andhra pradesh power generation corporation ltdapgenco.gov.in/files/1144.pdf · andhra pradesh...

149
ANDHRA PRADESH POWER GENERATION CORPORATION LTD ( A GOVERNMENT OF ANDHRA PRADESH UNDERTAKEING) VIDYUT SOUDHA, KHAIRATABAD, HYDERABAD-500082. REPOWERING OF EXISTING WIND FARM AT RAMAGIRI(7-10MW) SPECIFICATION No e- 22/HPC&HP/APGENCO/2016 (TWO PART BID) BID DOCUMENT FOR THE WORK OF DISMANTLING OF EXISTING 10 NUMBERS OF 200 KW MACHINES & Engineering, Procurement and Construction (EPC)contract for 7 to 10MW capacity wind power project at Ramagiri, Anantapuramu District, Andhra Pradesh with its comprehensive operation & maintenance for 10 years. CHIEF ENGINEER (HPC&HP), APGENCO, VIDYUTSOUDHA, HYDERABAD-82 Phone No: 040- 23499322/304 Fax No: 040- 23499323

Upload: others

Post on 28-May-2020

27 views

Category:

Documents


0 download

TRANSCRIPT

ANDHRA PRADESH POWER GENERATION CORPORATION LTD

( A GOVERNMENT OF ANDHRA PRADESH UNDERTAKEING) VIDYUT SOUDHA, KHAIRATABAD, HYDERABAD-500082.

REPOWERING OF EXISTING WIND FARM AT RAMAGIRI(7-10MW)

SPECIFICATION No e- 22/HPC&HP/APGENCO/2016

(TWO PART BID)

BID DOCUMENT

FOR THE WORK OF DISMANTLING OF EXISTING 10 NUMBERS OF 200 KW MACHINES

& Engineering, Procurement and Construction (EPC)contract for 7 to 10MW capacity wind power project at Ramagiri, Anantapuramu District, Andhra Pradesh with its comprehensive operation & maintenance for 10 years.

CHIEF ENGINEER (HPC&HP), APGENCO, VIDYUTSOUDHA, HYDERABAD-82

Phone No: 040- 23499322/304 Fax No: 040- 23499323

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 1

ANDHRA PRADESH POWER GENERATION CORPORATION LTD

SPECIFICATION No e-22/HPC&HP/APGENCO/2016

(TWO PART BID)

BID DOCUMENT

DESCRIPTION OF THE WORK DISMANTLING OF EXISTING 10 NUMBERS OF 200 KW MACHINES

& ENGINEERING, PROCUREMENT AND CONSTRUCTION (EPC) CONTRACT FOR 7-10MWCAPACITY WIND POWER PROJECT AT RAMAGIRI, ANANTAPURAMU DISTRICT, ANDHRAPRADESH, WITH ITS COMPREHENSIVE OPERATION &MAINTENANCE FOR10 YEARS.

SECTION DESCRIPTION PAGE NO Notice Inviting Tenders 2 I Scope of Supply and Work 11 II Eligibility criteria & contractors credentials 47 III Commercial Terms and Conditions 51 IV Special Condition of Contract 68 V Tender Evaluation Criteria 88 VI Safety Norms & EMS Requirements 93 VII List of Attachments 95 VIII Schedule of Price Offer 113

IX Regulations For Tenders And Contracts And

Conditions Of Tender 123 X Draft Contract Agreement for O&M 139

Bank Guarantee Proforma for Earnest Money Deposit

147

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 2

ANDHRA PRADESH POWER GENERATION CORPORATION LIMITED VIDYUT SOUDHA :: HYDERABAD – 500 082

Office of the Chief Engineer (HPC&HP),

Vidyut Soudha/ Hyderabad

NOTICE INVITING TENDER

NO. e-22/HPC&HP/APGENCO/2016

(TWO PART BID)

1. Department Name Andhra Pradesh Power Generation Corporation Limited

2. Circle/Division Name Chief Engineer [HPC&HP]/APGENCO Vidyut Soudha, Hyderabad.

3. Tender Notice No. e- 22/HPC&HP/APGENCO/2016

4. Name of Work

Dismantling Of Existing 10 Numbers Of 200 Kw Machines &

Engineering, Procurement and Construction (EPC) contract for 7-10 MW capacity wind power project along with its comprehensive operation &maintenance for10 years.

5 Capacity and Location of the work

7- 10MW Capacity Wind Project at Ramagiri (V), Anantapuramu District, Andhra Pradesh;

6. Estimated Contract Value Rs. 50 Crores

7. Period of Contract Eight 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 Payble to

M/s APTS.’ Payable at Hyderabad (As per G.O. Ms No 10&11, Dtd 23.07.2010 IT&C Dept)

0.03% on the Estimated value with a cap of Rs.10,000/- for estimated value up to Rs.50 Crores and Rs.25,000/- if the Estimated value is above Rs.50 Crores. Service tax and bank charges are also applicable as levied by Govt. from time to time on the transaction fee and shall be paid through online.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 3

12. Bid Security (EMD) Rs. 1,01,00,000/- (Rupees one crore one lakh only). The EMD can be paid in any of the following modes: a) In the form of crossed Demand Draft, or b) An amount of Rs. One Lakh in the form of DD and Rs. 1,00,00,000/- in the form of a Bank Guarantee. c) The PEMD holders can deduct Rs.2.5 Lakhs from the total EMD amount payable and can submit the BG for balance amount.

13. Form of Bid Security a) DD shall be drawn in favour of ‘Pay Officer, APGENCO’ payable at Hyderabad. b) The Bank Guarantee shall be obtained from any nationalized bank in the prescribed format in favour of The Chief Engineer (HPC&HP), APGENCO (refer to the Annexures). The B.G. shall have the validity up to 270 Days with claim period of 90 days thereafter.

14. Processing Fee Not Applicable

15. Schedule Available Date & Time 22.02.2016, 11.00 Hrs. onwards

16. Schedule Closing Date &Time 22.03.2016, 15.00 Hrs.

17. Pre-Bid meeting Date & Time

09.03.2016, 14:00 Hrs (prospective bidders are advised to mail their querries, in advance to [email protected] and they may also send the name of the person attending to the pre bid in advance. The venue of the meeting will be notified separately.

18. Bid Submission closing Date & time 22.03.2016, 17.00 Hrs.

19. Bid Submission Online

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

21. Pre Qualification/ Tech. Bid Opening Date 24.03.2016 at 15.00 Hrs.

22. Price Bid Opening Date & Time 11.04.2016 at 15.00 Hrs.

23. Eligibility Criteria 1. Average Annual financial turnover during the 3 years in the previous 5 years, ending 31st March, 2015, should be at least 60Cr. The

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 4

bidder has to provide the audited balance sheet, etc to exhibit the turnover.

2. The bidder should have minimum Net Worth of

Rs. 30Cr. The bidder shall have the prescribed Net Worth for the year 2014-15. 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 capacity of at least 10MW at single or multiple location.

5. The bidder should have executed a wind power plant with a capacity of at least 5MW 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 two years 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 AGENCO 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 Chief Engineer (HPC&HP), APGENCO, 3rd Floor, A- Block, Vidyut Soudha, Hyderabad-500082, Andhra Pradesh.

25. Officer Inviting Bids Chief Engineer (HPC &HP), APGENCO. 26. Address 3rd Floor, A- Block, Vidyut Soudha, Hyderabad-

500082, Andhra Pradesh. 27. Contact Details Phone : (040) 23499-321/304, Fax : (040)

23499323 28. Procedure for bid submission a) The tender should be in the prescribed forms

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 5

which can be obtained from ‘e’ procurement platform from the date of electronic publication up to the time and date indicated in the tender notice. The intending bidders shall enroll themselves on the ‘e’ procurement market-place www. eprocurement.gov.in. Those contractors who register themselves in the ‘e’ procurement market place can download the tender schedules free of cost. 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 following the G.O.Ms.No.6, I.T&C Department, dated. 28-2-2005.

b) Intending bidders can contact the tender inviting officer or his office for any clarification/ information on any working day during working hours.

c) The bidders who are desirous of participating in e- procurement shall submit their pre-qualification/technical bids, price bids etc., in the standard formats prescribed in the tender documents, displayed at “e” market place. The bidders should invariably upload the statement showing the list of documents etc., in the “e” market place in support of their Technical bids. The bidder should upload scanned copies of all relevant certificates including EMD/PEMD.

d) If any tenderer fails to submit original DD/BG for EMD, hard copies of uploaded documents on or before the stipulated time prior to issue of LOI/Purchase order, the tenderer will be suspended/disqualified from participating in the tenders on e- procurement platform for a period of 12(Twelve) months from the date of bid submission. The suspension of tenderer shall be automatically enforced by the e- procurement system

e) Technical bid evaluation of the tenderers would be done on the certificates/ documents uploaded towards qualification criteria

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 6

furnished by them.

29. Statutory Requirements The tenderer shall fulfill the following statutory requirements. Income tax Clearance Certificate: Furnishing of income tax certificate is dispensed with; however the bidder shall furnish their copy of Permanent Account Number (PAN) card and copy of latest income tax returns along with the other documents as and when called for.

30. Other Payments to be made Apart from the Bid Security (EMD) and transaction fee, the tenderer shall be liable to pay the following amounts. a)Corpus Fund: Successful bidder has to pay Corpus fund @ 0.04% with a cap of Rs.10,000/- for quoted value upto Rs.50 Crores and Rs.25,000/- if the quoted value is above Rs.50 Crores, through demand draft in favour of the Managing Director, APTS, Hyderabad. The same has to be submitted to APGENCO at the time of concluding agreement/ prior to receipt of purchase order.

31. Documents to be submitted (Hard copies) to the Tender inviting authority

The bidder should furnish all the hard copies of the information uploaded by him as and when requested by the tender inviting authority within the stipulated date as communicated by him.

32. Other relevant information 1) APGENCO reserves the right to reject any or all the tenders without assigning any reasons thereof.

2) APGENCO reserves the right to amend or modify the tender and its conditions before last date/time for submission of bids.

3) Any other condition regarding receipt of tenders in conventional method appearing in the tender documents may please be treated as not applicable.

The contractors are requested to submit the original DDs along with other hard copies required as soon as requested by the tender inviting authority.

33. Submission of Transaction fee In Compliance to the GO.Ms.13 IT & C Dept dated 07-05-2006, the Online Payment facility for payment of Transaction fee for tenders processed in e-Procurement platform is made available to the participating bidders. The platform www.eprocurement.gov.in has already enabled the online payment services from 13.07.2006. GO.Ms.11 dt. 05.05.2007 is also issued to enable direct debit facility to the users.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 7

The Online payment facility will help the participating bidders to a great extent as it eliminates submission of hard copies for the Transaction fees to the Tender Inviting Authority, which has been a pain point to the bidders as delay or lapse in submission of the hard copies would entail disqualification / Suspension of bidder and automatic deactivation of the defaulting bidders user account on the recommendation of the Tender Inviting Authority on these grounds. The Govt. is also planning to bring online payment facility of EMD amounts in the near future though Internet banking.

The Govt. has decided to make mandatory online payment of Transaction fee with effect from 02-02-2007. All the suppliers and contractors are requested to immediately avail online payment of transaction fee through the payment gateway facility so as not to face any inconvenience with effect from 15 January 2007. The bidders could make online transaction using any MASTER/VISA credit card issued by any bank or through Net banking accounts with ICICI, HDFC and AXIS Banks.

34 Superscription on Tender Cover ( Hard Copy)

The bidders shall mention the following superscriptions on the tender cover: i) Specification No ii) Name of the Work iii) Due Date and Time of Opening iv) EMD PARTICULARS/ P E.M.D Certificate No. v) Validity of the Tender

CHIEF ENGINEER (HPC&HP) VIDYUTSOUDHA, HYDERABAD–82

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 8

IMPORTANT INSTRUCTIONS a) The bids shall be submitted online. Training kit is available on the NIT page

(https://tender.eprocurement.gov.in/asp/tmsv2/ViewNitDetailsHome. asp). 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 to be intimated later.

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 e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 9

CHECK LIST FOR THE CONTRACTORS

1. EMD

DD No. . . . . . . . . . . . . . . . . . . . . . .

Dated. . . . . . . . . . . . . . . . . . . . . . .

For Rs. . . . . . . . . . . . . . . . . . . . . . .

Drawn on . . . . . . . . .. . . . . . . . . . . . BG No . . . . . . . . . . . . . . . . . . . . . .

Dated. . . . . . . . . . . . . . . . . . . . . . .

For Rs. . . . . . . . . . . . . . . . . . . . . . .

Drawn on . . . . . . . . .. . . . . . . . . . . .

2.

Value of the Offers shall be quoted in Part II – Price Offer Only

3.

APVAT No. & Area Code

4.

ITCC enclosed?

Valid upto

Yes No …………

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 Profit & Loss Account for three years enclosed?

Yes No

10.

Tender schedule signed?

Yes No

APGENCO Terms Agreed

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 10

11.

12.

13.

14.

15

16.

17.

Validity of the offer (180 days)

Payment Terms

Guarantee Clause

Completion Time

Technical specifications Security Deposit

Liquidated Damages

Yes No

Yes No

Yes No

Yes No

Yes No

Yes No

Yes No

Note: Deviation, if any, may be furnished in a separate sheet in the following format: Section No. Clause No. Detail

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 11

SECTION – I

SCOPE OF SUPPLY AND WORK

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 12

SECTION – I

Scope of Supply and Work

CONTENT

CLAUSE NO.

DESCRIPTION

I TITLE

II PREAMBLE

III LANGUAGE

IV CONTRACTOR’S SCOPE OF SUPPLY AND THE TECHNICALREQUIREMENTS OF THE ITEMS TO BE SUPPLIED THEIR IN

V DETAILED SPECIFICATION/ DESCRIPTION 1.0 LAND REQUIREMENT

2.0 TECHNICAL SPECIFICATION FOR WTG AND ASSOCIATED 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

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 13

2.17 MACHINE PERFORMANCE GUARANTEE

2.18 PENALTY FOR SHORT FALL IN GUARANTEED MACHINE 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

2.27 PROTECTION AGAINST HIGH TEMPERATURE AND DUST 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

7.0 DOCUMENTS TO BE SUBMITTED BY THE SUCCESSFUL TENDER

8.0 DOCUMETATION REQUIRED TO BE HANDED OVER AFTER COMMISIONING:

9.0 SCOPE OF WORK DURING GUARANTEE/ WARRANTY PERIOD AND DURING OPERATION AND MAINTANANCE:

10.0 MANPOWER & UTILITIES.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 14

SECTION - I

SCOPE OF SUPPLY AND WORK

I. TITLE: The work is for DISMANTLING OF EXISTING 10 NUMBERS OF 200 KW MACHINES &

ENGINEERING, PROCUREMENT AND CONSTRUCTION (EPC) CONTRACT FOR 7MW to 10MW CAPACITY WIND POWER PROJECT AT RAMAGIRI, ANDHRAPRADESH WITH ITS COMPREHENSIVE OPERATION&MAINTENANCE FOR10 YEARS.

II. PREAMBLE

Andhra Pradesh Power Generation Corporation Limited is one of the pivotal organizations of Andhra Pradesh, engaged in the business of Power generation. APGENCO undertakes execution of the power projects scheduled under capacity addition programme along with operation & maintenance of the new projects and renovation & modernization works of the old power stations. APGENCO came into existence and commenced operations from 01.02.1999. This was a sequel to Governments reforms in Power Sector to unbundle the activities relating to Generation, Transmission and Distribution of Power. All the Generating Stations owned by erstwhile APSEB were transferred to the control of APGENCO. After reorganisation of state of the Andhra Pradesh according to Andhra Pradesh Reorganisation Act, 2014, the assets, liabilities, employees etc. of APGENCO are apportioned between the two successor states. The installed capacity of APGENCO as on 02.06.2014 after Andhra Pradesh State Reorganisaton is 4559.6MW comprising 2810MW Thermal, 1747.6 MW Hydro and 2 MW Wind power stations contributes about half the total Energy Requirement of Andhra Pradesh.

APGENCO intends to repower the existing wind farm and get the job executed starting from Micrositing in the given site at Ramagiri in Andhra Pradesh. Micrositing, design, manufacture, supply, erection, testing and commissioning and handover after synchronisation with the grid and Operation and maintenance of Wind power plant fora period of initially for 10 years period including 12 months of warranty period excluding two months of stabilisation period from the date of commissioning. This O&M Contract shall be renewable for further term of 10 (ten) years on the same terms and conditions but at mutually agreed rates during 10th year of operation based on the conditions prevailing at that time. However the revised rates should be in line with the rates in vogue at that time and is to be finalized in the first half of the 10th year. Further, the escalation is capped and shall not be more than 7% per annum.. The scope of supply, technical specifications, completion schedule, eligibility criteria, tenders credentials, Commercial Terms and conditions, Special Conditions of Contract, Regulation for tenders etc. shall be as stipulated in relevant SECTIONS/ANNEXURES/CLAUSES/SUB-CLAUSES of the Tender document.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 15

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. Dismantling and transportation of 10 numbers of 200 kW wind turbine at Ramagiri wind farm site

1.2. Land: APGENCO has its own land at Ramagiri, AP and already developed 2MW wind farm. The same land has to be used for micrositing. M/s.NIWE has carried out repowering study and intimated that the existing 2MW can be repowered with new wind farm of 10 MW capacity.

1.3. Wind Power Plant (WPP):Detailed Design, Micro-siting, Engineering, Inspection, Testing, Erection & Supply of Materials/Equipment, Transportation to Site, Erection/Installation, Construction, Pre-Commissioning, Performance Testing and Commissioning of new Wind Power plant with all interfacing equipment along with an evacuation line for feeding to grid at a suitable substation.

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

- Airports Authority of India - Electrical Inspectorate - 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 by the time the wind power plant starts electricity generation after stabilization period so that performance of the WTGs could be judged from day one.

1.5 Training of APGENCO Officials: APGENCO 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

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 16

during erection, installation and commissioning as well as during O&M period. The training period envisaged by APGENCO is as follows: Contractor shall impart training on site to 6 (six) APGENCO engineers in O&M

of Wind Energy Generators and associated equipment for two weeks. Contractor shall impart training at manufacturer’s works to 6 (six) APGENCO

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 APGENCO.

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 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

V. DETAILED SPECIFICATION/ DESCRIPTION: 1.0 LAND REQUIREMENT

The bidder should use APGENCO land for micro siting and Prediction of Annual Energy Production.

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 2.0 km for complex terrain only will be accepted for Micro siting.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 17

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 7MW to 10 MW capacity 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 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 APGENCO 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 triplicate shall be supplied before the dispatch of the equipment.

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. Digitizedcontourmapatcontourintervalsof2meterfortheproposed w i n d f a r m

siteand5mfor t h e s u r r o un d i ng w i nd f a r m a r e a including roughness considered in the form of “.map” file as input 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.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 18

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 - 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 7MW to10 MW. 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.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 19

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 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.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 20

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. 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 using hot dipped galvanizing process. Minimum thickness of galvanization shall be 110 micron.

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. Information about the safety factor and lifetime of all gear wheels, bearing shall be given in the Tender. The transfer of vibrations from the gearbox to the nacelle shall be minimized. The Contractor shall mention as to how it is achieved.

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/

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 21

moisture into the moving parts. In any case these brakes shall have the facility of auto/ remote controlled resetting 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 type or combination fabricated from structural grade steel sections or plates and shall be galvanized or painted. 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 should also be supplied. If the turbine has lift facility will be more acceptable

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. In case of lattice type or RCC tower, a separate electrical room with adequate protection against weather and unauthorized entry shall be provided.

2.3.10 The details of WTGs shall be furnished in the format provided in Annexure 7 of Section

– VII – List of Attachments.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 22

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 with provision to make settings as per the IEGC rules and regulations.

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. 2.4.3 Generators

a. The generators may be three phase induction generators asynchronous/synchronous generators/doubly fed induction generators/PMG (Permanent Magnet Generator)

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 23

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. Degree of 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 thegrid shall be furnished.

2.4.4 Capacitor Banks: Since capacitor bank provision is dependent on the design of WTG, the Contractor shall clearly

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 24

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. 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 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.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 25

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 two 4-wire, 10 amps outlets to feed the lights and sockets in the nacelle and in the shelter of the WTGs. Socket outlets and light must be kept powered even when the WTGs is stopped and all remaining electrical installations isolated from the grid or as per the manufacturers standard design.

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 volts.

h. Voltage variations beyond (+/-) 13% or ambient temperature above 45 degree C must not harm/damage the systems and shall be provided 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. 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)

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 26

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 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.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 27

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. DC Power 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 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

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 28

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 atthe proposed locations and design structures accordingly. It should be noted that Contractor should furnish the foundation and tower stability report to APGENCO 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 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

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 29

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 APGENCO.

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, 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

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 30

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 follows:

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

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 31

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, etc as 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

a. Contractor shall furnish the technical particulars of step up transformers as per Annexure:8. Of Section – VII – List of attachments.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 32

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 or MFM of 0.2 class or as per the norms specified by the utility with provision of backup, which will prevent the meter from rotating backwards when power is drawn from the grid. The energy meter shall be of 5/1 amps rating with suitable CT. The HT energy meter shall also have TOD facilities so as to facilitate minimum three slot- peak period, 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 at Annexure 9 of Section VII – List of Attachments.

2.17 MACHINE PERFORMANCE GUARANTEE The Contractor shall offer guarantee as indicated in (Guaranteed Parameters for Machine Performance).

2.17.1 Failure to attain Power Curve Generation Guarantee (PCGG) This shall be as indicated in (Guaranteed Parameters for Machine Performance).

2.18 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.

2.19 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

2.20 PENALTY FOR EXCESS INTERNAL LOSSES

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

2.21 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.

2.22 INSPECTION AND TESTING

All items 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. Test certificates in triplicates shall be

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 33

supplied before the dispatch of equipment. Cost of TPIA charges should be borne by the Contractor. APGENCO reserves the right to inspect the equipment/components at the Contractor work and where necessary at the sub-contractors premises. APGENCO shall have an open access for conducting, quality inspection of the system as well as components as and when deemed necessary. The Contractor shall extend necessary co-operation to third party inspection agencies, and APGENCO inspection teams for effectively carrying out the inspection / testing. 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.

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

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

2.22.2 Site Tests

APGENCO 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 APGENCO 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.

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

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 34

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). 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.

2.23 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:

2.23.1 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

2.23.2 List of drawings for Grid Interface

It is the responsibility of the Contractor to prepare the drawings required for his Tender submission and will be the responsibility of the Contractor for preparing and submitting

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 35

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 APGENCO, if any, shall be indicated by the Contractor.

2.23.3 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 APGENCO. 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 layouts and diagrams b) General Arrangement of WTGs showing all parts and components. c) Drawings and diagrams of part, components, nacelle, tower, foundation, blade,

hydraulic system, transmission arrangement, braking system, safety devices, access etc.

d) Operation, control and safety logic in form of ladder diagram or similar representation and explanatory notes on control and safety philosophy.

e) Layout, piping, control logic, safety etc, for hydraulic system including description as required.

f) Schematic control and wiring diagram for electrical power and control system, lightening protection system etc.

g) General arrangement drawing of electrical panel showing layout of internals. h) Specification and requirement of spares and consumables indicating log and cat. nos,

make etc. i) Design drawings for all civil works including foundation, electrical room, cable trench,

cable duct etc. 2.24 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 APGENCO at Hyderabad.

2.25 SENSORS & CONTROLS 2.25.1 The sensors must be robust and reliable and calibrated by certified testing agencies and

the measured data must fulfill the requirements of accuracy. 2.25.2 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

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 36

d. Change the alarm limit.

2.25.3 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 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.

2.25.4 Exhibition of data

The display screen shall show the following pictures and data: 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

e. It must be possible to reset alarm in the screen picture (after the cause of failure is

rectified). f. Alarms, which are reset at the WTGs, shall automatically be reset on this screen picture. g. Active alarms with text, date and time may be in red color. After reset text, date and time

must change to white. a. The last 10 alarms must always be presented on screen.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 37

b. Manual stop also to be reported on the alarm list. c. It must be possible to switch different WTGs from the screen pictures "Wind WTGs",

"Mechanical", "Electrical" and "Operate WTGs" without returning to main menu in Power plant overview.

d. 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

l. Manual stop also to be reported on the alarm list.

m. 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

n. 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

o. 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"

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 38

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

2.25.5 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. The Tender shall include the required software and hardware for carrying out all the functions under CMCS/SCADA.

2.25.6 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.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 39

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 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

2 33 KV Class Power Transformers BHEL / BB / CGL / Schneider/ VOLTAMP/TELK / ABB

3 33 KV Disconnecting switches / Isolators ALLIANCE / ELPRO / HIVELM

4 33 KV Lightning Arrestors CGL / ELPRO /OBLUM

5 33 KV CTs CGL / / MEHRU

6 33 KV PTs CGL / MEHRU

7 33 KV Insulators BHEL / JAYASHREE / MODERN INSULATORS/ WSI

8 HT Switchgear Kiosk ABB /SIEMENS / Schneider

MEDIUM VOLTAGE SWITCHGEAR AND CONTROL GEAR

9 415 V Air Circuit Breaker SIEMENS / GE-POWER / L&T / ABB /SCHNEIDER

10 Moulded Case Circuit Breaker SIEMENS / GE-POWER / L&T / ABB /SCHNEIDER / CGL

11 MPCB SIEMENS / GE-POWER / ABB /SCHNEIDER

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 40

CABLES AND CABLING ACCESSORIES

12 33 KV XLPE Cable RPG / UNIVERSAL / CCI / NICCO / TORRENT /INDUSTRIAL

13 1.1 KV PVC/XLPE (Power)

RPG / UNIVERSAL / CCI / NICCO /TORRENT /INDUSTRIAL/POLYCAB / FINECAB/ RADIANT/ CRYSTAL/ KEI/ SPECIAL

14 1.1 KV PVC/XLPE. (Control)

RPG / UNIVERSAL / NICCO / DELTON/ TORRENT/ INDUSTRIAL/ POLYCAB/ CCI/ CORDS/ SPECIAL/ CAPCAB/ FINECAB/ RADIANT/ CRYSTAL/ LAPP/ Themopads

15 Energy Meter with RS 485 modbus L&T / Secure/Elster

16 INSULATORS WS INDUSTRIES / JAYSHREE / MODERN/ BHEL

17 AB Switch AMEI / VERSATIK / PACTIL / KIRAN / SIEMENS

18 DO Fuse PACTIL / KIRAN

19 Lightning Arrestor WS INDUSTRIES / JAYSHREE / ELPRO / OBLUM/ CGL

20 MCCB SIEMENS / L&T / CGL

21 Cables (LT) CCI/ UNIVERSAL/ RPG

22 ACSR SHARAVATHY/ BHARAT WIRE/ CONDUCTORS OMEGA/ GEM/ APAR

23 LIGHT FITTING PHILIPS/ CGL/ GE LIGHTING/ WIPRO

24 PVC WIRE FINOLEX/ VASAVI/ POLYCAB

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

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

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 41

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 Contractor may note that APGENCO will issue commissioning certificate only after completing the trouble free operation of WTGs continuously for 96 hrs (Ref: 2.22.3).

b. During commissioning test run, the Contractor shall guarantee continuous operation of WTGs without interruption, generating stated capacity of power for the prevalent wind conditions. The WTG shall also operate within the limits specified for power supply.

c. Commissioning shall be done strictly as per OEM’s instructions manual, international/ Indian Standards and IE Rules 1956. History cards shall be provided for each WTG.

5.0 DEFECTSLIABILITY/ GUARANTEE/ WARRANTY PERIOD TheContractorshallwarrantthattheequipmentwillbenew&inaccordancewith 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 APGENCO, any defective parts in the equipment supplied and erected by him under the contract arising solely from faulty design, materials and/or workmanship. All replaced defective parts shall be returned to the Contract or unless otherwise arranged by APGENCO. No repairs or replacement shall normally be carried out by APGENCO 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 plant so 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.

A Defect Liability Certificate will be issued to the Contractor on acceptance of all the WEG and allied system by the Owner, after expiry of Defect L iability Period as per contract.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 42

In case of any replacement/renewal of component/plant during the defect liability period, the Defect Liability Certificate can be issued by APGENCO if it finds that issuance of such defect liability certificate will not affect the performance of the equipment.

The acceptance of the equipment by the APGENCO shall in no way relieve the Contractor 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 APGENCO/ 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 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 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. The site is located about 3Kms away from 33/220KV Grid substation at Ramagiri and the project is to be connected to the grid at 33KV level. The bidder is requested to visit the site to ascertain the field conditions accurately before submission of bid.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 43

6.4 Data for Foundation

a. Contractor shall furnish the drawing along with design calculations for the foundation for the WTGs along with their offer duly approved and certified by reputed structural engineer.

b. The Contractor should also furnish the plan and construction details of the control rooms required for housing the power, local control panel & CMCS System duly approved and certified by reputed structural engineer.

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:10 of 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

b) Operation/ Maintenance/ Trouble-shooting manual including detailed drawing for local control system (LCS) as well as Central and Remote Monitoring & Control Station/ SCADA (CMCS)

c) The Specification of lightning and other voltage protection. d) The Specification of anti-corrosion treatment.

e) Necessary drawings like layout of machinery and equipment including electrical equipment. f) Detailed planning network diagram within a month from the date of signing of the contract.

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

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 44

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 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) Certificates of tests performed for various works.

d) Statutory clearances / permissions.

e) TPIA Test reports.

f) All other relevant documents.

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. 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 APGENCO on the energy generation & operating

conditions of the wind power plant.

i) Continuous monitoring the performance of the Wind Turbine Generators and regular

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 45

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 logging the voltage, current, power factor, power and energy output of the wind power plant, battery voltage, specific gravity, temperature, logging down individual WTG's output data once a day. The operator shall also note down 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).

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

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 46

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 APGENCO official& to all the concerned authorities as per prevailing law of the state.

j. Indemnify APGENCO 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 APGENCO 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 e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 47

SECTION – II

ELIGIBILITY CRITERIA & CONTRACTOR’S CREDENTIALS

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 48

CONTENT

SECTION – II

CLAUSE NO. DESCRIPTION

1.0 ELIGIBILITY CRITERIA REQUIRED FOR PARTICIPATING IN THE TENDERS

2.0 DETAILS TO BE FURNISHED

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 49

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

Financial Criteria.

(i) Average Annual financial turnover during the 3 years in the previous 5 years, ending 31st March, 2015, should be at least 60Cr. The bidder has to provide the audited balance sheet, etc to exhibit the turnover. (ii) The bidder should have minimum Net Worth of Rs. 30Cr. The bidder shall have the prescribed Net Worth for the year 2014-15. The bidder shall provide a certificate from the Chartered Accountant with relevant details of basis for arriving the net worth.

2

Technical

(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 10MW at single or multiple location. (iii) The bidder should have executed a wind power plant with a capacity of at least 5MW at single location. (iv) The offered WTG shall have the rating of 1500kW 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. 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 AGENCO directly, if required shall also be furnished.

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.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 50

2.0 The bidder shall furnish the details in the Annexures - 2 to 4 of Section –VII List of

Attachments 3.0 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.

4.0 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.

5.0 The contractor has to utilize the existing land duly dismantling the existing 10 Nos 200kW wind mills.

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:11 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:12 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 2014-15 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 e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 51

SECTION-III

CONTENT

CLAUSE NO. DESCRIPTION

1.0 INSTRUCTIONS REGARDING QUOTING OF RATES

2.0 RATES TO BE ALL INCLUSIVE AND REMAIN FIRM AND 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

10.0 COMPLETION REPORT/COMMISSIONING CERTIFICATE/ TAKING OVER CERTIFICATE

11.0 COMPLETION REPORT FOR O&M

12.0 TERMS OF PAYMENT FOR SUPPLY, ERECTION, TESTING & COMMISSIONING

13.0 PAYMENT TERMS FOR OPERATION & MAINTENANCE

14.0 LIQUIDATED DAMAGES

15.0 FAILURE IN MACHINE PERFORMANCE GURANTEES AND LIQUIDITY DAMAGES

16.0 PAYMENT PROCEDURE

17.0 DEDUCTION OF INCOME TAX & SALES TAX AT SOURCE

18.0 GUARANTEE

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 52

19.0 INDEMINITY BOND

20.0 INDEMINITY BOND FOR O&M

21.0 CONFIDENTIALITY

22.0 RIGHTS OF APGENCO

23.0 REJECTION OF OFFER

24.0 CORRESPONDENCE

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 53

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 APGENCO 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 APGENCO 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 APGENCO 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 APGENCO 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 modifies 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

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 54

which shall include cost of material with taxes, Octroi and other duties, loading and unloading, freight for materials and all other charges necessary for the completion of the work, to the entire satisfaction of APGENCO.

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 APGENCO, 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

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 55

bidder/supplier shall bear the impact of such increased levies and if there is downward variation/revision, the APGENCO 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 in the construction or use of any equipment shall be included in the bid price. The bidder/supplier shall protect the APGENCO against any and all claims arising on account of the use thereof. The APGENCO 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 Pay Officer, APGENCO, Vidyut Soudha, Hyderabad–82. 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.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 56

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 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 APGENCO, 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

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 57

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.

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, APGENCO 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.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 58

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 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.

It is not binding on APGENCO to accept the lowest or any other bid. APGENCO 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

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 59

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. 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 APGENCO 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

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 60

and conditions are liable for rejection.

6.0 PRE BID MEETING

6.1 A Pre Bid meeting will be held as specified in the NIT. 6.2 The above pre-bid meeting will be held to facilitate understanding the scope of work, technical

specification and other related terms and conditions. All the prospective contractors are required to participate in the above pre-bid. Prospective contractors are requested to confirm their participation in the pre-bid meeting in advance.

6.3 All the prospective contractors shall submit clause wise comments wherever desired on the whole document in both soft and hard copies, 4 days in advance in order to make the pre- bid meeting fruitful.

6.4 Any change in the tender conditions based on the pre-bid discussion will be uploaded in e-

procurement platform and APGENCO website after the pre bid meeting. All the prospective contractors are requested to see the above changes, if any, in these web sites and download the Corrigendum/ final tender specification, if any, before submitting their tenders. The bids submitted by the contractors shall be based on the corrigendum/ revised tender document (after the pre-bid meeting) only.

7.0 VALIDITY

The offer shall be valid for the period specified in the NIT.

8.0 CONTRACT PERFORMANCE SECURITY 8.1 FOR EPC CONTRACT :

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 Pay Officer, APGENCO 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.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 61

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.

8.2 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 Pay Officer, APGENCO 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, iii. and there is nothing outstanding either against the contract or any other

purchase orders/contracts placed by the corporation on the Contractor. 9.0 COMPLETION TIME: The contractor shall complete the entire work in all respects within

Eight 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 APGENCO 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.

10.0 COMPLETION REPORT/COMMISSIONING CERTIFICATE/TAKING OVER

CERTIFICATE: 10.1 Upon successful completion of erection, testing and commissioning in respect of all

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 62

equipments under the scope of the specification, and upon submission of as-built documents, drawings, designs, manuals, etc, the APGENCO 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 APGENCO 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 APGENCO. 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.

10.2 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 will 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 APGENCO. g) Materials appropriation statement for the materials issued, if any, by the APGENCO and

list of the surplus material returned to the APGENCO's store duly supported by necessary documents.

h) Operation and maintenance manual are provided as specified. i) Submission of documents specified in Clause 7.0 of Section-I (Documentation required

to be handed over after commissioning) 10.3 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 APGENCO for 10 years of Operation & Maintenance as per rate indicated in the Price Schedule.

10.4 Successful contractor shall submit the activity chart which shall be discussed and finalized

and shall form an integral part of the Contract.

11.0 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

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 63

b. The contractors should satisfy all conditions stipulated in special conditions of contract for O&M (Clause 7.0 of Section-IV)

12.0 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.

12.1 For dismantling of existing wind mills

a. 100% on dismantling of existing wind mills and transportation to the designated area within the site stores.

The percentages mentioned are the percentage of contract value of Section-VIII Summary Price Offer, Sl. No.1.

12.2. 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.

12.3 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 e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 64

12.4 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

12.5 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.

13.0 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.

14.0 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.

15.0 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

16.0 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.

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

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 65

responsible to APGENCO until all the obligations under the agreement have been fulfilled. 17.0. 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.

17.1 Contractors may pl. note that APGENCO will be issuing necessary ‘C’ form certificate for

availing the concessional CST. 18.0 GUARANTEE: The materials supplied and the works carried out against this contract

shall be guaranteed for ONEYEAR from the date of commissioning of the wind mills and taking over by APGENCO. 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 APGENCO 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. APGENCO 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 APGENCO as their property until such time as the works entrusted to him are completed and handed over back to the representatives of the APGENCO as per the terms of the Agreement.

d. The contractor further agree to hold the APGENCO 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 APGENCO to the extent of loss or damage caused to the materials or any loss or any claims to the APGENCO 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 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 APGENCO as their property until such time

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 66

the O&M period is completed and handed over back to APGENCO as per the terms of the Agreement.

c. The contractor further agree to hold the APGENCO 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 APGENCO to the extent of loss or damage caused to the materials or any loss or any claims to the APGENCO 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 APGENCO a. Contractors are informed that APGENCO is neither under any obligation to select any

contractors nor to assign any reason for either qualifying or disqualifying any contractors, APGENCO 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 APGENCO either on its own initiative or in response to clarifications requested by any prospective contractors may modify the document by issuing an amendment.

c. APGENCO 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 APGENCO.

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 e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 67

24.0 CORRESPONDENCE

All further correspondence in connection with this offer shall be addressed to: The Chief Engineer HPC & Hydel Projects Vidyut Soudha, Khairatabad, Hyderabad-82 Ph No. 040-39839321/322 Fax. 040-39839323 Email: [email protected]

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 68

SECTION – IV

SPECIAL CONDITIONS OF CONTRACT

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 69

SECTION – IV

CONTENT

Clause No. Description

1.0 GENERAL

2.0 SPECIAL CONDITIONS FOR SUPPLY OF ITEMS

3.0 SPECIAL CONDITIONS FOR ERECTION TESTING AND COMMISSIONING

4.0 OTHER CONDITIONS

5.0 EQUIPMENT TESTING

6.0 GUARANTEED PARAMETERS FOR MACHINE PERFORMANCE

7.0 SPECIAL CONDITIONS FOR OPERATION & MAINTENANCE OF WIND POWER PLANT

8.0 FORCE MAJEURE

9.0 CANCELLATION OF ORDER

10.0 JURISDICTION

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 70

SECTION – IV

SPECIAL CONDITIONS OF CONTRACT

1.0 GENERAL a. Special Conditions of Contract supplement the General Conditions of Contract for

Works Contract of APGENCO, 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.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 71

e. The contractor shall perform the contract work in accordance with all applicable codes, 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 e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 72

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 APGENCO, 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 APGENCO, then it will be properly used and maintained. Subsequent to completion of its use, it will be returned to APGENCO in good condition. In case of damage or misuse of such stores, APGENCO will recover the cost from the Contractor from the payments due to the Contractor.

3.2 Tests/Inspection

APGENCO/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

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 73

and all works and providing any and all facilities those are required in accomplishing an operating system, complying fully with all requirements as are envisaged of it, complete in all respect and satisfying all performance and guarantee requirements stated or implied from the contents of the tender document.

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 APGENCO has engaged the services of NIWE to vet the demonstrated power curve results of the selected WTGs at site conditions in accordance with the method described below:

6.3 THE PROCEDURE FOR POWER CURVE DEMONSTRATION SHALL BE AS

FOLLOWS: Contractor shall provide a Power Curve Guarantee ('PCG') at 95% of the Certified Power

Curve ('CPC') as following methodology

a. APGENCO 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 a period of 12 months for this purpose.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 74

c. The power curve demonstration shall be done as follows: 1. i. The test shall be conducted between April to October 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 1400 hrs of data sets as above) either in the same wind season or in the next windy season between April and October . 2. Calibrated sensors shall be used for measurements. 3. Selection of machine shall be done mutually by the parties. 4. One Number of representative machine shall 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 -5 % for wind measurement and 5-7 % for

power curve will be applied in the calculations.

e. 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 Project is lower than 95 % of generation as per certified power curve, the contractor shall compensate M/s APGENCO 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 APGENCO @ 1% (one 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 APGENCO 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:

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 75

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 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 individual machine availability of 95 % per month. In case the machine availability falls below 95 %,then the contractor shall compensate APGENCO (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 APGENCO for the additional internal losses at the prevailing EB tariff.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 76

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 APGENCO 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 APGENCO 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 APGENCO 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 e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 77

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 APGENCO 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 APGENCO 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 APGENCO 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 APGENCO on yearly basis during O&M period and premium paid for it by the APGENCO.

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

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 78

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 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 APGENCO.

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. APGENCO 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

APGENCO 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. APGENCO reserves 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 APGENCO the 'surrounding value' shall be intimated by APGENCO 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

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 79

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. 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 APGENCO 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. APGENCO 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 APGENCO 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 APGENCO) or to any person (including any employee of APGENCO) 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 APGENCO might have become liable and which is chargeable to the contractors, APGENCO shall have the right to retain out of any payment then due or thereafter to become due, an amount sufficient to completely indemnify APGENCO against such lien or claim.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 80

6.16 COMPLIANCE OF THE PROVISION / ACT 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 APGENCO without prejudice or any of the other rights of APGENCO under this contract.

6.17 ASSET TRANSFER

Should at any time during the tenure of O & M contract the APGENCO 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 APGENCO 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, APGENCO 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 APGENCO 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 and such office shall be open at all reasonable hours to receive instructions, notices or other communications.

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 APGENCO in each case and subject to such conditions as APGENCO may think fit to impose.

b. In the eventuality sub-letting of work is permitted by APGENCO, 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,

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 81

APGENCO 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.

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 APGENCO:

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 APGENCO, 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, APGENCO 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 APGENCO the work or any part thereof is in a condition suitable for use and in the best interest of APGENCO requires use, APGENCO 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 APGENCO, 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 APGENCO of the conditions thereof. However, if in the opinion of APGENCO the use of the work or the part thereof delays the completion of the remainder of the work, APGENCO may grant such extensions of time, as it may consider reasonable.

d. The decision of APGENCO in the matter shall be final. The Contractor shall not be entitled to claim any compensation on account of such use by APGENCO.

6.23 MONITORING OF THE PROJECT EXECUTION.

The Engineer-in-charge will review the progress of the project from time to time.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 82

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.

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. APGENCO interface activities, if any, shall be clearly identified with their latest required dates.

d. APGENCO 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: Engineer-in-charge, 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: APGENCO Head Office during Engineering Stage and Project Site Office during Construction

6.24.3.2 Monthly Review meeting:

Level of Participation: Senior Officers of APGENCO 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: APGENCO Head Office during Engineering Stage and project Site Office

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 83

during Construction. Contractor shall make a Minutes of Meeting after every meeting with in TWO working days and submit to APGENCO.

6.24.4 Monthly progress Report

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 APGENCO.

6.25 DEFECTS

If at any time before the work is taken over, the APGENCO 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, APGENCO 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 APGENCO 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 APGENCO 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 APGENCO 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 from the date of commissioning and taken over by APGENCO including warranty period of 12 months.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 84

7.2 EXTENSION OF TERM

This term may be extended for such additional period on terms and conditions that are mutually agreeable to the APGENCO 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 GUARANTEE

a. For any shortfall in power curve guarantee 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, 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 APGENCO by the contractor.

7.8 Payment for O & M.

The payment period will be half yearly. APGENCO will be billed by the contractor

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 85

promptly following the end of each half year.

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 APGENCO 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. APGENCO 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. APGENCO 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. APGENCO 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 APGENCO and no claim whatsoever of any kind will be entertained for non-operation of items.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 86

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 APGENCO.

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 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 APGENCO specified such as MS angles, Zinc sheets etc., shall be procured through authorized dealers only.

m. APGENCO 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 APGENCO 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 APGENCO 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 APGENCO 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.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 87

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.

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 situated in Hyderabad/ Secunderabad.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 88

SECTION – V

TENDER EVALUATION CRITERIA

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 89

The Total Estimated energy generation stated in Sl.No.9 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.

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 for Dismantling of existing wind mills as quoted in

Sl.No.1 of Summary of Price Offer.

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

3. Total Cost (Rs.) of Erection, Commissioning and Stabilization as per performance guarantee parameters as quoted in S.No.3 of Summary of Price Offer.

4. Total Charges for Statutory approvals, etc., as quoted in Sl.No.4 of Summary of Price Offer.

5. Training Charges as quoted in Sl.No.5 of Summary of Price Offer.

6. Present value (@ 10%) of Operating & Maintenance charges of power generation for 10 (Ten) years, with price escalation as per Annexure-G to Price Offer.

7. Over all Total Cost (1+2+3+4+5+6)

8.

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)

9. Cost per kWh (Over all Total Cost/ Total Estimated Generation in kWh for 10 (Ten) years) (8/9)

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 90

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 10.2/11.0 /Windsim/Meteodyn will be used for generating the spatial wind environment of the Region of Interest (Wind Atlas Analysis and Application Program (WAsP) is a PC- program developed by the Wind Energy and Atmospheric Physics Department, RISO National Laboratory, Denmark for the vertical and horizontal extrapolation of wind data. It is a powerful tool for wind data analysis, wind atlas generation, wind climate estimation and estimation of wind power potential of a site.) 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 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

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 91

5 Wind data discrepancy if any As per the site data

6 Wake losses 3-5%or actual

Total 70 to 80%

. 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 data)

%

3 Extrapolation (vertical) %

4 Extrapolation (horizontal) %

5 Input file accuracy (Orography + Roughness)

%

6 Power curve %

7 Model uncertainty %

RSS Value (Approximately) 8-20 %

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.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 92

Table 3. Annual Estimated Energy

Site description

X- location

[m]

Y- location

[m] Elev [m].

WAsP Net

GWh

Wake Loss [%]

P50 GWh

P95 GWh

P90 GWh

P75 GWh

Turbine site 001

Turbine site 002

Turbine site 003

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 e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 93

SECTION – VI

SAFETY NORMS & EMS REQUIREMENTS

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 94

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 APGENCO premises, and should conform to the rules and regulations of the APGENCO.

1.2. The Contractor should abide by all APGENCO 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 APGENCO premises and any loss or damage to APGENCO 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 APGENCO.

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 APGENCO.

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 APGENCO 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 APGENCO by evaluating through skill matrix by concerned official.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 95

SECTION – VII

LIST OF ATTACHMENTS

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 96

SECTION - VII

LIST OF ATTACHMENTS

S.NO. ANNEXURES PARTICULAR OF THE ATTACHMENT

1 Annexure: 1 Summary of Work Experience.

2 Annexure: 2 Details of experience in Wind-Power for each Wind Power Plant.

3 Annexure: 3 Details of Quoted model(s) of WTG.

4 Annexure: 4 List of Windmills installed.

5 Annexure: 5 Pro forma for Exceptions & Deviations.

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

7 Annexure: 7 Technical Particulars of WTGs to be furnished by contractors (s).

8 Annexure: 8 Technical Particulars of Transformer to be furnished by contractors (s).

9 Annexure: 9 Technical Particulars of CB to be furnished by contractors (s).

10 Annexure: 10 Source of components to be furnished by contractors (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.

14 Annexure: 14 List of components (if any) with life less than 20 years.

15 Annexure: 15 Any other(than above) drawings/details as stated in clause 6.0 of section-I.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 97

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

Sl.No

Description of the Work & contract

No.

Contract Awarded

by

Contract

Value

Date of contract awarded

Date of

completion

as per agreement

Date of commencement of work

Actual completion Date

Final value of Contract

II. SUMMARY OF WORKS ON HAND

Sl.No.

Description of Work &

contract no. Contract

Value Date of

contract awarded

Approximate value of Balance work yet

to be 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 e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 98

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

1 Name of works, Buyer's address and contact person with Telephone Number

2 Detailed scope of Work

3 Type of Plant & Machines used (only for major components)

4 Capacity of the Plant, No. of WTGs with capacity and height of Tower

5 Whether O & M is being looked after, period of O&M 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

10 Copy of work order, completion certificate and satisfactory performance certificate from the clients for the above mentioned work are enclosed

11 Actual generation achieved per machine per year (month-wise)

12 Generation offered per year against col.11 at the time of taking order.

13 Additional information, if any,

Seal of the 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 e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 99

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.

Commissioning Type of

M/c.

No. Of

M/c Total

capacity Place Buyer's Name

Total Generation in kWh for the

last year

NIWE/ MNRE

approval ref. Month 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 e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 100

Annexure: 4

LIST OF WINDMILLS INSTALLED BY THE CONTRACTORS

Commissioning Type of M/c.

No. of M/c

Total capacity Place Buyer's

Name

O&M Contract Period

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 APGENCO.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 101

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

Sl. No Description of section of Tender/ Page No. Clause No.

Exceptions & Deviations with

justification

Seal of the Company Signature of contractors

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 102

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:

1 10 minutes average time series data of the hub height or 2/3 of the proposed WTG’s 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).

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

Seal of the Company Signature of contractors

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 103

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

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 104

25. Rotor orientation (upwind /downwind)

Annexure: 7 contd.

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

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 105

Annexure: 7 contd.

Sl. No Description Particulars

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)

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 106

4. No. of yaw motors

5. Type of yaw brake

6. No. of yaw brake

Annexure: 7 contd.

Sl. No Description Particulars

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

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 107

Main Shaft 1 Make & Type

2. Material

Main Bearing 1. Make

2. Type & specification

Annexure: 7 contd.

Sl. No Description Particulars

Coupling 1. Make

2. Type & specification

Nacelle 1. Material

2. Type of nacelle bed

3. Facility of loading & unloading

7 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:

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 108

- No load

- 20.5 MW load

- 50% load

- 70.5 MW load

- 100% load

Annexure: 7 contd.

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

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 109

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 e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 110

Annexure: 8 TECHNICAL DATA SHEET OF TRANSFORMER

Sl. No Description Technical Particulars

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 :

9 a). Impulse withstand Voltage b). Power frequency withstand voltage for one minute (dry)

:

10 Winding conductor material :

11

Losses (at 75 Deg. C and principal Tapping) a). Iron losses in kW at rated voltage and 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 :

13 Details of Instruments and protection provided with the transformer (Make & Type)

:

Seal of the Company Signature of contractors

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 111

Annexure: 9

TECHNICAL DATA SHEET OF VACUUM CIRCUIT BREAKERS

Sl.No Particulars Technical Particulars 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 e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 112

Annexure: 10

SOURCE OF COMPONENTS

Sl. Item Description Make Model Source/ Country

Seal of the Company Signature of contractors

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 113

SECTION– VIII

SCHEDULE OF PRICE OFFER

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 114

SECTION - VIII

SCHEDULE OF PRICE OFFER

SUMMARY OF PRICE OFFER

Firm & Fixed Price for 7-10MW Wind Power Plant Project.

Sl. No. Description

Total Cost(Inclusive all Taxes & Duties

etc)

1 Cost for Dismantling of existing wind mills (Details to be given as per Annexure: A).

2 Supply of Wind Turbine Generator Equipment. (Details to be given as per Annexure B)

3 Erection, Testing and Commissioning and stabilization (Details to be given as per Annexure: C ).

4 Charges for statutory approvals, etc. (Details to be given in a separate sheet as Annexure: D and attached with summary price schedule)

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

6 Operation & Maintenance of the Wind Power Project (Details to be given as per Annexure: G)

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 APGENCO 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-G to price schedule and for tender evaluation, the same will be discounted at 10% for arriving at the present value.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 115

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 Lumpsum 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)

* Kindly furnish below the Computation Details for guaranteed 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

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

(b) No. of WTGs offered ………………. Nos

(c) Total Generation duly adjusted for estimated annual energy output in kWh (combined for all WTGs)*

……………….kWh

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 116

Sl. No Description Unit Qty Price

Total Cost (Rs.)

1.

Dismantling of wind mills and transportation to the designated area within the plant boundary.

No 10

Total Cost

Seal of the company

Annexure – APrice offer for Dismantling of Wind Farm

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 117

Price Offer - Annexure: B PRICE OFFER FOR "Supply of Wind Turbine Generator Equipment"

(Price in Indian Rupees Only)

Sl.

No.

Item

Rate of Excise Duty (%)

Unit sale tax/VAT

Total Unit price Including all applicable taxes, duties , 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 .

2 Transformers

3 Transmission line including substations

Total

Date:……. Name:………………………….…

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

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 118

Price Offer – Annexure: C

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

(Price in Indian Rupees Only)

Sl. No

Description In Figures In Words

1. Foundation for WTG

2 Erection and Commissioning of Tower, Nacelle, Blades, Control Panels and other WTG equipment.

3

Erection, testing & commissioning of all the items required for completion of scope of work such as installation of CMCS with necessary hardware/ software 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

1

Any item of work not mentioned in the above particulars but written elsewhere in the scope of work or in Technical Specification or essentially required for completion of works, proper operation and maintenance of wind 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: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 119

Price Offer – Annexure: D

PRICE OFFER FOR "Statutory approvals"

(Price in Indian Rupees Only)

Sl. No

Description In Figures

In words

1.

2

3

Total In Figures

Total Rs. in Words

Note: Please also indicate applicable taxes on the above items

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

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 120

Price Offer – Annexure: E

PRICE OFFER FOR "TRAINING CHARGES"

(Price in Indian Rupees Only)

Sl. No Particulars

No. of Man days

Rate per Man day

Taxes (to be

specified)

(Rs.)

Total Unit Rate (Rs.)

Total Cost (Rs.)

1.

Providing training to the APGENCO Personnel in Manufacturing of WTGs and Operation & Maintenance at Manufacturer's Premises

2 Providing Training to the

APGENCO Personnel in Operation & Maintenance at Site.

Total Training Cost

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

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

Seal of the Company Signature of contractors

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 121

Price Offer – F

THIS PAGE IS INTENTIONALLY LEFT BLANK

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 122

Price Offer – Annexure: G

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 O &M Charges

Service tax with cess

O&M charges including Service tax with cess

In figures

In words

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: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 123

SECTION – IX

REGULATIONS FOR TENDERS AND CONTRACTS

AND CONDITIONS OF TENDER

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 124

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 APGENCO 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 APGENCO to reject tender

24. Furnishing wrong information

25. Cancellation of tender

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 125

26. Refund of Earnest Money to unsuccessful Contractors

27. Income-tax Clearance Certificate

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 APGENCO Personnel 34. Contractors relatives employed on APGENCO 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: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 126

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 Tender, the following terms shall have the meanings assigned hereunder except where the context otherwise requires:-

Definitions:

(a) “APGENCO” shall mean the Andhra Pradesh Power

Generation Corporation Ltd or the Administrative Officers of the APGENCO 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 APGENCO, a body

corporate under Companies Act, as amended from time to time..

(c) Corporation/Purchaser/Buyer shall mean APGENCO.

(d) 1. “Successor of APGENCO” 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 APGENCO 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 APGENCO.

(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.

(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 APGENCO from time to time.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 127

(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 APGENCO– Mechanical & Electrical Engineering Department.

2. Words importing the singular number shall also include the plural and vice versa where the context requires.

Singular and Plural:

REGULATIONS FOR TENDERS AND CONTRACTS 3. These Regulations for Tenders and Contracts shall be read in

conjunction with the General Conditions of Contract and shall be subject to modifications, additions or supersession by special conditions of contracts and/or special specifications, if any, annexed to the tender Forms

Regulations for Tenders and Contracts subject to modifications

List of approved contractors maintained:

4. List of approved Contractors are maintained under the following categories of works

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 Registration:

5. A Contractor desirous of having his name included in the list of approved contractors shall apply to APGENCO 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 APGENCO and subject with his application a duly authorized copy of the Income Tax Clearance Certificate.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 128

Issue of Tender forms:

6. Tender forms shall be issued on payment of the prescribed fees to the 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 APGENCO.

7. The transfer of tender forms purchased by one contractor to

another is not permissible.

Tender forms not transferable:

8. No tender shall be considered which is not submitted in the official tender form attached hereto along with the tender documents issued to the contractors.

Use of official tender form: Omissions and discrepancies:

9. Should a contractors find discrepancies in or omissions from the drawings or any of the tender forms or should he be in doubt as to their meaning, he 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 been made to avoid any error which can materially affect the basis of the 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.

Prohibition of separate communication:

10. No separate communication on the tender shall be addressed by the contractors to the tender inviting authority or any other persons, but all explanatory qualifying remarks which the contractors may desire to make must be recorded or submitted in a covering letter along with the tender.

Signature of Contractors on Tender

11.The Contractors should sign on each and every page of the tender documents and at the end of each specification and schedule at places provided for the purpose.

Tender Document Earnest Money

12.The Contractors shall also be required to deposit a sum of Rs………………………………. ……………………..towards the Earnest Money with the Tender. If his tender is accepted his 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 APGENCO 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: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 129

13(a)Before submitting a tender the contractors will be deemed to have satisfied himself by actual inspection of the site and locality of the works, that all conditions liable to be encountered during the 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 APGENCO.

Care in submission of tenders

(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 APGENCO 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 shall be opened by the Tender Committee and where practicable, 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.

Opening of tenders:

15. (a) The APGENCO reserves the right of not to invite tenders

for any work or works or to invite open or limited tenders, and when tenders are called, to accept a tender in whole or in part or reject any tender or all tenders without assigning reasons for any such action.

Right of APGENCO to deal with tenders:

(b) Ordinarily the lowest tender may be accepted by the

APGENCO 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 appear at the office of the tender inviting authority in person or if a firm or a corporation, a duly authorized representative shall so appear and to execute the contract documents within seven days 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

Execution of contract documents:

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 130

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 APGENCO 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 APGENCO 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

specifications can be seen in the Office of tender inviting authority of .APGENCO, Hyderabad at any time during office hours.

Tender drawing:

18. The General Conditions of Contract for works in the

APGENCO and specification for materials and works can be seen at any time during office hours at the above office.

General Conditions and Specification:

19. The Contractor / Contractors shall quote his/their rates with

reference to each item and must tender for all the items shown in attached schedule. Both rate and amount columns of the schedule 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 APGENCO. The APGENCO accepts no responsibility for their accuracy. The APGENCO does not guarantee work under each item of the schedule.

Filling up of schedule of rates:

20. Tenders containing erasures and alterations of the tender

documents are liable to be rejected. Any corrections made by the Contractors in his/her entries must be attested by him/her.

Erasures and alterations:

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 Rs……………… as Earnest Money deposited in the form specified in NIT.

Amount of and method of deposit of Earnest money:

(i) The Contractor shall hold the offer open for a period of 180 days from the date fixed for opening the same, it being

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 131

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 Executive Engineer of the APGENCO, 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 Rs……………………. 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 APGENCO 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 APGENCO to reject Tender:

23. It shall not be obligatory on APGENCO to accept the lowest

tender and no Contractor / Contractors shall demand any explanation for the cause of rejection of his/their tender.

Furnishing wrong information:

24. If the Contractor / Contractors deliberately gives/give wrong

information in his/their tender or creates/create circumstances for the acceptances of his/their tender, the APGENCO reserves the right to reject any such tender at any stage.

Cancellation of Tender

25. If a Contractor expires after submission of his tender or the acceptance of his tender, the APGENCO 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 APGENCO shall deem such tender as cancelled unless the firm retains its character.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 132

Refund of Earnest Money to unsuccessful Contractors

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 Money deposited by the successful contractors / contractors s will be retained towards, the Security Deposit for the due and faithful fulfillment of the contract but shall be forfeited if the contractor fails/contractor fail to execute the Agreement Bond or start the work within a reasonable time (to be determined by the Executive Engineer) after notification of the acceptance of his/their tender.

Income-tax clearance certificate

27. The Contractor / Contractors is /are required to produce along with his/their tender an authorized copy of the Income-tax Clearance Certificate or a sworn affidavit duly countersigned by the Income-tax officer to the effect that he/they has/have no taxable income. Documents testifying to the contractors / contractor / previous experience and financial status should be produced when desired by the APGENCO.

Final date of receipt of tenders:

28. Tenders must be enclosed in sealed covers, super scribed

“tender for……………………… … …… …………………………………………… and must be sent by registered post to address of …………………………………………. APGENCO, Hyderabad so as to reach this office not later than ………………………. Hours, on the …………………………… or deposited in the special box allotted for the purpose in the above office on or before ……………………. Hours on ……………………………… The tenders will be opened on the same day at ………………… hours in the office of the …………………………………………… APGENCO, Hyderabad in the presence of such of the contractors or their Agents who may attend.

Note: These conditions are not applicable for online tenders.

Non-compliance with any of the condition:

29. Non-compliance with any of the conditions set forth herein

above is liable to result in tender being rejected.

Accepting

authority:

30. The authority for the acceptance of this tender will rest with the ……………………………. APGENCO, Hyderabad who does not bind himself to accept the lowest or any other tender nor does he undertake to assign reasons for declining to consider any particular tender or tenders.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 133

33. Should a contractor be a retired engineer or the gazetted rank or any other gazetted officer working before his retirement, whether in the executive or administrative capacity or whether holding a pensionable post or not, in the Engineering Department of any of the APGENCOs owned and administrated by the APGENCO 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 APGENCO 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.

Employment of retired APGENCO personnel:

34. Should a contractors or contractor being an individual on the list

of approved contractor, have a relative employed in gazetted capacity in the APGENCO, or in the case of a Partnership firm or Company incorporated under the India Company law should a partner or a relative of the Partner or a shareholder or relative of a shareholder be employed in gazetted capacity in the APGENCO, 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.

Contractor’s relatives employed in APGENCOs:

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: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 134

36. A contractor who has not carried out any work so for in APGENCO 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: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 135

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 APGENCO 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 APGENCO 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 APGENCO, Hyderabad

(1) ………………………………………... Signature …......……………………….

(2) ………………………………………… Designation ………..……………………

………..…………………………………… Date ……………………….…

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 136

PARTICULARS OF THE CONTRACTOR

1. Name and address of the Contractor

2. Reference may be made to

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 137

AGREEMENT FOR WORKS

Contract Agreement No ………………………………….. Dated……………. Articles of Agreement made this ………………… day of ……..…………………. between Andhra Pradesh Power Generation Corporation Ltd (APGENCO) Hyderabadacting through the …………………………………………………………….…… APGENCOhereinafter called the ‘APGENCO’ of the one part and Shri/ Messrs………………………………………………………………………………...…………… whose permanent postal address is …………………………………………………………………………… ……………………………………………………………………………….…………………….hereinafter called the “Contractor” of the other part. Whereas the contractor has agreed with APGENCO for the performance of the work “……………… …………………………………………………………………………………………………………………………………………………………………………………………………………………………….........” setforth in the schedule hereto annexed upon the General Conditions of Contract for Works in the APGENCO 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 APGENCO, the Contractor will duly perform the said works in the said schedule setforth and shall execute the same at the great promptness, care and accuracy in a workman like manner to the satisfaction of the APGENCO 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 setforth herein), AND the APGENCO 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 APGENCO 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 APGENCO by Shri …………………………………………..……………. …………………………………………

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 138

………………………………………………………………. (Signature of . . . . . . . . . . . . . . . . . . . APGENCO,Hyderabad APGENCO,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: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 139

SECTION – X

DRAFT OPERATION & MAINTENANCE CONTRACT

AGREEMENT

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 140

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 APGENCO, Hyderabad. BETWEEN Andhra Pradesh Power Generation Corporation Limited (APGENCO), Hyderabad acting through and represented by Address (hereinafter referred to as the "APGENCO') 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) APGENCO 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) APGENCO 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

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 141

avoidance or removal of breakdowns/failures, and NOWIT IS HEREBY AGREED as follows: 1. APPOINTMENT AND TERMS OF APPOINTMENT 1.1 Appointment

APGENCO 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 APGENCO 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) APGENCO 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 APGENCO 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 APGENCO 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, APGENCO 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

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 142

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 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.

2.4 Preventive 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,

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 143

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 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 APGENCO 4.1 APGENCO based on the recommendation given by the Contractor, shall obtain

an insurance 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 APGENCO shall be in force on and from the Commissioning Date. APGENCO shall provide a copy of such insurance policy or policies to the Contractor. APGENCO shall be solely liable for any loss incurred / suffered by APGENCO due to failure of APGENCO to obtain the insurance policy, or due to any shortfall in the insurance cover.

4.2 APGENCO 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 APGENCO will enter into the necessary agreement /arrangement with the utility

with regard to distribution of power generated by the WTG and the Contractor shall render necessary assistance to APGENCO.

4.4 APGENCO shall take the insurance policy for fire and allied perils including

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 144

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 acknowledged by APGENCO 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 APGENCO.

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 APGENCO 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 APGENCO. APGENCO 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.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 145

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 APGENCO.

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 APGENCO an amount equal to

(i) 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 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 annually shall not exceed 3% of the total generation of Power by the W'I'G. In the event that the annual Reactive Power drawn by the WTG cumulatively exceeds 3% of units generated by the WTG cumulatively per annum and APGENCO having to pay the utility for the excess over 3%, THE CONTRACTOR shall compensate APGENCO 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 APGENCO.

6.3 Transmission losses THE CONTRACTOR shall ensure that the loss of power during transmission

between the WTG meter(s) and the utility / utility authorized meter(s) located within the Wind Power plant shall not be more than 3% for all the WTGs put together in any year, THECONTRACTOR shall compensate APGENCO for such loss @2% of the annual O & M service, charges for every 1% of excess

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 146

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 APGENCO& the Contractor have caused this agreement to be duly executed by their duly authorized representatives the ________ day of _______ year Two Thousand _______ first above written. .

In witness whereof the parties hereunto have signed this agreement this day, month and year written above. Signature APGENCO 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: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 147

ANDHRA PRADESH POWER GENERATION CORPORATION LIMITED

BANK GUARANTEE PROFORMA FOR EARNEST MONEY DEPOSIT [This agreement has to be executed on a Non-Judicial stamped paper worth Rs.100/-] Whereas M/s …………………… here-in-after called (The Bidder) has submitted their bid dated………………………….for the supply of…………………………….. (Here-in-after called “the Bid”)……………………… Know all men by these presents that, we ……………………………………………………………………………. (Hereinafter called “the Bank”) are bound unto Chief Engineer (HPC&HP), APGENCO, Vidyut Soudha, Hyderabad.[Hereinafter called “the purchaser”] in the sum of Rs……… …………………………………… for which payment will and truly to be made to the said purchaser, the bank binds itself, its successors and assigns by these presents. Sealed with the common Seal of the said Bank this ………………….day of…………………………2015. THE CONDITIONS OF THIS OBLIGATION ARE: 1. When the successful tenderer does not accept the order after issue of preliminary acceptance letter/letter of intent/purchase order. 2. When the successful tenderer fails to furnish the security deposit within 30 days from the date of issue of preliminary acceptance letter or the letter of intent or Purchase Order. 3. When tenderer is disqualified. 4. When tenderer alters his prices or withdraws his offer during the validity period. We undertake to pay to the purchaser the above amount within one week upon receipt of its first written demand without the purchaser having to substantiate his demand, without referring to the tenderer and without questioning the right of purchaser to make such demand or the propriety or legality of the demand provided that in its demand the purchaser will note that the amount claimed by it is due to it owing to any of the occurrence of the above mentioned conditions, specifying the occurred condition or conditions.

Notwithstanding anything contained in the foregoing, our liability under this guarantee is restricted to Rs._____________ (Rupees____________________________________ only).

Our guarantee shall remain in force until __________. Unless a claim is made within 3 months from that date, all rights of the purchaser under this guarantee shall be forfeited and we shall be relieved and discharged from all liability hereunder.

Furthermore, We----------------------Bank Limited accept that,

(i) This Bank Guarantee is unconditional and absolute

(ii)Claim against this Bank Guarantee will be honored without any delay or demur;: and

(iii)This Bank Guarantee covers all the losses, claims, damages and costs suffered by the purchaser against the said tender.

We _______________________ Bank Limited lastly undertake not to revoke this guarantee during its currency except with the previous consent of APGENCO in writing.

Date the ________________Day _______2015 for _____________ Bank Ltd.,

Signature: Designation: Address: Seal:

Note: The Bank Guarantee shall be kept valid for a period of 270 days from the date of opening of pre-qualification with a claim period of 3 months and the Bank Guarantee shall be from Nationalized Banks only.

Tender No: No e-22/HPC&HP/APGENCO/2016, APGENCO, Andhra Pradesh 148

*** End of document **