


certificates, uploaded by him, owning responsibility for
their correctness/authenticity.
The Bidder shall upload the entire required documents
specific to the Bid document in the e-tender platform duly
signing each and every document. The bidder shall
invariably submit the hard copies of the Technical bid to
the Authorized Representative either personally or
through courier or post before the timelines as indicated
in this tender document. Non-submission of Technical bid
along with relevant documents shall lead to rejection of
tender.

24 Registration with e- For registration and online Bid submission, Bidders may
Procurement platform contact HELP DESK of Vupadhi Techno Services Pvt. Ltd,
1st Floor, Ramky Grandiose, Sy. No: 136/2&4, Gachibowli,
Hyderabad, Telangana 500032
https://tender.apeprocurement.gov.in.
1. Digital Certificate authentication:
1) The Bidder shall authenticate the bid with his Digital
Certificate for submitting the Bid electronically on e-
Procurement platform and the Bids not authenticated by
Digital Certificate of the Bidder will not be accepted on the
e-Procurement platform.
(OR)
Any other Registration Authority in India. The City-wise
list of RAs is available by clicking the link “Apply for a
Class-2 Certificate” under “Enroll”section in the web site:
www.tcs- ca.tcs.co.in/mca21/index.jsp”

34 Superscription on Tender The bidders shall mention the following superscriptions on


Cover ( Hard Copy) the tender cover:
i) Tender No
ii) Name of the Work
iii) Due Date and Time of Opening
iv) EMD PARTICULARS
v) Validity of the Tender

VC & Managing Director


NREDCAP

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 4


IMPORTANT INSTRUCTIONS

a) The bids shall be submitted online. All the documents to be submitted as softcopies shall be
signed & stamped, scanned and uploaded. Those documents which shall be submitted as
hard copies shall be signed, stamped and sent to reach the tender inviting authority on/before
the stipulated date & time.. List of the documents to be submitted in hard copies/ soft copies
is given in Annexure-A
b) Physical presence of the bidders is not required at the time of PQB/Technical bid opening or
Price bid opening.

C) PRELIMINARY EXAMINATION:

The “Bid” under e-procurement package will be opened to assess whether the Bidder qualifies
and whether his offer is technically acceptable and substantially responsive. The Purchaser
will examine the Bids to determine whether they are complete, whether required sureties have
been furnished, whether the documents have been properly signed, and whether the Bids are
generally in order. The bids of only such Bidders whose bids are technically and commercially
in accordance with the specification and who have submitted the necessary Bid Security in the
form required will be considered for opening of price bid.

A responsive Bid is the one which accepts and fulfils all the terms and conditions of this
specification and documents, supported by the necessary sureties, and are complete in respect
of details as asked for in the Bid document.

The responsive Bids received will be evaluated by the Purchaser to ascertain the lowest
evaluated Bid for complete works covered under these specifications and documents.

Bidder shall quote for full quantity against all items. Part bids are liable for rejection.

The purchaser is the final authority in deciding the above and his decision cannot be contended.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 5


CHECK LIST FOR THE CONTRACTORS

1.
EMD
DD No. . . . . . . . . . . . . . . . . . . . . . .
Dated. . . . . . . . . . . . . . . . . . . . . . .
For Rs. . . . . . . . . . . . . . . . . . . . . . .
Drawn on . . . . . . . . .. . . . . . . . . . . .

BG No . . . . . . . . . . . . . . . . . . . . . .
Dated. . . . . . . . . . . . . . . . . . . . . . .
For Rs. . . . . . . . . . . . . . . . . . . . . . .
Drawn on . . . . . . . . .. . . . . . . . . . . .

Value of the Offers shall be quoted in Part II –


2. Price Offer Only

3. APVAT No. & Area Code

Yes No
4. ITCC enclosed?
…………
Valid upto

5. List of completed works enclosed? Yes No

6. List of Works on hand enclosed?


Yes No

7. List of Personnel enclosed?


Yes No

8. List of Plant & Machinery enclosed? Yes No

9. Copy of the Balance Sheet and the copy of the Yes No


Profit & Loss Account for three years enclosed?

10. Tender schedule signed? Yes No

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 6


NREDCAP Terms Agreed
Yes No
11. Validity of the offer (180 days)
Yes No
12. Payment Terms
Yes No
13. Guarantee Clause
Yes No
14. Completion Time
Yes No
15 Technical specifications
Security Deposit Yes No
16.
Liquidated Damages Yes No
17.

Note: Deviation, if any, may be furnished in a separate sheet in the


following format:

Section No. Clause No. Detail

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 7


SECTION – I

SCOPE OF SUPPLY AND WORK

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 8


SECTION – I

Scope of Supply and Work

CONTENT

CLAUSE DESCRIPTION
NO.
I TITLE
II PREAMBLE
III LANGUAGE
CONTRACTOR’S SCOPE OF SUPPLY AND THE
IV TECHNICALREQUIREMENTS OF THE ITEMS TO BE
SUPPLIED THEIR IN
V DETAILED SPECIFICATION/ DESCRIPTION
1.0 LAND REQUIREMENT
TECHNICAL SPECIFICATION FOR WTG AND ASSOCIATED
2.0
EQUIPMENTS OF WPP (WIND POWER PLANT)
2.1 GENERAL
2.2 MICROSITING
2.3 WIND TURBINE GENERATORS (WTGS)
2.4 ELECTRICAL SYSTEMS OF WTGS
2.5 SURGE PROTECTION DEVICES
2.6 SOIL DATA
2.7 TOWER FOUNDATION
2.8 EARTHING AND GROUNDING
2.9 EQUIPMENT GROUNDING AGAINST GROUND FAULT
2.10 LIGHTNING AND OVER VOLTAGE PROTECTION
2.11 CABLING
2.12 ELECTRICAL INSTALLATION
2.13 GRID TIE-UP
2.14 STANDARDS
2.15 TRANSFORMERS
2.16 OTHER EQUIPMENTS
2.17 MACHINE PERFORMANCE GUARANTEE

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 9


PENALTY FOR SHORT FALL IN GUARANTEED MACHINE
2.18
AVAILABILITY
2.19 COMPENSATION FOR EXCESS REACTIVE POWER DRAWL
2.20 PENALTY FOR EXCESS INTERNAL LOSSES
2.21 TESTING OF WTGS
2.22 INSPECTION AND TESTING
2.23 DOCUMENTATION
2.24 COMMUNICATION WITH LCS
2.25 SENSORS & CONTROLS
2.26 DESIGN IMPROVEMENT
PROTECTION AGAINST HIGH TEMPERATURE AND DUST
2.27
STORMS
2.28 REFERENCE LIST
2.29 PREFERRED MAKE LIST

3.0 ERECTION/ INSTALLATION OF ALL THE ABOVE ITEMS

4.0 COMMISSIONING
5.0 DEFECTSLIABILITY/GUARANTEE/ WARRANTY PERIOD

6.0 DOCUMENTS TO BE SUBMITTED ALONG WITH OFFER

DOCUMENTS TO BE SUBMITTED BY THE SUCCESSFUL


7.0
TENDER
DOCUMETATION REQUIRED TO BE HANDED OVER AFTER
8.0
COMMISIONING

SCOPE OF WORK DURING GUARANTEE/ WARRANTY PERIOD


9.0
AND DURING OPERATION AND MAINTANANCE

10.0 MANPOWER & UTILITIES

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 10


SECTION - I

SCOPE OF SUPPLY AND WORK

I. TITLE:
The work includes ENGINEERING, PROCUREMENT AND CONSTRUCTION
(EPC) CONTRACT FOR 4MW (+ 15%) CAPACITY WIND POWER PROJECT AT
SUITABLE SITE INANDHRA PRADESH WITH ITS COMPREHENSIVE
OPERATION & MAINTENANCE FOR 10 YEARS.

II. PREAMBLE

New and Renewable Energy Development Corporation of Andhra Pradesh Ltd. (NREDCAP)
is the State Government Company and State Nodal Agency for promotion of all renewable
energy programmes in the State of Andhra Pradesh. NREDCAP is planning to set up 4 MW
(+15%) wind power project at one of the wind power potential areas in the State.

III. LANGUAGE
 Contractors are required to furnish all information and documents as called for in this
document in English language.
 Any printed literature furnished by the Applicant may be in another language, provided that
this literature is accompanied by an authentic Notarized English translation, in which case,
for the purpose of interpretation of the document, the Notarized English version will govern.
 In case the contractor submits the Notarized photocopy of the original document, in that case
contractor has to produce the original document of the same during technical discussion for
verification.

IV. CONTRACTOR’S SCOPE OF SUPPLY AND THE TECHNICAL REQUIREMENTS


OF THE ITEMS TO BE SUPPLIED THERE IN:

1. SCOPE OF WORK:

The scope of work covered under the contract shall be as under

1.1 Land:

The Contractor shall have any of the following arrangement for having land with clear title
and free from all encumbrances, charges, liens, encroachments or litigation and not subject
matter of acquisition for any other purpose:-
a) The bidder already having possession of land in record of rights in his own name:
Copy of allotment letter or land possession certificate in case of Government land/
sale deed in case of land under ownership shall be furnished with the bid along
with latest copy of title paper (jamabandi) and non-encumbrance certificate in
original by the sub-registrar or legal search report from advocate. However the
latest non-encumbrance certificate in original counter signed by the Registrar /sub-

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 11


registrar should be submitted prior to price bid opening. The permission from
competent authority for use of the land for non‐agricultural purposes should be
obtained by the bidder, as per the state policy, wherever applicable, for private
land.

b) The bidder already having agreement duly notarized with a third party (an
individual or company) who is / are already having possession of land in his / their
own name:

Copy of allotment letter or land possession certificate in case of Government land/


sale deed in case of land under ownership with such a third party shall be furnished
with the bid or a copy of “Agreement to Sell” (ATS) signed between Third
Party (the land aggregator or land holding company) and the land
owner/farmer along with the MOU signed between the Bidder and such Third
Party. The MOU between the Bidder and the Third Party (an Individual or a
Company) shall contain the provision for transfer of land in favour of
Employer without any additional cost. The bidder shall furnish land details,
agreement of bidder duly notarized with third party with a commitment to transfer
such land to Employer without any cost to the Employer.

c) In case of Government land, bidder already having allotment letter of the land for
setting up of wind power project thereon, in bidder’s own name or in the name of
third party (an individual or company) by the competent authority:

If such allotment letter is not available, then recommendation for allotment of land
for setting up of wind power project from the nodal agency will be considered
subject to receipt of allotment letter before price bid opening. The bidder shall
furnish land details, copy of allotment letter, agreement of bidder duly notarized
with third party with a commitment to transfer such land to Employer without any
consideration with his bid.

d) In case of Forest land, the bidder already having in principle approval of MoEF,
Govt. of India either in his favour or in favour of third party for diversion of
offered Forest land for use in implementation of wind power projects under
Section 2 of Forest (conservation) Act, 1980:

The bidder shall furnish land details, copy of in-principal approval of MoEF, Govt.
of India, agreement of bidder duly notarized with third party with a commitment to
lease / sub lease such land to Employer without any consideration with his bid.

1.2 Wind Power Plant (WPP):

Detailed Design, Micrositing, Engineering, Inspection, Testing, Erection & Supply of


Materials/Equipment, Transportation to Site, Erection/Installation, Construction, Pre-
Commissioning, Performance Testing and Commissioning of 4 MW (+ 15%) Wind
Power plant with all interfacing equipment for feeding to EB grid at a suitable location.

1.3 Statutory Approvals:

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 12


Obtaining statutory approvals/clearances, wherever required, from Government
departments but not limited to the following:

- Airports Authority of India


- Pollution Control Board
- State Renewable Energy Development Agency
- State Power Utilities viz. Transmission Company / Distribution Company
- Electrical Inspectorate
- Mining Department
- Forest Department and
- Arranging PPA with State power utility
- Other relevant applicable permissions / clearances.

1.4 Wind Mast:

Installation of a Wind Mast at the Wind Power Project site along with all required data
loggers, sensors, etc, to collect required data for adjudging the performance of Wind Power
Plant. The height of the wind mast shall be equal to hub height of the WTGs to be installed. It
shall be installed and shall become operational at least 15 days before the start of energy
generation verification test

1.5 Training of NREDCAP Officials :

NREDCAP intends to train its official’s viz. Officers and Engineers in getting
acquainted with the various equipment that form part of the Wind Power Plant, its
testing, assessing performance, monitoring the performance during erection, installation
and commissioning as well as during O&M period. The training period envisaged by
NREDCAP is as follows:

 Contractor shall impart training on site to 4(four) NREDCAP engineers in


O&M of Wind Energy Generators and associated equipment for two weeks.
 Contractor shall impart training at manufacturer’s works to 4(four) NREDCAP
engineers on manufacturing process and testing of Wind Energy Generators and
associated equipment for about a week.
Boarding and lodging expenses of the trainees shall be borne by the contractor. .

1.6 Insurance:

Adequate insurance coverage during EPC (Engineering, Procurement and Construction)


and Defective Liability period/guarantee/ warranty is to be arranged by the contractor.

1.7 O&M:

The project is to be Operated & Maintained for a period of Ten years including 12
months of defect liability period from the date of commissioning. Cost of all spares and
consumables, equipment, instruments & services, (Preventive & Breakdown) to take care
of maintenance, shall be borne by the Contractor during the entire O&M period. The

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 13


contract price for O&M works shall be inclusive of all the cost for travel, stay, incidental
expenses etc.

The prices for O&M works shall have to be offered along with the price offer for a
period of ten years O&M including 12 months of defect liability period from the date of
commissioning.

1.8 Scheduling and Forecasting:

The contractor shall facilitate/install the measurement systems, hardware and software so
as to provide scheduling& forecasting after post installation of wind farm as per CERC
guidelines

1.9 Carbon Credit:

The Contractor shall provide all the required information/data to Owner as may be asked
for fulfilling the requirement for Clean Development Mechanism (CDM) benefit. The
Contractor shall also extend all help to Owner free of cost for processing case of CDM.
However costs such as, newspaper advertisement, registration fee, the cost for conducting
stake holder meeting at site, CDM Consultant, preparation of reports should be to the
account of Owner.

V. DETAILED SPECIFICATION/ DESCRIPTION:

1.0 LAND REQUIREMENT

Ref clause 1.1

2.0 TECHNICAL SPECIFICATION FOR WTG AND ASSOCIATED EQUIPMENTS OF


WPP(WIND POWER PLANT):

2.1 GENERAL:

a. Micro-siting of all the WTGs: The wind data can be collected from
NIWE’s/Developer’s/manufacturer’s own mast if data is available at the proposed location
for micro siting as per their conditions. The measurement height of the mast shall be equal
to the hub height of the proposed wind turbines or 2/3 of the hub height of the machines.
The wind data from a reference wind mast having distance of maximum of 10 km (from last
turbine) for homogeneous terrain and 3.0 km for complex terrain only will be accepted for
Micro siting.

b. Design, engineering, manufacture, testing at works and supply at site of suitable voltage, 50
Hz upwind, horizontal axis Wind Turbine Generators (WTGs) in the range of 1500 kW and
above rating complete with accessories as may be required for erection, commissioning and
successful continuous operation of 4MWcapacity Wind-Power plant with all interfacing
equipment, evacuation line, etc for feeding the grid. The WTG shall be equipped with current
limiting devices and capacitors (if required) so as to maintain power factor as desired by state

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 14


grid.

c. Design & construction of towers including foundation for WTGs.

d. Internal lines between WTGs, 33 kV circuit breakers and connected work at the place of
interfacing with inter connection with evacuation system.

 Grid interfacing, including transformer, panels, kiosks, protection equipment,


metering equipment, HT lines for the evacuation point of the wind power plant to
the nearest grid sub-station.
 The supplier will lay the evacuation line and install energy meters for the export of
power to the State grid substation and recording import of the power from the grid.

e. The Contractor shall construct control room of adequate area, and make provision for
Centralized Monitoring and Control System (CMCS) along with SCADA. The arrangements
shall be made for monitoring the data remotely by NREDCAP at its head office at
Hyderabad.
f. All items shall be carefully inspected and tested during manufacture and prior to dispatch
in accordance with the Quality Assurance Plan /standard practice of the manufacturer and
the applicable standards as per inspection and testing. These certificates in original shall be
submitted to the owner after commissioning of WTGs.

2.2 MICROSITING

Along with offer the Contractor shall submit the "Micrositing Report" with the following inputs
in soft copy.

a. Wind data- Time series (speed and direction-10 min avg.) for a minimum period of
one year (continuous) for at least two levels (one level should be equal to the hub
height of the proposed wind turbines or 2/3 of the hub height of the machine and
another level should be below the hub height)

b. Digitized contour map at contour intervals of 5meter for the proposed w i n d f a r m


site and t h e s u r r o u n d i n g w i n d f a r m a r e a including roughness considered in
the form of “map” file as in put to WAsP / Windsim. The digitized map should cover at
least 10 km radius in all directions beyond boundary line of offered site & reference
wind mast location and the roughness map should cover >100 times of height of the
proposed wind turbines height in the form of MAP file as input to WAsP.

c. Certified Power Curve and Thrust curve of the proposed machine. Proposed machine
should be listed in MNRE/NIWE‘s latest RLMM list.

d. Exact positioning (co-ordinates) of each WTG with reference to contour map along with
neighboring turbine co-ordinates

e. Details of reference wind mast i.e.:


- NIWE’s / Contractor's own

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 15


- Exact location of mast with respect to offered site giving coordinates and elevation
level
- Height of the mast duly indicating sensor heights
- Period of wind data of the mast considered for calculation.
- Annual Air Density of the site.
- The mast should have verified and data be vetted from NIWE in advance of bid
submission.

f. Details of Energy loss factors considered by the Contractor in arriving at net estimated
generation viz.,

 Machine Availability
 Grid Availability
 Array Efficiency
 In addition to above Contractor shall clearly indicate various correction factors like
Air Density etc.
 Internal/Transmission losses and consumption
 Year to year wind variation
 Other uncertainties
 Any other factor

g. Contractor shall submit certified copy of Type Test Certificates. Validity of certificates shall
be until the end of Defect Liability Period.

h. It is mandatory that Contractor stand by the Type Test Certificates and data submitted.

2.3 WIND TURBINE GENERATORS (WTGs)

2.3.1 WTG Type

The WTG shall be of 1500 kW rating and above. The capacity of the Wind Power Plant will
be in the range of 4MW (+15%). The WTG shall be of the type given below:

a. Upwind
b. Horizontal axis with active yawing.
c. 3-bladed type rotor.
d. Grid compatible.
e. Pitch or active stall regulated.
f. Single or Variable speed
g. Lattice / tubular steel tower/Hybrid Tower or RCC.

2.3.2 General Requirements

a) The type of WTGs shall be of proven design, identical, commercially available and grid
connected type
b) The WTGs shall be fitted with components as specified in
the Certificate. The make and type / model of the component shall be specified by the

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 16


Contractor.
c) The WTGs shall be complete with all parts and components necessary for normal
operation during the lifetime of the WTG.
d) All materials, components and equipment shall be new, factory made and designed to
ensure-easy maintenance and from approved manufacturers.
e) Source of Components shall be furnished by the Contractor.
f) A shelter erected near the tower (for Lattice tower) shall protect equipment installed at
the tower base. In case of tubular tower, the equipment erected inside the tower base shall
be protected suitably taking into the consideration the environment impact.
g) The WTGs shall comply with 2013 CEA guidelines of LVRT.

2.3.3 Main Design Criteria

a) The WTG must be suitable for continuous and satisfactory operation at the site for the
prevailing wind and climatic conditions and designed to have a minimum of 20 years
operating life. If the life of any of the components is less than 20 years, such components
shall be listed, stating the expected life.

b) The blades should be designed based on a standard specification, which may be indicated by
number, date of issue, issuing authority.

c) The WTGs shall have a minimum of two independent and fail-safe braking systems of
which at least one must be of the aerodynamic type.

d) The WTG operation and safety shall be governed by control and protection system. The
protection system shall be activated whenever the WTG is not kept within normal operating
limits due to Control System failure, effects of internal/external failure, or on account of any
dangerous event.

e) The Local Control System (LCS) of the WTGs shall be based on microprocessor having
facility for fibre optic cable/RF based communication with Central Monitoring & Control
Station (CMCS) with a facility for remote control and a centralized remote monitoring
system for control and monitoring and database system including supply of a good
configuration personal computer for monitoring along with Ethernet option for remote
access facility. Also, details of data logger for this purpose are to be furnished.

f) Cut-in speed shall be 3.0 m/s to 4.0 m/s.

g) Cut out wind speed of 10 to 25 m/s.

h) The Contractor in their Tender shall give values for the following design parameters:

1. The withstand capability for maximum 10 min. average wind speed at hub height.
2. The withstand capability, for maximum 2 sec gust wind speed at hub height.
3. The maximum operation wind speed, given as 10 min. average wind speed.
4. The maximum electrical power output.
5. The maximum rotor revolution speed.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 17


6. The certified Power curve.

i) Details of auxiliary power supply as required for various segment of Electrical and
Automations system shall be furnished. Similarly provision of cooling system for Electrical
panels etc. shall be separately brought out in the offer.

2.3.4 Environmental Protection

a. All materials, components and equipment shall function and work properly during the
lifetime without deterioration due to the climatic condition at the site.
b. All exposed steel parts of WTG system must be protected against corrosion by suitable
environmental protection. The details of same shall be informed in the bid. Wherever
galvanization is required, same shall have minimum thickness of 110 micron or as required
under the relevant Standards to meet the operational requirement.
c. The methods to be used to protect against corrosion of all components of the WTGs shall
be described and submitted along with the Tender.

2.3.5 Rotor

The rotor shall be so manufactured as to be least affected by the tropical weather at site for its
life profile surface smoothness etc. The rotor should have its own aerodynamic brake so that
extra torque due to strong wind, gust, storm, etc. is only marginally transmitted to the high-
speed shaft of the gearbox if any. The blades shall be sturdy enough to maintain its shape and
alignment when kept in stalled or stopped condition at any angle to the vertical and for a long
period of time. Safety system of the rotor assembly shall be of fail-safe design. The blades of
the rotor shall have in built lightning protection. This will be in addition to lightning
protection provided for rest of Nacelle equipment.

2.3.6 Transmission

The gearbox, if provided, shall be of proven and special design suitable for WTG application
from an experienced and reputed manufacturer for long and trouble free operation. Standard
components shall be used to give high reliability. The gearbox, if used, shall be provided
with a temperature sensor mounted in the sump for measuring the oil temperature amongst
other parameters. The transfer of vibrations from the gearbox to the nacelle shall be
minimized & necessary provisions shall be made in accordance.

2.3.7 Braking System

a. Two independent braking systems shall be necessary out of which one should be
aerodynamic type through tip brake or pitch control.

b. The aerodynamic brake may be hydraulic or mechanical or electrical type but shall be so
designed that braking force shall be applied evenly through all the blades to avoid vibration
and undue stresses on rotor. The operation of the braking system shall be foolproof and shall
have minimum adverse effect due to ingress of dust and water/ moisture into the moving
parts. In any case these brakes shall have the facility of auto/ remote controlled resetting

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 18


when activated. In case the hydraulic power pack is located in the hub, the unit shall be
certified for operation at any position with respect to horizontal level and shall be unaffected
by the centrifugal force experienced during over speeding of rotor. Safety precautions
against loss of power in this braking system shall be incorporated.

c. Fail-safe, heavy-duty electro-hydraulic or hydraulic brake shall be provided for mechanical


braking of the rotor. This may be provided on high speed or low speed shaft but not on the
non-driving end of the generator to avoid fatigue-failure of generator shaft. The brake shall
be adequately rated to stop the rotor at full speed during sudden power failure. Brake shoe
line shall withstand temperature-rise at the time of braking and have adequate surface area
for dissipation of thermal energy. The shoes shall be capable of withstanding large number
of operation before requiring replacement.

d. An additional brake, manually operated from the nacelle, shall be provided, for holding the
rotor in any position with main brake(s) dismantled for inspection and servicing.

e. The Contractor along with explanatory notes on their working principle shall indicate
expected life of the braking system and the pads. The note shall also explain the safety
feature for a situation when the WTGs are kept switched off for a long period for
maintenance etc and disconnected from the grid.

2.3.8 Yaw System

The WTG shall be provided with an active yaw system responding to the signals from wind
direction sensor. The yaw system shall possess a feature for automatic untwisting of cables
connected to the Nacelle. The yaw system shall be protected against corrosion, dirt and also
fatigue due to gust, storm, freak wind-shift etc.

2.3.9 Tower

a. The WTGs shall have identical towers, either RCC or lattice or tubular or hybrid (a
combination of lattice & tubular type) type fabricated from structural grade steel sections or
plates or members and shall be galvanized or painted as specified. The tower shall be
designed for the dynamic loading imposed by the normal operation of the WTGs as well as to
withstand survival wind speed without any damage. The permissible tolerances in fabrication
of towers shall be as per the relevant Indian standards. Complete details of the towers shall be
furnished.

b. The towers shall be provided with facilities like convenient climbing devices etc. for safe
access to the nacelle and to the aerodynamic brakes. Safety ropes, belts and necessary
foundation bolts shall also be made available as & when required during erection time or
during O&M period.

c. If tubular towers are offered and the local control panels and associated electrical equipment
are installed inside the tower, lockable door shall be provided at the base of the tower or inside
the tubular tower portion in case of hybrid towers. In case of lattice type or RCC tower, a
separate electrical room with adequate protection against weather and unauthorized entry shall
be provided.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 19


2.3.10 The details of WTGs shall be furnished in the format provided inAnnexure 7 of Section –
VII – List of Attachments.

2.4 ELECTRICAL SYSTEMS OF WTGs

2.4.1 General
a. Electrical power and control systems of the WTGs must be designed for unattended,
automatic service.

b. The design must ensure


 Desirable reliability.
 Easy maintenance and services.
 Maximum power production.

c. All installations/ equipment/ system/components must be designed, fabricated and


tested in accordance with latest publications from the Indian and International
Organizations of Standards:
BIS : Bureau of Indian Standard
IEC : International Electro-technical Commission

d. The Contractor shall submit the details of standards if not comply with BIS/IEC.
e. The test certificates should be obtained from any recognized / authorized Govt.
testing/certified body

2.4.2 System Voltage

a. The WTG system shall be designed to operate continuously and satisfactorily under the
following parameters though being indicative & depending on WTG design, shall comply
with IEGC requirements:
i. Voltage –nominal value (according to IEC 60038) 400 or 690 V ± 10 %.
ii. Frequency – 50 Hz (- 3 Hz and +1 Hz)
iii. Voltage imbalance – the ratio of the negative-sequence component of voltage not
exceeding 2 %.
iv. Current asymmetry: ±.12.5%
v. Auto-reclosing cycles – auto-reclosing cycle periods of 0,1 to 5 s for the first reclosure
and 10s to 90s for a second reclosure shall be considered.
vi. However the above variations should be acceptable to state electricity utility.

b. Tolerances exceeding above limits, must not harm/damage the installation in any way.

c. If the WTG are to be stopped or tripped beyond limiting values mentioned above, adequate
time delay shall be incorporated for cooling of the electrical equipment in accordance with
the system design.

d. Contractor shall furnish the provisions for protection of the system or equipment when
boundary conditions are violated.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 20


2.4.3 Generators

a. The generators may be three phase induction generators asynchronous/synchronous


generators/doubly fed induction generators/PMG (Permanent Magnet Generator) compatible
for 50 Hz grid connection, designed for tropical environment and in accordance with Indian /
International standards applicable for design and manufacturing of generators which are also
approved type by certifying agencies in their approved valid type certificates.

b. The generators shall meet at least the following technical specifications:

i. Rated voltage : 400V or 690 V, 3 phase according to the


desig design of the Contractor
ii. Rated frequency : 50 Hz
iii. Rated output : To match WTG
iv. Degreeof protection (IEC) : IP 54/55/56
v. Power factor : Power factor for all generation levels shall
not be less than 0.95
vi. Efficiency : Min. 90%
vii. Insulation class : F/H as per approved in the type test.
viii. Vibration category : As per relevant IS/IEC

c. The generators shall be provided with temperature sensors installed in the stator windings
being part of the generator protection system.

d. 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.

e. Generator windings etc. must be provided with special corrosion protection to cope with
condensation problems caused by the high relative humidity/ temperature gradient at the site.

f. Generator shall be protected against short circuit, earth fault, over current and over/ under
voltage. Contractor shall mention requirement of any other protection and shall also mention
type and make of protection relays considered.

g. Generators must be provided with drain hole.

h. Generator construction, electrical and mechanical, must withstand cut-in at anti phase & cut
out phase.

i. The rated output and voltage shall match the varying availability of Wind Energy 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.

j. Range of speed in which it shall be possible to synchronize the generator with the grid shall be
furnished.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 21


2.4.4 Capacitor Banks:

Since capacitor bank provision is dependent on the design of WTG, the Contractor shall
clearly establish its requirement so as to limit the power factor (0.95 or more) & reactive
power (not more than 3% of the active power exported on annual basis). Other requirements
are mentioned below –

a. Adequate capacitor banks shall be provided with automatic control switch so that reactive
power requirement of generator(s) is compensated resulting in a minimum power factor of
0.95 at all operating conditions.

b. The capacitors must be connected when WTGs are running after the start procedure is
terminated. Safety equipment must be provided for switching off the capacitors,when
disconnected from the grid, to prevent rise in voltage and Production.The capacitor banks
must be installed with a tightness class of minimum IP 21.

c. The rated voltage of the capacitors must be equal to the WTGs nominal voltage.

d. The capacitors shall in general conform to IS or IEC equivalent.

e. Capacitor shall be provided separately to compensate the reactive power drawl by the step up
Transformers installed for grid tie-up and this capacitor should be in parallel with the grid
always, except whenever power is switched off.

f. The total reactive power drawl (kVARh) from the grid in each of the metering points shall not
exceed 3% of the active power exported. This will be calculated on monthly basis.

g. DFIG having adjusting power factor feature without additional capacitor bank shall also be
acceptable provided they meet the power factor requirement of state utility. In case WTG
having inbuilt power factor adjustment algorithm without additional capacitor bank shall also
be acceptable provided they meet the power factor requirement of state utility.

2.4.5 Start Up

The current drawn by the WTG at the time of grid tie up shall be limited to the full load
current of the generator by providing suitable thyristor controls or other means. Provision for
inhibiting start from the central monitoring system must be provided. The maximum inrush /
starting current shall not exceed the full load current of the generator.

2.4.6 Power Panel

a. Each WTG shall have a power panel and it must include all power distribution for the WTGs,
the protection systems, soft start, capacitor control, yaw motor and other auxiliary drive,
control etc.

b. General data for the Power Panel:


i. Control Voltage As per requirement
ii. Frequency 50 Hz +/- 2 Hz

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 22


iii. Prospective Short-Circuit level 50 KA (RMS) symmetrical
iv. Degree of protection IP 54
v. Incoming cable PVC insulated &armoured
vi. Space heaters required with thermostat.

c. The power panel and its bought out components shall be designed and manufactured in
accordance with Indian/IEC standards.

d. The 415 volt, 3 phase supply between power panel and transformer shall be protected against
short circuit by circuit breaker/ MCCB on distribution board. Lightning arrestors must be
installed at the control panel end for protecting against voltage transients on the grid. The
power panel frame shall be connected to earth at two points.

e. The switchboard must include suitable outlets to feed the lights and sockets in the
nacelle/tower area. Socket outlets must be kept powered even when the WTG is stopped and
all remaining electrical installations isolated from the grid.

f. The generator overload protection system must be combined with temperature measurement
of the generator windings to ensure maximum production time of the WTGs even at low grid
voltage.

g. A phase relay must cutout the generator, if any of the phases is missing. Relays and computer
systems must be fully functional at voltages drops up to -13% of 400 / 690 volts.
h. Voltage variations beyond (+/-) 13% or ambient temperature above 45°C must not
harm/damage the systems with suitable protection mechanism.

i. A mushroom type emergency push button must be located on the switchboard front.

j. A switch for preventing remote control operation must be located in the front of the
switchboard.

2.4.7 Local Control System (LCS)

Each WEG shall have a Local Control System (LCS) and it shall be designed for
automatic, unattended operation based on a microprocessor/ PLC-controlled system with
adequate power backup. The microprocessor/ PLC and power control units shall be located at
well ventilated place. 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 along with provision for stopping and restarting the WEG. This should
either be, by providing suitable display on meters or through port compatible to Laptop. In
case, if the manufacture does not have LCS control system in their design, they have to make
necessary arrangement to display the control and operational parameters.

The LCS shall be able to:

a. Display the following parameters:


i. Power (kW)
ii. Voltage (V), of all the three phases in RMS values.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 23


iii. Frequency (Hz)
iv. Current (A) of all the three phases in RMS values.
v. Rotor Revolution Speed (rpm)
vi. Brake activation
vii. Cumulative energy production (kWh)
viii. Cumulative virtual energy production (kVAh)
ix. Cumulative active energy consumption from grid (kWh)
x. Cumulative reactive energy consumption drawn from grid (kVArh), if applicable
xi. Power production of the WEG (kW)
xii. Total run hours of WEG
xiii. Status of WEG
xiv. Yaw angle
xv. Wind speed (m/s) and direction of wind flow.
xvi. Actual reactive power consumption (kVAr)
xvii. Temperature of generator, gear box etc.
xviii. Hydraulic oil pressure

b. Display and Alarm for the following conditions


i. Low oil level or pressure in gear box
ii. Yaw failure
iii. Cable twist
iv. Control system failure
v. Excessive vibration in nacelle or other major item
vi. Worn-out brake pads
vii. Abnormal temperature in generator, gear box, yaw motor, brake calipers and control
panel
viii. Grid failure i.e. frequency error, excess current asymmetry, voltage failure
ix. Over speed of rotor and generator
x. Activation of emergency stop brake
xi. Failure of capacitor units, if applicable

c. Stop, display and restart again when conditions become normal:


i. Low wind speed
ii. High wind speed
iii. Untwisting and Twisting of cables
iv. Activation of stop push button (restart when start push button is activated)

d. Stopping the WEG automatically whenever the grid supply fails and Auto start of WEG on
resumption of healthy grid supply. The LCS shall be connected with the Central Monitoring and
Control System. It should be possible from central monitoring and control system at the
master control room to control all the Wind Electric Generators, give commands, record their
various data and take out the printed reports of energy generated from the wind power project as
a whole and from each WEG, export /import of energy etc.

e. Provide parameters and operational conditions to the Central Monitoring and Control System
(CMCS/SCADA) in the Central Control Room.

f. LCS shall release the WTG after a shutdown caused by grid failure and the WTG shall start
automatically, provided it was released by CMCS. The WTG shall be restarted manually only

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 24


under all other shutdowns. If the CMCS is out of order, WTG shall be restarted manually only
after shut down. LCS must be capable of reporting any shut down to the CMCS, giving enough
information to identify the cause of failure. All set points of microprocessor or set points must
be adjustable. The LCS must not depend on CMCS. If there is a fault in the CMCS, the LCS
must continue to control the WTGs and keep it operable condition.

g . Indicative list of digital and analog l/O's for PLC/DCS system being offered is to be furnished.

2.4.8 Auxiliary power requirement for contactor/relays/control electronics etc. shall be met
through a UPS. Its capacity and backup shall be mentioned.
Requirement of important control elements are mentioned below:

a. DCPower Supply Shall be SMPS based suitable for wide input supply (85 - 264 V AC&
90-350 V DC) with power boost facility got reliable starting of loads and proactive alarm
signals and selective fuse breaking capability, UL/international certification body (safety
related), approved, safety in acc. with EN 60950/ VDE 0160.

b. Signal barriers/Isolators certified as per EMC guideline 89/36AEEC & UL 508 with 3-way
galvanic Isolation and spring cage terminals.

c. Interposing / auxiliary relays shall be modular, pluggable mountable on DIN Rail with LED
indication, UL approved.

d. Transducer/signal converter /multipliers shall preferably be configurable, 3-way


galvanically isolated, mountable on DIN Rail and certified as per EMC guideline 89/E.EC, UL
approved.

e. Fiber optic converter shall be industrial grade, modular on DIN rail and shall have support
redundancy with diagnostic functions like bar chart display & remote output. These shall be
certified as per EMC guidelines 89/336/EEC & the interference /immunity shall be as per EN
55 011/EN 61 000 -6 -2.

f. Wireless Signal Transmission Device (for Analog, Digital & Data Signals), if used, shall be
based on Frequency Hopping Spread Spectrum (FHSS) technology, operating the licensed free
Band (Frequency shall be 2400-2480 MHz) with Diagnostic Indications like RF link status with
relay outputs.

g. Terminal Blocks shall comply with IEC-947-7-1. All metal parts shall be captive & made of
Copper Alloys. Housing material shall fire retardant type and suitable for vibration level up to
5g.

2.5 SURGE PROTECTION DEVICES SHALL BE PROVIDED AT FOLLOWING


POINTS WITH MINIMUM REQUIREMENTS MENTIONED BELOW:

2.5.1 (a) At the Input side of Main Distribution Cabinet (690 VAC/ 415 VAC)
The device used in this application shall be based on single spark gap, stage-I/Class B type
with rated voltage 440 VAC (for 690 VAC)/ 310 VAC (for 415 VAC) or above. The surge

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 25


current handling capacity of device shall be 50 KA of 10/350µs waveform (between L-N)
with a protection level of 2.5 KV (690 VAC)/ 0.9 KV (415 VAC). It shall confirm to the
latest IEC-61643 guidelines.

(b) At the Input side of AC Drive Cabinet (690 VAC/ 415 / 230V AC), UPS,PLC
Cabinets, Control Panels etc
The device used in this application shall be of stage II, Class C type. The surge current
handling capacity of device shall be 10 KA of 8/10 µs waveform with rated voltage of 600
VA C (for 690 VA C) / 310 VA C (for 415 VA C) or above. The device shaft be pluggable,
testable and shall have diagnostic functions like overload Indication and potential free
outputs. It shall confirm to the latest IEC 61643 guidelines.

(c) At the Input Power Supply line of 24/48/60 V AC/DC


The device used in this application shall be of stage III/Class D type. The device shall be
pluggable, testable and shall have diagnostic functions like overload Indication and potential
free outputs. It shall confirm to the latest IEC 61643 guidelines.

(d) At Bus Systems (like Profibus, Modbus etc) / Serial Ports (RS.232./485:
The device (for the required 2-wire or 4-wire Interface) shall have the surge handling
capacity of 10 KA (Core-Core) & 10 KA (between Core-Ground). The device shall be
pluggable & on-site testable. It shall confirm to the latest IEC 61643-21 guidelines.

(e) Ethernet Networks


The devices for Ethernet networks shall be able to protect all 8 signal paths with discharge
surge current handling capacity of 350,4/ 2.5KA (between Core-Core / Core-Ground) of
8/10 µs waveform. The device shall confirm the test standards in accordance with IEC
61643-21.

2.6 SOIL DATA


The Contractor should conduct soil test at the proposed locations and design structures
accordingly. It should be noted that Contractor should furnish the foundation and tower
stability report to NREDCAP along with the soil test report.

2.7 TOWER FOUNDATION

The foundations shall be designed to take adequate care of the possible soil condition and
adverse seismic effects on the basis of soil conditions of the site. For this purpose, the
Contractor is required to carry out the soil investigation prior to the foundation work. The
Contractor shall upon his selection, submit a report consisting of the following so as to
establish the adequacy of tower and foundation design:

(a) Soil investigation report carried out.


(b) Foundation design calculations.

The soil conditions, survival wind speed, load on tower and foundation, together with such
other parameters required for a safe design of tower and its foundation shall be considered by
the Contractor.

2.8 EARTHING AND GROUNDING

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 26


Design of grounding system and supply and installation of all materials required for
grounding the WTGs for proper performance of electrical and electronic components, for
safety of personnel against lightning shall be provided by the Contractor. The installation must
comply with the requirements of relevant provisions of IE Rules. The soil resistivity test shall
be done by the Contractor for the design of suitable earth pits and report submitted to
NREDCAP.

2.9 EQUIPMENT GROUNDING AGAINST GROUND FAULT


a. All electrical frames shall be effectively connected to earth at two points at two distinct
locations at both ends. Combined earth resistance at each WTG shall be less than 01 (one)
ohm.

b. The cover slab on the earth pit shall be adequately labeled as per the relevant provisions of IE
Rules.

c. All mechanical parts made of metal shall be bonded and connected to earth. The earthing
system must follow the relevant Indian standards including any statutory requirements as
provided in IE Act 2003 and followed by EB and CEIG.

d. The earth electrodes of WTG systems shall be provided as per EB/CEIG standards..
Contractor submit drawing showing the earthing arrangement for WTGs and transformers and
shall also submit the design calculations.

2.10 LIGHTNING AND OVER VOLTAGE PROTECTION


a. The Contractor shall provide suitable earthing system to protect the nacelle and tower against
lightning strokes as per IS2309/3043. Effective earth resistance of electrodes shall be less than
2 Ohms or less as required by relevant standards.

b. 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 Contractor shall provide their own lightning arresters / varistors within the
control panel.

c. Lightning Arrester shall be of appropriate voltage and impulse current rating to protect all
power equipment within WTG system. They shall be readily accessible and easily replaceable.
Lightning Arresters shall be provided with some indication, which would enable the operator
to ascertain if it has been ruptured.

d. Varistor or any other low voltage surge diverter shall be used to protect the electronic control
cards against spikes generated in power systems.

e. Lightning protection provided for rotor blades, shall be highlighted indicating the scheme and
design details.

2.11 CABLING

2.11.1 Cable type


Two categories of cables shall be provided, one for stationary equipment and the other for
movable equipment and components. Irrespective of utilization voltage and current rating,

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 27


all cables shall have copper conductor and shall be minimum of 1100 volts grade. The
cables shall be adequately insulated for the voltage required and shall be suitably colour
coded for the required service. The Contractor shall furnish the size and rating of cables
along with the offer.

2.11.2 Cable end termination


The cable ends shall be terminated with adequate size metallic double compression cable
glands/PVC glands and the glands shall be earthed at two locations. Suitable lock type
crimping lugs shall be used for cable end terminations. Where cables are raising from
ground, suitable PVC pipe guarding shall be provided for cable raising with sealing of the
guarding PVC pipe including a suitable clamp.

2.12 ELECTRICAL INSTALLATION

2.12.1 Codes and standards


All electrical installations shall be carried out in accordance with generally accepted
installation expected for the Wind Power Plant and specifically shall comply with the
relevant provisions of:
(a) The Electricity Act 2003
(b) CEIG requirement;
(c) EB requirement; and
(d) Recommendations of Tariff Advisory Committee for incurring a minimal premium for
insurance.

2.12.2 The entire installation must be of proper design, convenient for maintenance and shall be of
good workmanship.

2.13 GRID TIE-UP

2.13.1 General

a) The Contractor shall furnish a single line diagram of the electrical system for connecting the
WTGs with the grid.
b) The transformer and the WTG shall be interconnected by the underground cable of suitable
rating to match the output of WTG.
c) Each transformer shall be protected by a 33 KV air break switch, horn gap fuse and lightning
arrester mounted on a two pole structure.
d) The transformer shall be tower mounted or mounted on a suitable designed plinth.
e) The transformer area in each WTG shall be provided with fencing as per CEIG standard or
state EB requirement.
f) The fencing should also comply with security requirements issued by Government
authorities from time to time.
g) WTGs shall be inter connected through 33 kVoverhead lines to evacuate generated power to
common EB HT/EHT sub-station through step up transformer to the EB grid as applicable to
the site offered.
h) The Contractor shall specify the grid tie up arrangement in detail.

2.13.2 The arrangement shall include for individual connection of WTGs to the grid is as

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 28


follows:

a. Each WTG will be connected to a plinth mounted step up transformer of


suitable capacity to match the output and voltage rating of the WTG offered. The
transformer and the WTG shall be interconnected by an underground cable of suitable rating
to match the output of WTG.
b. DP structures with HG fuse, lighting arresters and air brake switch.
c. HV Vacuum circuit breaker shall be provided
d. DP structure with TOD metering set
e. Evacuation line (33 kV) connecting to the nearest EB substation with metering
arrangements as per the EB requirements.
f. The transformer area of each WTG and metering set area shall be provided with fencing as
per CEIG norms.

2.13.5 All the equipment and installation shall be complete in all respect and any device
component or material not included in the specification but essential for proper operation of
equipment and safety of personnel and equipment shall be included within the scope of
work whether specifically mentioned or not.

2.13.6 The following drawings/documents shall be submitted by the Contractor along with Tender,
which are preliminary, and for evaluation. The final drawings/documents of these shall be
furnished by the Contractor.
a. Single line and schematic diagram of the entire Wind Power Plant.
b. Arrangement for earthing and lightning protection system

2.13.7 Capability of the system to support line during fault condition complying with the CEA
connectivity standards, 2013 and LVRT shall be furnished.

2.14 STANDARDS

a. The equipment, accessories, cables, conductors and other materials covered by this Tender
document shall be designed, manufactured and tested in accordance with the latest relevant
standards published by the Bureau of Indian Standards & International Electro-Technical
Commission wherever available.

b. All electrical installation shall conform to the latest relevant codes of practices published
by Bureau of Indian Standards & International Electro-Technical Commission.

c. All Electrical equipment and installations shall conform to the latest Indian Electricity
Rules, CEA guidelines on connectivity standards, LVRT, etcas regards safety, earthing,
connectivity and other essential provisions specified therein for installation and operation
of electrical plants.

d. All equipment and installation shall comply with the statutory requirement of the
Government of India and Government of the State/UT where the site is located.

2.15 TRANSFORMERS

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 29


a. Contractor shall furnish the technical particulars of step up transformers as per
Annexure:8. Of Section – VII – List of attachments.
b. The transformer should be type tested and type certificate to be furnished. The transformers
shall be of vector group Dy 11, oil immersed, naturally cooled (ONAN), outdoor type of
connection to a 33 KV system with suitable tappings.

c. The transformers shall be of approved makes. The transformer, metering equipment, cables
and all other equipment shall conform to relevant IS.

2.16 OTHER EQUIPMENT LIKE ENERGY METER, METERING SET, VACUUM


CIRCUIT BREAKERS etc.

The offer shall include for every WTG a three phase energy meter (as per the respective
state norms) with provision of backup, which will prevent the meter from rotating
backwards when power is drawn from the grid. The energy meter with suitable CT shall be
provided as per DISCOM requirement. The HT energy meter shall also have TOD facilities
so as to facilitate minimum three slot-peak periods, normal period & off period - metering of
electrical energy. Contractor shall furnish the technical details including make and type of
all the electrical equipment required for grid tie up other than the transformers. The details
of Vacuum Circuit Breakers shall be furnished in the format provided Annexure 9 of
Section VII – List of Attachments.

2.17 PENALTY FOR SHORTFALL IN GUARANTEED MACHINE AVAILABILITY:


This shall be as indicated in (Guaranteed Parameters for Machine Performance) during O&M
period including defect liability period.

2.18 COMPENSATION FOR EXCESS REACTIVE POWER DRAWAL


This shall be as indicated in (Guaranteed Parameters for Machine Performance) during O&M
period including defect liability period

2.19 PENALTY FOR EXCESS INTERNAL LOSSES


This shall be as indicated in (Guaranteed Parameters for Machine Performance) during O&M
period including defect liability period.

2.20 TESTING OF WTGs

As already stated, all the components are to be type tested as per the relevant standard. The
WTGs also have to be certified/ recognized by MNRE/NIWE. Major components of the
WTG offered in the Tender shall be of the same make. The materials for major components
shall be confirming to international standards/BIS.

2.21 INSPECTION AND TESTING

10% of ordered quantity of major / critical components viz. Nacelle, Towers, Rotor Blade &
Transformers shall be carefully inspected and tested by TPIA (DNV/Lloyds/Tata Projects
Ltd/BIS) during manufacture and prior to dispatch in accordance with the standard practice
of the manufacturer and the applicable standards. The owner’s representative may also join

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 30


for the inspection to be carried out by the TPIA. Test certificates shall be submitted after the
commissioning of WTGs. Cost of TPIA charges should be borne by the Contractor. OWNER
reserves the right to inspect the equipment/components at the Contractor work and where
necessary at the sub-contractors premises. NREDCAP shall have an open access for
conducting, quality inspection at site as and when deemed necessary. The Contractor shall
extend necessary co-operation OWNER’s inspection teams for effectively carrying out the
inspection. However such inspection does not absolve the Contractor, the responsibility to
provide performance guarantee/warranty. The Contractor shall strictly comply with the
quality requirements suggested by the inspecting authorities from time to time

2.21.1 Factory Tests

Factory tests include testing, adjusting and calibration of all components and systems. The
test programme shall be include:

a. Balancing of blades/shafts
b. Mechanical brake system
c. Hydraulic system
d. Power system, according to IEC/IS and factory standard test.
e. Switch board, according to IEC/IS and factory standard tests.
f. Safety systems
g. Soft start systems
h. Local control system
i. Control functions
j. Alarm functions
k. Display functions
I. Calibration of sensors and total systems
m. Central monitoring and control system
n. Control functions
o. Automatic data collections
p. Automatic data analysis
q. Calibration of sensors and total system

2.21.2 Site Tests


NREDCAP or their authorized representatives shall subject all equipment installed in the
Wind Power Plant to such tests and inspections, which may be required. The tests shall
include:
a. Check on main data and specifications for the WTGs.
b. Test of functions of the WTGs.

All tests and results shall be reported and presented to NREDCAP or their representatives. If
defects or failures are discovered during the tests the Contractor shall undertake to repair or
replace or carry out improvements as deemed necessary.

2.21.3 Commissioning tests


During the commissioning of the total Wind Power Plant, the following inspections and
tests will be carried out:

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 31


a. Identification of technical data of all the WTGs and the monitoring systems
b. Visual inspection of all the WTGs and monitoring systems
c. Functional tests (yawing test, breaking test, manual pitching, vibrational tests
operations, cut-in operations, cable twist) of all the WTGs, protection and monitoring
systems as per OEM manual.
d. short term test of the total Wind Power Plant (WTGs and monitoring systems)shall be
conducted post stabilization of WTGs.

The Short time tests shall be conducted for all the Wind Turbines. The tests shall be carried
during low / high wind regimes so as to ensure the operation of the machines at stated
capacity continuously and the following operation will be checked
- yawing test,
- braking test,
- manual pitching,
- vibrational tests operations,
- cut-in operations,
- cable twist etc.

For conducting these tests, the WTGs shall be run continuously for 96 hrs (except Grid
outage) without any interruption. In case of interruption or stoppage of WTG during the
test, the test shall not be considered to have been completed. In such an event and the test
shall be conducted afresh. The manufacturer shall document successful starting and
shutdown sequence of WTG, emergency shutdown of WTG, Clockwise and anti-clockwise
rotations of the Wind Turbine (02 Rounds) in manual operation.

The test shall be considered successful if values of observed parameters of WTGs are found
within the set value. In case of non-conformance of the parameters of any component / item
of WTG, replacement of the defective component shall be done and test repeated till such
time it is successful.

2.22 DOCUMENTATION
The drawings, instruction manuals, which are to be furnished by the Contractor, shall be
clearly indicated with broad time schedule with respect to finalization of Contract and are
as follows:

2.22.1 Operation and Maintenance Manuals


Four sets of operation and maintenance manuals are to be supplied. The manuals must be in
English.
a. All information necessary for operation and maintenance
b. All functions of technical installations should be clearly explained.
c. Full description of when, how and where maintenance and operation check has to be
performed
d. Maintenance overview, operation check list, instructions etc, which describe the kind
and extent of work on all items, shall be included.
e. A separate manual containing the site details including the equipment etc

2.22.2 List of drawings for Grid Interface


It is the responsibility of the Contractor to prepare the drawings required for his Tender

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 32


submission and will be the responsibility of the Contractor for preparing and submitting
the drawings required for NOC, Grid tie up and EB/CEA approval etc. However, the
drawings pertaining to the services to be provided by the NREDCAP, if any, shall be
indicated by the Contractor.

2.22.3 Details of contractors’ Drawings, Reports and Documents


The list of drawings, number of copies, mode of submission, approval will be mutually
agreed between the Contractor and the NREDCAP. However, the following drawings
together with other drawings mentioned in other part of the Tender Document shall be
submitted by the Contractor as required:
a) Electrical related Unit Sub-Station layouts and diagrams
b) General Arrangement of WTG viz. Nacelle, Tower, Rotor Blade & Transformer, if not
part of WTG.
c) Schematic Drawing for Power Evacuation system being offered for the project.
d) General Arrangement& Cross Sectional drawings for WTG foundation (non-proprietary
information).

2.23 COMMUNICATION WITH LCS

a) The LCS performs the data acquisition on the wind WTGs and grid. All data measured
on WTGs must be accessible for CMCS/SCADA. Besides the WTGs, the LCS is to
measure voltage on three phases and frequency of the grid.
b) Data transmission between LCS and CMCS/SCADA must be serial interface, 20mA
current loop or standard RS-232C. Contractors may specify in the Tender the method
of interfacing between LCS and CMCS/SCADA.
c) The scope of supply shall include the software and hardware requirements for access
and monitoring the data related to the plant at individual WTG level by the head office
of NREDCAP at Hyderabad.

2.24 SENSORS & CONTROLS

2.24.1 The sensors must be robust and reliable and calibrated by certified testing agencies and the
measured data must fulfill the requirements of accuracy.

2.24.2 The Contractor has to monitor, operate and control the entire Wind Power Plant through
Central Monitoring Control Station (CMCS)/SCADA. The Contractor shall make
arrangements for the CMCS for this project and the cost of which should be included in the
project cost. The following operation of the individual WTGs shall be possible to carry out
from CMCS:
a. Stop the WTGs
b. Start the WTGs
c. Reset the counters
d. Change the alarm limit.

2.24.3 After certain faults as per LCS settings, the WTGs are restarted automatically. To avoid
excess voltage drops, the CMCS/SCADA must inhibit start of more than one WTG at a
time. The time between start of WTGs must be adjustable in the range 0 to 60 sec.
All alarms must be reported immediately to CMCS/SCADA. All alarms must be printed out

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 33


in clear text, describing the kind of alarms, where the alarm occurred and the time of
initiation of the alarm. Resetting of alarms is to be printed in the same form. Print out of
alarms must not interrupt print out of reports. It must be possible to specify maximum and
minimum limits for all alarms.

2.25 Exhibition of data


The display screen shall show the following pictures and data which is indicative in nature
& shall be as per manufacturer’s design:

a. Actual power generation and operation status (on/off) of each WTG. .


b. Wind speed, direction (figure and arrow), air temperature, and air pressure from wind
masts
c. Table showing the following data for WTG
1. WTGs number
2. Active power
3. Reactive power
4. Energy production, main generator
5. Energy production small generator (if any)
6. Power factor
7. Operation time (main and small generator)
8. Total operation time
9. Local wind speed
10. Local wind direction
11. Ready for yawing, green yes/white no
12. Ready for normal operation, green yes/white no
13. Freewheeling, green on/white off
14. Operation, green on/white off
15. Yawing left, green yes/white no
16. Yawing right, green yes/white no
17. Automatic cable untwisting, green on/white off
18. Automatic reset expected, red yes/white no
19. Generator 1,green on/white off
20. Generator 2 if any, green on/white off
21. Manual operation green on/white off
22. Remote stop executed, green on./white off
23. Manual reset required, red yes/white no
24. List of alarms/failures
25. Rotor speed

d. It must be possible to reset alarm in the screen picture (after the cause of failure is
rectified).
e. Alarms, which are reset at the WTGs, shall automatically be reset on this screen picture.
f. Active alarms with text, date and time may be in red color. After reset text, date and
time must change to white.
g. The last 10 alarms must always be presented on screen.
h. Manual stop also to be reported on the alarm list.
i. It must be possible to switch different WTGs from the screen pictures "Wind WTGs",

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 34


"Mechanical", "Electrical" and "Operate WTGs" without returning to main menu in
Power plant overview.
j. The display screen shall show the following parameters (Mechanical) in graphical form.
1. Wind WTGs number
2. Gear oil temperature
3. Oil level (ok/alarm)
4. Main bearing temperature
5. Mechanical brake temperature
6. Brakes activated (on/off)
7. Yaw motor temperature
8. Nacelle temperature
9. Yaw system, hydraulic pressure
10. Yaw angle
11. Rotor speed
k. Manual stop also to be reported on the alarm list.
l. The display screen shall show the following parameters (Electrical) in graphical form.
1. Generator temperature
2. Generator revolution
3. Active power
4. Reactive power
5. Power factor
6. Voltage (3 Phase)
7. Current (3 phase)
8. Frequency
9. Switch board temperature

m. The display screen shall show the following wind power plant parameters
1. Operation (on/off)
2. Number of active alarms (not reset)
3. Active power
4. Reactive power
5. Power factor
6. Wind speed and
7. Wind direction
8. Total active power
9. Total reactive power
10. Average active power
11. Average reactive power
12. Air Temperature

n. It shall be possible to carry out the following tasks from the screen, but with password.
In order to avoid errors, activation of any of these tasks shall cause a text to appear on
the screen, which has to be answered before the order can be executed. For example the
text could as "Stop the wind WTGs type Yes/No"
1. To start/stop the WTGs
2. Reset counters and change alarm limits.
3. To start/stop all the WTGs, reset counters and change alarm limits

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 35


2.25.1 Generation of Reports

CMCS shall be capable of generating various reports on operation, maintenance,


breakdowns, generation, etc of the wind power plant required for analysis and decision-
making at various levels of management.

2.25.2 Write up on WTGs

The operation and maintenance manuals of the WTGs shall be furnished with the tender.

2.26 DESIGN IMPROVEMENT

a. The Purchaser or the Supplier may propose changes in the specifications of the equipment or
quality over and above the guaranteed performance and if the parties agree upon any
changes, the specifications shall be modified accordingly.

b. If any such agreed change is such that it affects the price or completion schedule, the parties
shall agree in completion schedule or both, before the supplier proceeds with the change.
Following each agreement, the provision them of shall be incorporated in an amendment to
the contract.

2.27 PROTECTION AGAINST HIGH TEMPERATURE AND DUST STORMS

a. WTGs need to be suitably protected. All-materials, components and equipment shall


function and work properly during the lifetime without deterioration due to the aggressive
climate conditions and dust loading. Details shall be furnished on protection methods /
precautions adopted for the satisfactory performance of WTGs for such conditions, without
fail.

b. If the technology for generation at WTG is at different voltages, it may be accepted.


However, the evacuation of the electrical energy will be at 33 KV.

c. In case Contractor’s technology does not require or specify some technical requirement and it
does not materially affect the generation of electricity, price, safety, security of human being,
electricity rules of the land and life of the project, it can be dispensed with.

2.28 REFERENCE LIST


Contractor shall submit along with the Tender the reference list strictly as per the Annexures
given.

2.29 PREFERRED MAKE LIST


Contractor shall ensure that various components offered by them shall be as per the
Preferred Make List mentioned hereunder.

LIST OF PREFERRED MAKES OF BOUGHT OUT ITEMS

Note: The items and makes mentioned here under are only indicative and the supplier is at liberty
to offer any other make provided such equipment complies with relevant standards and proven

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 36


performance. The supplier shall note that the offered item/make shall be acceptable to the AP
Discoms and hence advised to refer to the AP Discoms/APTRANSCO’ s approved vendor list
before taking procurement action.

S.NO. ITEM PREFERRED MAKE


33 KV OUTDOOR ELECTRICAL EQUIPMENT

1 33 KV Vaccum Circuit Breaker ABB / CGL/Schneider/Siemens

BHEL / BB / CGL / Schneider/ VOLTAMP/TELK


2 33 KV Class Power Transformers
/ ABB
33 KV Disconnecting switches /
3 ALLIANCE / ELPRO / HIVELM
Isolators

4 33 KV Lightning Arrestors CGL / ELPRO /OBLUM

5 33 KV CTs CGL / / MEHRU

6 33 KV PTs CGL / MEHRU

BHEL / JAYASHREE / MODERN


7 33 KV Insulators
INSULATORS/ WSI

8 HT Switchgear Kiosk ABB /SIEMENS / Schneider

MEDIUM VOLTAGE SWITCHGEAR AND CONTROL GEAR


SIEMENS / GE-POWER / L&T / ABB
9 415 V Air Circuit Breaker
/SCHNEIDER
SIEMENS / GE-POWER / L&T / ABB
10 Moulded Case Circuit Breaker
/SCHNEIDER / CGL
SIEMENS / GE-POWER / ABB
11 MPCB
/SCHNEIDER
CABLES AND CABLING ACCESSORIES
RPG / UNIVERSAL / CCI / NICCO /
12 33 KV XLPE Cable
TORRENT /INDUSTRIAL
RPG / UNIVERSAL / CCI / NICCO
/TORRENT /INDUSTRIAL/POLYCAB /
13 1.1 KV PVC/XLPE (Power)
FINECAB/ RADIANT/ CRYSTAL/ KEI/
SPECIAL

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 37


RPG / UNIVERSAL / NICCO / DELTON/
TORRENT/ INDUSTRIAL/ POLYCAB/
14 1.1 KV PVC/XLPE. (Control) CCI/ CORDS/ SPECIAL/ CAPCAB/
FINECAB/ RADIANT/ CRYSTAL/
LAPP/ Themopads
15 Energy Meter with RS 485 modbus L&T / Secure/Elster
WS INDUSTRIES / JAYSHREE /
16 INSULATORS
MODERN/ BHEL
AMEI / VERSATIK / PACTIL / KIRAN /
17 AB Switch
SIEMENS
18 DO Fuse PACTIL / KIRAN

WS INDUSTRIES / JAYSHREE / ELPRO


19 Lightning Arrestor
/ OBLUM/ CGL
20 MCCB SIEMENS / L&T / CGL

21 Cables (LT) CCI/ UNIVERSAL/ RPG

SHARAVATHY/ BHARAT WIRE/


22 ACSR
CONDUCTORS OMEGA/ GEM/ APAR

23 LIGHT FITTING PHILIPS/ CGL/ GE LIGHTING/ WIPRO

24 PVC WIRE FINOLEX/ VASAVI/ POLYCAB

EXTRA HIGH TENSION (EHT) SUBSTATION EQUIPMENT OUTDOOR (210 KV)


ABB / AREVA / BHEL / CGL / TELK /
25 Vacuum Circuit Breakers
SIEMENS
26 Disconnecting Switches/ Isolators ELPRO / HIVELM / ALLIANCE
ELPRO / AREVA (WSI) / CGL / ABB /
27 Lightning Arrestors
OBLUM / JAYSHREE
BHEL / ABB / TELK / CGL / AREVA
28 CTs
(WSI)
BHEL/. ABB / TELK / CGL / AREVA
29 Electromagnetic PTs
(WSI)
30 Class Power Transformers BHEL / TELK / CGL / ABB / AREVA
Jayashri/Insulators / WSI / Modern
31 210 KV Insulators (Disc & Solid core)
Insulators / BHEL

Contractor shall submit the source of components as per the format enclosed as Annexure:10
of Section – VII – List of attachments.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 38


3.0 ERECTION/ INSTALLATION OF ALL THE ABOVE ITEMS
3.1 All the above items, including other items, which is required for successful commissioning and
operation of wind farm shall be erected as per relevant standards and to ensure satisfactory
functioning of wind farm.

3.2 Items/Information not specified but Required / Essential


Contractor shall quote for the supply of any additional equipment and materials, which are
not specifically mentioned in this tender document but are required to complete the system,
offered by him in every respect, and for safe and efficient operation and guaranteed
performance. It shall be the responsibility of Contractor to furnish such materials and
equipment and provide the services specified accordingly.

3.3 Contractor shall provide all tools, tackles, equipment/ machinery, materials/ consumables and
labour required for execution of work and the quoted rates shall be inclusive of all such
charges.

4.0 COMMISSIONING
a. The WTGs shall be considered as commissioned when WTG (a) is interconnected to grid
with the charged electrical lines; (b) has Commissioning Certificate issued by the
DISCOM/Utility.
b. Commissioning shall be done strictly as per OEM’s instructions manual, international/
Indian Standards and IE Rules 1956.

5.0 DEFECTSLIABILITY/ GUARANTEE/ WARRANTY PERIOD

The Contractor shall warrant that the equipment will be new & in accordance with the
Contract relevant standards and free from defects arising due to deficiencies in design &
engineering and from defects in material and workmanship for a period of twelve (12)
calendar months from the date of stabilization of entire Wind Power Project. The
Contractor shall be liable to replace/upgrade with the specific consent of NREDCAP, any
defective parts in the equipment supplied and erected by him under the contract arising
solely from faulty design, materials and/or workmanship..No repairs or replacement shall
normally be carried out by NREDCAP when the plant is under the supervision of the
Contractor’s Supervisory Engineers under comprehensive O&M Contract.

If it becomes necessary for the contractor to replace or renew any defective component/part
of the plant, the provision of this clause shall apply to component/part of the plants or
replaced or renewed.

The repaired or new parts will be furnished and erected free of cost by the Contractor.

The cost of any special or general overhaul rendered necessary during the defect liability
period due to defects in the plant or defective work carried out by the Contractor shall be
borne by the Contractor.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 39


The acceptance of the equipment by the NREDCAP shall in no way relieve the Contract
or of his obligations under the Contract.

The Contractor shall be responsible for any loss or damage to the plant until the defect
liability period is over.

6.0 DOCUMENTS TO BE SUBMITTED ALONG WITH OFFER

6.1 Submission of following documents, drawings, data, design and engineering information
to NREDCAP/ consultant for review:

a. Detailed technical specification.


b. General arrangement drawings of major critical equipment.
c. Micro-siting plan & Wind power plant layout. Soft copy of map file with UTM coordinates,
time series wind data for a minimum period of one year. Location and turbine coordinates with
respective map and power and thrust curves of proposed machines holding valid type
certificate.
d. Schematic diagram for evacuation system.
e. G. A. drawings for O.H. lines,33kV switchyard & Earthing details.
f. Drawings and Details as specified in item 2.23.3.
g. Any other Technical details called for in the tender document.

6.2 NIWE’s Approval


a. The model of WTGs offered should be as per National Institute of Wind Energy
(NIWE’s) RLMM latest list. Documentary proof to this effect must be submitted along
with the offer.
b. The Contractor shall submit a copy of the NIWE’s latest list indicating inclusion of the
model of WTGs offered and NIWE’s/other accredited certifying agency’s valid certificate
including power curve.
c. The Power curve and Thrust curve should be submitted along with the offer in tabular
form.

6.3 Power Evacuation Facility


The offered site should have adequate power evacuation facilities to EB Grid. This should be
certified by EB Authorities & a documentary evidence to this effect should be submitted
along with the offer.
The evacuation line and termination at transmission network of APTRANSCO/AP DISCOMS
Sub Stations along with metering arrangements shall be carried out by the contractor duly
following the standards/requirements of APTRANSCO/AP DISCOMS.

6.4 Data for Foundation


a. Contractor shall furnish the GA & Cross sectional drawing for the foundation for the
WTGs along with their offer.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 40


b. After the award, the contractor shall submit a certificate in support of WTG foundation
design having been vetted by a Government organization /reputed Engineering College like
SERC, IIT or NIT.
c. The work shall comprise of design and construction of wind turbine foundations as per
locations indicated on the final layout drawings prepared after micro-siting.
d. The successful bidder shall furnish sources of reinforcement steel, cement and concrete
ingredients i.e. coarse aggregate, fine aggregate, water and admixture.
e. The foundation design shall suit the local soil conditions and the materials used viz.
cement, reinforcement steel etc. shall conform to relevant standards. Bidder shall furnish
the safe bearing capacity of soil, concrete mix design calculation and detailed construction
drawing for the foundation for the WEGs to OWNER before proceeding with the work

6.5 Energy Computation


The Contractor shall submit detailed Micro-siting report for arriving estimated annual
generation for the wind power plant at each point and furnish all the input information/ data
including maps, drawings, wind data considered for calculation in hard copy and soft copy
both.

6.6 Technical Data


The Contractor shall furnish technical data and documents complete in all respect as per
Annexure:6-10 of Section –VII– List of attachments of the Tender document.

6.7 Scheme for Grid Interfacing:


Contractor shall submit complete scheme for Grid interfacing and interconnection for Wind
Power plant at each site including schematic diagrams and the basis of design and brief
specification of equipment, materials and installations along with the offer.

6.8 Sources of Components


The Contractor shall furnish the make and source of the various components of the WTG
as per Annexure:10of Section –VII – List of attachments

7.0 DOCUMENTS TO BE SUBMITTED BY THE SUCCESSFUL TENDER

7.1 The Contractor shall be required to provide four copies of the following
order, information, drawings and documents, within three weeks of the placement of
order:
a) Compete technical specifications of the WTG including rotor, nacelle and tower, Transformer,
VCB / Compact Sub-Station, CT/PT
b) b. OEM’s standard Operation/ & Maintenance/ Trouble-shooting manuals including detailed
drawing for local control system (LCS) as well as Central and Remote Monitoring & Control

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 41


Station/ SCADA (CMCS)
c) The Specification of lightning and other voltage protection.
d) The Specification of anti-corrosion treatment.
e) GA drawings of machinery and equipment including electrical equipment in Unit Sub Station.
f) Detailed planning network diagram in the form of a MS Projects absed Gantt Chart / PERT
Chart.
g) detailed of provision for target power factor of turbine shall be furnished. Also details of
reactive power from grid for all modes of operation i.e. start up, continuous operation and line
fault conditions shall be furnished.
h) Bar/ Gantt chart and PERT Network diagram showing the broad schedule of supply, erection
and commissioning.
i) Operation and maintenance manual.

8.0 DOCUMENTATION REQUIRED TO BE HANDED OVER AFTERCOMMISIONING:


The following documents will form the completion certificate documents:
a) The technical documents (technical data sheets & the GA drawings as approved by the Owner)
according to which the work was carried out.
b) Four sets of as built drawings (hard copy) showing therein the modification and corrections
made during the course of execution and 2 sets of soft copy in CD.
c) Final Test Certificates for major / critical equipment (viz. .
d) Land documents in original favoring title in the name of NREDCAP
e) Statutory clearances / permissions.
f) Commissioning certificates from EBs.
9.0 SCOPE OF WORK DURING GUARANTEE/ WARRANTY PERIOD AND DURING
OPERATION AND MAINTANANCE:

9.1 GENERAL
Contractor shall be responsible for O&M of the wind power plant including power evacuation
system for a period of 10 (Ten) years including Defects Liability Period of 12 months

9.2 SCOPE
a) To maintain at the facility accurate and up-to-date operating logs, records and monthly
reports regarding the Operation & Maintenance of Wind Power Plant.

b) To maintain and keep all control room, roads, tool room, stores room, equipment, etc. in
workable conditions.

c) The Contractor shall be responsible for all the required activities for the successful running
of the WTGs and to ensure optimum energy generation, etc.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 42


d) Monitoring, controlling, troubleshooting of wind power plant & maintaining of relevant data.
e) Supply of all spares and consumables necessary for Operation and Maintenance.
f) Conducting periodical checking, testing overhauling and preventive action.
g) General up keeping of all equipment, building, roads, wind power plant land area.
h) Submission of periodical reports to NREDCAP on the energy generation & operating
conditions of the wind power plant.
i) Continuous monitoring the performance of the Wind Turbine Generators and regular
maintenance of the whole system including WTGs, transformers, overhead line, control
panels etc. as necessary for extracting and maintaining the maximum energy output from the
wind power plant.
j) Necessary spares including capacitors, consumables etc shall be arranged by the Contractor
at his own cost.
9.3 OPERATION AND PERFORMANCE MONITORING

a. Operation part consists of deputing necessary manpower to operate the wind power plant at the
maximum capacity.
b. Daily work of the operators in the wind power plant involves monitoring of voltage, current,
power factor, power and energy output of the wind power plant, battery voltage, specific gravity,
temperature etc. The operator shall note down the failures, interruption in supply including grid
failure and tripping of different relays, reason for such tripping, duration of such interruption etc..
c. The operator shall record monthly energy output of each WTG and reports shall be prepared
on performance of wind power plant indicating turbine wise production. Down time,
capacity factor, machine availability etc. and these figures shall be computed for the total wind
power plant.

9.4 MAINTENANCE
a. The Contractor shall draw the preventive maintenance schedules and attend to the breakdowns
keeping in view that the machine availability is more than 95% as stipulated in these tender
documents.
b. The Contractor shall carry out the periodical/plant maintenance as given in the
manufacturer’s service manual.
c. Regular periodic checks of the WTGs 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 as well as various spares, as recommended by the manufacturer as per the
requirement are to be maintained.
d. Maintenance of other major equipment involved in wind power plant are step up
transformers, overhead line equipment and outdoor 33 kV VCB panel and metering panel.
Particular care shall be taken for outdoor equipment to prevent corrosion. Cleaning of the
insulators and applying Vaseline on insulators shall also be carried out at every 3 to 4 months
interval. Resistance of the earthing system as well as individual earth pit is to be measured
and recorded every three month. If the earth resistance is high, suitable action is to be taken
to bring down the same as per IE Rules & as per IS 3043 (Latest version).

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 43


e. A maintenance record is to be maintained by the operator to record the regular maintenance
work carried out as well as any breakdown maintenance along with the date of maintenance,
reasons for the breakdowns, steps to be taken to prevent recurrence.
f. The Schedules will be drawn such that some of the jobs other than breakdown, which may
require comparatively long stoppage of the WTG’s, shall be carried out preferably during the
non-windy season.
g. The Contractor shall deploy enough manpower at wind power plant site to carryout work
instructions and preventive maintenance schedules as specified.
h. The Contractor will attend to any breakdown jobs immediately for repair/ replacement
/adjustments and complete at the earliest working round the clock.
i. The Contractor shall immediately report the accidents, if any, to the nominated NREDCAP
official& to all the concerned authorities as per prevailing law of the state.
j. Indemnify NREDCAP for any losses arising out of above acts and shall undertake
responsibility to comply with all statutory rules & regulations governed under the acts/ laws
applicable.
9.5 QUALITY SPARES & CONSUMABLES

In order to ensure longevity and safety of the core equipment and optimum performance of
the system, the Contractor should use only genuine spares of high quality standards.

9.6 TOOLS AND TACKLES

The Contractor shall arrange for all the necessary tools and tackles including crane for
carrying out all the operation & maintenance work covered under this contract.

9.7 SECURITY SERVICES

The Contractor has to arrange proper security system including deputation of security
personnel at his own cost for the check vigil for the wind power plant. The security staff
may be organized to work on suitable shift system. Any occurrence of unlawful activities
shall be informed to NREDCAP immediately.

9.8 O&M CONTRACT:

The Contractor has to enter into O&M for 10 years.


10.0 MANPOWER & UTILITIES.
Deployment of manpower, required consumables, testing equipment during erection till
commissioning and during O&M, arrangement of power & water as required for this contract
shall be arranged by the Contractor

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 44


SECTION – II

ELIGIBILITY CRITERIA & CONTRACTOR’S


CREDENTIALS

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 45


CONTENT

SECTION – II

CLAUSE
DESCRIPTION
NO.

ELIGIBILITY CRITERIA REQUIRED FOR


1.0
PARTICIPATING IN THE TENDERS

2.0 DETAILS TO BE FURNISHED

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 46


SECTION-II

ELIGIBILITY CRITERIA &CONTRACTORS’ CREDENTIALS

1.0 ELIGIBILITY CRITERIA:

Sl.
No. Eligibility criteria and proof of documents to be submitted by the bidder.

1 (i) Average Annual financial turnover during the last 3


years in the previous 5 years, ending 31st March, 2016,
should be at least 60 Cr. The bidder has to provide the
audited balance sheet, etc to exhibit the turnover.

Financial Criteria.
(ii) The bidder should have minimum Net Worth of Rs.
30Cr. The bidder shall have the prescribed Net Worth for
the year -2015-16. The bidder shall provide a certificate
from the Chartered Accountant with relevant details of
basis for arriving the net worth.
2 (i) Only the manufacturers of the WTGs shall participate in
the bidding.
(ii) The bidder should have designed, supplied, erected and
commissioned wind power plants for an aggregate capacity
of at least 5MW at single or multiple location.
(iii) The bidder should have executed a wind power plant
with a capacity of at least 2 MW at single location.
(iv) The offered WTG shall have the rating of 1500 kW
and above.
(v) The offered WTG (model, make, etc) should have been
in continuous operation for at least two years as on the date
of submission of the bid.
Technical

The supported documents relevant to meet the above


criteria shall be submitted. The bidder shall submit the
customers details along with contact persons of the
respective projects for ascertaining the performance of
those projects by NREDCAP directly, if required shall also
be furnished.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 47


Note: 1. The bidders shall submit valid documents duly attested in support of the above eligibility
criteria along with the tender. The offers of bidders who are not passing the prescribed
eligibility criteria will be rejected.

2. The bidder shall furnish the details in the Annexures - 2 to 4 of Section –VII List of
Attachments
The WTG offered by the contractors shall be type approved and listed in latest list of
models and manufacturers of NIWE/MNRE. Offered WTG model having valid type
certificate approval will only be considered.
3. Copies of Performance Certificates of the Plants from the respective Customers/Clients
are to be furnished in support of their meeting the above-stipulated technical requirements.

2.0. FOLLOWING DETAILS SHALL BE FURNISHED (IRRESPECTIVE OF THE


MONETARY VALUE).

a. List of Personnel, Organization available on hand and proposed to be engaged for the subject
work (Annexure:12 of Section –VII List of Attachments).

a. List of Plant & Machinery available on hand (own) and proposed to be inducted (own and
hired to be given separately) for the subject work (Annexure:13 of Section –VII List of
Attachments).

b. Summary sheet for List of works completed in the last three financial years giving
description of work, organization for whom executed, approximate value of contract at the
time of award, date of award, date of scheduled completion of work, Date of actual start,
actual completion, final value of contract, etc., should also be given in a in a separate sheet
as per Annexure:1 of Section –VII List of Attachments.

c. The Bidder shall furnish the following documents along with his bid: Attested copies of
documents relating to the Registration of the firm, Partnership deed, Articles of Association,
Commercial Tax Registration, Latest Income Tax Clearance certificate, if available /latest
IT return and copy of PAN card issued by the IT Department etc.

Note: The computation of Net Worth shall be based on unconsolidated audited annual
accounts of the company. The company would be required to submit annual audited
accounts for the financial year -2015-16 along with a certificate from the Chartered
Accountant to demonstrate the fulfillment of the criteria.

Net Worth= Paid up share capital


Add : Reserves
Subtract : Revaluation Reserves
Subtract : Intangible Assets.
Subtract : Miscellaneous Expenditures to the extent not written off and carry
forward losses.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 48


SECTION – III

COMMERCIAL TERMS AND CONDITIONS

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 49


SECTION-III

CONTENT

CLAUSE
DESCRIPTION
NO.
1.0 INSTRUCTIONS REGARDING QUOTING OF RATES
RATES TO BE ALL INCLUSIVE AND REMAIN FIRM AND
2.0
FIXED
3.0 INSTRUCTIONS REGARDING SUBMISSION OF OFFER

4.0 SUBMISSION OF TENDER DOCUMENTS

5.0 EVALUATION OF OFFERS

6.0 PRE BID MEETING

7.0 VALIDITY

8.0 CONTRACT PERFORMANCE SECURITY

9.0 COMPLETION TIME


COMPLETION REPORT/COMMISSIONING
10.0 CERTIFICATE/
TAKING OVER CERTIFICATE
11.0 COMPLETION REPORT FOR O&M

TERMS OF PAYMENT FOR SUPPLY, ERECTION,


12.0
TESTING & COMMISSIONING

13.0 PAYMENT TERMS FOR OPERATION & MAINTENANCE

14.0 LIQUIDATED DAMAGES

FAILURE IN MACHINE PERFORMANCE GURANTEES


15.0
AND LIQUIDITY DAMAGES

16.0 PAYMENT PROCEDURE

DEDUCTION OF INCOME TAX & SALES TAX AT


17.0
SOURCE

18.0 GUARANTEE

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 50


19.0 INDEMINITY BOND

20.0 INDEMINITY BOND FOR O&M

21.0 CONFIDENTIALITY

22.0 RIGHTS OF NREDCAP

23.0 REJECTION OF OFFER

24.0 CORRESPONDENCE

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 51


SECTION-III

COMMERCIAL TERMS AND CONDITIONS

Note: Although details presented in this Tender document have been compiled with all reasonable
care, it is contractors responsibility to satisfy themselves that the information/documents
are adequate and that there are no conflicts between various documents/stipulations. No
dispute or claims will be entertained on this account. Offer/ proposal preparation is the
responsibility of the contractors and no relief or consideration can be given for errors and
omissions.

1.0 INSTRUCTIONS REGARDING QUOTING OF RATES:

1.1 The contractors shall quote the rates in following Schedule of Price Offer as follows:

a) Schedule of Price Offer for Supply items.


b) Schedule of Price Offer for Erection Items.
c) Schedule of Price Offer for Statutory Charges.
d) Training of NREDCAP Officials.
e) Schedule of Price Offer for Operation and Maintenance.

1.2 The rates quoted by the contractors shall be net inclusive of all taxes and duties.

1.3 Cost of Bidding: The bidder shall bear all costs associated with the preparation and
submission of his bid and NREDCAP will in no case be responsible or liable for those costs,
regardless of the contract or outcome of the bidding.

1.4 Amendment of Bidding Document: At any time prior to the due date & time for submission
of bids, the NREDCAP may, for any reason, whether on its own initiative or in response to a
clarification requested by a prospective bidder, modify the bidding documents, bidding
process, terms and conditions, specification, etc. The NREDCAP may, at his discretion,
extend the due date & time for submission of bids.

1.5 Any request from the contractors in respect of additions, alterations, modifications,
corrections etc., of either terms and conditions or rates of his Tender after opening of the
Tenders may lead to rejection of his Tender. If the contractors modify the tender or
withdraws his Tender after opening of the Tender but before the expiry of the validity period
of the Tender, the earnest money shall be liable to be forfeited and he will be black listed.

1.6 By submitting a Tender for the work, a contractors will be deemed to have satisfied himself
by actual inspection of the site and locality of the work, that rates quoted by him in the Tender
will be adequate to complete such work according to the specification and conditions attached
hereto and he has taken into account all conditions and difficulties that may be encountered
during its progress and to have quoted labour and material rates which shall include cost of
material with taxes, Octroi and other duties, loading and unloading, freight for materials and

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 52


all other charges necessary for the completion of the work, to the entire satisfaction of
NREDCAP.

1.7 All costs towards site visit, attending conference/ clarification meetings and submission of
documents shall be borne by the contractors themselves.

1.8 Contractor shall sign all the Tender Documents. The signature on the Price Schedule alone
shall also be deemed to be taken as acceptance of the entire Tender documents and the tender
conditions.

2.0 RATES TO BE ALL INCLUSIVE AND REMAIN FIRM AND FIXED


The bidders shall quote a firm lump sum price for the entire scope of supply and erecting
the equipment (covered under the Technical Specification) including maintenance period.
The above lump sum price shall be as on the date of opening of the bid and shall include all
taxes and duties like excise duty, sales tax, service tax/VAT, works contract tax, Income
Tax, surcharge on Income Tax and other corporate taxes.

i. Price(s) shall be firm and not subject to escalation on any account, till the contract is
executed in full and its subsequent amendments accepted by the supplier even though
the completion/execution of order may take longer time than delivery period
incorporated and accepted in contract.
ii. The bidder shall quote their prices for Supply, Erection & Commissioning, operation
and Maintenance portion separately as per schedule of prices indicated in the schedules.

iii. The prices quoted shall be lump sum and on FOR Destination basis inclusive of all taxes
and duties. The prices shall be FIRM throughout and until Supply, Delivery, Erection,
Testing and commissioning and maintenance of the equipment/system Maintenance
period covered under the contract is completed.
.
iv. All applicable taxes/duties/levies such as Excise duty, CST, APVAT, Works Contract
Tax, Octroi, Cess, Entry Tax etc., and any other taxes and duties that are applicable for
such contracts in the State of Andhra Pradesh as on the date of Opening of bid shall be
considered. The Percentage rates of duties and taxes, etc., so considered in the above
lump sum and firm price shall be clearly indicated in the price bid without fail.

2.1 Taxes, Levies and Duties:


Sales tax, Excise Duty and other levies payable shall be shown separately in the invoice.

Variation in Statutory Levies:


Any variation, upward or down ward, in statutory levies or new levy is introduced after
opening of the bids/placement of order shall be to the account of the NREDCAP, unless
otherwise mentioned in the contract, provided that the delivery is completed within the
contractual delivery schedule. In cases where delivery schedule is not adhered to by the
supplier and there is upward variation/ revision after the agreed delivery date, the
bidder/supplier shall bear the impact of such increased levies and if there is downward
variation/revision, the NREDCAP shall be given advantage to that extent.

2.2 All royalties for patent or charges for the use or infringement thereof that may be involved

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 53


in the construction or use of any equipment shall be included in the bid price. The
bidder/supplier shall protect the NREDCAP against any and all claims arising on account
of the use thereof. The NREDCAP agrees to furnish the supplier any appropriate
information or assistance.

3.0 INSTRUCTIONS REGARDING SUBMISSION OF OFFER:

3.1Due Date & Time for Submission of Bids:


The bidder shall ensure that all their bids along with all documents shall reach the tender inviting
authority before the stipulated time and date.

3.2 BID OPENING:


The Bids will be opened by the tender inviting authority on the due date specified in NIT. If
the bid-opening date falls on a Holiday or declared as a Holiday, the bid will be opened on the
succeeding working day.

3.3 BID SECURITY (EMD):


Offers must accompany EMD in the form as stated in NIT.
Total EMD can also be furnished by way of DD/Pay Order/Banker’s Cheque drawn in favour
of-NREDCAP-, Hyderabad-. Submission of EMD in any other form shall not be considered
and shall be treated as disqualification. The EMD shall be forfeited, if

i. Bidder withdraws the bid before expiry of its validity.

ii. Successful bidder does not accept the order/LOI or fails to enter in to a contract within
the specified period.

iii. Successful bidder fails to furnish Contract performance security within 30 days, or
within the period specified, from the date of issue of P.O/ LOI.

iv. The offer is disqualified for the reasons stated in the bid documents, for example,
where the EMD is super-scribed on the tender cover as if it was furnished, but not
found within or found insufficient, etc.

3.4 Validity of offers:

The offers shall be valid for a period specified in the NIT, counted from the date of opening of
Pre-qualification bids. The period of validity cannot be counted from any other date other than
the date of opening the Pre-qualification bids.

During this period the bidder shall not be permitted to withdraw or vary their offers, once
made and if they do so, the EMD shall be forfeited.

3.5 Past Experience:

The comprehensive list of past projects implemented by the bidder in India and abroad
indicating clients, dates, size of the projects and any other relevant information along with

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 54


P.O. details and performance reports from the Customers, shall be furnished along with offer.

3.6 Cost Compensation for Deviation:


Deviations specifically declared by the bidders in respective Deviation Schedules of Bid
Proposal Sheets only will be taken into account for the purpose of evaluation. The bidders are
required to declare the prices for the withdrawal of the deviations declared by them in the
Deviation Schedules. In case the bidder refuses to withdraw the deviations at the cost of
withdrawal indicated by the bidder in the deviation schedule, the EMD of bidder will be
forfeited. Bidder may note that deviations, variations and additional conditions etc., found
elsewhere in the bid other than those stated in the Deviation schedules, save those pertaining
to any rebates, will not be given effect to in evaluation and it will be assumed that the bidder
complies with all the conditions of Bidding Documents. In case bidder refuses to withdraw,
without any cost to NREDCAP, those deviations, which the bidder did not state in the
Deviation Schedules, the EMD of the bidder will be forfeited.

Offers should strictly be in conformity with specifications/ drawings/ samples as stipulated in


the enquiry. In case no deviations are indicated, it will be taken for granted that item (s) has/
have been offered strictly as per the requirements given in the enquiry.

3.7 UNDERSTANDING AND CLARIFICATIONS ON DOCUMENTS AND


SPECIFICATIONS.

The Bidder is required to carefully examine the specifications and documents and fully inform
himself as to all the conditions of matters which may in any way affect the works or the cost
thereof. If any Bidder finds discrepancies or the omissions in the specifications and
documents or is in doubt as to the true meaning of any part, he shall at once request in writing
for an interpretation/ clarification, to the Purchaser in duplicate. Such clarifications shall be
submitted before due date preferably before pre-bid meeting. The clarifications found
necessary will be furnished in the form of corrigendum/ Addendum to all the Bidders, which
will form part of the Bid documents.

Verbal clarifications and information given by the Purchasers or his employee(s) or his
representative (s) shall not in any way be binding on the Purchaser.

3.8 LOCAL CONDITIONS

It will be imperative on each Bidder to fully inform himself of all local conditions and factors
which may have any effect on the execution of the works covered under these documents and
specifications. The Purchaser will not entertain any request for clarifications from the
Bidders, regarding such local conditions.

It must be understood and agreed that such factors have properly been investigated and
considered while submitting the proposals. No claim for financial adjustment to the contract
awarded under these specifications and documents will be entertained by the purchaser
neither any change in the time schedule of the contract nor any financial adjustment arising
thereof which are based on the lack of such clear information, its affect on the cost of the
works to the Bidder shall be permitted by the Purchaser.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 55


3.9 PRICED QUOTATIONS

All priced quotations should be in Indian Rupees only.

The tenderer should quote his lowest firm prices valid for the duration and completion of the
contract i.e. supply, erection, testing, commissioning and maintenance of the plant. No
enhancement of prices for what so ever reason will be allowed once the offer is accepted.
Quotation should carry the name of the manufacturers for the plant offered.

3.10 AWARD OF CONTRACT

Notification of Award of contract will be made in writing to the successful Bidder by the
Purchaser.

3.11 COMPLETION PERIOD:


Completion period is the essence of the Contract. In case of delay in implementation of the
project, NREDCAP has to incur heavy penalties /financial loss including cancellation of the
PPA, etc. Therefore, the project shall be completed in all respects including synchronization of
Plant with Grid within the period mentioned in the NIT. The zero date counts from the date of
issue of LOI or Purchase order whichever is earlier.

3.12 CONTRACT QUALITY ASSURANCE


The Bidder shall include in his proposal the Quality Assurance Programme containing the
overall quality management and procedures which he proposes to follow in the performance of
the works during various phases as detailed in relevant clauses of the “General Technical
Conditions” of this part.

3.13 MAINTENANCE TOOLS AND TACKLES


The proposal shall include all special tools and tackles required for the construction, operation
and maintenance of the equipment in each equipment package. The Bidder shall indicate all
the above items in the proposal sheets in the form of a schedule giving therein the description
and the quantity of each item. The item wise Price to be quoted by the Bidder shall be
furnished in the format, which will be delivered with the first shipment of the main
equipment.

3.14 GUARANTEE:
The contractor shall guarantee that the equipment being supplied under this contract shall be
new and of best quality, workmanship and shall have no defects in manufacture, shall meet
the requirements of the specifications, and shall be in all aspects suited for the purpose
intended.

The bidder shall guarantee for the entire plant i.e., wind turbines, generators, transformers,
switchgear,etc and their associated equipment for a period of two years from the date of
supply or 12 months from the date of taking over after commissioning & stabilization
period.

If during the said guarantee period, the purchaser finds any materials to be containing

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 56


manufacturing defects or defect in workmanship or otherwise, the contractor would be
required to promptly repair/supply /replace such defective equipment free of charge to
purchaser.

The contractor shall bear all the expenses incurred in connection with the repair or
replacement against such defective equipment inclusive of all freight and insurance, Taxes
& Duties, levies, forwarding and clearing and demurrages and other incidental charges
involved in delivering the said equipment to the buyers specified destination. The charges
for erection and supervision of such replacement shall not be paid by the buyer. The
decision whether correction of the defects should be by the repair or replacement shall be
the sole discretion of the buyer.

The buyer and contractor shall mutually agree to a programme of replacement, renewal or
repair which will minimize any interruption in the commercial use of the equipment.

In the event, the contractor fails to undertake necessary steps to repair or replace defective
materials as stipulated above after receiving notice from the Buyer of any defect in the
material, or failure of any material to conform with the specifications, the buyer may
proceed to undertake the repair or replacement of such defective equipment at bidders risk
and expense but without prejudice to any other rights with the purchaser may have against
the bidder in respect of such defects.

3.15 CHECK LIST


The Bidders are requested to duly verify the checklist enclosed in the Annexure. This
checklist gives only some of the important items. The Bidders are, however, advised to
carefully go through the Bid documents and furnish the necessary information/documents
etc., as required. The checklist shall be attached to the letter of Transmittal.

It is not binding on NREDCAP to accept the lowest or any other bid. NREDCAP further
reserves the right to accept or reject any/ all bids without assigning any reasons thereof

Make/Brand of items offered shall be specified failing which offers are liable to be rejected.
It shall be appreciated if one copy of detailed descriptive literature/ pamphlets shall be
enclosed along with the offer, which may help technical evaluation.

3.16 DRAWINGS, DATA AND LITERATURE TO BE FURNISHED

Drawings, data and descriptive literature as required in the specifications must be submitted
with the Bids and shall include sufficient detailed performance information to enable
evaluating the item as to soundness, reliability, serviceability, and efficiency. If drawings,
data and/or literature are submitted that would require modifications to meet the
specifications, these modifications should be clearly indicated. Failure of information to
show that the item offered conforms to the specifications may lead to disqualification of the
Bid.

A written statement by the Bidder stating that he will fully meet the requirements of the
specifications will take precedence over standard literature accompanying the Bid.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 57


If the Bidder submits literature specifically prepared for the Bid and such literature contains
any statements or data inconsistent with the requirements of the Bid documents, those
statements and data will be construed as intended, and may lead to disqualification of the
Bid.

Bidders are warned to strike out and initial any conflicting conditions, qualifications or
delivery terms.

The Bidder shall include in his offer the following:

Undertaking to furnish details of special precautions and instructions to be followed and


check list for erection, testing and commissioning of the plant.

Undertaking to furnish all required drawings, documentations for assembly, erection, testing
and commissioning of the plant. Instructions regarding storage, handling, precautions etc.,
and checklists at various stages, till the plant is installed.

Time schedule for design, manufacture, testing, shipment, installation and commissioning.
Schedule of month wise Cash Flow requirements till completion.

4.0 SUBMISSION OF TENDER DOCUMENTS


4.1 Two packet system of tendering will be adopted in this particular tender. As such the contractors
should submit its offer in two parts.

The documents to be submitted shall be signed, stamped and sent to reach the tender inviting
authority on or before the specified time and date. In case of online submission, the bidder shall
ensure uploading of the scanned documents only after signing and stamping.

5.0 EVALUATION OF OFFERS


a. Evaluation of both Part-I- Techno-Commercial offer and Price offers shall be done separately.
b. Evaluation of Part-I-Techno-commercial offers shall be carried out first and those who
qualify against Techno-commercial documents satisfying all the conditions will only be
considered further. This will be done on the basis of Qualification Documents furnished by
the contractors and completeness & conformity of the offers with respect to the
NREDCAP tender document requirements.

Price offers (Part-II) of qualified and techno-commercially acceptable contractors only shall
be opened. The “PRICE OFFERS” of those contractors who do not satisfy the terms and
conditions are liable for rejection.
6.0 VALIDITY
The offer shall be valid for the period specified in the NIT.

7.0 CONTRACT PERFORMANCE SECURITY

7.1 FOR EPC CONTRACT :

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 58


a). The successful bidder shall furnish within one month from the date of issue of LOI/PO,
the contract performance security equal to 10 % of EPC value of purchase order/contract
(including Taxes and Duties) for proper fulfillment of the terms and conditions of the
contract till full execution of the plant and fulfillment of terms and conditions thereof.
The amount of Contract Performance Security shall be forfeited to the extent of financial
loss suffered by the Corporation, if supplier fails to execute the order and fulfill its terms
and conditions.

b) Contract performance Security shall be furnished in the shape of Demand Draft drawn
on any nationalized bank in favour of -NREDCAP payable at Hyderabad or in the form
of bank guarantee from any nationalized bank in the prescribed proforma.

c) The Bank guarantee should be valid for a period of three years initially and shall be
extended from time to time as per requirement.

d) Contract Performance Security shall be returned to the contractor after successful


commercial operation of the plant and completion of defect liability period/warranty
period provided,
i. the contractor has fulfilled all contractual obligations,
ii. the contractor has proven the satisfactory performance of the plant as per the terms
and conditions set out in the contract,
iii. the contractor has submitted the contract performance security deposit for O&M
period set out herein below,
iv. and there is nothing outstanding either against the contract or any other purchase
orders/contracts placed by the corporation on the Contractor.

7.2 FOR O&M CONTRACT:

a). The successful bidder shall furnish the Bank Guarantee, within one month from the date
of taking over of the plant after successful commissioning, towards the contract
performance security for O&M, equivalent to 15 % value of sum of O&M charges
payable for 10 years period to the contractor.
The amount of Contract Performance Security shall be forfeited to the extent of financial
loss suffered by the Corporation, if supplier fails to operate and maintain the plant
properly and fulfill terms and conditions.

b) Contract performance Security shall be furnished in the shape of Demand Draft drawn
on any nationalized bank in favour of -NREDCAP payable at Hyderabad or in the form
of bank guarantee from any nationalized bank in the prescribed proforma.

c) The Bank guarantee should be valid for a period of ten years initially and shall be
extended from time to time as per requirement.

d) Contract Performance Security shall be returned to the contractor after ten years of
successful operation & maintenance of the plant provided,
i. the contractor has fulfilled all contractual obligations,
ii. the contractor has maintained the plant properly to generate maximum power by
the plant as per the terms and conditions set out in the contract,

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 59


iii. and there is nothing outstanding either against the contract or any other purchase
orders/contracts placed by the corporation on the Contractor.

8.0 COMPLETION TIME: The contractor shall complete the entire work in all respects within
two months from the date of issue of Letter of Acceptance.
Note: However, early completion of the entire work is mostly preferred. If any unavoidable
delays cause in the part of NREDCAP and its associated departments in later stages,
extension of completion time will be given subject to the advanced approval obtaining from
the competent authority by appropriate written request.

9.0 COMPLETION REPORT/COMMISSIONING CERTIFICATE/TAKING OVER


CERTIFICATE:

9.1 Upon successful completion of erection, testing and commissioning in respect of all
equipment under the scope of the specification, and upon submission of as-built documents,
drawings, designs, manuals, etc, the NREDCAP shall issue to the contractor, a taking over
certificate as a proof of final acceptance of the equipment. Such certificate shall not
unreasonably be held up on account of minor omission or defects, which does not affect the
commercial operation or do not constitute any serious risk to the equipment. The contractor
shall undertake to make good such omissions and defects at the earliest possible time. The
estimated amount as decided by the NREDCAP for making good such omissions or defects
or deficiency in observed performance over the assessed or guaranteed performance shall be
deducted from the invoice of the contractor and the amount deducted shall be paid as soon as
the omissions or defects are rectified or made good the financial loss, etc to the satisfaction of
NREDCAP. The taking over certificate however shall not relieve the contractor of his
obligation which otherwise survive by the terms and conditions of the contract after issuance
of such certificate.

9.2 The following shall be fulfilled by the contractor before requesting for commissioning
certificate or work shall not be treated as complete till following are satisfied:

a) The technical documents according to which the work was carried out.
b) All works mentioned under the scope of the work completed except operation and
maintenance for 10 years.
c) Contractor shall furnish the commissioning certificate for all WTGs as given by electricity
board.
d) Commissioning of all plant completed satisfactorily.
e) Four sets of as built drawings showing therein the modification and corrections made during
the course of execution signed by the Engineer in-charge.
f) Certificates of tests performed for various works and handed over to NREDCAP.
g) Materials appropriation statement for the materials issued, if any, by the NREDCAP and list
of the surplus material returned to the NREDCAP's store duly supported by necessary
documents.
h) Operation and maintenance manual are provided as specified.
i) Submission of documents specified in Clause 7.9 of Section-I (Documentation required to
be handed over after commissioning)

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 60


9.3 As soon as the above process is complete, the final bill of the party will be certified and paid
with the conclusion of this particular contract for Design, Engineering, supply,
transportation to site Erection and Commissioning of Wind-Power plant and its
interconnections with the state grid. Further a separate Operation and Maintenance Contract
shall be placed by NREDCAP for - 10years of Operation & Maintenance as per rate
indicated in the Price Schedule.

9.4 Successful contractor shall submit the activity chart which shall be discussed and finalized
and shall form an integral part of the Contract.

10.0 COMPLETION REPORT FOR O&M:


a. On successful completion of every half year of O&M period, the contractor shall submit a
completion certificate for the completed half year of O&M

b. The contractors should satisfy all conditions stipulated in special conditions of contract for
O&M (Clause 8.0 of Section-IV)

11.0 TERMS OF PAYMENT FOR SUPPLY, ERECTION, TESTING &


COMMISSIONING OF WIND FORM:
Payments shall be released in the following manner on furnishing of Contract Performance
Security Deposit and submission of invoices along with other required documents. The
payment will be made through cheque within 30 days after receipt of invoices.

11.1. For Supply of Plant & equipment including commissioning spares, tools and tackles etc.

a. 60% progressive payments will be released against receipt of material and their acceptance.
b. 20% will be paid on successful erection and commissioning of the plant and submission of
statutory approvals.
c. 10%will be paid against successful demonstration of Performance Guarantee parameters and
stabilization.
d. Balance 10% will be released upon fulfillment of all other contractual obligations and
settlement of liquidated damages.

The percentages mentioned are the percentage of contract value of Section-VIII Summary
Price Offer, Sl. No.2.

11.2 For Erection & Commissioning


a. 20% on completion of Foundation
b. 40% on completion of Erection of WTG & Sub-Station
c. 20% against Commissioning and Grid connectivity
d. 10% will be paid against successful demonstration of Performance Guarantee parameters and
stabilization.
e. Balance 10% will be released upon fulfillment of all other contractual obligations and
settlement of liquidated damages.

The percentages mentioned are the percentage of contract value of Section-VIII Summary
Price Offer, Sl. No.3.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 61


11.3 STATUTORY CHARGES
a. 100% Payment towards statutory approvals & fees payable to Govt./EB Infrastructural
development charges will be made during commissioning at actual, subject to the ceilings
indicated at Sl.No.4 of Summary Price Schedule upon submission of documentary evidence.

The percentages mentioned are the percentage of contract value of Section-VIII Summary
Price Offer, Sl. No.4

11.4 TRAINING CHARGES


a. 80% will be paid on completion of training based on quoted rates on pro-rata-basis.
b. Balance payment will be made along with final Payment for erection, testing and
commissioning.

The percentages mentioned are the percentage of contract value of Section-VIII Summary
Price Offer, Sl. No.5.

12.0 PAYMENT TERMS FOR OPERATION & MAINTENANCE

No payment is payable during Stabilization period. The payment during the remaining period of
O & M will be half yearly subject to any deduction and/ or retention money.

13.0 LIQUIDATED DAMAGES

In case the contractor fails to achieve the successful commissioning of the plant within the due
date for completion as indicated in these bid documents, then the Corporation shall levy the
liquidated damages on the contractor at the rate of 1% (one percent) of the contract price per
week of delay or part thereof subject to a maximum of 10% of total contract price. Liquidated
Damages so levied will be recovered from the supply/erection bills of the Contractor.

14.0 FAILURE IN MACHINE PERFORMANCE GUARANTEES AND LIQUIDITY


DAMAGES.

Liquidity damages for failure in complying with following during warranty and O&M Period will
be levied as per contract conditions mentioned in Special conditions of Contract (Annex-IV) of
Tender document
a. Power Curve Generation Guarantee (PCGG).
b. Machine availability Guarantee
c. Reactive Power Drawl
d. Internal Loses

15.0 PAYMENT PROCEDURE

a. The successful contractors shall submit the bills for claim in four copies. The payment shall be
made after the verification of the bill by the Engineer In-charge.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 62


b. It is expressly understood that the release of payment to the successful contractors in the
manner specified will not be construed as the fulfillment of the contractor's obligations
either in part or whole under the contract and that the contractors shall continue to remain
responsible to NREDCAP until all the obligations under the agreement have been fulfilled.

16.0. DEDUCTION OF INCOME TAX & SALES TAX AT SOURCE: Income Tax, Sales
Tax and any other Government levies, shall be recovered at source at the rates prevailing at
the time of passing the bill. Necessary certificate will be issued to the Contractor for
Deduction of Taxes at source.

17.0 Contractors may pl. note that NREDCAP will be issuing necessary ‘C’ form certificate for
availing the CST.

18.0 GUARANTEE: The materials supplied and the works carried out against this contract
shall be guaranteed for ONE YEAR from the date of commissioning of the wind mills and
taking over by NREDCAP. The materials becoming defective during the guarantee period
shall be replaced free of cost and the defects arising out of the works shall be rectified free
of charge without delay.

19.0 INDEMINITY BOND

a. An Indemnity Bond to Indemnity NREDCAP against loss or damage of all the materials for
which part payment is effected shall have to be executed by contractor in the manner
specified.

b. The entire work shall be carried out under contractor’s technically qualified Engineers and
expert Supervisors. NREDCAP shall have the power to direct the contractor to engage
sufficient number of expert Supervisors, if it is considered that the contractor’s supervising
arrangements are found insufficient for the successful completion of the work.

c. The contractor shall agree to hold the materials for which part payment is payable as per
conditions of the agreement, entrusted to him and his possession in trust for the NREDCAP
as their property until such time as the works entrusted to him are completed and handed
over back to the representatives of the NREDCAP as per the terms of the Agreement.

d. The contractor further agree to hold the NREDCAP harm less and free from all liabilities for
all losses, damages, etc., arising from any cause, whatsoever to the material while in his
possession, and further under takes to indemnify and reimburse the NREDCAP to the extent
of loss or damage caused to the materials or any loss or any claims to the NREDCAP in
respect of the said material while in possession of the contractor.

20.0 INDEMINITY BOND FOR O&M:


a. The successful contractor shall execute indemnity bond against loss or damage of the Wind
Power Plant with all associated materials/equipment after 11(Eleven) months of taking over
of the plant and before the expiry of warranty period for an amount equivalent to the project
cost which is valid till the expiration of the O&M period (10 years). The Indemnity Bond

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 63


has to be executed by the successful contractors in the manner specified.
b. The contractor shall agree to maintain the wind Power Plant as per conditions of O&M
agreement and his possession in trust for the NREDCAP as their property until such time the
O&M period is completed and handed over back to NREDCAP as per the terms of the
Agreement.

a. The contractor further agree to hold the NREDCAP harm less and free from all liabilities
for all losses, damages, etc., arising from any cause, whatsoever to the material while in
his possession, and further under takes to indemnify and reimburse the NREDCAP to the
extent of loss or damage caused to the materials or any loss or any claims to the
NREDCAP in respect of the said material during O&M period.

21.0 CONFIDENTIALITY

Contractors shall treat Tender documents and contents therein as private and confidential. If
at any time during offer preparation, contractors decides to decline the invitation to offer;
all documents must be immediately returned.
22.0 RIGHTS OF NREDCAP

a. Contractors are informed that NREDCAP is neither under any obligation to select any
contractors nor to assign any reason for either qualifying or disqualifying any contractors,
NREDCAP is also not under any obligation to proceed with the project or any part thereof.

b. At any time prior to opening of price proposals NREDCAP either on its own initiative or in
response to clarifications requested by any prospective contractors may modify the
document by issuing an amendment.

c. NREDCAP reserves the right to reject any proposal in following cases:

i. At any time, a material misrepresentation is made or uncovered.

ii. The contractors do not respond promptly and exhaustively to requests for supplemental
information required for the evaluation of the proposal within the time allowed.
23.0 REJECTION OF OFFER

a. No correspondence by any of the contractors shall be entertained till such time decision in the
matter is taken unless otherwise specifically asked for by NREDCAP.
b. The contractors must quote the prices strictly in the manner as indicated in the document,
failing which tender is liable for rejection.
c. The rate/cost shall be entered in words as well as in figures. If there is any discrepancy
between the two, the rates quoted in words will prevail. Similarly if there is any
discrepancy exists between the unit rate and the amount, the unit rate will prevail. The
rates quoted must not contain any additions, alterations, over-writings, cuttings or corrections
and any other markings, which leave any room for doubt.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 64


24.0 CORRESPONDENCE
All further correspondence in connection with this offer shall be addressed to:

VC &Managing Director
New & Renewable Energy Development Corporation of Andhra Pradesh Ltd.
Regd.Office:5-8-207/2, Pisgah Complex,
Nampally, Hyderabad - 500 001.
Tel. off: +91-40-2320 2391, Fax: 040-23201666
Email: vc@nredcap.in and we@nredcap.in

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 65


SECTION – IV

SPECIAL CONDITIONS OF CONTRACT

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 66


SECTION – IV

CONTENT

Clause
Description
No.
1.0 GENERAL

2.0 SPECIAL CONDITIONS FOR SUPPLY OF ITEMS

SPECIAL CONDITIONS FOR ERECTION TESTING AND


3.0
COMMISSIONING

4.0 OTHER CONDITIONS

5.0 EQUIPMENT TESTING

GUARANTEED PARAMETERS FOR MACHINE


6.0
PERFORMANCE
SPECIAL CONDITIONS FOR OPERATION &
7.0
MAINTENANCE OF WIND POWER PLANT

8.0 FORCE MAJEURE

9.0 CANCELLATION OF ORDER

10.0 JURISDICTION

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 67


SECTION – IV

SPECIAL CONDITIONS OF CONTRACT

1.0 GENERAL
a. Special Conditions of Contract supplement the General Conditions of Contract for Works
Contract of NREDCAP, Hyderabad as amended and/ or corrected up to date and shall be
read in conjunction with the, specifications of work, drawing and any other document
forming part of this contract wherever the context so requires.

b. Where any portion of the Special Conditions of Contract is repugnant to or at variance with
any provisions of the General Conditions of the Contract 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 the contract only to the extent such
inconsistencies or variations in the special conditions of contract as are not possible of
being reconciled with the provisions of general conditions of contract.

c. The materials, design and workmanship shall satisfy the applicable standards, specifications
contained herein and codes referred to.

d. In case of contradiction between Bureau of Indian Standards, General Conditions of


Contract, Special Conditions of Contract, specifications, drawings, instructions of Engineer-
in-charge, the following shall prevail in order of precedence:
i) E-Mail/Telex/telegram of Acceptance, detailed Letter of Acceptance along with
Statement of Agreed variations and its enclosures.
ii) Schedule of Price.
iii) Commercial Terms & Condition
iv) Special Conditions of Contract.
v) Technical Specification.
v) General Conditions of Contract.
vi) Drawings furnished.
vii) Indian standards/material specification.
viii) Any other documents listed as forming part of the contract documents.

2.0 SPECIAL CONDITIONS FOR SUPPLY OF ITEMS:


2.1 Standards / Type Certification
a. The WTG shall be type approved from the International recognized agencies GL
/DNV/Lloyds/BIS/TATA Projects Ltd. / NIWE- India.
b. The valid type test copy of WTG must be submitted.
c. Technical particulars of the material offered must comply with the standard or other applicable
specifications and the relevant provisions of standards.
d. Technical particulars of the material offered must comply with the standard or other applicable
specifications and the relevant provisions of standards.
e. The contractor shall perform the contract work in accordance with all applicable codes,

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 68


statutory regulations and established practices. It is agreed and understood by and between
the parties hereto that the contractors shall comply with applicable laws, rules, regulations
and by-laws whether now in force or which may hereinafter come in force during the
currency of the contract and/or extension thereof.
2.2 Guarantee
The material offered shall be guaranteed by the contractors for use and services for a
period of 12 months from the date of successful commissioning after stabilization period of
60 days. Any part found defective during its operation shall have to be replaced / repaired free
of cost with an extended guarantee of another 12 months from the date of replacement. If the
item is brought out item, the guarantee period will be as declared by the OEM or 12 months
whichever is greater.

2.3 Storage Facility


Material received at the site should be adequately stored in premises arranged by the
contractors. Contractors shall be responsible for safety of material stored. The
responsibility of Insurance up to commissioning shall rest with the contractors.

2.4 Transit Losses / Damages


The goods will be delivered at the destination in good condition. The contractors have to
insure all the goods against loss by theft, destruction or damage by fire, flood, under exposure
to weather or otherwise viz (war, rebellion, violence, riot etc.) till the successful
commissioning of the Wind Power plants.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 69


3.0 SPECIAL CONDITIONS FOR ERECTION TESTING AND COMMISSIONING:

3.1 Responsibility of the Contractor.

a. All expenses towards mobilization at site and demobilization including bringing in equipment,
work force, materials, dismantling the equipment, clearing the site after completion of
work and liaison or getting approval for interconnection of wind power plant with the State
Grid with concerned departments viz., CEIG, etc. shall be deemed to be included in the
prices quoted and no separate payments on account of such expenses shall be entertained.

b. Contractor may have to work in energized or partly energized conditions. In such cases, it shall
be responsibility of the contractors to arrange for necessary permits or shuts downs and
provide skilled and responsible persons for the execution of works.

c. Contractor shall organize his works during the shutdown periods properly and complete the
programmed works within the time given. Contractor shall not be paid any extra payments
for working under the above said circumstances.

d. It shall be entirely the Contractor’s responsibility to provide, operate and maintain all
necessary construction equipment, scaffoldings and safety gadgets, cranes and other lifting
tackles, tools and appliances to perform the work in a like and efficient manner and complete
all the jobs as per time schedules. However, if any equipment/ facilities are provided by
NREDCAP, the same shall be on chargeable basis.
e. The procurement and supply of all materials and consumables shall be entirely the
Contractor's responsibility and his rates for execution of work will be inclusive of supply
of all these items.
f. In case any material is issued by NREDCAP, then it will be properly used and maintained.
Subsequent to completion of its use, it will be returned to NREDCAP in good condition. In
case of damage or misuse of such stores, NREDCAP will recover the cost from the
Contractor from the payments due to the Contractor.

3.2 Tests/Inspection

NREDCAP/TPIA (Reputed Third Party Inspection Agency) may get inspection of material
done at the works of the Contractor including sub-supplier prior to its dispatch to site. TPIA
charges are to be borne by contractors only.

4.0 OTHER CONDITIONS:

The scope of work covered in this tender shall be as specified in the Section-I and as
mentioned elsewhere in this tender 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

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 70


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.

5.0 EQUIPMENT TESTING:


The contractor shall get tested all required equipment (like CT, PT, Meters, etc) from the
power utility well before commissioning of the wind power plant, so as to avoid any delay in
export of power or required approval from utility.

6.0 GUARANTEED PARAMETERS FOR MACHINE PERFORMANCE

6.1 THIS CLAUSE SETS OUT:


a. the performance guarantee parameters.
b. the preconditions to the validity of the performance guarantees in production as set
forth below.
c. the minimum level of the performance guarantees.
d. the procedure for conducting the performance guarantee tests, recording of measurements /
results and calculation for deriving the test results.
e. formula for calculation of liquidated damages for failure to attain the performance
guarantees.

6.2 PRE-CONDITIONS

a. The Contractor gives the Performance guarantees (specified herein) for the WTGs, subject to
the following precondition being fully satisfied.

b. The NREDCAP has engaged the services of NIWE to vet the demonstrated power curve
(energy generation) results of the selected WTGs at site conditions in accordance with
the method described below:

6.3 THE PROCEDURE FOR POWER CURVE DEMONSTRATION (energy Generation


Test) SHALL BE AS FOLLOWS:
Contractor shall provide a Power Curve Guarantee ('PCG') at 95% of the Certified Power Curve
('CPC') as following methodology

a. NREDCAP and Contractor shall jointly decide one designated turbine for the purpose of
power curve measurement.

b. Contractor shall install a wind mast (of height equal to the hub height of the above turbine)
near the above turbine location at a distance between 2-2.5d (d-Rotor Diameter). This mast
shall record wind data at height same as the hub height of the turbine and shall be taken as
reference data for the purpose of power curve verification. This mast will be maintained at
the site for till the end of power curve generation test completed.

c. The power curve demonstration shall be done as follows:

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 71


1. i. The test shall be conducted between May to September (high windy season)
ii. The test should result in a minimum 1400 hours of continuous data sets.
iii. Should the test fail, then the test shall be repeated once again ( with
minimum 1400hrs of data sets as above) either in the same wind
season or in the next windy season between May to September .
2. Calibrated sensors shall be used for measurements.
3. Selection of machine shall be done mutually by the parties.
4. One Number of representative machines hall be selected for the test.

d. The CPC shall then be applied to the above wind speed distribution to arrive at the gross
expected energy generation (“GEEG’). The following factors shall then be applied on the
GEEG to arrive at the net expected energy generation (‘NEEG’).
i. The air density correction factor will be applied on certified power curve.
ii. Array losses will be calculated by software for test period and applied.
iii. Grid availability during test period
iv. Machine availability during test period.
v. Uncertainty factors in terms RSS, of 3 % for wind measurement and 5 % for power
curve will be applied in the calculations.

a. The NEEG thus arrived shall be verified against actual energy generated by the turbine as
recorded by the machine meter in the control panel. If the actual generation as recorded by the
machine meter is equal to or above 95% of the NEEG, then the turbine is deemed to have met
with the power curve guarantee.

In an event the actual generation by the test WTG is lower than 95 % of generation as per certified
power curve, the contractor shall compensate M/s NREDCAP as per the details given in the
tender document.

6.4 The annual energy output in kWh shall be evaluated and validated by M/s. NIWE.

6.5 FAILURE IN GUARANTEES AND LIQUIDATED DAMAGES


For every 1% (or part thereof) shortfall in actual generation than guaranteed 95%
NEEG, the Contractor shall pay to NREDCAP @ 0.5% (half percent) of the Contract
price. In case the actual generation as recorded at the WEG meter is less than 90 %,
the contractor shall rectify the defects in all WEGs or replace all the WEGs as the case
may be in the manner that power generation is not less than 95 % of NEEG. The power
curve performance test should be repeated again after rectification. In case the actual
generation is equivalent or more than 95 % of NEEG the test will be deemed to have passed
the performance test. In this case, the Contractor shall compensate NREDCAP for the actual
revenue loss during the period when generation is lower due to performance of the WEG.
The revenue loss will be calculated considering the contractor’s obligation at 100% NEEG.

6.6.1 Failure to Attain Power Curve Generation Guarantee (PCGG) on total plant.

6.6.1.1 For any shortfall in PCGG during the warranty/defects liability period, the liquidated
damages not by way of penalty shall be recovered from Contractor as described below:

a. For failure to achieve the estimated power generation as per power curve & wind data as
per wind mast, liquidated damages (not by way of penalty) of 1% of Contract Price shall be

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 72


levied for each 0.5%or part thereof shortfall in generation.

6.7 PG PARAMETERS DURING O&M PERIOD (ON COMPLETION OF


COMMISSIONING)

The PG Parameters and Compensation for failure to achieve PG Parameters during O&M
period including free O&M period of 2 months of stabilization period from the date of
commissioning shall be as detailed hereunder.

6.8 MACHINE AVAILABILITY GUARANTEE


The Contractor guarantees a combined machine availability of 95% per year for all the
WTGs put together (post stabilization period). In case the annual average machine
availability of all the WTGs together falls below 95% then the contractor shall compensate
owner as under:

(i) 0.5% of contract price for works for every 0.5% (or part thereof) shortfall in actual
generation than guaranteed 95%.
(ii) an amount @ 2% of the annual O & M service charges for every 0.5% of shortfall
below 95% of machine availability.

"MACHINE AVAILABILITY" shall mean the ratio of actual number of annual hours for
which the WTG are in. a state of complete readiness to generate Power subject to the Grid
availability, wind availability and all other parameters referred hereunder, to the total number
of hours available annually (i.e. 8760 Hours). Machine Availability shall be calculated as
follows.

(Recorded Hours) * 100


% Machine Availability = ..................... ................ ................ ................
[8760 - (GF + FM)]
Where, Recorded Hours = [8760- (GF + FM + S +U)]
8760 = Number of total hours for a machine in an year (i.e. 24 x 365 days)
GF = Grid Failure hours (Other than scheduled or breakdown hrs)
FM. = Force Majeure hours
S = Scheduled Maintenance Hours for a machine(approximate maintenance hours
may be mentioned
U = Breakdown Maintenance Hours for a machine

6.9 REACTIVE POWER DRAWAL


The reactive power drawn shall not exceed 3%of the active power exported on monthly basis
(if applicable)

6.10 INTERNAL LOSSES


The Contractor shall provide efficient transformers and associated electrical systems for
limiting the losses from the WTG controllers to the metering point of EB. The internal
losses on monthly basis shall be less than 3%.
If in any month, the internal losses are more than 3%, then the contractor shall compensate
the NREDCAP for the additional internal losses at the prevailing EB tariff.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 73


6.11 FAILURE IN GUARANTEES AND COMPENSATION DURING O & M PERIOD

6.11.1 Compensation for Failure in Machine Availability

a. If the machine availability is less than the guaranteed value, an opportunity will be given to
the Contractor to repair/modify the equipment within 2 months. In case the availability is
not achieved subsequently, then the Contractor shall be liable for
payment of damages of the loss of income @ prevailing power purchase rate, due to loss in
generation on account of lower machine availability below the quoted machine availability
figure. The base value for computing estimated loss in generation shall be the power
generation as per power curve generation guarantee & wind data as per wind mast, the
machine availability quoted & actual machine availability achieved.

b. If MAF is less than 95% in any WTG during the period under Operation & Maintenance
contract, the Contractor shall compensate the NREDCAP as computed below, for the
shortfall in availability factor for those WTGs having shortfall.

COM = (95 - Actual MAF) x C x D


100
Where,
"COM" is the compensation in Rupees-payable for a WTG
MAF is the Machine availability factor.
"C" is the prevailing purchase rate of electricity.
"D" is the actual annual generation in kWh of the WTG during the year.

6.11.2 Compensation for Failure for Excess Reactive Power Drawl


a. The reactive power drawn shall not exceed 3%of the active power exported on
monthly basis (if applicable).
b. If the reactive power drawn is in excess of 3% of the active power exported on a
monthly basis, the Contractor shall compensate NREDCAP the charges payable to
EB as per prevalent tariff for drawl of reactive power.
c. The above compensation shall be payable during the Defects Liability Period as well
as every year during the O&M period.

6.11.3 INTERNAL LOSSES

The Contractor shall provide efficient transformers and associated electrical systems for
limiting the losses from the WTG controllers to the metering point of EB. The internal
losses on monthly basis shall be less than 3%.

If in any month, the internal losses are more than 3%, then the contractor shall compensate
the NREDCAP for the additional internal losses at the prevailing EB tariff.

6.12. STATUTORY APPROVAL FOR WORKS


a. All statutory approvals for the Works (from Electrical Inspector or any other approval
required as per applicable law, rules thereof shall be obtained by the contractor.
b. The Inspection and acceptance of the Works as above shall not absolve the contractor from
any of his responsibility under this Contract.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 74


c. All fee/ charges payable to any statutory authority during construction as well as operation &
maintenance of wind power plant shall be borne by the Contractor.
d. The contractor shall be responsible for interconnection of wind power plant with the State grid,
so as to export power from wind power plant. Therefore, the contractor should make all efforts
for installation of metering equipment, etc, and carry out the inter connection prior to the final
commissioning of the wind power plant.
6.13. INSURANCE

6.13.1 Contractor shall at his own expense take out necessary insurance to-the supplies, transit,
personnel and all other related, to the satisfaction of the NREDCAP including all third party
risks as detailed below:

a. Insurance to cover marine transit cum storage cum erection cum commissioning policy;
b. Insurance to cover third party liability

a. Workmen compensation and/or group personal accidents Insurance policy covering all it's
employees and works including of the Sub-contractors/ Contractor.
b. It is the responsibility of the Contractor to enter in to an agreement to operate and maintain
the Wind Power Plant and all its equipment and facilities in perfect condition for the entire
period of 10years for which NREDCAP shall pay the agreed Comprehensive O&M charges
only. The replacement / repair / modification of any or all equipment have to be carried out
by the Contractor at his own cost for the entire period of contract. The NREDCAP shall not
be responsible for any break down /failure of any equipment thereof.
c. Nevertheless fire and allied perils including earthquake, flood, storms, cyclone, tempest &
burglary, insurance policy shall be taken by the NREDCAP on yearly basis during O&M
period and premium paid for it by the NREDCAP.

6.14 SCOPE OF INSURANCE

The Contractor shall take out a composite and. comprehensive Marine-cum-Erection


Insurance Policy with a Nationalised Indian Insurance Company which shall cover total
erected value of the Facilities (115% of Contract price) and all risks specifically inclusive of
the following:

a. All Risk Insurance: The policy shall cover all risks and escalations, and revisions without
ceiling.

b. Cargo Insurance: For supplies, the policy shall insure the goods originating from the
Contractor's / Supplier's warehouse to Plant's warehouse and up to completion of erection
and commissioning. This will be inclusive of supplies to and from warehouse / factory of
intermediate processors / suppliers. This policy will also cover the replacement items, if any.

c. Third Party Liability Insurance: The policy shall cover third party liability. The third party
liability shall cover the loss / disablement of human life (persons not belonging to the
Contractor) and also cover the risk of damages to others' materials / equipment / properties
during construction, erection and commissioning at site. The value of third party liability for

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 75


compensation for loss .of human life or partial / full disablement shall be of required
statutory value but not less than Rs. 5 lakh per death, Rs. 4 lakh per full disablement and Rs.
2 lakh per partial disablement and shall nevertheless cover such compensation as may be
awarded by a Court of Law in India or abroad and cover for damage to others' equipment /
property as approved by NREDCAP.

d. Automobile Liability Insurance: Covering use of vehicles / mobile equipment used by the
Contractor or its Sub Contractors (whether or not owned by them) in connection with the-
execution of the Contract

e. Contractor shall ensure that where applicable, its Sub-Contractor(s) shall take out and
maintain in effect adequate insurance policies for their personnel and vehicles and for work
executed by them under the Contract, unless such Sub-Contractors are covered by the
policies taken out by the Contractor.

f. NREDCAP shall be the principal beneficiary of the policy along with the Contractor. Sub,
Contractors of the Contractor shall not be holders or beneficiaries in the policy nor shall
they be named in the policy.

g. At no time shall goods and services required to be provided by the Contractor shall remain
uninsured.

h. A copy of the 'Marine-cum-Erection' Insurance policy shall be made available to


NREDCAP within 60 days of signing of the Contract and policy shall be kept alive and
valid at all times up to the stage of Commissioning Certificate.

i. NREDCAP Preserves the right to take out whatever policy that is deemed necessary by him if
the Contractor fails to keep the said policy alive and valid at all times and / or causes lapses in
payment of premium thereby jeopardising the said policy. The cost of such policy(s) shall be
recovered / deducted from the amount payable to the Contractor.

j. The Contractor while taking out such 'Marine-cum-Erection' policy shall avail the best
premium rates with the maximum discounts available.

k. In cases where the erection, modification etc., are to be carried out in the existing shop of
NREDCAP the 'surrounding value' shall be intimated by NREDCAP to the Contractor, who
shall, ensure that this value is included in the policy.

l. Upon arrival of plant and Equipment / materials at site the-Contractor shall


assume custody thereof and remain responsible thereafter for safe custody until the whole
plant is successfully commissioned.

m. In order to adequately cover the works under such composite and comprehensive insurance,
the Contractor shall fulfill the necessary requirements / obligations which will inter-alia
include the following:
i. Adequate fire-fighting equipment and extinguishing agents of sufficient capacity and
quantity must always be available at site and kept ready for immediate use.
ii. Sufficient number of workmen must be fully trained in the use of such equipment and
must be available for immediate intervention at all times.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 76


iii. For storage of materials and equipment for the construction and erection work, storage
must be subdivided into storage units and the distance between such storage units shall
be as acceptable to the Insurance Company. All inflammable materials and especially
all inflammable liquids and gases must be stored at a sufficient large distance from the
property under construction or erection and from any hot work.
iv. Welding, soldering or the use of an open flame in the vicinity of combustible material
is only permitted if at least one workman suitably equipped with extinguishers and well
trained in fire-fighting is present.
v. At the beginning of preliminary acceptance test & pre-commissioning of Plant
&Equipment all fire-fighting facilities must be rechecked thoroughly.
vi. Observation of all safety rules and regulations.

n. The Contractor shall arrange Accident Insurance Policy for all his personnel including
Experts / Specialists / Personnel deputed to site and Contractor's / his sub-contractors'
manufacturing works as well as for his engineers & supervisory staff. The Contractor shall
also take out for his workmen a separate policy as per Workmen's Compensation Act.

o. The details of consignment along with its value and vessel's name and other shipping
particulars shall be intimated to NREDCAP by the Contractor by cable / E-mail immediately
after shipment of the consignment.

p. In all Cases, the Contractor shall lodge the claims with the Underwriters and also settle the
claims. However, the Contractor shall proceed with the repairs and / or replacement of the
equipment / components without waiting for the settlement of the claims. In case of seizure
of materials by concerned authorities, the Contractor shall arrange prompt release against
bond, security or cash as required. NREDCAP will extend all assistance to the Contractor in
such a case.

s. All the insurance claims shall be processed by the Contractor and the items which are
missing / damaged in transit or during handling, storage, erection and commissioning, shall
be replaced / repaired by them without any extra cost to NREDCAP and without affecting
the time for completion.

t. Before commencing the execution of the work the contractor (but without limiting his
obligations and responsibility) shall, insure against any damages loss or injury which may
occur to any property (including that of NREDCAP) or to any person (including any
employee of NREDCAP) by or arising out of the execution of the works of temporary works
or in the carrying out of the contract otherwise than due to the matters referred to in the
provisions of Clause 7.14 thereof.

6.15. LIEN / CLAIM


If, at any time, there should be evidence or any lien or claim for which NREDCAP
might have become liable and which is chargeable to the contractors, NREDCAP shall have the
right to retain out of any payment then due or thereafter to become due, an amount sufficient to
completely indemnify NREDCAP against such lien or claim.

6.16 COMPLIANCE OF THE PROVISION / ACT

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 77


The Contractor shall be responsible for compliance of the provisions of Indian Electricity Act
and rules framed their under, Employees State Insurance Act, Workmen's Compensation
Act, 1923, Employees Provident Fund and Miscellaneous Provisions Act, 1952, Contract
labour (Regulation & Abolition) Act 1970, Industrial Dispute Act, 1948, Fatal Accident Act,
1955, Industrial Employment (Standing Order) Act, compulsory notification of vacancies
(Employment Exchange) Act, Payment of Bonus Act, or any other allied Central or State
Govt. rules, regulations and schemes made there under. In case of non-fulfillment of any such
obligations, the contract will be liable for termination on 30 days notice given by NREDCAP
without prejudice or any of the other rights of NREDCAP under this contract.

6.17 ASSET TRANSFER


Should at any time during the tenure of O & M contract the NREDCAP decide to sale /
transfer the assets of wind power plant to their sister company or any other company, all the
agreed terms & conditions will remain the same for the new company. The Contractor will
provide all the services as per contract awarded.

6.18 NO COMPENSATION FOR ALTERATION OR RESTRICTION OF WORK


If at any time from the commencement of the work NREDCAP 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, NREDCAP shall give notice in writing of
the fact to the contractors.
6.19 CONTRACTOR’S OFFICE AT THE SITE
a. During the execution of the contract the Contractor shall ensure responsible person with
authority to take decisions to be available at site. Such person deputed by the Contractor
shall report to the engineer in-charge of NREDCAP for smooth execution and timely
completion of the work.
b. The Contractor shall also provide and maintain an office at the site for the accommodation
of the staff if necessary or may operate nearby the project office
c. The Contractor shall be responsible for any misconduct/indiscipline by his employees or
sub-Contractor.
d. The Contractor shall offer by the instructions of the engineer in charge, if given in this
regard.

6.20 SUB-LETTING OF WORK


a. No part of the contract nor any share or interest therein shall in any manner or degree be
transferred, assigned or sublet by the contractors directly or indirectly to any person, firm
or corporation whatsoever except without special permission in writing from NREDCAP in
each case and subject to such conditions as NREDCAP may think fit to impose.
b. In the eventuality sub-letting of work is permitted by NREDCAP, the contractors liability or
obligations will not get altered/delegated to sub-contractor.
c. If any sub-contractor engaged upon the work at the site executes any work which in the
opinion of the engineer in-charge is not in accordance with the contract documents,
NREDCAP may give written notice to the contractors requesting him to terminate such
sub-contracts and the contractors on the receipt of such notice shall terminate such
contracts.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 78


6.21 POWER OF ENTRY
6.21.1 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 NREDCAP:
a. Fail to carry on the works in conformity with contract document/schedule or
b. Substantially suspend work or the works for a continuous period of 15 days without
permission, or
c. Fail to carry on and execute the works to the satisfaction of NREDCAP, or
d. Commit or suffer or permit any other breach of any of the provisions of the contract on his
part to be performed, or
e. If the Contractor abandons the works, or
f. If the Contractor during the continuance of the contract becomes bankrupt.
In any of the above events, NREDCAP shall have the power to enter upon the works and
take possession of the materials, temporary works, equipment, tools and stocks thereon, and
to revoke the Contractor's license to complete the works by his agents, other Contractor’s or
workmen.
6.22 USE OF COMPLETED PORTIONS:
a. Whenever in the opinion of NREDCAP the work or any part thereof is in a condition suitable
for use and in the best interest of NREDCAP requires use, NREDCAP may take possession
of the same. The Contractor shall, however, be not relieved of his pending obligations.
b. Prior to the date of final acceptance of the work by NREDCAP, 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 & tear shall be at the
expenses of the Contractor.
c. Such use shall neither relieve the Contractor or any of his responsibilities under the contract,
nor act as waiver by NREDCAP of the conditions thereof. However, if in the opinion of
NREDCAP the use of the work or the part thereof delays the completion of the remainder
of the work, NREDCAP may grant such extensions of time, as it may consider reasonable.
d. The decision of NREDCAP in the matter shall be final. The Contractor shall not be
entitled to claim any compensation on account of such use by NREDCAP.

6.23 MONITORING OF THE PROJECT EXECUTION.


The - VC & Managing Director or its authorized representative will review the progress of
the project from time to time.
6.24 PROJECT SCHEDULING & MONITORING

The following schedules/documents/reports shall be prepared and submitted by contractors


for review/approval at various stages of the contract.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 79


6.24.1. Time Schedule Along With Offer

a. The Contractor is required to submit a project Time Schedule in Bar Chart Form, along
with the Offer.
b. The Schedule shall cover all aspects like sub-ordering, manufacturing and delivery, sub
contracting and construction within the completion time indicated in the Offer Document.
c. NREDCAP interface activities, if any, shall be clearly identified with their latest required
dates.
d. NREDCAP reserves the right to disqualify the Contractor if the above Schedule
submitted by the Contractor is not in line with the overall project requirement.

6.24.2 Scheduling & Monitoring System


The Contractor should describe their system of Project Scheduling and monitoring, level of
detailing, tracking methodology etc.

6.24.3 Project Review Meetings


The contractor shall present the Programme and status at various review meetings as
required.

6.24.3.1 Weekly Review Meeting:


Level of Participation: -, Contractor’s Site In charge and job Engineers

Agenda:

a). Weekly programme v/s actual achieved in the past week and programme for
the ensuing week.
b). Remedial Actions and hold up analysis.
c).Clint query/approval
d).Venue: NREDCAP Head Office during Engineering Stage and Project Site
Office during Construction

6.24.3.2 Monthly Review meeting:

Level of Participation: Senior Officers of NREDCAP and contractors


Agenda:

a). Progress Status/ Statistics.


b). Completion Outlook
c). Major holdups/slippages
d). Assistance required
e). Critical issues
f). Client query/approval
g). Venue: NREDCAP Head Office during Engineering Stage and project Site Office during
Construction. Contractor shall make a Minutes of Meeting after every meeting with
in TWO working days and submit to NREDCAP.

6.24.4 Monthly progress Report

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 80


This report shall be submitted on a monthly basis within Ten Calendar days from cut-off date
as agreed upon, covering overall scenario of the work. The report shall include but not be
limited to the following:

a). Brief introduction of the work.


b). Activities executed/achievements during the month.
c). Schedule v/s actual percentage progress manufacturing/delivery, sub-contracting, construction
and overall work.
d). Quantum wise status of purchase orders against scheduled shall also be indicated.
e). Areas of concern/problem/hold ups, impact and action plans.
f). Resources deployment status.

Distribution: Contractor has to send one duly signed copy of above reports along with soft
copy to the NREDCAP.
6.25 DEFECTS
If at any time before the work is taken over, the NREDCAP shall:
a. Decide that any work done or materials used by the Contractor or any sub-contractor is
defective or not in accordance with the contract, or that the works or any portion thereof
are defective, or do not fulfill the requirements of contract (all such matters being
hereinafter, called `Defects’ in this clause and
b. As soon as reasonably practicable notice given to the Contractor in writing of the said
decision specifying particulars of the defects alleged to exist or to have occurred then the
Contractor shall at his own expense and with all efforts would make good the defects so
specified.
c. In case the Contractor shall fail to do so, NREDCAP may take, at the cost and risk of the
Contractor, such steps as may in all circumstances be reasonable to make good such
defects. The expenditure so incurred by NREDCAP will be recovered from the amount due
to the Contractor. 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 NREDCAP 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 NREDCAP
shall be deemed to have taken over the works on the date so certified.

7.0 SPECIAL CONDITIONS FOR OPERATION &MAINTENANCE OF WIND POWER


PLANT

7.1 TERM
Operation and Maintenance of the wind power plant shall be done by the Contractor for a
period of ten (10) years. The O&M shall start from the date successful completion of
stabilization period post commissioning of WTGs. The 1st year of O&M which coincides with
warranty / defect liability period, shall be provided free of cost. From 2nd year onwards, the
chargeable O&M shall start.
7.2 EXTENSION OF TERM

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 81


This term may be extended for such additional period on terms and conditions that are
mutually agreeable to the NREDCAP and Contractor.
7.3 SCOPE OF WORK
O&M contract shall cover complete wind power plant and power evacuation system up to
inter connection point as specified elsewhere in the contract.

7.4 PERSONNEL
The Contractor shall employ only such personnel who are adequately qualified and
experienced for operating and maintaining such wind power plant. The Contractor shall
ensure that such personnel are on duty at the plant at all times, twenty-four (24) hours a day
and seven (7) days a week commencing from the Date of Commercial Operation.

7.5 POWER CURVE ESTIMATION


a. For any shortfall in power curve estimation during the warranty/ Defects Liability Period, the
liquidated damages shall be recovered from Contractor as described in the tender documents

7.6 MEASUREMENT OF ENERGY AND METERING


7.6.1 Metering Systems:
The contractor shall maintain the Metering System comprising energy meter (Main Metre,
Check Metre and Stand by Metre), current and potential transformers etc. The Metering
System shall be designed to measure outgoing energy and power delivered by the WTGs to the
State grid at the delivery point, i.e. point of inter connection and also for the import of energy
for any purpose. Accuracy class of all metering equipment shall comply with the
requirements of State Electricity transmission/ distribution utility (Transco/ Discom). Meter
reading shall be done jointly with Power Utility Engineer on monthly basis or at mutually
agreed time interval.
7.6.2 O & M Charges

a. The O&M charges shall be inclusive of all applicable taxes, duties, fees, octoroi, royalty, levies
etc. Any variation in taxes, levies / fees or newly imposed taxes, etc. after base date of bid
shall be reimbursed/ recovered from Contractor (with submission of documentary proof from
concerned authority).

b. Payment will be made after all applicable deductions. The BOQ prices shall deem to be
inclusive of all salaries and other cost, expenses of employees, cost of spares, cost of repair /
replacement / modification of any equipment or system for the entire quoted period of 10 years
so as to give minimum 95% machine availability. The prices shall also deemed to be inclusive
of tools & tackles, etc. and liabilities of every description and all risk of every kind to be
taken in operation, maintenance and handing over the plant to NREDCAP by the
contractor.
7.8 Payment for O & M.
The payment period will be half yearly. NREDCAP will be billed by the contractor
promptly following the end of each half year.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 82


7.9 Operator’s Office at the Site
During the construction as well as O&M term the contractor shall ensure that a Plant
Manager with authority to take decisions to be available at site. Such person deputed by
the contractor shall report to the Engineer in Charge for smooth operation of the plant.
7.10 Handing over the Plant after expiry of Term
After the expiry of ten years O&M term the contractor shall hand over the plant to
NREDCAP in good operating condition. The contractor shall demonstrate functional
operations of all the major & critical equipment.

7.11 Final Payment


The final payment to the contractor shall be made after accounting for all the previous
payments/advances/adjustments of dues, provided always that contractor furnishes a "NO
further claim - No dues certificate". The release of final payments does not relieve the
contractor from his any other obligations as provided for in the contract. NREDCAP shall
deduct statutory taxes at source as per prevailing rates from bills of the contractor.

7.12 Other Conditions

a. The Contractor shall give advance intimation for inspection at every stage of completion of
work.

b. Safety accessories like helmets, belts, safety boots, Hand Glouses, Goggles and other safety
items shall be used by the contractor while executing the work.
c. The contractor shall employ technically qualified personnel with relevant field exposures
related to electrical construction/maintenance works such as installation, power shut downs,
material handling etc.,
d. NREDCAP shall have the power to direct the contractor to engage sufficient numbers of
expert supervisors, if it is considered that the contractor’s supervising arrangements are found
insufficient for successful completion of the work. Failure to comply with the above directive
also will result in the contract being terminated at the risk and responsibility of the contractor.
e. All the tools and plants such as welding sets, crimping tools, ladders, safety equipments and
other electrical tools required for this work shall be arranged by the contractor at their own
expense including the cost of conveyance to adhere to the target date of completion.
NREDCAP will not be responsible for inadequacy of tools and plants brought by the contractor
and no claim on this ground is admissible.
f. The operation of any of the items in connection with this work will entirely be at the discretion
of the NREDCAP and no claim whatsoever of any kind will be entertained for non-operation
of items.
g. The contractor shall be responsible for any damage to all articles in his custody till the work is
completed and finally handed over to NREDCAP.
h. The contractor while indicating the rate for the relevant item provided in Schedule of Price
Offer as per section shall include the cost of procurement (if any associated items applicable to

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 83


this contract), excise duty, sales tax, discount, handling transportation to site of works, storage,
wastage etc.,
i. All materials specified in the contract shall be procured only from the reputed manufacturers or
their authorized dealer. The supply of materials shall be accompanied by the original
invoice and a photo copy of the invoice.
j. The supply of materials shall be accompanied by routine test certificate as per the relevant ISS
from the manufacturer apart from the guarantee certificate with validity for one year.
k. The materials offered shall be of brand/trade name specified in this specification.
l. The materials other than the acceptable brands of NREDCAP specified such as MS angles,
Zinc sheets etc., shall be procured through authorized dealers only.
m. NREDCAP shall not be responsible for safety of the staff of the contractor and hence the
personnel and shall not be liable for any compensation arising out of accidents while executing
the work.
n. It is the responsibility of the contractor to get all his doubts clarified about all the points
mentioned in this specification.
o. The contract against this specification will be governed by the NREDCAP General Conditions
of contract in addition to the special conditions set forth in this specification. Wherever these
special conditions are at variance with the General Conditions of contract, the special
conditions shall prevail.
p. The contractor on whom tender is awarded shall be required to execute the contract documents
within seven days after notice in the form of letter of acceptance awarding contract to him.
Failure to do so shall constitute a breach of the agreement effected by the acceptance of the
tender in which case the full value of the earnest money accompanying the tender shall stand
forfeited without prejudice to any other rights or remedies.

q. In the event of any contractor whose tender is accepted shall refuse to execute the contract
documents as herein before provided, the NREDCAP may determine that such contractor has
abandoned the contract and there upon his tender and the acceptance thereof shall be treated as
cancelled and the NREDCAP shall be entitled to forfeit the full amount of earnest money and
to recover the liquidated damages for such default.
r. The successful Contractor shall start the work within 15 days from the date of issue of letter of
Acceptance.
s. If the work is not completed within due date, the contract will be terminated by giving 7 days
notice.

8.0 Force Majeure:

i. The supplier shall not be liable for any delay or failure to supply the materials
/equipment for reasons of Force Majeure such as Acts of God, Acts of War, Act of
Public Enemy, Natural calamities, Fires, Floods, Frost, Strikes, Lockouts etc. Only
those causes which have duration of more than 7 days shall be considered for force
majeure.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 84


ii. The contractor shall within 10 days from the beginning of such delay notify to the
Corporation in writing the cause of delay. The corporation shall verify the facts and
grant such extension of time as facts justify.

iii. No price variation shall be allowed during the period of force majeure and liquidated
damages would not be levied for this period.

iii. If the performance in whole or part by the contractor or any obligation under the
Contract is prevented or delayed by “Force Majeure’ conditions for a period exceeding
60 days, the purchaser may at his option terminate the contract by notice in writing.

9.0 Cancellation of Order:

The Corporation reserves the right to cancel the contract in part or in full by giving two
weeks’ notice there by, if

 The contractor fails to comply with any of the terms of the contract.
 The contractor becomes bankrupt or goes into liquidation.
 The contractor make general assignment for the benefit of the creditors and
 Any Receiver is appointed for the property owned by the contractor.

10.0 Jurisdiction: All and any dispute or difference arising out of or touching the contract shall
be decided only by the courts or Tribunals under the jurisdiction of A.P. State.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 85


SECTION – V

TENDER EVALUATION CRITERIA

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 86


SECTION - V

TENDER EVALUATION CRITERIA

Technical and commercial evaluation of the Tenders will be carried out for the
eligible Contractors on the basis of completeness and conformity with respect to the
tender requirements. The Price part (Section-VIII) of the tender will be opened only
for the Contractors who are found technically and commercially eligible.

The Price offer will be evaluated on the basis of Cost per kWh calculated as per
details given below for arriving at the lowest bid.

NOTE:DO NOT FILL UP THE COST/RATES IN THIS SHEET

Sl. No
Particulars Rs.
1. Total Cost (Rs.) of Wind Energy Generator equipment as
quoted in Sl.No.2 of Summary of Price Offer.

2. Total Cost (Rs.) of Erection, Commissioning and


Stabilization as per performance guarantee parameters as
quoted in S.No.3 of Summary of Price Offer.
3. Total Charges for Statutory approvals, etc., as quoted in
Sl.No.4 of Summary of Price Offer.
4. Training Charges as quoted in Sl.No.5 of Summary of
Price Offer.
5. Present value (@ 10%) of Operating & Maintenance
charges of power generation for 10 (Ten) years, with
price escalation as per Annexure-F to Price Offer.
6. Overall Total Cost (1+2+3+4+5)
7. Total Estimated energy Generation for the WPP in kWh
for all WTGs for 10 (Ten) years *(Based on the Data
furnished by the bidders vide Note No.8 to Summary
Price Schedule duly evaluated and validated by our
Consultant M/s. NIWE will only be considered)
8. Cost per kWh (Overall Total Cost/ Total Estimated
Generation in kWh for 10 (Ten) years) (6/7)

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 87


The Total Estimated energy generation stated in Sl.No.7 is subject to the method of calculation as
given in the following Annexure-V/1 (Method of Energy Estimation) and the evaluation and
validation of the Estimation of energy generation for the WPP shall be carried out by M/s. NIWE
and their decision on this shall be final and binding.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 88


Annexure: V/1

METHOD OF ENERGY ESTIMATION

NIWE, on receipt of the project details would:

a. Cross check the data submitted


b. Carry out an independent analysis
c. Determine possible outputs
d. Conduct site visit
e. Prepare a report

The WAsP model 11.0 /Windsim/Meteodyn will be used for generating the spatial wind
environment of the Region of Interest
The inputs supplied by the bidder after due validation & verification will be used for energy
estimation.

Actual details of the terrain characteristics will be collected during the visit to the site and its
surroundings.

Factors Affecting Net Generation

When wind energy estimations are to be made, potential sources of energy losses must be
considered on a site specific basis. Specific source of energy losses other than those associated
with wake effects are described below. Table 1 gives standard correction factors in the annual
energy estimation. P50 values arrived with respect to standard correction factors. Corrections
will also be made with Rugged Indices where slope is more than 30 % with reference to
reference mast(if WAsP Software is used). If the proposed site is in and around another wind
power plant, additional wake effects of 3-8 % will be taken in to the account. If the contractors
provides the wind power plants co-ordinates in and around the proposed site, the actual wake
loss will be taken for computation. The surrounding turbine co-ordinates will be verified by the
consultant, accordingly the wake loss will be taken for computation.

Table I - Standard correction factors in the annual energy estimation


No. Details %
1 Grid availability 0.95
2 Machine availability 0.95
3 Electrical losses 3%
4 Air density correction As per the site temp and pressure
5 Wind data discrepancy if any As per the site data
6 Wake losses 3-5%or actual
Total 70 to 80%

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 89


Uncertainty Factors

The uncertainty analysis is an important part of any assessment of the long-term energy production
of a wind power plant. The uncertainty of a production estimate is very dependent on the local wind
climate, the topography, the data acquisition system, the period of data collection, the limitations of
the software used for the estimation and power curve. To give an exact estimate of the uncertainty
is not possible. Uncertainty factor as per the site(an uncertainty Factor of 0.5% will be taken for
every 1km in a homogeneous beyond 5km and 0.5% for every 500m in complex terrain. Apart from
this, 1% will be taken for every 10m if the measurement height is not the height of hub).

However probable uncertainty factors for proposed wind power plant have been estimated and
taken into account while fixing up the generation levels. Details are given in the Table 2.

Table 2. Details of uncertainty factors


S.No. Uncertainty factors %
1 Wind Measurement (sensors, mounting etc), %
2 Inter annual variation (After verifying long term %
NCEP/NCAR /MERRA/CFSRdata)
3 Extrapolation (vertical) %
4 Extrapolation (horizontal) %
5 Input file accuracy (Orography + Roughness) %
6 Power curve %
7 Model uncertainty %
RSS Value (Approximately) 8-25 %

The energy estimation from given number of machines will be generated from the micro-siting
details supplied by the bidder after verifying all inputs. The generation details will be given for
entire machines with different confidence levels (P50, P75, P90 and P95) P75, P90 and P95 will be
derived with uncertainty factors.

It is recommended to consider park average only for any decision as uncertainties would be
more in selecting individual machine.
Table 3. Annual Estimated Energy

X- Y- WAsP Wake
Site Elev P50 P95 P90 P75
location location Net Loss
description [m]. GWh GWh GWh GWh
[m] [m] GWh [%]
Turbine site
001
Turbine site
002
Turbine site
003

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 90


Turbine site
00N
AVERAGE
Capacity
Factor %

Table for Annual Estimated Energy is given in table 3. If site is very complex, the generation after
considering rugged index Factor only will be given in WASP Net GWh column.

The AEP calculated by this method will be the input for finding cost per kWh. For evaluation
purpose P90 will be considered.

If the Bidder provides their own wind data for energy estimation, it should be vetted by
NIWE in advance.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 91


SECTION – VI

SAFETY NORMS & EMS REQUIREMENTS

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 92


SECTION-VI

SAFETY NORMS & EMS REQUIREMENTS

SAFETY NORMS TO BE FOLLOWED BY THE CONTRACTOR

1.0 Safety clause

1.1 The contractor should take all precautionary measures in order to ensure the protection of
his own personnel moving about or working on the NREDCAP premises, and should
conform to the rules and regulations of the NREDCAP.
1.2. The Contractor should abide by all NREDCAP regulations in force from time to time and
ensure that the same are followed by his representatives, agents or sub-contractors or
workmen.
1.3. The contractor should ensure that unauthorized, careless or inadvertent operation of
installed equipment which may result in accident to staff and / or damage to equipment
does not occur.
1.4. The Contractor should indemnify and keep the purchaser indemnified and harmless
against all actions, suits, claims, demands costs charges or expenses arising in connection
with any accident, death or injury, sustained by any person or persons within the
NREDCAP premises and any loss or damage to NREDCAP property sustained due to the
acts or omissions of the contractor irrespective of whether such liability arises under the
workmen’s compensation act or the fatal accidents act or any other statute in force from
time to time.

2.0 EMS REQUIREMENTS

2.1 The contractor shall ensure that all his workmen wear PPEs commensurate with the
severity of work.
2.2. The contractor shall ensure industrial safety methods in executing his work at NREDCAP.
2.3. The contractor shall ensure that all wastes generated by his activities / work are moved to
the respective dump sites or taken for re-cycling at NREDCAP.
2.4. The contractor has to give prior information whether any hazardous chemical is used in his
work and if so, the operational control to be exercised.
2.5. The contractor has to ensure that all his material handling equipment / transport vehicles
are emission tested.
2.6. The contractor has to ensure that his activities are in tune with the NREDCAP EMS Policy
(to be incorporated as part of Contract)
2.7. The contractors staff must be aware of contents of MSDS in respect of chemicals /
materials (if any).
2.8. The contractors’ staff shall be competent to operate emergency appliances like fire
extinguishers.
2.9. The contractors’ staff shall be competent in the areas wherein the contract is awarded eg.
to operate ETPs at NREDCAP by evaluating through skill matrix by concerned official.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 93


SECTION – VII

LIST OF ATTACHMENTS

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 94


SECTION - VII

LIST OF ATTACHMENTS

S.NO. ANNEXURES PARTICULAR OF THE ATTACHMENT

1 Annexure: 1 Summary of Work Experience.


Details of experience in Wind-Power for each Wind
2 Annexure: 2
Power Plant.
3 Annexure: 3 Details of Quoted model(s) of WTG.

Annexure: 4 List of Windmills installed.


4
5 Annexure: 5 Proforma for Exceptions & Deviations.

6 Annexure: 6 Work Sheet for estimated annual Wind Energy output.

Technical Particulars of WTGs to be furnished by


7 Annexure: 7
contractors (s).
Technical Particulars of Transformer to be furnished
8 Annexure: 8
by contractors (s).
Technical Particulars of CB to be furnished by
9 Annexure: 9
contractors (s).
Source of components to be furnished by contractors
10 Annexure: 10
(s).
Attachments without any specified standard format
11 Annexure: 11 List of Personnel
12 Annexure: 12 List of Plant &Machineries.

13 Annexure: 13 Contractors other conditions if any.

List of components (if any) with life less than 20


14 Annexure: 14
years.

Any other(than above) drawings/details as stated in


15 Annexure: 15
clause 6.0 of section-I.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 95


Annexure: 1

SUMMARY OF WORK EXPERIANCE

I. SUMMARY OF LIST OF WORKS COMPLETED IN THE LAST THREE


FINANCIAL YEARS AS ON DATE OF SUBMISSION OF TENDER

Date of
Descriptio Final
completi Date of Actual
n of the Contract Contra Date of value
Sl.N on as commen comple
Work & Awarded ct contract of
o per cement tion
contract by Value awarded Contra
agreeme of work Date
No. ct
nt

II. SUMMARY OF WORKS ON HAND

Description of Date of Approximate value of


Sl. Contract
Work & contract Balance work yet to be
No. Value
contract no. awarded done

Note:
i. Supportive documents/ certificates from the Organizations' with whom they worked/
are working should be enclosed.
ii. Certificates from private individuals for whom such works are executed/ being
executed shall not be accepted.

Seal of the Company Signature of contractors

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 96


Annexure: 2

PROFORMA FOR DETAILS OF EXPERIENCE IN WIND ENERGY BASED POWER


PROJECT IN LAST THREE YEARS AS ON DATE OF SUBMISSION OF TENDER

(Separate Sheet for each Wind Power Plant)


Sl.No. Description
Name of works, Buyer's address and contact person with
1
Telephone Number
2 Detailed scope of Work
Type of Plant & Machines used (only for major
3
components)
Capacity of the Plant, No. of WTGs with capacity and
4
height of Tower
Whether O & M is being looked after, period of O&M
5
Contract
6 Completion time as per contract

7 Actual completion time and year of completion


8 Reasons for delay, if any
9 Period of successful operation
Copy of work order, completion certificate and
10 satisfactory performance certificate from the clients for
the above mentioned work are enclosed
Actual generation achieved per machine per year
11
(month-wise)
Generation offered per year against col.11 at the time of
12
taking order.
13 Additional information, if any,

Signature of Contractors
Seal of the Company

Note: The contractors shall furnish documentary evidence such as copies of award of
contract, completion/ performance certificate from clients/ customers, in support of the
above stipulated technical details of experience along with tender document.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 97


Annexure: 3

LIST OF WINDMILLS INSTALLED (FOR QUOTED MODEL(S) ONLY)

Working at least since Last One year as on date of submission of tender.

Total
Commissioning NIWE/
No. Generation
Type of Total Buyer's MNRE
Of Place in kWh for
M/c. capacity Name approval
Month Year M/c the last
ref.
year

Seal of Company Signature of contractors

Note: The contractors shall furnish documentary evidence such as copies of award of contract,
completion/ performance certificate from clients/ customers, in support of the above stipulated
technical details of experience, along with tender document.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 98


Annexure: 4

LIST OF WINDMILLS INSTALLED BY THE CONTRACTORS

O&M Contract
Commissioning Type of No. of Total Buyer's
Place Period
M/c. M/c capacity Name
Month Year From To

Seal of the Company Signature of contractors

Note: The contractors shall furnish documentary evidence such as copies of award of
contract, satisfactory completion/ performance certificate from clients/ customers, when
asked for by NREDCAP.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 99


Annexure: 5

PROFORMA FOR EXCEPTIONS AND DEVIATIONS

The contractors is required to stipulate the list of exceptions & deviations, if any, in the
proforma given below only: any deviations given elsewhere in the offer will not be
considered

Description of section of Tender/ Exceptions & Deviations


Sl. No Clause No.
Page No. with justification

Seal of the Company Signature of contractors

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 100


Annexure: 6

WORKSHEET FOR ESTIMATED ANNUAL WIND ENERGY PRODUCTION


OUTPUT
(FOR THE QUOTED MODEL(S) ONLY)

MICROSITING REPORT SHOULD BE ATTACHED

Model of WTG offered:---------

Capacity of each WTG( in kW) :---------

No. of WTG’s offered :---------

MICROSITING REPORT SHOULD CONTAIN:

10 minutes average time series data of the hub height or 2/3 of the proposed WTG’s
1
hub height (Wind Data).
2 Digitized Contour map of the proposed site.

3 Power & Thrust curve of the proposed machine.

4 Details of the software used for energy estimation.

5 Estimated energy from machines.


6 All other details specified in Clause 2.2 of Section-I (Micrositing).

2.

Soft copies (CD) of all required inputs also should be given for verification
purpose.

Seal of the Company Signature of contractors

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 101


Annexure: 7

TECHNICAL PARTICULARS OF QUOTED MODEL OF WTGs.

General Data

Sl. No Description Particulars


1. Make of WTG
2. Type
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. Tip speed (m/sec)

13. Survival wind speed (m/sec)


14. Hub height(m)
15. Rotor speed (rpm)
16. Nacelle tilt angle
17. Regulation
18. Designed max. temp. (deg.C)
19. Designed life (years)
20. Designed turbulence intensity
21. Noise level (dB) (also specify distance)
22. Frequency (Hz)
23. Maximum designed rotor speed
24. Pitch angle for stall regulated machine

25. Rotor orientation (upwind /downwind)Annexure: 7 contd.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 102


Sl. No Description Particulars

26. No. of blades


27. Rotor diameter (m)

Weight
1 Rotor (kg)
2. Nacelle (kg)
3. Tower (kg)
4. Total (kg)

Generator
1. Make
2. Rated power output (kw)
3. Type – Asynchronous /synchronous. Or other
(please specify)

4. Voltage / RPM
5. No. of poles
6. Insulation Class
7. Protection class
8. Coupling
9. Current Amps.
10. Frequency
11. Dual speed/Variable speed
12. Type of cooling
13. If forced cool then
a) Type & quantity of coolant
b) Pump rating
c) Motor make & rating
d) No. of phase
e) Motor duty cycle

Annexure: 7 contd.

Sl. No Description Particulars

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 103


Rotor
1. Make
2. Blade material
3. Number of blades
4. Rotor diameter (m)
5. Swept area(Sq.m)
6. Length of blade(m)
7. Specification (TUD profile)
8. Blades profile
9. Weight of each blade
10. Ref. Standards, Ref. No., Date of issue, Name of
Authority
11. Lightning protection for blades

Tower
1. Make
2. Height (m)
3. Type(Tubular/ Lattice)
4. Material
5. No. of Sections
6. Assembly
7. Ladder type
8. Safety system
9. Surface treatment protection
10. No. & type of landing platforms
11. Type of reptile protection

Yawing System
1. Make & Type
2. Gear box ratio
3. Rated capacity of yaw motor (kW)
4. No. of yaw motors
5. Type of yaw brake
6. No. of yaw brake
Annexure: 7 contd.

Sl. No Description Particulars

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 104


Brake System
1. Aero Dynamic
i) Type
ii) Control
2. Mechanical or other type
i) Make & Type
ii) Position
iii) No. of calipers

iv) Motor capacity (KW)

Gear Box
1. Make
2 Type / model
3. Gear ratio
4. No. of stages.
5. Max. power transmission (KW)
6. Lubrication System.
7. Designed life
8. Type of oil.
9. Weight without oil (kg)
10. Quantity of oil

Hub
1. Make & Type
2. Material

Main Shaft
1 Make & Type
2. Material

Main Bearing
1. Make
2. Type & specification
Annexure: 7 contd.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 105


Sl. No Description Particulars

Coupling
1. Make
2. Type & specification

Nacelle
1. Material
2. Type of nacelle bed
3. Facility of loading & unloading

4. Lightning protection

Power Factor Compensation Capacitors.


1. Make
2. Type
3. Capacity (kVAR)
4. Number
5 No. of steps
6. Designed life of capacitors
7. Current in Amps.
8. Rated voltage
9. Estimated kVARh consumption
as percentage of annual kWh generation.

10 Power factor at different Loads after Compensation


loads after compensation:

- No load
- 20.5 MW load

- 50% load

- 70.5 MW load

- 100% load
Annexure: 7 contd.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 106


Sl. No Description Particulars

Power Panel
1. Voltage
2. Short circuit level
3. Rating of main MCCB
4. Provision for earth fault protection
5. Dimension
6. Relevant standards

Control System
1. Type
2. List of display (please attach separate sheet)

3. List of error messages


(please attach separate sheet)
4. List of annunciation (please attach separate sheet)

5. Stop features
6. Remote control facility
7. Printer facility
8. Details of special accessories
(Like Lap-top computer) for retrieval of
parameters including power curve data.

Details of CMCS
Power cable (between generator & power panel)
1. Type & Make
2. Conductor material
3. Conductor size
4. No of core
5. Ref. standard
ISO 9000 Certification
1. Category of certification

2. Date of certification

Seal of the Company Signature of contractors

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 107


Annexure: 8
TECHNICAL DATA SHEET OF TRANSFORMER

Sl.
Description Technical Particulars
No
1 Make :
2 Rating :
3 Design ambient Temp. :

4 Rated HV/LV winding Voltage kV :

5 Vector group :

6 Type of cooling :

7 Tapping Details :

8 % Impedence :
a). Impulse withstand Voltage
9 b). Power frequency withstand voltage :
for one minute (dry)
10 Winding conductor material :

Losses (at 75 Deg. C and principal


Tapping)
a). Iron losses in kW at rated voltage and
11 frequency :
b). Copper losses in kW at rated full load
current and frequency at 75 deg. C
IS Tolerance is applicable for above

12 Efficiency at 75 Deg. C and 0.9 PF :

Details of Instruments and protection


13 provided with the transformer (Make & :
Type)

Seal of the Company Signature of contractors

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 108


Annexure: 9

TECHNICAL DATA SHEET OF VACUUM CIRCUIT BREAKERS

Sl.No Particulars Technical Particulats


1 Make & Type :
2 Rated voltage (kV) :
3 No. of poles of circuit breaker :
4 Type of operating mechanism :
5 Rate of contact travel :
6 Number of break per phase :
7 Control voltage for close/trip ckt :
8 Circuit breaking capacity (kA) :
9 Making capacity, kA (peak) :
10 Short Circuit withstand capacity :
11 Total Break time :
12 Make time & Arching Time :
13 Dead time for 3 phase re-closing :
14 Operating time :
15 Insulation level :
16 Impulse withstand Voltage :
17 Weight of Vacuum circuit breaker :
18 Overall dimensions :

Seal of the Company Signature of contractors

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 109


Annexure: 10

SOURCE OF COMPONENTS

Sl. Item Description Make Model Source/ Country

Seal of the Company Signature of contractors

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 110


SECTION– VIII

SCHEDULE OF PRICE OFFER

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 111


SECTION - VIII
SCHEDULE OF PRICE OFFER
SUMMARY OF PRICE OFFER
(To be submitted in separate sealed cover, duly marked “PRICE OFFER”): Firm & Fixed Price
for 4 MW(+ 15%) Wind Power Plant Project.

Sl. Total Cost(Inclusive


Description all Taxes & Duties
No.
etc)

1 Cost of Land (including Registration, site development and


Micro siting. (Details to be given as per Annexure: A).

Supply of Wind Turbine Generator Equipment. (Details to be


2
given as per Annexure B)

3 Erection, Testing and Commissioning and stabilization (Details


to be given as per Annexure: C ).

Charges for statutory approvals, etc. (Details to be given in a


4 separate sheet as Annexure: D and attached with summary price
schedule)

6 Training Charges (Details to be given as per Annexure: E)

7 Operation & Maintenance of the Wind Power Project (Details to


be given as per Annexure: F)

Total Cost

Total Rupees… … …………………………………………………………………………………

Note:
1. The price shall be written both in figures and words.
2. The prices quoted shall be inclusive of taxes, duties, and all other expenses. However, detailed
break-up of basic price, taxes, duties etc., shall be indicated in the respective annexure.
Contractors may please note that NREDCAP will be issuing necessary ‘C’ form for availing
concessional CST.
3. The annual lump sum price for O& M charges with escalation, if any, shall be furnished in the
Annexure-F to price schedule and for tender evaluation, the same will be discounted at 10% for
arriving at the present value.

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 112


4. If there is any discrepancy between the summary price schedule and detailed break-up
furnished in the Annexures, the price quoted in the summary price schedule shall prevail.
Similarly if there are any discrepancy between the words and figures in the quoted
prices/rates/charges anywhere, the prices/ rates/charges quoted in the words shall prevail.

5. Any item of work not mentioned in the above particulars, but written elsewhere in the scope of
work or in Tender specification or essentially required for completion of works, proper
operation and maintenance of Wind Power Plant; safety of equipment and operating personnel
shall be deemed-to have been included in the above particulars.

6. If Lump sum is quoted towards various taxes and duties in the break-up price sheets without
indicating the corresponding applicable rates, then increase in taxes and duties due to statutory
variation is not payable.

8. PARTICULARS REGARDING ESTIMATED - ENERGY OUTPUT OF WIND TURBINE


GENERATORS (WTGs)

(a) Capacity of each WTG (in KW) ……………… KW

(b) No. of WTGs offered ………………. Nos

Total Generation duly adjusted for estimated annual


(c) ……………….kWh
energy output in kWh (combined for all WTGs)*

* Kindly furnish below the Computation Details for estimated annual energy output in kWh
with documentary evidence without which the offer will not be considered for evaluation.
The estimated annual energy output in kWh shall be evaluated and validated by M/s NIWE
as per the Method of Energy Estimation indicated in Section-V Annexure-V/1 and the
decision of M/s NIWE will be final and binding.

Along with the offer, the contractors shall submit the following details in softcopy:
1. Wind Data(RAW data) -Time series for a minimum period of one year continuous data
with two levels –(one at equal to hub height or 2/3 of the hub height another level below that)
2. Digitized Contour map as mentioned in micrositing/energy estimation
3. Roughness map should be incorporated with digitized contour map
4. Certified Power and Thrust Curve of the offered machine
5. Micrositing Report of the contractors.

Seal of the Company Signature of contractors

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 113


Price Offer - Annexure: A

PRICE OFFER FOR "LAND FOR WIND POWER PLANT"

(To be submitted in separate sealed cover, duly marked “PRICE OFFER”) Firm & Fixed Price for --4MW (+15%) Wind Power
Plant Project.
(Price in Indian Rupees Only)
Site
Registration
Sl. Development Cost Per Acre Total Cost
Description Unit Qty Price Charges
No Charges (Rs.) (Rs.)
(Rs.)
(Rs.)
The land for wind
1. Power Plant as per
enclosed specification
(cost including
Procurement &
Registration cost &
Acre
its development
including
marking/identification,
approach roads &
infrastructural
development if any.
2 Micrositing
LS

Total Land Cost

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 114


Total Rupees . . . . . . . . . . . . . . .. . .. .. . . . . . . . . .. . . . . .. .. . . . . . . . . .. . . . .. . .. .. . . . . . . . . .. . . . . .. .. . . . . . . . . .. . . . .. . .. .. . . . . . . .

. .. . . . . .. .. . . . . . . . . .. . . ... . . . . . . .. . .. .. . . . . . . . . .. . . . .. . . . . . . .. . .. .. . . . . . . . . .. .

1. The above offered land should be free from all encumbrances.

2. The extent of land quoted as above should be sufficient for the entire scope of work

3. Cost of land shall include documentation, registration and all other relevant charges/ expenses.

Seal of the Company Signature of Tenderer

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 115


Price Offer - Annexure : B
PRICE OFFER FOR "Supply of Wind Turbine Generator Equipment"
(Price in Indian Rupees Only)

Sl. Item Rate of Excise Unit sale Total Unit price


Duty (%) tax/VAT Including all applicable taxes, duties ,
No. levies, octroi, royalty etc.

In figures In words
1 2 3 4 5 6

1 Complete WEG including tower, Nacelle


Assembly including Hub and Control panel
and rotor blade
.Transformers
2

3 Transmission line including substations

Total

Total Rupees ………………………………………………………………………………………………………………………………………

Date:……. Name:………………………….…
Place:……..Designation:……………….….…
Name of the Company:….…..….

Tender No: No NREDCAP/WE/4 MW/2016-17, NREDCAP, Andhra Pradesh 116


Price Offer – Annexure: C

PRICE OFFER FOR "Erection, Testing & Commissioning and Stabilization of


Wind Turbine Generator"

(Price in Indian Rupees Only)

Sl.
N Description In Figures In Words
o
1. Foundation for WTG
Erection and Commissioning of Tower,
2 Nacelle, Blades, Control Panels and
other WTG equipment.
Erection, testing & commissioning of all
the items required for completion of
scope of work such as installation of
cmcs with necessary hardware/ software
3
of grid extension work which includes
HT/ EHT line from WTG to grid sub-
station of state utility and augmentation
of the utility sub-station, civil works etc
Total In Figures

Total Rs. in Words

Any item of work not mentioned in the above particulars but written elsewhere in the
1. scope of work or in Technical Specification or essentially required for completion of
works, proper operation and maintenance of wind power plant, safety of equipment and
operating personnel shall be deemed to have been included in the above particulars.
2. The prices shall include all activities from Ex-works to commissioning viz applicable
taxes, duties, levies, octroi, Royalty, insurances, storage & others and variation in
foreign exchanges rates etc. Any other items not specifically mentioned but essential for
successful completion of works viz. Cost of commissioning spares, tools & tackles,
consumables etc., shall be deemed to be included in prices.

Name :
Designation:
Date: Name of the company:
Place:

Tender No------- NREDCAP Hyderabad 117


Price Offer – Annexure: D

PRICE OFFER FOR "STATUTORY APPROVALS"

(Price in Indian Rupees Only)


Total cost
Sl. Particulars
No

1.

Total Cost towards statutory approvals

Total Rupees . . . . . . . . . . .. . . . .. . . . . . . .. . .. .. . . . . . . . . .. . . . .. . . . . . . .. . .. .. . . . .. .. . . . ..

.. . . . .. .. . . . .. .. . . . .. .. . . . .. .. . . . .. .. . . . .. .. . . . .. .. . . .. . . . . .. .

Seal of the Company Signature of contractors

Tender No------- NREDCAP Hyderabad 118


Price Offer – ANNEXURE: E

PRICE OFFER FOR "TRAINING CHARGES"

(Price in Indian Rupees Only)


Taxes (to
Rate Total
No. of be
Sl. per Unit Total Cost
Particulars Man specified
No Man Rate (Rs.)
days )
day (Rs.)
(Rs.)
Providing training to the
1. NREDCAP Personnel in
Manufacturing of WTGs and
Operation & Maintenance at
Manufacturer's Premises
2 Providing Training to the
NREDCAP Personnel in
Operation & Maintenance at
Site.

Total Training Cost

Total Rupees . . . . . . . . . . . . . . .. . .. .. . . . . . . . . .. . . . . .. .. . . . . . . . . .. . . . .. . . . . . . .. . .. .. . . . . .

. . . .. . . . .. . . . . . . .. . .. .. . . . .. .. . . . .. .. . . . .. .. . . . .. .. . . . .. .. . . . .. .. . . . .. .. . . . .. .. . . . .. .. . . ..

Seal of the Company Signature of Tenderer

Tender No------- NREDCAP Hyderabad 119


Price Offer – Annexure: F

PRICE OFFER FOR "Operation and Maintenance charges for


Wind Power Plant Project "

(Price in Indian
Rupees Only)
Particulars
Total Annual O&M Charges
including tax
Year Annual Service tax O&M charges In figures In words
O &M with cess including
Charges Service tax
with cess

A B C D=(B+C)
1styear
2nd year
3rdyear

4thyear

5thyear
6thyear
7thyear

8th year

9thyear

10th year

Name:……………………………
Designation:…………………
Name of the Bidder:…..…..
Date:
Place

Tender No------- NREDCAP Hyderabad 120


SECTION – IX

REGULATIONS FOR TENDERS AND CONTRACTS


AND CONDITIONS OF TENDER

Tender No------- NREDCAP Hyderabad 121


SECTION - IX
CONTENTS
Chap. Clause
REGULATIONS FOR TENDERS AND CONTRACTS
AND CONDITIONS OF TENDER

Meaning of Terms
1. Definitions

2. Singular and Plural


Regulations for Tenders and Contracts
3. Regulations for Tenders and Contractors subject to modifications

4. List of approved Contractors maintained


5. Applications for Registration
6. Issue of Tender forms
7. Tender forms not transferable
8. Use of Official Tender form
9. Omission and Discrepancies
10. Prohibition of separate communication
11. Signature of Contractors on Tender documents
12. Earnest Money
13. Care in submission on tenders
14. Opening of Tenders
15. Right of NREDCAP to deal with tenders
16. Execution of contract documents
Conditions of Tender
17. Tender drawings
18. General conditions and specification
19. Filling up of schedule and rates
20. Erasures and alterations
21. Completion time
22. Amount of and method of deposit of Earnest Money
23. Right of NREDCAP to reject tender
24. Furnishing wrong information
25. Cancellation of tender
26. Refund of Earnest Money to unsuccessful Contractors
27. Income-tax Clearance Certificate

Tender No------- NREDCAP Hyderabad 122


28. Final date of receipt of tenders
29. Non-compliance with any of the conditions
30. Accepting authority
31. Execution of contract
32. Validity of tender
33. Employment of retired NREDCAP Personnel
34. Contractors relatives employed in NREDCAP

II. TENDER FORM


III. PARTICULARS OF THE CONTRACTOR
IV. AGREEMENT FORM
V. GUARANTEE BOND FORM
VI. SPECIAL CONDITIONS OF CONTRACT Not enclosed
VII. SPECIAL SPECIFICATIONS
VIII SCHEDULE OF RATES

Tender No------- NREDCAP Hyderabad 123


REGULATIONS FOR TENDERS AND CONTRACTS AND
CONDITIONS OF TENDER

For the guidance of Contractors for Civil Engineering Works

MEANING OF TERMS

1. In these Regulations for Tenders and Contracts and Conditions of Definitions:


Tender, the following terms shall have the meanings assigned
hereunder except where the context otherwise requires:-

(a) “NREDCAP” shall mean the - New & Renewable Energy


Development Corporation of Andhra Pradesh Ltd or the
Administrative Officers of the NREDCAP or of the Successors
and all officers authorized to deal with any matters which these
presents are concerned on his behalf.

(b) “Board” shall mean the Trustees of NREDCAP, a body corporate


under Companies Act, as amended from time to time..

(c) Corporation/Purchaser/Buyer shall mean NREDCAP.

(d) 1. “Successor of NREDCAP” shall mean and include such other


company or body corporate to which for administrative or other
reasons this contract may during its tendency be transferred.

(e) “contractors” shall mean the person, the firm or company who
tenders for the works with a view to execute the works on contract
with the NREDCAP and shall include their personal
representatives, successors and permitted assigns.

(f) “Limited Tenders” shall mean tenders invited from all or some
contractors on the approved list of contractors with NREDCAP.

(g) “Open Tenders” shall mean tenders invited in open and public
manner and with adequate notice.

(h)“Works” shall mean the works contemplated in the drawings and


schedules set forth in the tender forms and required to be executed
according to specifications.

Tender No------- NREDCAP Hyderabad 124


(i) “Specification” shall mean the specifications for materials and
works, current or as amplified, added to or superseded by special
specifications, if any appended to the tender forms.

(j) Schedule of rates – shall mean the Schedule of Rates issued under
the authority of the NREDCAP from time to time.

(k) “Drawings” shall mean the drawings, plans and tracing or prints
thereof annexed to the Tender forms.

(i) “General Conditions of Contract” shall mean the General


Conditions of Contract for works in the NREDCAP– --

2. Words importing the singular number shall also include the plural Singular and
and vice versa where the context requires. Plural:

REGULATIONS FOR TENDERS AND CONTRACTS


3. These Regulations for Tenders and Contracts shall be read in Regulations for
conjunction with the General Conditions of Contract and shall be Tenders and
subject to modifications, additions or supersession by special Contracts
conditions of contracts and/or special specifications, if any, annexed subject to
to the tender Forms modifications

Tender No------- NREDCAP Hyderabad 125


List of 4. List of approved Contractors are maintained under the following categories
approved of works
contractors
maintained: a) Earth work and roads
b) Buildings and structures;
c) Supply including loading and unloading of materials such as
ballast, boulders, bricks, stone metals, lime and sand;
d) Steel works;
e) Wood Works;
f) Water supply, drainage and sanitary works
g) Maintenance and repair works;
h) Supply of miscellaneous materials such as red-earth, bellies,
thirties, chicks, manures, etc.
Application for 5. A Contractor desirous of having his name included in the list of approved
Registration: contractors shall apply to NREDCAP furnishing particulars regarding:-

a) his position as an independent contractor;


b) his capacity to undertake and carry out works satisfactorily, as
vouched for by a responsible official or form;
c) his previous experience on works similar to that to be contracted
for, in proof of which original certificates or testimonials may be
called for and their genuineness verified, if need be by reference, to
the signatures thereof;
d) his knowledge, from actual personal investigation, of the resources
of the area in which he offers to works;
e) his ability to supervise the work personally or by competent and
duly authorized agents;
f) his financial position.

The applicant shall clearly state the categories of works listed under clause
4 of these Regulations for which he desires registration in the list of
approved contractors of the NREDCAP and subject with his application a
duly authorized copy of the Income Tax Clearance Certificate.
Issue of Tender 6. Tender forms shall be issued on payment of the prescribed fees to the
forms: appropriate contractors on the list of approved contractors. Contractors not
on the list of approved contractors, will on payment of the prescribed fees,
be furnished with tender forms and shall be required to submit evidence
regarding their financial status, previous experience and ability to execute
the works, and an authorized copy of the income-tax Clearance Certificate,
without which their tenders will not be considered.

Note: This condition is not applicable for tenders published on e-procurement


platform of Government of Andhra Pradesh by NREDCAP.

7. The transfer of tender forms purchased by one contractor to another is not


permissible.

Tender forms 8. No tender shall be considered which is not submitted in the official tender
not form attached hereto along with the tender documents issued to the

Tender No------- NREDCAP Hyderabad 126


transferable: contractors.

9. Should a contractors find discrepancies in or omissions from the drawings


Use of official or any of the tender forms or should he be in doubt as to their meaning, he
tender form: should at once notify the authority inviting tenders who may send a written
instruction to all Contractors. It shall be understood that every endeavor have
Omissions and been made to avoid any error which can materially affect the basis of the
discrepancies: tender and the successful contractors shall take upon himself and provide for
the risk of any error which may subsequently be discovered and shall make no
subsequent claim on account thereof.
10. No separate communication on the tender shall be addressed by the
contractors to the tender inviting authority or any other persons, but all
Prohibition of
explanatory qualifying remarks which the contractors may desire to make
separate
must be recorded or submitted in a covering letter along with the tender.
communication:

Signature of 11.The Contractors should sign on each and every page of the tender
Contractors on documents and at the end of each specification and schedule at places
Tender provided for the purpose.
Tender 12.The Contractors shall also be required to deposit a sum of Rs62,50,000
Document towards the Earnest Money with the Tender. If his tender is accepted his
Earnest Money Earnest Money will be retained as part Security for the due and faithful
fulfillment of the contract in terms of clause 16 of the General Conditions
of Contract. The Earnest Money of other Contractors shall, save as herein
before provided, be returned to them, but the NREDCAP shall not be
responsible for any loss or depreciation that may happen thereto while in
their possession, nor be liable to pay interest thereon.

Tender No------- NREDCAP Hyderabad 127


13(a)Before submitting a tender the contractors will be deemed to have Care in
satisfied himself by actual inspection of the site and locality of submission of
the works, that all conditions liable to be encountered during the tenders
execution of the works are taken into account and that the rates
he enters in the tender forms are adequate and all inclusive to
accord with the provisions in relevant clauses of the Standard
General Conditions of Contract for the Completion of works to
the entire satisfaction of the NREDCAP.

(b) When work is tendered for by a Firm or Company of


Contractors, the tender shall be signed by the individual legally
authorized to enter into commitments on their behalf.

(c) The NREDCAP will not be bound by any power of attorney


granted by the contractors or by changes in the composition of
the firm made subsequent to the execution of the contract. It
may, however, recognize such power of attorney and changes
after obtaining proper legal advice, the cost of which will be
chargeable to the contractor.

14. At the advertised time and place, tenders received for a contract Opening of
shall be opened by the Tender Committee and where practicable, tenders:
the names of tenders and the rates tendered by them read out in the
presence of such of the intending contractors or their agents as may
attend.

15. (a) The NREDCAP reserves the right of not to invite tenders for Right of
any work or works or to invite open or limited tenders, and when NREDCAP to
tenders are called, to accept a tender in whole or in part or reject deal with tenders:
any tender or all tenders without assigning reasons for any such
action.

(b) Ordinarily the lowest tender may be accepted by the


NREDCAP unless such acceptance would not be detrimental to the
public interest. The acceptance or rejection of any tender is left
entirely to the discretion of the authority empowered to deal with
the matter and no explanation can be demanded of the cause of
rejection of his tender by any contractors.

EXECUTION OF CONTRACT DOCUMENTS:

16. The contractors whose tender is accepted shall be required to Execution of


appear at the office of the tender inviting authority in person or if a contract
firm or a corporation, a duly authorized representative shall so documents:
appear and to execute the contract documents within seven days
Tender No------- NREDCAP Hyderabad 128
after notice that the contract has been awarded to him. Failure to
do so shall constitute a breach of the agreement effect by the
acceptance of the tender in which case the full value of the earnest
money accompanying the tender shall stand forfeited without
prejudice to any other rights or remedies.

In the event of any contractors whose tender is accepted shall


refuse to execute the contract documents as therein before
provided, the NREDCAP may determine that such contractors has
abandoned the contract and there upon his tender and the
acceptance thereof shall be treated as cancelled and the NREDCAP
shall be entitled to forfeit the full amount of earnest money and to
recover the liquidated damages for such default.

CONDITIONS OF TENDER

17. The drawings, if any applicable for the works and relevant Tender drawing:
specifications can be seen in the Office of tender inviting authority
of .NREDCAP, Hyderabad at any time during office hours.

18. The General Conditions of Contract for works in the NREDCAP General
and specification for materials and works can be seen at any time Conditions and
during office hours at the above office. Specification:

19. The Contractor / Contractors shall quote his/their rates with Filling up of
reference to each item and must tender for all the items shown in schedule of
attached schedule. Both rate and amount columns of the schedule rates:
should be filled in by the Contractor / Contractors both in figures
and words. The quantities shown in the attached schedule are given
as a guide and are approximate only and are subject to variation
according to the needs of the NREDCAP. The NREDCAP accepts
no responsibility for their accuracy. The NREDCAP does not
guarantee work under each item of the schedule.

20. Tenders containing erasures and alterations of the tender documents Erasures and
are liable to be rejected. Any corrections made by the Contractors alterations:
in his/her entries must be attested by him/her.

21. The works are required to be completed within a period of


mentioned in the NIT counted from the date of award of contract. Completion
time:

22. The tender should be accompanied by a Cash Receipt for a sum of Amount of and
Rs62,50,000 as Earnest Money deposited in the form specified in method of
NIT. deposit of
Earnest money:

Tender No------- NREDCAP Hyderabad 129


(i) The Contractor shall hold the offer open for a period of 180 days from
the date fixed for opening the same, it being understood that the
Tender documents have been sold/issued to the Contractor and the
Contractor is being permitted to Tender in consideration of stipulation
on his part that after submitting his tender he will not resale from his
offer or modify the terms and conditions thereof in a manner not
acceptable to the -VC & Managing Director of the NREDCAP, should
the Contractor withdraw his offer within the validity date of his offer
or fails to undertake the contract after acceptance of his tender the full
earnest money of Rs62,50,000 should be forfeited.

The Contractor shall hold the offer open till the period of 180 days as
specified above, if the tender is accepted, the amount of Earnest
Money will be held as Security Deposit for the due and faithful
fulfillment of the contract. The Earnest Moneys of the unsuccessful
Contractor will have as hereinbefore provided be returned to the
unsuccessful Contractors but the NREDCAP shall not be responsible
for any loss or depreciation that may happen to the Security for the
due performance of the stipulation to keep the offer open for the
period specified in the tender documents or to the Earnest Money
while in their possession, nor be liable to pay interest thereon.

(ii) Tenders unaccompanied by the requisite Earnest money in the


prescribed form under no circumstances will be entertained and will
be summarily rejected.
Right of
NREDCAP to 23. It shall not be obligatory on NREDCAP to accept the lowest tender
reject Tender: and no Contractor / Contractors shall demand any explanation for the
cause of rejection of his/their tender.

24. If the Contractor / Contractors deliberately gives/give wrong


Furnishing information in his/their tender or creates/create circumstances for the
wrong acceptances of his/their tender, the NREDCAP reserves the right to
information: reject any such tender at any stage.

Cancellation 25. If a Contractor expires after submission of his tender or the


of Tender acceptance of his tender, the NREDCAP shall deem such tender as
cancelled, if a partner of a firm expires after submission of their tender
or after the acceptance of their tender, the NREDCAP shall deem such
tender as cancelled unless the firm retains its character.

Tender No------- NREDCAP Hyderabad 130


26. The Earnest Money including the amount taken as Security Deposit
for the due performance of the stipulation to keep the offer open till
the date specified in the Tender will be refunded to the unsuccessful
contractors / contractors within a reasonable time. The Earnest
Refund of Money deposited by the successful contractors / contractors s will be
Earnest retained towards, the Security Deposit for the due and faithful
Money to fulfillment of the contract but shall be forfeited if the contractor
unsuccessful fails/contractor fail to execute the Agreement Bond or start the work
Contractors within a reasonable time (to be determined by the Executive Engineer)
after notification of the acceptance of his/their tender.

Income-tax 27. The Contractor / Contractors is /are required to produce along with
clearance his/their tender an authorized copy of the Income-tax Clearance
certificate Certificate or a sworn affidavit duly countersigned by the Income-tax
officer to the effect that he/they has/have no tax dues. Documents
testifying to the contractors / contractor / previous experience and
financial status should be produced when desired by the NREDCAP.
Final date of
receipt of As specified in the Tender schedule
tenders:
Non-
compliance 29. Non-compliance with any of the conditions set forth herein above is
with any of liable to result in tender being rejected.
the condition:

30. The authority for the acceptance of this tender will rest with the VC &
Accepting Managing Director, NREDCAP, Hyderabad who does not bind
himself to accept the lowest or any other tender nor does he undertake
authority:
to assign reasons for declining to consider any particular tender or
tenders.

Tender No------- NREDCAP Hyderabad 131


33. Should a contractor be a retired engineer or the gazetted rank or any Employment of
other gazetted officer working before his retirement, whether in the retired
executive or administrative capacity or whether holding a pensionable NREDCAP
post or not, in the Engineering Department of any of the NREDCAPs personnel:
owned and administrated by the NREDCAP for the time being or
should a contractor being partnership firm have as one of its partners a
retired engineer or a retired gazetted officer as aforesaid, or should a
contractor being an incorporated company have any such retired
engineer or retired officer as one of its directors, or should a contractor
have in his employment any retired engineer or retired gazetted officer
as aforesaid the full information as to the date of retirement of such
engineer or retired gazetted officer from the said service and in cases
where such engineer or officer had not retired from government service
at least two years prior to the date of submission of the tender as to
whether permission for taking such contract, or if the contract be a
partnership firm or an incorporated company to become a partner or
director as the case may be, or to take employment under the contractor
has been obtained by the contractors or the engineer or the officer as the
case may be from NREDCAP or any officer duly authorized by him, in
this behalf, shall be clearly stated in writing at the time of submitting
the tender. Tenders without the information above referred to or a
statement to the effect that no such retired engineer or retired gazetted
officer is so associated with the contractor, as the case may be shall be
rejected.

34. Should a contractors or contractor being an individual on the list of Contractor’s


approved contractor, have a relative employed in gazetted capacity in relatives
the NREDCAP, or in the case of a Partnership firm or Company employed in
incorporated under the India Company law should a partner or a relative NREDCAPs:
of the Partner or a shareholder or relative of a shareholder be employed
in gazetted capacity in the NREDCAP, the authority inviting tenders
shall be informed of the fact at the time of submission of tenders,
failing which the tender may be rejected or if such subsequently comes
to light, the contract may be rescinded in accordance with the
provisions in the General Conditions of Contract.

35. The contractor shall comply with the provisions of the Factories Act,
1948 or the modifications thereof or any other laws relating thereto and
the rules made there under from time to time.

Tender No------- NREDCAP Hyderabad 132


36. A contractor who has not carried out any work so far in NREDCAP
should furnish particulars regarding:
a) His position as an independent
Contractor.
b) His capacity to under takes and carries
out works satisfactorily, as vouched for
by a responsible official or firm.
c) His Previous experience on works similar
to that to be contracted for, in proof of
which original certificates or testimonials
may be called for and their genuineness
verified, if need be, by reference to the
signatories thereof.
d) His knowledge from actual personal
investigation of the resources of the zone
or zones in which he offers to work.
e) His ability to supervise the work
personally or by competent and duly
authorized agents.
f) His financial position.

Contractors / Contractor

Seal

Tender No------- NREDCAP Hyderabad 133


TENDER

To

Address

I/ We ………………………. Have read the various conditions to tender attached hereto and
hereby agree to abide by the said conditions. I/We also agree to keep this tender open for
acceptance for a period of ………….. days from the date fixed for opening the same and in
default thereof. I/We will be liable for forfeiture of my/our “Security Deposit”. I/We offer to do
the work for ……………. at the rates quote in the attached schedule and hereby bind
myself/ourselves to complete the work in ………. Months from the date of issue of letter of
acceptance of the tender. I/We also hereby agree to abide by the general and Special Conditions
of Contract and to carry out the work according to the specifications for materials and works laid
down by the NREDCAP for the present contract.

2. A sum of Rs……………. Is hereby forwarded as Earnest Money in addition to the sum of


Rs. ……………………. as ‘Security Deposit“ mentioned above. The full value of the Earnest
Money shall stand forfeited without prejudice to any other rights or remedies if;

(a) I/ We do not execute the contract documents within seven days after receipt of notice
issued by the NREDCAP that such documents are ready; or

(b) I/ We do not commence the work within ten days after receipts of orders to that
effect.

3. Until a formal agreement is prepared and executed, acceptance of this tender shall
constitute a binding contract between us subject to modifications as may be mutually agreed to
between us and indicated in the letter of acceptance of my/our offer for this work.

Contractor’s Address……………………… Signature of Contractor(s) ……………………


…………………………………………….... ………………………………………………..
…………………………………………….... Date………………………………....................
…………………………………………….... Signature of Witness:
…………………………………………….... 1. ...…………………………………….............
2. ...…………………………………….............

ACCEPTANCE OF TENDER

I accept the tender above and agree to pay the rate as entered in the schedule rates and
quantities.

Witness On behalf of the NREDCAP, Hyderabad

(1) ………………………………………... Signature …......……………………….


(2) ………………………………………… Designation ………..……………………
………..…………………………………… Date ……………………….…

Tender No------- NREDCAP Hyderabad 134


PARTICULARS OF THE CONTRACTOR

1. Name and address of the Contractor

2. Reference may be made to

Tender No------- NREDCAP Hyderabad 135


AGREEMENT FOR WORKS

Contract Agreement No ………………………………….. Dated…………….

Articles of Agreement made this ………………… day of ……..…………………. between


New and Renewable Energy Development Corporation of A.P. Limited (NREDCAP) Hyderabad
acting through the …………………………………………………………….…… NREDCAP
hereinafter called the ‘NREDCAP’ of the one part and Shri/
Messrs………………………………………………………………………………...……………
whose permanent postal address is
……………………………………………………………………………
……………………………………………………………………………….…………………….h
ereinafter called the “Contractor” of the other part.

Whereas the contractor has agreed with NREDCAP for the performance of the work
“………………
………………………………………………………………………………………………………
………………………………………………………………………………………………………
…………….........”
set forth in the schedule hereto annexed upon the General Conditions of Contract for Works in
the NREDCAP and the special condition and special specifications, if any, and in conformity
with the drawing hereunto annexed And Whereas the performance of the said works is an act in
which the public are interested.

NOW THIS INDENTURE WITNESSETH that in consideration of the payments to be made by


the NREDCAP, the Contractor will duly perform the said works in the said schedule set forth
and shall execute the same at the great promptness, care and accuracy in a workman like manner
to the satisfaction of the NREDCAP and will complete the same in accordance with the said
specifications and said conditions of the contract on or before the
…………………………………day of …………………………….. and will maintain the said
works for a period of ……………………..………………calendar months from the certified date
of their completion and will observe, fulfill and keep all the conditions therein mentioned (which
shall be deemed and taken to be part of this contract) as if the same had been fully set forth
herein), AND the NREDCAP both hereby agree that if the Contractor shall duly perform the sale
works in the manner aforesaid and observe and keep the said terms and conditions, the
NREDCAP will pay or cause to be paid to the Contractor for the said works on final completion
thereof the amount due in respect thereof at the rates specified in the Schedule hereunto annexed.

INWITNESS whereof the Parties have hereunto set their respective hands the day and the year
mentioned by them.

Signed for and on behalf of NREDCAP


by Shri …………………………………………..…………….
…………………………………………

Tender No------- NREDCAP Hyderabad 136


………………………………………………………………. (Signature of . . . . . . . . . . . . . .
.....
NREDCAP, Hyderabad NREDCAP, Hyderabad
In the presence of ……………………………………………

…………………………………………………………………. (Signature of Witness)


and by ………………………………………………. the duly
constituted attorney of and for and on behalf of

………………………………………………………
………………………………………… …………………………………….………....
(Signature of Contractor)

who has signed these presents in the presence of

(1) …………………………………
……….
-----------
(Signature of Witness (1)

(2) ……….…………………..………………
………..……………………………………
………………………………………… …
(Signature of Witness (2)

Tender No------- NREDCAP Hyderabad 137


SECTION – X

DRAFT OPERATION & MAINTENANCE CONTRACT


AGREEMENT

Tender No------- NREDCAP Hyderabad 138


SECTION – X

DRAFT OPERATION & MAINTENANCE CONTRACT AGREEMENT

The successful contractor has to enter into an O&M Contract for 10 years as per the Draft
Contract Agreement for O&M appended hereunder,

DRAFT OPERATION & MAINTENANCE CONTRACT AGREEMENT,

THIS CONTRACT No…………………………………… made this……………day


of……………………… , year Two Thousand ………………… at NREDCAP, Hyderabad.

BETWEEN

-New & Renewable Energy Development Corporation of Andhra Pradesh Ltd (NREDCAP),
Hyderabad acting through and represented by Address (hereinafter referred to as the "NREDCAP')
which term or expression, unless excluded by or repugnant to the Context or the meaning thereof,
shall be deemed to include its successors and permitted assigns, OF THE ONE PART,

AND

………………………………… Limited, a Company incorporated under the Companies Act,


1956 and having its registered office at …………………………………(hereinafter referred to as
the “Contractor”) which term or expression, unless excluded by or repugnant to the Context or the
meaning thereof, shall be deemed to include its successors and permitted assigns, OF THE
OTHER PART.

AND WHEREAS:

a) NREDCAP has set up a project for generating .......MW electricity using wind energy
comprising of ______Nos. _____ make Wind Turbine Generators (WTGs) each having a
rated output of _____kW capacity, at the plot of land at ___________________ site, Village
_______________________, Taluka ____________ in the state of Andhra Pradesh and the
requisite transmission lines connecting the State utility Grid (hereinafter referred to as the
"FACILITIES"), and

b) NREDCAP has decided to engage a Contractor to operate and maintain the facilities,
liaise with State Electricity utility and other agencies, to ensure generation of electricity,
evacuate the generated electricity to the Grid and perform all related activities on long
term basis, and
c) The Contractor has declared that he is engaged in the business of operation &
maintenance projects for generation of electricity by means of Wind Turbine Generators
being the manufacturers of WTG and has requisite capabilities, skills, facilities and
expertise to operate and maintain the Wind Power Plants including the related activities,
and

d) The Contractor has agreed to-operate for a certain period on agreed terms and conditions
and carryout both preventive and breakdown maintenance of the facilities including
supply of parts/components and consumables required for avoidance or removal of
breakdowns/failures, and

Tender No------- NREDCAP Hyderabad 139


NOWIT IS HEREBY AGREED as follows:

1. APPOINTMENT AND TERMS OF APPOINTMENT

1.1 Appointment

NREDCAP appoints the Contractor and the Contractor accepts the appointment as
Operation & Maintenance service Contractor, inter alia to carry out

(a) Operation of the said facilities and related equipment as agreed hereunder, for the period
and upon terms and conditions hereinafter Contained.

(b) Maintenance of the said facilities by providing both preventive and breakdown
maintenance of the WTG(s) and related equipment of NREDCAP with parts/components
and consumables required for avoidance or removal of breakdowns/failures and to ensure
timely supply of parts / components consumables.

1.2 Duration

This Contract entered in for the operation and maintenance of the facilities (WTGs and
related equipment under this agreement) is assigned to the Contractor for a period of 10
(Ten) Years commencing from ____________ (the “Effective Date”) to __________.

1.3 Operation & Maintenance Charges

a) NREDCAP shall pay Operation & Maintenance Charges (hereinafter referred to as "O & M
Charges") to Contractor for carrying out the work hereunder mentioned at the rates as
agreed and detailed in Section – VIII Annex-G ("PRICE OFFER FOR "Operation and
Maintenance charges for Wind Power Plant Project") attached hereto.
b) It is expressly agreed that the O & M charges are not divisible or separable but shall be
paid as a whole on the due dates by NREDCAP annually.
c) Such O & M charges are inclusive at the applicable rates of Service Tax, works Contract
Tax, Education CESS and / or any other Government taxes, duties, levies, etc. The taxes
and duties will be paid along with O & M Charges by NREDCAP as applicable from time
to time. All payments in terms of this agreement shall be subject to TDS.
d) The Contractor shall raise invoices for all O & M services. Notwithstanding anything stated
in this Agreement, NREDCAP is required to make payment of the O & M service charges
as per Section – VIII Annexure-G hereto within 30 days of receipt of the correct invoices,
form the Contractor.

2. SCOPE OF WORK

2.1 Operation and Maintenance Services

The Contractor shall perform the following services in relation to the equipment in
accordance with the safety maintenance plans and procedures as applicable and/ or in
accordance with accepted industry practices.

2.2 Services involving Labour only

Tender No------- NREDCAP Hyderabad 140


2.2.1 Routine Post-operative and other operational Services
Making available suitable manpower for operation and maintenance of the facilities and
covers periodic preventive maintenance, cleaning and upkeep of the facilities including:

a) Tower Torqueing
b) Blade Cleaning
c) Nacelle Torquing and Cleaning
d) Transformer Oil Filtration
e) Control Panel & LT Panel Maintenance
f) Site and Transformer Yard Maintenance

2.2.2 Security Services


This service includes watch and ward and Security of the facilities including Wind Power
plant and the Equipment.

2.2.3 Management Services


a) Data logging in for power generation, grid availability, machine availability.
b) Preparation and submission of monthly performance report.
c) Taking monthly meter reading jointly with utility of power generated at Wind Power
plant and supplied to Grid from the meter/s maintained for the purpose and coordinate, to
obtain necessary power credit report / certificate.

2.2.4 Technical Services


a) Visual inspection of the WTG and all parts thereof.
b) Technical Assistance including checking of various technical, safety and operational
parameters of the Equipment, trouble shooting and relevant technical services.

2.3 Crane Services


Providing Crane(s) and other equipment in time whenever required for carrying out the
above services.

2.4Preventive Maintenance Work involving labour and materials


This involves labour as well as use of materials and consumables such as lubricants and
oils, electrical and mechanical parts, etc. for preventive maintenance and upkeep of the
Equipment including:
a) HT Line and Electrical Maintenance
b) Greasing of Rotor Bearings, Gear Box and Generator
c) Topping up of Gear Box, Hydraulic and Transformer Oil

2.0 Breakdown maintenance involving labour and materials

The Breakdown repair Work involve labour and use of components, spares and
consumables in the event of any breakdown or suspected breakdown due to any reasons,
excluding natural calamities which shall be covered by Employer's insurance policy,
attended as soon as practically possible to put the Equipment back into operation. The
breakdown repairs will cover cost of labour, spares/materials and other works, which
inter-alia include,
a) Spares repairs/replacement
b) Major breakdown as mentioned below.-

 Rewinding / Repairs of Generator and Motors


 Repair / Replacement of Gear Box
 Rewinding / Repairs of Transformers
Tender No------- NREDCAP Hyderabad 141
 Repairs / replacement of VCB
 Repairs/replacement of Blades
 Repairs / replacement of Controller and Control Panel

c) Crane charges for carrying out repairs/replacement


d) Total replacement of oil in Gear Boxes and Transformers
e) Painting of Equipment

2.6 Performance Guarantee/ Security Deposit

2.6.1 Upon acceptance of the Tender, the successful. Contractor shall within fifteen (15) days
of signing of the Contract Agreement, shall furnish the Performance guarantee for an
amount equivalent to --------------- as given in the Tender Document. The Performance
Bank Guarantee shall be valid for ten years from the effective date initially and extended
periodically as required.

3.0 EXCLUSIONS

3.1 Equipment in the event of breakdown due to causes such as fire, natural calamities like
cyclone, earthquake, lightning, flood, civil disturbance, riots, malicious damage, terrorist
acts or event that has been covered by the insurance policy. However, the Contractor shall
make all best efforts to restore normal operation of the Facility at the earliest.

4.0 RESPONSIBILITIES OF NREDCAP

4.1 NREDCAP based on the recommendation given by the Contractor, shall obtain
aninsurance policy or policies for the Equipment, at its own expense, covering risk of
damages caused by natural calamities, i.e. Force Majeure events. The insurance policy
obtained by NREDCAP shall be in force on and from the Commissioning Date.
NREDCAP shall provide a copy of such insurance policy or policies to the Contractor.
NREDCAP shall be solely liable for any loss incurred / suffered by NREDCAP due to
failure of NREDCAP to obtain the insurance policy, or due to any shortfall in the
insurance cover.

4.2 NREDCAP shall sign all papers / documents and depute their representative(s) for
meeting or joint follow up with utility or any other-authorities as and when such
requirement would arise and be conveyed by the Contractor.

4.3 NREDCAP will enter into the necessary agreement /arrangement with the utility with
regard power generated by the WTG and the Contractor shall render necessary assistance
to NREDCAP.

4.4 NREDCAP shall take the insurance policy for fire and allied perils including earthquake,
flood, storms, cyclone, tempest & burglary separately

5.0 RESPONSIBILITIES OF THE CONTRACTOR

5.1 The Contractor shall establish and maintain in the vicinity of the Wind Power plant
suitable offices and storage facilities, service Center, inventory, stores, workshops,
communication and transport as may be necessary for operating and managing the
Equipment and shall maintain and repair such offices, facilities, service center etc. It is
Tender No------- NREDCAP Hyderabad 142
acknowledged by NREDCAP that the ownership of such storage facilities, service center,
etc., shall vest with the Contractor unless otherwise specifically agreed between the
parties. The Parties acknowledge that upon termination of this Agreement for any reason,
the Contractor shall be entitled to remove all such service facilities from the site without
any hindrance from NREDCAP.

5.2 The Contractor shall also maintain the Transformers, Tri-vector Meters for measuring the
energy generated by the WTGs.

5.3 The Contractor shall observe all the laws, statutory provisions or norms laid down by the
Government, Local or Municipal Authorities, State EDA's, utility as per the Power
Purchase Agreement and all other binding regulations in force concerning the operation
and maintenance of the facilities.

5.4 The Contractor shall at all reasonable times allow persons duly authorized by the
Employer including but not limited to the officials of
the insurance Company with prior intimation, to inspect and examine any of the
Equipment and provide to such personnel all information necessary for their assessment.

5.5 The Contractor shall provide adequate security to the facilities including the Wind Power
plant.

5.6 The Contractor shall follow up with utility / other authorities for taking reading of power
generated and supplied to the grid, as required.

5.7 The Contractor shall regularly provide NREDCAP with reports such as daily, monthly
power generation, grid availability and machine availability. The Contractor shall also
maintain necessary records relating to performance as well as breakdowns in respect of the
Equipment.

5.8 The Contractor shall promptly liaise and co-ordinate with the utility and relevant local
authorities for restoration of grid/sub-station in case of failure and such other matters.

5.9 The Contractor shall provide and make available as necessary, all such labour and other
competent personnel as are required to perform the O & M services.

5.10 The Contractor shall take necessary insurance policy for the entire Facilities including
equipment, accessories, etc., towards repair, replacement, theft, burglary, fire, etc. under
the scope of work to the satisfaction of NREDCAP. NREDCAP shall be the principal
beneficiary of the policy along with the Contractor. Sub-Contractors of the Contractor
shall not be holders or beneficiaries in the policy nor shall they be named in the policy.

6.0 WARRANTIES
The Contractor extends the following warranties with regard to the
operation of the WTG, as long as it carries out the Operation &
Maintenance service of the WTG on behalf of NREDCAP.

6.1 Machine Availability


The Contractor guarantees a machine availability of 95% per month. In case the machine
availability falls below 95% then THE CONTRACTOR shall compensate to NREDCAP
an amount equal to

(i) an amount @ 2% of the annual O & M service charges for every


Tender No------- NREDCAP Hyderabad 143
0.5% of shortfall below 95% of machine availability.
0.5% of contract price for works for every 0.5% (or part thereof) shortfall in actual
generation than guaranteed 95%.

"MACHINE AVAILABILITY" shall mean the ratio of actual number of annual hours
for which the WTG are in. a state of complete readiness to generate Power subject to the
Grid availability, wind availability and all other parameters referred hereunder, to the total
number of hours available annually (i.e. 8760 Hours). Machine Availability shall be
calculated as follows.

(Recorded Hours) * 100


% Machine Availability = ..................... ................ ................ ................
[8760 - (GF + FM)]
Where, Recorded Hours = [8760- (GF + FM + S +U)]
8760 = Number of total hours for a machine in an year (i.e. 24 x 365 days)
GF = Grid Failure hours (Other than scheduled or breakdown hrs)
FM. = Force Majeure hours
S = Scheduled Maintenance Hours for a machine
U = Breakdown Maintenance Hours for a machine

6.2 Reactive Power (kVArh)

THE CONTRACTOR warrants that the maximum Reactive Power drawn cumulatively by
the WTG monthly shall not exceed 3% of the total generation of Power by the W'I'G. In
the event that the monthly Reactive Power drawn by the WTG cumulatively exceeds 3%
of units generated by the WTG cumulatively per month and NREDCAP having to pay the
utility for the excess over 3%, THE CONTRACTOR shall compensate NREDCAP for
such excess reactive power drawn at the prevailing rate charged by utility for such reactive
power for the excess over 3% subject to a maximum of 10% of the annual O & M service
charges.

Reactive Power (kVARh) shall mean the reactive power drawn from the grid and charged
by EB separately to NREDCAP.

6.3 Transmission losses


The Contractor shall provide efficient transformers and associated electrical systems for
limiting the losses from the WTG controllers to the metering point of EB. The internal
losses on monthly basis shall be less than 3%.
If in any month, the internal losses are more than 3%, then the contractor shall compensate the
NREDCAP for the additional internal @2% of the annual O & M service, charges for
every 1% of excess transmission loss over 3% subject to a maximum of 10% of annual O
& M charges.

7.0 That the General conditions of the contract as per Section-X shall be applicable and
is agreed upon by the successful contractors.

IN WITNESS OF WHERE OF NREDCAP& the Contractor have caused this agreement to be


duly executed by their duly authorized representatives the ________ day of _______ year Two
Thousand _______ first above written. .

Tender No------- NREDCAP Hyderabad 144


In witness whereof the parties hereunto have signed this agreement this day, month and year
written above.

Signature
NREDCAP
Hyderabad.

In the presence of Sri Signature of witness

And by Sri
the duly constituted attorney
on behalf of M/s.

Signature of the Contractor

In the presence of

1. Signature of the witness

2. Signature of the witness

Tender No------- NREDCAP Hyderabad 145


ATTACHMENT - 1

Bid Security Forms (Bank Guarantee)

Bank Guarantee No.


Date:
(Name of Contract)

To: (Name and address of Purchaser)

WHEREAS (name of Bidder) (hereinafter called "the Bidder”) has submitted its Bid dated (date
of bid) for the performance of the above-named Contract (hereinafter called "the Bid”)

KNOW ALL PERSONS by these present that WE (name of Bank) of (address of bank)
(hereinafter called "the Bank” which expression shall unless repugnant to its meaning or
context include its successors, executors, administrators or assigns thereof) , are bound unto
(name of Purchaser) (hereinafter called "the Purchaser” which expression shall unless
repugnant to its meaning or context include its successors, executors, administrators or assigns
thereof) for the sum of: (amount), for which payment well and truly to be made to the said
Purchaser, the Bank binds itself, its successors and assigns by these presents.

THE CONDITIONS of this obligation are as follows:


1. If the Bidder withdraws its Bid during the period of bid validity specified by the Bidder in
the Bid Form, or adopts corrupt/ fraudulent/collusive/coercive practices or default
commitment under Integrity Pact and any other pricing information like deviation etc.,
furnished in Excel sheet separately..
2. If the Bidder, having been notified of the acceptance of its Bid by the Purchaser during the
period of bid validity
a) fails or refuses to sign the Contract Agreement when required, or

b) fails or refuses to submit the performance security in accordance with the bidding
documents or.
WE undertake to pay to the Purchaser up to the above amount upon receipt of its first written
demand, without the Purchaser having to substantiate its demand, provided that in its demand the
Employer will mention that the amount claimed by it is due, owing to the occurrence of one or
both of the two above-named CONDITIONS, and specifying the occurred condition or
conditions.
This guarantee will remain in force up to and including (date 30 days after the period of bid
validity), and any demand in respect thereof must reach the Bank not later than the above date.

For and on behalf of the Bank in the capacity of Common Seal of the Bank

Name of Branch Manager/Authorized Officer with


staff No Address with Tel/Fax Nos

Dated the —day of --------- month ---------- year at -------


(Name of Place)
Note -

1. Bank Guarantee shall be executed on appropriate stamp paper of requisite value and
such stamp paper should be purchased in the name of Issuing Bank, not more than six
Tender No------- NREDCAP Hyderabad 146
(6) months prior to execution/issuance of Bank Guarantee. The details like name of
the purchaser should appear at the back side of stamp paper in the Vendors Stamp.
Bank Guarantee issued by bank should contain rubber stamp of the authorized
signatory of the bank indicating the name, designation and signature number as well
as the name of Bank’s controlling branch/office along with contact details like
telephone/fax numbers with full correspondence address of the Bank in order to get
the confirmation of BG from that branch/office, if so required.

In case of Bid Security (where the Bank Guarantees are to be submitted by the bidder
along with Bid), the Bank Guarantees may be submitted by Contractor and the
issuing bank branch should submit an unstamped duplicate copy of Bank Guarantees
directly by registered post (A.D.) to the Purchaser (Authority inviting Tender) with a
forwarding letter.

The following information should be invariable mentioned on the back side of the
bank Guarantee:

* Vendor’s stamp with full details i.e. name of the purchaser in whose favour &
purpose for which this stamp paper has been purchased.

***

Tender No------- NREDCAP Hyderabad 147


Attachment 2
BANK GUARANTEE FORMAT FOR PERFORMANCE
To
VC
NREDCAP
Hyderabad

Ref: Contract
No…………………………………………………………………………..dated…………………
……………..
for
…………………………………………………….M/s……………………………………………
…….of …………….
(hereinafter called “the contractor”) have been awarded the contract for …………………….
………………………………………by NREDCAP, Hyderabad.

The conditions of the contract aforesaid provide inter alia that the contractor shall pay the
company (NREDCAP) a sum of Rs……………(Rupees
………………………………………………..only) as security deposit / performance guarantee
in their form and manner and subject to the terms therein mentioned. The form of payment of
Security deposit / performance guarantee includes a guarantee executed on behalf of and at the
request of the contractor, by our nationalized bank undertaking full responsibility to indemnify
NREDCAP in case of default.

The said contractor has approached us and at their request and in consideration of the promises
we …………………………………….having our office
at……………………………………….having agreed to and hereby give such guarantee as is
hereinafter mentioned in your favour.

1. We …………………………………………………………..of
…………………………..(hereinafter called “the bank”) do hereby unconditionally and
irrevocably guarantee to you the due payment of the said sum of
Rs………………………….(Rupees …………………………….only) by the contractor to
you in terms of the said conditions of contract and their due performance of the obligations
in this behalf ad undertake and agreed with you that if default shall be made by the
contractor in performing any of the terms and conditions of the contract or in payment of
any money payable to you i.e. NREDCAP shall be the sole judge and its decision
communicated to us in this regard shall be final and conclusively binding on us, it shall not
be opened to ask you reasons / details in this regard and we shall have no right to question

Tender No------- NREDCAP Hyderabad 148


the same or make reference to the contractor in any manner whatsoever and we shall on
mere …………………….first demand pay to you without demur and / or protest and
without notice or reference to the contractor by demand draft payable at Hyderabad a sum
of Rs………………………….such portion thereof not exceeding the said sum as you may
from time to time require / demand and you can look to us as the principal debtor.

2. You will have the full liberty without reference to us and without affecting this guarantee,
postpone for any time or from time to time the exercise of any of the powers and rights
conferred on you under the said contract with the said contractor and to enforce or to
forbear from enforcing any powers or rights or by reason of time being to the said
contractor which under law relating to the sureties would but for the provision have the
effect of releasing us. Any such time / indulgence / forbearance and/or any act or omission
or commission on your part will not vitiate our guarantee.

3. Your right to recover the said sum of


Rs……………………….(Rupees……………………………..only) from us the manner
aforesaid will not be affected or suspended by reason of the fact that any dispute(s) are
pending before any officer, tribunal or court or arbitrator(s)/umpire.

4. The guarantee herein contained shall not be determined or affected by the liquidation or
winding up, dissolution or change of constitution or insolvency of the said contractor but
shall in all respects and for all purpose be binding and operative until full payment is
received by you as if this is a continuing guarantee to secure your ultimate dues in the
premises.

5. We have power to issue this guarantee in your favour under memorandum and articles of
association and the undersigned has full power to do under the power of attorney dated
…………granted to him by the Bank.

6. We will have no right of subrogation against the contractor unless all your dues as
aforesaid are paid in full. We do hereby waive our rights of surety ship, which are
inconsistent with all or any provisions hereof.

7. You will be at liberty to alter the terms and conditions of the said contract and/or to take
any other security / guarantee / promissory notes from the contractor of others which will
not affect / vitiate / discharge our guarantee.

8. The guarantee will bind our successors and assigns and will remain operative irrespective
of any change in this constitution of our bank and/or the contractor.

9. Our liability under this guarantee is restricted to Rs…………………………………..and


this guarantee shall remain in force till……………….and unless a claim to enforce the

Tender No------- NREDCAP Hyderabad 149


guarantee is filed with us within six months from the date of expiry hereof all your rights
under the said guarantee shall be forfeited and we shall be relieved and discharged from all
liabilities there under.

10. For the purpose of enforcing legal right/remedies in respect of this guarantee, we agree
with you that only Hyderabad courts in the State of Andhra Pradesh shall have exclusive
jurisdiction.

Yours faithfully,

………………..Bank
By its constituted attorney
Signature of a person duly authorized
to sign on behalf of the Bank

Tender No------- NREDCAP Hyderabad 150

S-ar putea să vă placă și