notice inviting e- tender · notice inviting e- tender gail (india) limited (a govt. of india...

288
Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P) Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check Survey, Re-design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and Comprehensive Operation & Maintenance for 10 Years of 1MW (AC) & 0.8 MW (AC) Ground mount Grid Connected Solar PV Power Plants at GAIL Complex, Vijaipur, Distt.Guna, Madhya Pradesh. Prepared and Issued by GAIL (INDIA) LIMITED P.O. GAIL COMPLEX, VIJAIPUR DIST. GUNA (M.P.) - 473 112 PH.07544 - 274444, FAX. 07544 - 274600

Upload: others

Post on 20-Mar-2020

8 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

Notice Inviting e- Tender

GAIL (India) Limited

(A Govt. of India Undertaking)

(A Maharatna Company)

E-TENDER NO. 8000015999

BIDDING DOCUMENT FOR

Check Survey, Re-design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and Comprehensive Operation & Maintenance for 10 Years of 1MW (AC) & 0.8 MW (AC) Ground mount Grid Connected Solar PV Power Plants at GAIL Complex, Vijaipur, Distt.Guna, Madhya Pradesh.

Prepared and Issued by

GAIL (INDIA) LIMITED

P.O. GAIL COMPLEX, VIJAIPUR

DIST. GUNA (M.P.) - 473 112

PH.07544 - 274444, FAX. 07544 - 274600

Page 2: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

TABLE OF CONTENTS

DESCRIPTION PAGE NO.

SECTION - I : Invitation for Bids (IFB) 1-7

SECTION - II : Bid Evaluation Criteria(BEC) & Evaluation Methodology

1-6

SECTION - III : Instruction to bidders (ITB) 1-49

SECTION – III(A) : Sample Forms & Formats 1-37

SECTION - IV : General Conditions of Contract (GCC)

SECTION - V : Special Conditions of Contract (SCC) 1-21

SECTION - VI : Scope of Work & Technical Specifications 1-119

SECTION – VI(A) : Annexure & Enclosures to Technical Specifications

1-23

SECTION - VII : Schedule of Rates (SOR)/ Price Schedule (PS)/ Format for Price Bid

1-7

Page 3: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

DISCLAMIER

1. Though adequate care has been taken while preparing the Bidding documents, the

Bidders/Applicants shall satisfy themselves that the document is complete in all respects.

Intimation of any discrepancy shall be given to this office immediately. If no intimation is received

from any Bidder within Ten (10) days from the date of notification of NIT/ Issue of the NIT

documents, it shall be considered that the NIT documents are complete in all respects has been

received by the Bidder.

2. GAIL (India) Ltd. the Employer, reserves the right to modify, amend or supplement this NIT

documents including all formats and Annexures.

3. While this bidding documents have been prepared in good faith, neither Employer or its authorized

representatives nor their employees or advisors make any representation or warranty, express or

implied, or accept any responsibility or liability, whatsoever, in respect of any statements or

omissions herein, or the accuracy, completeness or reliability of information, and shall incur no

liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of

this bidding documents, even if any loss or damage is caused by any act or omission on their part.

4. The specifications mentioned for all the equipment which include Solar modules, PCU, combiner

boxes, DC cables, module mounting structures, transformer, CT, PT, LT/ HT cables, interfacing

panels, switch gears & other associated equipment etc., to complete the power generation and

evacuation to the designated substation, in the present bidding documents are for the reference

only. It is subject to revise/ alters as per the design/ planning/ good engineering practices etc., to

be carried out by the selected bidder, to the satisfaction of the Employer or its authorized

representatives. It is advised that the bidder must satisfy himself with the prevailing site conditions

before design/ plan. The design must be optimized as per the site conditions and directed to

achieve the maximum output from the installed capacity at all times. Moreover, the components not

separately mentioned, but are required to complete the plant for operation is also included in the

scope of bidder and shall be vetted by the Employer or its authorised representatives.

Place:

Date: (Signature)

Name and Designation of bidder

Page 4: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 1

GAIL (India) Limited

(A Govt. of India Undertaking)

Section – I

INVITATION FOR BID (IFB)

Ref No: GAIL/C&P/VH/19/C077/ELECT/RC/8000015999

Date: 22.11.2019

E-Tender No. 8000015999

Prepared and Issued by

GAIL (INDIA) LIMITED

P.O. GAIL COMPLEX, VIJAIPUR

DIST. GUNA (M.P.) - 473 112

PH.07544 - 274444, FAX. 07544 - 274600

Page 5: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 2

GAIL (India) Limited (A Govt. of India Undertaking)

NOTICE INVITING TENDER (NIT)

(OPEN DOMESTIC COMPETITIVE BIDDING)

GAIL (India) Limited invites e-bids from eligible bidders for Check Survey , Re-design,

Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and

Comprehensive Operation & Maintenance for 10 Years of 1MW & 0.8 MW(AC) Ground

mount Grid Tied Solar PV Power Plants at GAIL Complex, Vijaipur, Dist. Guna, Madhya

Pradesh.

E - Tender No. 8000015999 Complete Bid Document

available on website from 22.11.2019; 18:00 hrs.

Date & Time of Pre - Bid Meeting 03.12.2019; 11:00 hrs.

Last Date & Time for Submission

of Bid 18.12.2019 ; 14:00 hrs.

For further details, please visit our e-tender website (https://etender.gail.co.in), Tender

website (https://www.gailtenders.in) and Govt. website (https://eprocure.gov.in).

For any queries, bidders may contact +91 99826 84256 e-mail: [email protected]

Any revision, clarification, addendum, corrigendum, time extension, etc. to the above

tender will be hosted on the above mentioned websites only and no separate

notification shall be issued in the press. Bidders are required to visit the website

regularly to keep themselves updated.

Page 6: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 3

SECTION-I

"INVITATION FOR BID (IFB)”

Ref No: GAIL/C&P/VH/19/C077/ELECT/RC/8000015999 Date: 22.11.2019

To, PROSPECTIVE BIDDERS

SUB: TENDER DOCUMENT FOR “Check Survey , Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and Comprehensive Operation & Maintenance for 10 Years of 1MW(AC) & 0.8MW(AC) Ground Mount Grid Connected Solar PV Power Plants at Gail Complex, Vijaipur, Distt. Guna, Madhya Pradesh.”

Dear Sir/Madam

I. GAIL (India) Limited (GAIL) (hereinafter referred to as The Employer),[having registered

office at 16, Bhikaji Cama Place, New Delhi 110066, CIN No.

L40200DL1984GOI018976], the largest state-owned natural gas processing and

distribution company and the youngest Maharatna, invites online bids from eligible bidders

in the prescribed forms and formats, for setting up of 1 MW (AC) & 0.8 MW (AC) Grid

Connected Ground Mount Solar Photovoltaic Power Plants in the premises of GAIL Complex,

Vijaipur, Guna, Madhya Pradesh, India, on Lump sum turnkey (LSTK) basis and thereafter

comprehensive Operation & Maintenance for 10 years of the Plant, in complete accordance

with the following details and enclosed Tender Documents.A qualified bidder needs to set

up the total capacity of 1 MW(AC) & 0.8 MW (AC) power plants at the designated locations.

II. Brief Scope of Work :

1. Check Survey, Re-design, Engineering, Procurement, Supply, Construction, Erection,

Testing, Commissioning and of 1MW & 0.8 MW Ground mount Grid Connected Solar

PV Power Plants along with associated transmission system including Operation and

Maintenance (O&M) of the Plant for a period of 10 years at GAIL, Guna (M.P).

2. Design, Procurement, Supply and Erection of the following, in all respect:

2.1 Solar panels including module mounting structures and fasteners

2.2 All power conditioning systems including junction boxes, Inverters/ PCU, DC and AC

circuit breaker(s) etc.

2.3 Supply and erection of weather monitoring station including solar radiation sensors

2.4 All associated electrical works and equipment required for interfacing line/ cable (i.e.

transformer(s) – power and auxiliary, breakers, isolators, lightning arrestor(s), LT/

HT/ other panels, protection system, cables, metering, earthing of transformer etc., but

not limited to) as per technical specifications.

2.5 Design, supply, erection, testing & commissioning 33 kV & LT Cabling as per project

requirement and associated switchgear equipment, transformer and metering

equipment for connecting into nearby Substation/Feeder of GAIL, as per technical

Page 7: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 4

specification and state regulations.

2.6 Design and implementation of plant string level monitoring scheme with compatible

software, hardware and cabling.

2.7 All associated civil works, including design and Engineering, for: Earthwork for site

cleaning, obstacle and grass cutting, Site grading, cutting, filling, levelling &

compacting in requisite project land as required for development of this Ground

Mount Solar PV Power Plant.

2.8 Construction of module mounting structure as per site conditions, transformer and

other power equipment foundations, cable trenches for cable routing and earthing

pits.

2.9 Construction of Boundary Fence, Maingate, Approach Roads &Internal Access Roads

for Cleaning of Solar PV (SPV)Project.

2.10 Employing Vegetation/Weed control methods

2.11 Construction of Main Control room

2.12 Construction of rain water drainage, as required

2.13 Setting up of a comprehensive Fire Protection system as per the Hazardous area

classification for the site

2.14 Supply of Testing Instruments, Office Furniture and Tools.

2.15 Testing, Commissioning and Demonstration of performance of the plant as per the

requirement specified in the bidding documents.

2.16 Comprehensive operation & maintenance (including all required material) of the SPV

plant for 10 (Ten) years after successful commissioning and performance

demonstration, as detailed in technical specification including supply and storage of all

spare parts, consumables, repairs/ replacement of any defective equipmentetc.

2.17 Obtaining all associated statutory and regulatory compliances and approvals for

successful construction, commissioning and operation ofplant

2.18 The detailed scope of work is given in “Scope of Work, specifications and Drawings” of

these bidding documents.

III. The brief details of the tender are as under:

1 E-Tender No. & Date : 8000015999

2 Type of Bidding System : Single Bid System/Two Bid System

3 Type of Tender : E-Tender E-Tender No: 8000015999

4 Completion/ Contract Period : 8 Months from the date of notification of award through Letter of Acceptance (LOA)

5 Tender Processing Fee : NIL

6 Bid Security /Earnest Money Deposit (EMD) :

Amount: INR 20.0 LACS. (Rs. Twenty lacs. only)

7 Availability of Tender

Document on Website(S)

From 22.11.2019 (18:00 Hrs. IST) to

18.12.2019 (14:00 Hrs, IST)

on following websites:

(i) GAIL’s Tender Website – www.gailtenders.in

(ii) Govt. CPP Portal - https://eprocure.gov.in

(iii) GAIL’s e-Procurement Portal (e-Portal)-

https://etender.gail.co.in [in case of e-Tendering]

Page 8: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 5

8 Date, Time & Venue of Pre-Bid Meeting:

Date : 03.12.2019 Time : 11:00 Hrs. IST

Venue: C&P Department-GAIL, Vijaipur

9 Due Date & Time of Bid- Submission : Upto 14:00 Hrs. (IST) on 18.12.2019.

10 Date and Time of Un-Priced Bid Opening : 15:00 Hrs. (IST) on 18.12.2019

11 Contact Details :

Name : RAMAN CHOWDHARY

Designation: DGM (C&P)

Phone No. & Extn : 07544 – 274444 -3802

Direct No.: +91 99826 84256

e-mail : [email protected]

Note: In case the days specified above happens to be a holiday in GAIL, the next working day

shall be implied.

IV. Important Note to Bidders:

1. Bids must be submitted strictly in accordance with Clause No. 11 of ITB depending upon

Type of Tender as mentioned at Clause no. 2.0(D) of IFB. The IFB is an integral and

inseparable part of the bidding document.

2. In case of e-tendering, the following documents in addition to uploading in the bid on

GAIL’s e-tendering website shall also be submitted in Original (in physical form) within

7 (seven) days from the bid due date provided the scanned copies of the same have been

uploaded in e-tender by the bidder along with e-bid within the due date and time to the

address mentioned in Bid Data Sheet(BDS):-

i) EMD / Bid Security ii) Power of Attorney

iii) Integrity Pact

3. Bidder(s) are advised to quote strictly as per terms and conditions of the tender

documents and not to stipulate any deviations/exceptions.

4. Any bidder, who meets the Bid Evaluation Criteria (BEC) and wishes to quote against

this tender, may download the complete bidding document along with its amendment(s)

if any from websites (https://gailtenders.in, http://eprocure.gov.in ) and submit their

Bid complete in all respect as per terms & conditions of Tender Document on or before

the due date of bid submission.

5. Offer(s) received from bidders to whom tender/information regarding tender has been

issued as well as offers received from the bidder(s) by downloading tender document

from GAIL’s web site shall be taken into consideration for evaluation & award provided

that the bidders are found responsivesubject to provisions contained in Clause No. 2 of

ITB.

The Tender Document calls for offers on single point “Sole Bidder” responsibility basis

and in total compliance of Scope of Works as specified in Tender Document.

6. Clarification(s)/Corrigendum(s) if any shall also be available on above referred

Page 9: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 6

websites. Any revision, clarification, addendum, corrigendum, time extension, etc. to this

Tender Document will be hosted on the above mentioned website(s) only. Bidders are

requested to visit the website regularly to keep themselves updated.

7. All the bidders including those who are not willing to submit their bid are required to

submit F-6 (Acknowledgement cum Consent letter) duly filled within 7 days from

receipt of tender information.

8. SAP generated Request for Quotation (RFQ), if any shall also form an integral part of the

Tender Document.

9. Order for EPC and O&M jobs shall be issued to same bidder separately. The order for

EPC and O&M of the solar plants for a period of 10 years shall be awarded by GAIL,

Vijaipur, Guna.

10. GAIL reserves the right to reject any or all the bids received at its discretion without

assigning any reason whatsoever.

For & on behalf of

GAIL (India) Limited

(Authorised Signatory)

Name : RAMAN CHOWDHARY

Designation : DY. GENERAL MANAGER (CONTRACTS & PROCUREMENT)

Cell : +91 99826 84256

E-mail : [email protected]

Page 10: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 7

DO NOT OPEN - THIS IS A QUOTATION

Bid Document No. : GAIL/C&P/VH/19/C077/ELECT/RC/8000015999

Date: 22.11.2019

Description : Check Survey , Re-Design, Engineering, Procurement, Supply,

Construction, Erection, Testing, Commissioning and Comprehensive Operation & Maintenance

for 10 Years of 1MW(AC) & 0.8MW(AC) Ground Mount Grid Connected Solar PV Power Plants

at Gail Complex, Vijaipur, Distt. Guna, Madhya Pradesh

Due Date & Time : 18.12.2019; 14:00 Hrs. IST

From: To:

(To be pasted on the envelope containing Bid (in case of Manual Tendering)/

Physical documents (in case of e-Tendering))

Page 11: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 1

GAIL (India) Limited

(A Govt. of India Undertaking)

SECTION-II

BID EVALUATION CRITERIA (BEC) &

EVALUATION METHODOLOGY

Ref No: GAIL/C&P/VH/19/C077/ELECT/RC/8000015999

Date: 22.11.2019

E-Tender No. 8000015999

Prepared and Issued by

GAIL (INDIA) LIMITED

P.O. GAIL COMPLEX, VIJAIPUR

DIST. GUNA (M.P.) - 473 112

PH.07544 - 274444, FAX. 07544 - 274600

Page 12: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 2

BID EVALUATION CRITERIA & EVALUATION METHODOLOGY

A. BID EVALUATION CRITERIA (BEC): Bidders are required to meet the following Bid Evaluation Criteria (BEC):

a) GENERAL:

The Bidder should be a body registered and incorporated in India under the Companies Act, 1956 or 2013, including any amendment thereto or a registered firm or a proprietary firm with an affidavit and engaged in the business of Solar Power. Bidder shall submit Certificate of incorporation in support to the above. Joint venture / Consortium bid is not acceptable.

b) TECHNICAL CRITERIA:

(i) The Bidder shall have an experience of design, supply, installation, commissioning and

Operation & Maintenance of Grid Connected Ground Mounted Solar Power Plants of cumulative

capacity of 5 MW or above on LSTK / EPC basis in India, which have been successfully

commissioned during the last 5(five) Financial Years as on bid submission date.

Out of above at least one plant should have been of capacity not less than one (01) MW which

have been in satisfactory operation for at least one (01) year with 19 % CUF (as per MPERC

norms) or above as on bid submission date.

Documents to be submitted for compliance to BEC (Technical):

(ii) Bidder shall submit, in support to the above, the list of projects commissioned along with their

work order/ LOI and the commissioning certificates along with the certificate of plant being in

operation.

(iii) The Performance Certificate must have been issued for a minimum duration of one (1) year

from the date of commissioning. The Performance Certificate/Joint meter reading (JMR) reports

shall have been issued by any state/ central owned agencies or state power departments or

authorized representative of Power off taker (Discom/Private Power purchaser).

a) Copy of Work Order/Agreement (along with detailed SOR and Scope of Work) and its

Completion Certificate. The Completion/ Execution Certificate shall clearly specify the

following:

(i) Reference of relevant Work Order / Agreement.

(ii) Actual value of completed/ Executed work (excl. Service Tax / GST).

(iii) Actual date of completion of work.

(iv) Full address of Client / Officer issuing Certificate.

b) Documents at (a) above must be duly certified / attested by a Chartered Engineer and

Notary Public (both) with legible Stamp.

Page 13: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 3

c) FINANCIAL CRITERIA

(i) The Minimum Annual Turnover (MAT) of the bidder in the any one of the last three financial

years (i.e. FY 2016-2017, 2017-2018 and 2018-19) should be Rs.5,47,00,000/- (Indian Rupees

Five Crores and Forty Seven Lacs only). MAT shall mean Revenue from Operations as

incorporated in the profit & loss account excluding other income, e.g. sale of fixed assets. This

must be the individual Company’s turnover and not that of any group of Companies. A

summarized sheet of turnover certified by a practicing CA/Statutory Auditor should be

compulsorily enclosed along with corresponding annual accounts.

(ii) “Net Worth” of the Bidder shall be calculated as per Company Act 2013. The net worth for the

last audited financial year (i.e. FY 2018-19) should be positive.

(iii) The minimum Working Capital of the bidder, as per the audited Financial Statement for the last

financial year (i.e. FY 2018-19) should be Rs. 1.09 Crores (Indian Rupees One Crore and Nine

Lacs only).

If the bidder’s Working Capital is negative or inadequate, the bidder shall submit a letter from

their bank having net worth not less than Rs. 100 Crores, confirming the availability of line of

credit for at least the minimum Working Capital requirement stated above. The letter issued by

the Bank shall specify the Tender No. and name of job as per the format enclosed in Tender

Document.

Documents to be submitted for compliance to BEC (Financial):

a) Copy of Audited Financial Results for the preceding three (03) financial years [i.e. FY: 2018-19 / FY: 2017-18 / FY: 2016-17] issued by Statutory Auditor / Chartered Accountant.

b) Details of Financial capability of bidder issued by a Chartered Accountant (as per Format available in Tender Document).

c) Documents at (a) above must be duly attested by a Notary Public with legible Stamp.

Notes to BEC:

1) All bidders are required to qualify the above BEC [Technical and Financial]. Bids submitted by the bidder who does not meet any of the above-mentioned criteria shall summarily be rejected without further reference to the bidder. Bidders should ensure submission of complete information/documents in the first instance itself. Evaluation may be done based on the details so furnished without seeking any subsequent additional information/document.

2) A job executed by a Bidder for its own plant/projects cannot be considered as experience for the purpose of meeting the requirement of BEC of the tender. However, jobs executed for Subsidiary/Fellow subsidiary/Holding company will be considered as experience for the purpose of meeting BEC subject to submission of tax paid invoice(s) duly certified by statutory auditor of the Bidder towards payments of statutory taxes in support of the job executed for the

Subsidiary/Fellow subsidiary/Holding company. Such Bidder should submit these documents in addition to the documents specified in the bidding document to meet BEC.

3) Eligibility criteria in case bid is submitted on the basis of technical experience of FOREIGN BASED ANOTHER COMPANY (SUPPORTING COMPANY) which holds more than 50% of the paid up share capital of the bidding company or vice versa:

(a) Offers of those bidders (not under consortium arrangement) who themselves do not meet

Page 14: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 4

the technical experience criteria as stipulated in the BEC and are quoting based on the

experience of Foreign based another company (Supporting Company) can also be

considered. In such case the supporting company should hold more than 50% of the paid up

share capital of the bidding company or vice versa.

(b) However, the supporting company should on its own meet the technical experience as

stipulated in the BEC and should not rely on any other company or through any other

arrangement like Technical collaboration agreement.

(c) In that case as the bidding company is dependent upon the technical experience of another

company with a view to ensure commitment and involvement of the companies involved for

successful execution of the contract, the participating bidder should enclose the following

Agreements/ Guarantees/ Undertakings along with the techno-commercial bid:

(i) An Agreement (as per format enclosed at Appendix-A1) between the bidder and the Supporting Company.

(ii) Guarantee (as per format enclosed at Appendix-A2) by the Supporting Company to GAIL for fulfilling the obligation under the Agreement.

(iii) Undertaking by Supporting Company to provide a Performance Bank Guarantee (as per format and instructions enclosed at Appendix-A3), equivalent to 50% of the value of the PBG which is to be submitted by the bidding company, in case of being the successful bidder.

In cases where foreign based Supporting Company does not have Permanent Establishment in India as per Indian Income Tax Act, the bidding company can furnish Performance Bank Guarantee for an amount which is sum of PBG amount to be submitted by the bidder and additional PBG amount required to be submitted by the supporting company subject to the condition that supporting company have 100% paid up equity share capital of the bidder either directly or through intermediate subsidiaries or vice versa.

In such case bidding company shall furnish an undertaking that their foreign based supporting company is not having any Permanent Establishment in India in terms of Income Tax Act of India.

(iv) Undertaking from the Supporting Company to the effect that in addition to invoking the PBG submitted by the bidding company, the PBG provided by Supporting Company shall be invoked by GAIL due to non-performance of the bidding company.

Note:

- In case Supporting Company fails to submit Bank Guarantee as per (iii) above, EMD/SD submitted by the bidder shall be forfeited.

- The Financial BEC of tender is to be met by bidder on their own.

4) Experience of bidder acquired as a Sub-Contractor can be accepted against submission of Certificate from End User by bidder along with other specified documents.

5) Only documents (Order/Agreement, Completion Certificate, etc.) which have been referred/specified in the bid shall be considered in reply to queries during evaluation of bids.

6) Relaxation of Prior Turnover and Prior Experience for Startups: Not applicable for this Tender. (Approval placed at sl. no. 191)

Page 15: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 5

B. MODE OF TENDERING: Issuance of Tender-Enquiries on Open-Domestic-Competitive-Bidding basis, thru' GAIL's E-Procurement portal. The Tender shall also be uploaded on GAIL-Tenders & Government-Tenders websites.

C. EVALUATION METHODOLOGY

Bid shall be evaluated as per evaluation criteria mentioned below on the total cost including GST. The Employer shall only use the criteria and methodology indicated in the Tender documents. No other criteria/ methodology shall be permitted.

a) First Stage: Evaluation of Techno-Commercial bid

First Techno-Commercial bid shall be evaluated as per BEC (a), (b) and (c) of [A] and those

bidders who are found eligible will be evaluated for Price Bid.

b) Second Stage: Evaluation of Online Price Bid

The evaluated price of bidders shall include the following:

(i) EPC Contract Value on LSTK basis i.e., Total sum of the price comprising of FOR

destination basis Supply including Transportation for delivery at site and Insurance of all

Equipments and materials including mandatory spares and any other supplies specified in

the Contract Documents, providing all services i.e. unloading, storage, handling at site, Civil

works, Erection, Installation, Testing and Commissioning, performance testing in respect of

all the equipment’s supplied and any other services specified in the Contract Documents

including Goods & Service Tax as per the Technical Scope of Work.

(ii) O & M Contract Price including GST for Ten (10) years

(iii) Evaluated Bid Value (EBV) = (i) EPC Contract Value on LSTK basis as quoted by the bidder +

(ii) O &M Contract Price for the entire period of 10 years.

(iv) The mentioned Evaluated Bid Value will be considered up to 2 decimal places only.

(v) The Total Evaluated Bid Value shall be inclusive of Goods & Service Tax (GST) as quoted by

the bidder.

(vi) The Bidder with the lowest EBV shall be the Successful Bidder (also referred to as the L1

Bidder) and considered for award of contract.

D. AWARD OF TENDER

GAIL will release FOA/ LOA for LSTK (Lump Sum Turn Key) contract on EPC (Engineering,

Procurement & Commissioning) basis to the successful bidder. The FOA / LOA for

LSTK/EPC job shall be awarded in following respective parts as mentioned briefly below:

(i) First Contract (EPC Part): For providing the Design, engineering, manufacture,

procure, testing/ inspection, Ex Works Supply, materials including

mandatory spares and any other supplies specified in the Tender Documents &

Page 16: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 6

providing all services i.e., including Transportation and Insurance of all Equipment till

site , Unloading, Storage, Handling at Site, Civil Works, Erection, Installation, Testing

and Commissioning including Performance Testing in respect of all the Equipment

supplied under the scope of Supply and any other services specified in the Contract

Documents.

(ii) Second Contract (O&M Part): For providing Comprehensive operation &

maintenance of the Solar PV plant for 10 (Ten) years from the date of

Operational Acceptance, as detailed in technical specification including supply and

storage of all spare parts, consumables, repairs/ replacement of any defective

equipment etc.

Page 17: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 1

GAIL (India) Limited

(A Govt. of India Undertaking)

Section – III

INSTRUCTION TO BIDDERS

(TO BE READ IN CONJUNCTION WITH

BIDDING DATA SHEET (BDS)

Ref No: GAIL/C&P/VH/19/C077/ELECT/RC/8000015999

Date: 22.11.2019

E-Tender No. 8000015999

Prepared and Issued by

GAIL (INDIA) LIMITED

P.O. GAIL COMPLEX, VIJAIPUR

DIST. GUNA (M.P.) - 473 112

PH.07544 - 274444, FAX. 07544 - 274600

Page 18: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 2

SECTION-III

INSTRUCTION TO BIDDERS

INDEX

[A] GENERAL:

1. SCOPE OF BID

2. ELIGIBLE BIDDERS

3. BIDS FROM CONSORTIUM / JOINT VENTURE

4. ONE BID PER BIDDER

5. COST OF BIDDING & TENDER FEE

6. SITE-VISIT

[B] BIDDINGDOCUMENTS:

7. CONTENTS OF BIDDING DOCUMENTS

8. CLARIFICATION OF BIDDING DOCUMENTS

9. AMENDMENT OF BIDDING DOCUMENTS

[C] PREPARATION OF BIDS:

10. LANGUAGE OF BID

11. DOCUMENTS COMPRISING THE BID

12. SCHEDULE OF RATES / BID PRICES

13. GOODS & SERVICE TAX

14. BID CURRENCIES

15. BID VALIDITY

16. EARNEST MONEY / BID SECURITY

17. PRE-BID MEETING

18. FORMAT AND SIGNING OFBID

19. ZERO DEVIATION & REJECTION CRITERIA

20. E-PAYMENT

[D] SUBMISSION OF BIDS:

21. SUBMISSION, SEALING AND MARKING OF BIDS

22. DEADLINE FOR SUBMISSION OF BIDS

23. LATE BIDS

24. MODIFICATION AND WITHDRAWAL OF BIDS

[E] BID OPENING AND EVALUATION:

25. EMPLOYER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALLBIDS

26. BID OPENING

27. CONFIDENTIALITY

28. CONTACTING THE EMPLOYER

29. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS

Page 19: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 3

30. CORRECTION OF ERRORS

31. CONVERSION TO SINGLE CURRENCY FOR COMPARISON OFBIDS

32. EVALUATION AND COMPARISON OF BIDS

33. COMPENSATION FOR EXTENDED STAY

34. PURCHASE PREFERENCE

[F] AWARD OF CONTRACT:

35. AWARD

36. NOTIFICATION OF AWARD / FAX OF ACCEPTANCE[FOA]

37. SIGNING OF AGREEMENT

38. CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT

39. PROCEDURE FOR ACTION IN CASE CORRUPT/ FRAUDULENT/ COLLUSIVE/ COERCIVE PRACTICES

40. PUBLIC PROCUREMENT POLICY FOR MICRO AND SMALL ENTERPRISE

41. AHR ITEMS

42. VENDOR EVALUATION PROCEDURE

43. INCOME TAX & CORPORATETAX

44. SETTLEMENT OF DISPUTES BETWEEN GOVERNMENT DEPARTMENT AND ANOTHER AND ONE GOVERNMENT DEPARTMENT AND PUBLIC ENTERPRISE AND ONE PUBLIC ENTERPRISE ANDANOTHER

45. DISPUTE RESOLUTION

46. INAM-PRO (PLATFORM FOR INFRASTRUCTURE AND MATERIALS PROVIDERS)

47. PROMOTION OF PAYMENT THROUGH CARDS AND DIGITAL MEANS

48. CONTRACTOR TO ENGAGE CONTRACT MANPOWER BELONGING TO SCHEDULED CASTES AND WEAKER SECTIONS OF THE SOCIETY

49. QUARTERLY CLOSURE OF THE CONTRACT

50. PROVISION FOR STARTUPS

51. PROVISION REGARDING INVOICE FOR REDUCED VALUE OR CREDIT NOTE TOWARDS PRS

[G] ANNEXURES:

1. ANNEXURE-I: PROCEDURE FOR ACTION IN CASE CORRUPT/ FRAUDULENT/

COLLUSIVE/COERCIVE PRACTICES

2. ANNEXURE-II:VENDOR PERFORMANCE EVALUATION PROCEDURE

3. ANNEXURE-III:ADDENDUM TO INSTRUCTIONS TO BIDDERS (INSTRUCTION FOR

PARTICIPATION IN E- TENDER)

4. ANNEXURE-IV: BIDDING DATA SHEET(BDS)

Page 20: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 4

INSTRUCTIONS TO BIDDERS [ITB]

(TO BE READ IN CONJUNCTION WITH BIDDING DATA SHEET (BDS)

[A] –GENERAL

1 SCOPE OF BID

1.1 The Employer/ Owner/ as defined in the "General Conditions of Contract [GCC]", wishes to

receive Bids as described in the Bidding Document/Tender document issued by

Employer/Owner.

1.2 SCOPE OF BID: The scope of work/ Services shall be as defined in the Bidding documents.

1.3 The successful bidder will be expected to complete the scope of Bid within the period stated in

Special Conditions of Contract.

1.4 Throughout the Bidding Documents, the terms 'Bid', 'Tender' & ‘Offer’ and their derivatives

[Bidder/Tenderer, Bid/Tender/Offer etc.] are synonymous. Further, 'Day' means 'Calendar Day'

and 'Singular' also means 'Plural'.

2 ELIGIBLE BIDDERS

2.1 The Bidder shall not be under a declaration of ineligibility by Employer for Corrupt/ Fraudulent/

Collusive/ Coercive practices, as defined in "Instructions to Bidders [ITB], Clause No. 39” (Action

in case Corrupt/ Fraudulent/ Collusive/ Coercive Practices).

2.2 The Bidder is not put on ‘Holiday’ by GAIL or Public Sector Project Management Consultant (like

EIL, Mecon, GAIL only due to “poor performance” or “corrupt and fraudulent practices”) or

banned/blacklisted by Government department/ Public Sector on due date of submission of bid.

Further, neither bidder nor their allied agency/(ies) (as defined in the Procedure for Action in

case of Corrupt/ Fraudulent/ Collusive/ Coercive Practices) are on banning list of GAIL or the

Ministry of Petroleum and Natural Gas.

If the bidding documents were issued inadvertently/ downloaded from website, offers submitted by such bidders shall not be considered for opening/ evaluation/Award and will be returned immediately to such bidders.

In case there is any change in status of the declaration prior to award of contract, the same has to be promptly informed to GAIL by the bidder.

It shall be the sole responsibility of the bidder to inform GAIL in case the bidder is put on ‘Holiday’ by GAIL or Public Sector Project Management Consultant (like EIL, Mecon, GAIL. only due to “poor performance” or “corrupt and fraudulent practices”) or banned/blacklisted by Government department/ Public Sector on due date of submission of bid and during the course of finalization of the tender. Concealment of the facts shall tantamount to misrepresentation of facts and shall lead to action against such Bidders as per clause 39 of ITB.

2.3 The Bidder should not be under any liquidation court receivership or similar proceedings on due

date of submission of bid. In case there is any change in status of the declaration prior to award of

Page 21: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 5

contract, the same has to be promptly informed to GAIL by the bidder.

It shall be the sole responsibility of the bidder to inform GAIL in case the bidder is under any liquidation court receivership or similar proceedings on due date of submission of bid and during the course of finalization of the tender. Concealment of the facts shall tantamount to misrepresentation of facts and shall lead to action against such Bidders as per clause no.39 of ITB.

2.4 Bidder shall not be affiliated with a firm or entity:

i) that has provided consulting services related to the work to the Employer during the

preparatory stages of the work or of the project of which the works/services forms a part of or

ii) that has been hired (proposed to be hired) by the Employer as an Engineer/ Consultant for the contract.

2.5 Neither the firm/entity appointed as the Project Management Consultant (PMC) for a contract nor

its affiliates/ JV’S/ Subsidiaries shall be allowed to participate in the tendering process unless it is

the sole Licensor/Licensor nominated agent/ vendor.

2.6 Pursuant to qualification criteria set forth in the bidding document, the Bidder shall furnish all

necessary supporting documentary evidence to establish Bidder’s claim of meeting qualification

criteria.

2.7 Power of Attorney:

In case of a Single Bidder, Power of Attorney issued by the Board of Directors/ CEO /Chairman/ MD / Company Secretary of the Bidder/ all partners in case of Partnership firm/any person authorized in terms of Deed of LLP/Proprietor in favour of the authorised employee(s) of the Bidder, in respect of the particular tender for signing the Bid and all subsequent communications, agreements, documents etc. pertaining to the tender and to act and take any and all decision on behalf of the Bidder, is to be submitted.

In case of a Consortium/JV, Power of Attorney issued by Board of Directors/ CEO /Chairman MD / Company Secretary of the Consortium Leader as well as Consortium Member(s) of the Consortium/ partners of JV, in favour of the authorised employee(s) of the Consortium Leader/Lead member of JV, for signing the documents on behalf of the Bidder, in respect of this particular tender, to sign the Bid and all subsequent communications, agreements, documents etc. pertaining to the tender and act and take any and all decision on behalf of the Consortium/JV, are to be submitted. The authorized employee(s) of the Bidder shall be signing the Bid and any consequence resulting due to such signing shall be binding on the Bidder.

3 BIDS FROM "JOINT VENTURE"/"CONSORTIUM" – “Not Applicable”

4 ONE BID PER BIDDER

4.1 A Firm/Bidder shall submit only 'one [01] Bid' in the same Bidding Process. A Bidder who submits

or participates in more than 'one [01] Bid' will cause all the proposals in which the Bidder has

participated to be disqualified.

4.2 Alternative Bids shall not be considered.

Page 22: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 6

5 COST OF BIDDING

The Bidder shall bear all costs associated with the preparation and submission of the Bid

including but not limited to Bank charges all courier charges including taxes & duties etc. incurred

thereof. Further, GAIL will in no case, be responsible or liable for these costs, regardless of the

outcome of the bidding process.

6 SITE VISIT

6.1 The Bidder is advised to visit and examine the site of works and its surroundings and obtain for

itself on its own responsibility all information that may be necessary for preparing the Bid and

entering into a Contract for the required job. The costs of visiting the site shall be borne by the

Bidder.

6.2 The Bidder or any of its personnel or agents shall be granted permission by the employer to enter

upon its premises and land for the purpose of such visits, but only upon the express conditions

that the Bidder, its personnel and agents will release and indemnify the Employer and its

personnel, agents from and against all liabilities in respect thereof, and will be responsible for

death or injury, loss or damage to property, and any other loss, damage, costs, and expenses

incurred as a result of inspection.

6.3 The Bidder shall not be entitled to hold any claim against GAIL for non- compliance due to lack of

any kind of pre-requisite information as it is the sole responsibility of the Bidder to obtain all the

necessary information with regard to site, surrounding, working conditions, weather etc. on its

own before submission of the bid.

[B] – BIDDING DOCUMENTS

7 CONTENTS OF BIDDING DOCUMENTS

7.1 The contents of Bidding Documents / Tender Documents are those stated below, and should be

read in conjunction with any 'Addendum / Corrigendum' issued in accordance with "ITB:Clause-

9":

Section-I : Invitation for Bid[IFB]

Section-II : BID EVALUATION CRITERIA [BEC] &Evaluation methodology

Section-III : Instructions to Bidders[ITB]

Annexure Forms & Format

Section-IV : General Conditions of Contract [GCC]

Section-V : Special Conditions of Contract [SCC] Part A &B

Section-VI : Specifications, Scope of Work and Drawing

Section-VII : Schedule of Rates

*Request for Quotation’, wherever applicable, shall also form part of the Bidding Document.

**“The Hindi version of GCCs is available on GAIL’s tender website (www.gailtenders.in) for

reference. However, in case of any discrepancy in English & its Hindi translation, for interpretation

and legal aspects, the English version shall prevail.”

Page 23: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 7

7.2 The Bidder is expected to examine all instructions, forms, terms & conditions in the Bidding

Documents. The "Request for Quotation [RFQ] & Invitation for Bid (IFB)" together with all its

attachments thereto, shall be considered to be read, understood and accepted by the Bidders.

Failure to furnish all information required by the Bidding Documents or submission of a Bid not

substantially responsive to the Bidding Documents in every respect will be at Bidder's risk and

may result in the rejection of his Bid.

8 CLARIFICATION OF BIDDING DOCUMENTS

8.1 A prospective Bidder requiring any clarification(s) of the Bidding Documents may notify GAIL in

writing or by Letter or email at GAIL's mailing address indicated in the BDS no later than 02 (two)

days prior to pre-bid meeting (in cases where pre-bid meeting is scheduled) or 05 (five) days

prior to the bid closing date in cases where pre-bid meeting is not held. GAIL reserves the right to

ignore the bidders request for clarification if received after the aforesaid period. GAIL may

respond in writing to the request for clarification. GAIL's response including an explanation of the

query, but without identifying the source of the query will be uploaded on GAIL’s tendering web

site,[https://etender.gail.co.in;http://gailtenders.in; http://www.GAIL.gov.inand Government

Website] / communicated to prospective bidders by e-mail/Letter.

8.2 Any clarification or information required by the Bidder but same not received by the Employer at

clause 8.1 (refer BDS for address) above is liable to be considered as "no clarification /

information required".

9 AMENDMENT OF BIDDING DOCUMENTS

9.1 At any time prior to the 'Bid Due Date', Owner may, for any reason, whether at its own initiative or

in response to a clarification requested by a prospective Bidder, modify the Bidding Documents by

addenda/corrigendum.

9.2 Any addendum/ corrigendum thus issued shall be part of the Bidding Documents and shall be

hosted on GAIL’s tendering website, [https://etender.gail.co.in; http://gailtenders.in;

http://www.GAIL.gov.in and Government Website] /communicated to prospective bidders by e-

mail/ Letter. Bidders have to take into account all such addendum/ corrigendum before

submitting their bid.

9.3 The Employer, if consider necessary, may extend the date of submissions of Bid in order to allow

the Bidders a reasonable time to furnish their most competitive bid taking into account the

amendment issued thereof.

[C] – PREPARATION OF BIDS

10 LANGUAGE OF BID:

The bid prepared by the bidder and all correspondence/drawings and documents relating to the bid exchanged by bidder and GAIL shall be written in English language alone. Any printed literature furnished by the bidder may be written in another language as long as accompanied by ENGLISH translation duly authenticated by the chamber of commerce of bidder’s country, in which case, for the purpose of interpretation of the bid, the ENGLISH translation shall govern. In the event of submission of any document/certificate by the Bidder in a language other than English, the English translation of the same duly authenticated by Chamber of Commerce of Bidder’s country shall be submitted by the Bidder.

Page 24: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 8

11 DOCUMENTS COMPRISING THE BID

11.1 In case the Bids are invited under the Manual two Bid system, the Bid prepared by the Bidder

shall comprise the following components sealed in 2 different envelopes:

11.1.1 ENVELOPE-I:"TECHNO-COMMERCIAL / UN-PRICED BID” shall contain the following:

(a) 'Covering Letter' on Bidder's 'Letterhead' clearly specifying the enclosed contents.

(b) 'Bidder's General Information', as per 'FormF-1'.

(c) 'Bid Form', as per 'FormF-2'

(d) Copies of documents, as required in 'FormF-3'

(e) As a confirmation that the prices are quoted in requisite format complying with the requirements copy of Schedule of Rate (SOR) with prices blanked out mentioning quoted / not quoted (as applicable) written against each item.

(f) 'Letter of Authority’ on the Letter Head, as per 'FormF-5'

(g) 'No Deviation Confirmation', as per 'FormF-6'

(h) 'Bidder's Declaration regarding Bankruptcy’, in 'FormF-7'

(i) 'Certificate for Non-Involvement of Government of India ' from Bidder, as per 'FormF-8'

(j) 'Agreed Terms and Conditions', as per 'FormF-10'

(k) 'ACKNOWLEDGEMENT CUM CONSENT LETTER', as per 'Form F-11'

(l) Duly attested documents in accordance with the "BID EVALUATION CRITERIA [BEC]" establishing the qualification.

(m) Undertaking on the Letter head, as per the FormF-12.

(n) Power of Attorney for authorized signatory in non-judicial stamp paper/copy of Board Resolution, the authorized signatory shall be signing the bid and any consequence resulting due to such signing shall be binding on the bidder.

(o) Any other information/details required as per Bidding Document

(p) EMD/Bid Security in original as per Clause 16 of ITB

(q) All forms and Formats including Annexures.

(r) Original Tender Fee--------NOT APPLICABLE

(s) Not in use

(t) Tender Document duly signed/ digitally signed by the Authorized Signatory.

(u) Additional document specified in Bidding Data Sheet (BDS).

(v) Details of Financial Capability of bidder as per‘Form-F10’ Note: All the pages of the Bid must be signed by the "Authorized Signatory" of the Bidder.

11.1.2 ENVELOPE-II: Price Bid

i) The Prices are to be submitted strictly as per the Schedule of Rate of the bidding

documents. GAIL shall not be responsible for any failure on the part of the bidder to follow

the instructions.

ii) Bidders are advised NOT to mention Rebate/Discount separately, either in the SOR format

or anywhere else in the offer. In case Bidder(s) intend to offer any Rebate/Discount, they

should include the same in the item rate(s) itself under the “Schedule of Rates (SOR)” and

indicate the discounted unit rate(s) only.

iii) If any unconditional rebate has been offered in the quoted rate the same shall be

considered in arriving at evaluated price. However no cognizance shall be taken for any

conditional discount for the purpose of evaluation of the bids.

Page 25: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 9

iv) In case, it is observed that any of the bidder(s) has/have offered suo-moto

Discount/Rebate after opening of unpriced bid but before opening of price bids such

discount /rebate(s) shall not be considered for evaluation. However, in the event of the

bidder emerging as the lowest evaluated bidder without considering the

discount/rebate(s), then such discount/rebate(s) offered by the bidder shall be

considered for Award of Work and the same will be conclusive and binding on the bidder.

v) In the event as a result of techno-commercial discussions or pursuant to seeking

clarifications / confirmations from bidders, while evaluating the un-priced part of the bid,

any of the bidders submits a sealed envelope stating that it contains revised prices; such

bidder(s) will be requested to withdraw the revised prices failing which the bid will not be

considered for further revaluation.

vi) In case any bidder does not quote for any item(s) of “Schedule of Rates” and the estimated

price impact is more than 10% of the quoted price, then the bid will be rejected. If such

price impact of unquoted items is 10% or less of his quoted price, then the unquoted

item(s) shall be loaded highest of the price quoted by the other bidders. If such bidder

happens to be lowest evaluated bidder, price of unquoted items shall be considered as

included in the quoted bid price.

11.2 In case the bids are invited under e-tendering system, bidders are requested to refer instructions

for participating in E-Tendering enclosed herewith as Annexure-III and the ready reckoner for

bidders available in https://etender.gail.co.in.Bids submitted manually shall be rejected, the bids

must be submitted on GAIL’s E-tendering website as follows:-

11.2.1 PART-I: “TECHNO-COMMERCIAL/UN-PRICED BID” comprising all the above documents

mentioned at 11.1.1 along with copy of EMD/Bid Bond, Tender fee, copy of Power of Attorney and

copy of integrity pact should be uploaded in the private area earmarked (Tender Document) in

the GAIL’s e- tendering portal.

However, bidders must submit the original "Bid Security / EMD & tender fee, Power of Attorney,

Integrity Pact and any other documents specified in the bidding documents to address mentioned

in IFB, in a sealed envelope, super scribing the Tender details & number within 7 days from the

date of un-priced bid opening.

The Original Bid Security/ EMD, copy of which has been uploaded, must be received within 7 days

from the date of un-priced bid opening, failing which the bid will be rejected notwithstanding the

fact that a copy of EMD/ Bid Security was earlier uploaded by the bidder. In the event bidder fails

to upload a copy of the same EMD/ Bid Security in his e-bid and hard copy of same has also not

been received as on the date & time of bid submission, the bid shall be summarily rejected. All

pages of the Bid must be digitally signed by the "authorized signatory" of the Bidder. Refer

Annexure-I for E- tendering. In e-tenders, bids need to be digitally signed by the person holding

power of attorney.

11.2.2 PART-II: PRICE BID

The Prices are to be filled strictly in the Schedule of Rate of the bidding documents and provision

mentioned at para 11.1.2 herein above and to uploaded in SOR attachment/Conditions of E-

tendering portal.

11.3 In case of bids invited under single bid system, a single envelope containing all documents

specified at Clause 11.1.1 & 11.1.2 of ITB above form the BID. All corresponding conditions

Page 26: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 10

specified at Clause 11.1.1 & 11.1.2 of ITB shall become applicable in such a case.

12 SCHEDULE OF RATES / BID PRICES

12.1 Unless stated otherwise in the Bidding Documents, the Contract shall be for the whole works as

described in Bidding Documents, based on the rates and prices submitted by the Bidder and

accepted by the Employer. The prices quoted by the Bidders will be inclusive of all taxes &duties.

12.2 Prices must be filled in format for "Schedule of Rates [SOR]" enclosed as part of Tender document.

If quoted in separate typed sheets and any variation in item description, unit or quantity is

noticed; the Bid is liable to be rejected.

12.3 Bidder shall quote for all the items of "SOR" after careful analysis of cost involved for the

performance of the completed item considering all parts of the Bidding Document. In case any

activity though specifically not covered in description of item under "SOR" but is required to

complete the works as per Specifications, Scope of Work / Service, Standards, "GCC", "SCC" or any

other part of Bidding Document, the prices quoted shall deemed to be inclusive of cost incurred

for such activity.

12.4 All duties, taxes and other levies [if any] payable by the Contractor under the Contract, or for any

other cause, except GST ( CGST & SGST/UTGST or IGST)on finished product & on the incidental

services, shall be included in the rates / prices and the total bid-price submitted by the Bidder.

The quoted rate of GST (CGST& SGST/UTGST or IGST)on finished product & on the incidental

services shall be indicated on in F-10 (Format-F10) and the bid prices. Bidders are required to

quote the prices after carefully reading the provisions mentioned in tender document including

SCC, GCC and Scope of Works etc.

12.5 Prices quoted by the Bidder, shall remain firm and fixed and valid until completion of the Contract

and will not be subject to variation on any account, whatsoever.

12.6 The Bidder shall quote the prices in 'figures' & words. There should not be any discrepancy

between the prices indicated in figures and the price indicated in words. In case of any

discrepancy, the same shall be dealt as per clause no. 30 of ITB.

12.7 Further, bidder shall also mention the Service Accounting Codes (SAC) “Harmonalised System

Nomenclature (HSN)” at the designated place in Price Schedule.

13 GOODS & SERVICE TAX [GST- (CGST & SGST/ UTGST or IGST)]

13.1 Bidders are required to submit copy of the GST Registration Certificate while submitting the bids

wherever GST (CGST & SGST/UTGST or IGST) is applicable.

13.2 Quoted prices should be inclusive of all taxes and duties, except GST (CGST &

SGST or IGST or UTGST). Please note that the responsibility of payment of GST

(CGST & SGST or IGST or UTGST) lies with the Contractor only. Contractor providing taxable

service shall issue an Invoice/ Bill, as the case may be as per rules/ regulation of GST. Further,

returns and details required to be filled under GST laws & rules should be timely filed by

Contractor with requisite details.

Payments to Contractor for claiming GST (CGST & SGST/UTGST or IGST) amount will be made

Page 27: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 11

provided the above formalities are fulfilled. Further, GAIL may seek copies of challan and

certificate from Chartered Accountant for deposit of GST

(CGST & SGST/UTGST or IGST) collected from Owner.

13.3 In case CBIC (Central Board of Indirect Taxes and Customs)/ any tax authority / any equivalent

government agency brings to the notice of GAIL that the Contractor has not remitted the amount

towards GST (CGST & SGST/UTGST or IGST) collected from GAIL to the government exchequer,

then, that Contactor shall be put under Holiday list of GAIL for period of six months after following

the due procedure. This action will be in addition to the right of recovery of financial implication

arising on GAIL.

13.4 In case of statutory variation in GST (CGST & SGST/UTGST or IGST), other than due to change in

turnover, payable on the contract value during contract period, the Contractor shall submit a copy

of the 'Government Notification' to evidence the rate as applicable on the Bid due date and on the

date of revision.

Beyond the contract period, in case GAIL is not entitled for input tax credit of GST (CGST

&SGST/UTGST or IGST), then any increase in the rate of GST (CGST &SGST/UTGST or IGST)

beyond the contractual delivery period shall be to Contractor’s account whereas any decrease in

the rate GST (CGST &SGST/UTGST or IGST) shall be passed on to the Owner.

Beyond the contract period, in case GAIL is entitled for input tax credit of GST(CGST &

SGST/UTGST or IGST), then statutory variation in applicable GST(CGST & SGST/UTGST or IGST)

on supply and on incidental services, shall be to GAIL’s account.

Claim for payment of GST (CGST & SGST/UTGST or IGST)/ Statutory variation, should be raised

within two [02] months from the date of issue of 'Government Notification' for payment of

differential (in %) GST (CGST & SGST/UTGST or IGST), otherwise claim in respect of above shall

not be entertained for payment of arrears.

The base date for the purpose of applying statutory variation shall be the Bid Due Date.

13.5 Where the GAIL is entitled to avail the input tax credit of GST (CGST &SGST/UTGST or IGST):-

13.5.1 Owner/GAIL will reimburse the GST (CGST & SGST/UTGST or IGST) to the Contractor at actuals

against submission of Invoices as per format specified in rules/ regulation of GST to enable

Owner/GAIL to claim input tax credit of GST (CGST& SGST/UTGST or IGST) paid. In case of any

variation in the executed quantities, the amount on which the GST (CGST & SGST/UTGST or IGST)

is applicable shall be modified in same proportion. Returns and details required to be filled under

GST laws & rules should be timely filed by supplier with requisite details.

13.5.2 The input tax credit of GST (CGST & SGST/UTGST or IGST) quoted shall be considered for

evaluation of bids, as per evaluation criteria of tender document.

13.6 Where the GAIL is not entitled to avail/take the full input tax credit of GST (CGST& SGST/UTGST

or IGST):-

Page 28: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 12

13.6.1 Owner/GAIL will reimburse GST (CGST & SGST/UTGST or IGST) to the Contractor at actuals

against submission of Invoices as per format specified in rules/ regulation of GST subject to the

ceiling amount of GST (CGST & SGST/UTGST or IGST) as quoted by the bidder, subject to any

statutory variations, except variations arising due to change in turnover. In case of any variation

in the executed quantities (If directed and/or certified by the Engineer-In-Charge) the ceiling

amount on which GST (CGST & SGST/UTGST or IGST) is applicable will be modified on pro-rata

basis.

13.6.2 The bids will be evaluated based on total price including applicable GST (CGST &

SGST/UTGST or IGST).

13.7 GAIL will prefer to deal with registered supplier of goods/ services under GST. Therefore, bidders

are requested to get themselves registered under GST, it not registered yet. However, in case any

unregistered bidder is submitting their bid, their prices will be loaded with applicable GST (CGST

& SGST/UTGST or IGST) while evaluation of bid (if applicable as per Govt. Act/ Law in vogue).

Where GAIL is entitled for input credit of GST (CGST & SGST/UTGST or IGST), the same will be

considered for evaluation of bid as per evaluation methodology of tender document.

13.8 In case GAIL is required to pay entire/certain portion of applicable GST (CGST &

SGST/UTGST or IGST) and remaining portion, if any, is to be deposited by Bidder directly as per

GST (CGST & SGST/UTGST or IGST) laws, entire applicable rate/amount of GST (CGST &

SGST/UTGST or IGST) to be indicated by bidder in the SOR. Where GAIL has the obligation to

discharge GST (CGST & SGST/UTGST or IGST) liability under reverse charge mechanism and GAIL

has paid or is /liable to pay GST (CGST & SGST/UTGST or IGST) to the Government on which

interest or penalties becomes payable as per GST laws for any reason which is not attributable to

GAIL or ITC with respect to such payments is not available to GAIL for any reason which is not

attributable to GAIL, then GAIL shall be entitled to deduct/ setoff / recover such amounts against

any amounts paid or payable by GAIL to Contractor / Supplier.

13.9 Contractor shall ensure timely submission of correct invoice(s), as per GST rules/ regulation, with

all required supporting document(s) within a period specified in Contract to enable GAIL to avail

input credit of GST (CGST & SGST/UTGST or IGST). Further, returns and details required to be

filled under GST laws & rules should be timely filed by Contractor with requisite details. If input

tax credit is not available to GAIL for any reason not attributable to GAIL, then GAIL shall not be

obligated or liable to pay or reimburse GST (CGST & SGST/UTGST or IGST) claimed in the

invoice(s) and shall be entitled to deduct / setoff / recover such GST amount (CGST &

SGST/UTGST or IGST) or Input Tax Credit amount together with penalties and interest, if any,

against any amounts paid or becomes payable by GAIL in future to the Contractor under this

contract or under any other contract.

13.10 Anti-profiteering clause As per Clause 171 of GST Act it is mandatory to pass on the benefit due to

reduction in rate of tax or from input tax credit to the consumer by way of commensurate

reduction in prices. The Contractor may note the above and quote their prices accordingly.

13.11 In case the GST rating of vendor on the GST portal / Govt. official website is negative / black listed,

then the bids may be rejected by GAIL. Further, in case rating of bidder is negative / black listed

after award of work, then GAIL shall not be obligated or liable to pay or reimburse GST to such

vendor and shall also be entitled to deduct / recover such GST along with all penalties / interest, if

any, incurred by GAIL.

Page 29: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 13

13.12 GST (CGST & SGST/UTGST or IGST) is implemented w.e.f. 01.07.2017 which subsumed various

indirect taxes and duties applicable before 01.07.2017. Accordingly, the provisions of General

Condition of Contract relating to taxes and duties which are subsumed in GST are modified to

aforesaid provisions mentioned in clause no. 12 and 13 of ITB.

13.13 The rate of GST as quoted in Price Schedule/SOR shall be considered as the prevailing present

applicable rates on the Bid due date and same shall be considered for price comparison as well as

for ordering. Any error of judgment on part of the Bidder in identifying the present applicable

rates shall not be admitted. The applicable rate of GST as indicated by the bidders in Price

Schedule/SOR shall be considered as the maximum payable in the event when no statutory

variations take place and any remainder/balance GST, if payable, beyond that quoted rates shall

be borne by the Bidder. However in the event of any statutory variations in the rate of GST, if the

quoted rates are found erroneous then the base rates for calculation of statutory variations for the

purpose of reimbursement of GST shall take into account either the rates actually prevalent on the

due date of submission of bid or the erroneous rates quoted by the Bidders whichever is

beneficial to GAIL. Consequently, any difference in GST if it becomes payable to the tax authorities

shall be borne by the Bidder.

13.14 Wherever TDS under GST Laws has been deducted from the invoices raised / payments made to

the vendors, as per the provisions of the GST law / Rules, Vendors should accept the

corresponding GST-TDS amount populated in the relevant screen on GST common portal

(www.gst.gov.in). Further, Vendors should also download the GST TDS certificate from GST

common portal (reference path: Services > User Services > View/Download Certificates option).

14 BID CURRENCIES:

Bidders must submit bid in Indian Rupees only.

Currency once quoted will not be allowed to be changed.

15 BID VALIDITY

15.1 Bids shall be kept valid for period specified in BDS from the final 'Bid Due Date'. A Bid valid for a

shorter period may be rejected by GAIL as 'non- responsive'.

15.2 In exceptional circumstances, prior to expiry of the original 'Bid Validity Period', the Employer

may request the Bidders to extend the 'Period of Bid Validity' for a specified additional period.

The request and the responses thereto shall be made in writing or by Letter/email. A Bidder may

refuse the request without forfeiture of his 'Bid Security'. A Bidder agreeing to the request will not

be required or permitted to modify his Bid, but will be required to extend the validity of its 'Bid

Security' for the period of the extension and in accordance with "ITB: Clause-16" in all respects.

16 EARNEST MONEY DEPOSIT

16.1 Bid must be accompanied with earnest money (i.e Earnest Money Deposit (EMD) also known as

Bid Security) in the form of ‘Demand Draft’ / ‘Banker’s Cheque’[in favour of GAIL (India) Limited

payable at place mentioned in BDS] or ‘Bank Guarantee’ strictly as per the format given in form F

2/ F- 2A (as the case may be) of the Tender Document. Bidder shall ensure that EMD submitted in

the form of ‘Bank Guarantee’ should have a validity of at least ‘two [02] months’ beyond the

validity of the Bid. EMD submitted in the form of ‘Demand Draft’ or ‘Banker’s Cheque’ should be

Page 30: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 14

valid for three months.

16.2 GAIL shall not be liable to pay any documentation charges, Bank charges, commission, interest etc.

on the amount of EMD. In case EMD is in the form of a ‘Bank Guarantee’, the same shall be from

any Indian scheduled Bank or a branch of an International Bank situated in India and registered

with ‘Reserve Bank of India’ as Scheduled Foreign Bank. However, in case of ‘Bank Guarantee’

from Banks other than the Nationalized Indian Banks, the Bank must be commercial Bank having

net worth in excess of Rs. 100 Crores [Rupees One Hundred Crores] and a declaration to this

effect should be made by such commercial Bank either in the ‘Bank Guarantee’ itself or separately

on its letterhead.

16.3 Any Bid not secured in accordance with “ITB: Clause-16.1 & Clause-16.3” may be rejected by GAIL

as non-responsive.

16.4 Unsuccessful Bidder’s EMD will be discharged/ returned as promptly as possible, but not later

than ‘thirty [30] days’ after finalisation of tendering process.

16.5 The successful Bidder’s EMD will be discharged upon the Bidder’s acknowledging the ‘Award’ and

signing the ‘Agreement’ (if applicable) and furnishing the ‘Contract Performance Security (CPS)/

Security Deposit’ pursuant to clause no. 38 of ITB.

16.6 Notwithstanding anything contained herein, the EMD may also be forfeited in any of the following

cases:

a) If a Bidder withdraws his Bid during the ‘Period of Bid Validity’

b) If a Bidder has indulged in corrupt/fraudulent /collusive/coercive practice

c) If the Bidder modifies Bid during the period of bid validity (after Due Date and Time for Bid Submission).

d) Violates any other condition, mentioned elsewhere in the Tender Document, which may lead to forfeiture of EMD.

e) In the case of a successful Bidder, if the Bidder fails to:

(i) to acknowledge receipt of the “Notification of Award” / Fax of Acceptance[FOA]”,

(ii) to furnish “Contract Performance Security / Security Deposit”, in accordance with “ITB: Clause-38”

(iii) to accept ‘arithmetical corrections’ as per provision of the clause 30 of ITB.

16.7 In case EMD is in the form of ‘Bank Guarantee’, the same must indicate the Tender Document No.

and the name of Tender Document for which the Bidder is quoting. This is essential to have

proper correlation at a later date.

16.8 MSEs (Micro & Small Enterprises) are exempted from submission of EMD in accordance with the

provisions of PPP-2012 and Clause 40 of ITB. However, Traders/Dealers/ Distributors /Stockiest

/Wholesaler are not entitled for exemption of EMD. The Government Departments/PSUs are also

exempted from the payment of EMD. Further, Startups are also exempted from the payment of

EMD.

16.9 In addition to existing specified form (i.e. Demand Draft (DD)/ Banker’s Cheque/ Bank Guarantee)

mentioned in tender documents for submission of EMD/Bid Bond, the bidder can also submit the

EMD through online banking transaction i.e. IMPS/NEFT/RTGS etc. While remitting, the bidder

Page 31: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 15

must indicate EMD and tender/E-tender no. under remarks. Bidders shall be required to submit/

upload the successful transaction details along-with their bid/e-bid in addition to forwarding the

details to dealing officer through email/letter along with tender reference number immediately

after remittance of EMD.

In absence of submitting/ uploading the remittance details, the bids are likely to be considered as

bid not accompanied with EMD. Further, in case of the above online transaction, submission of

EMD in original is not applicable.

16.10 In case of forfeiture of EMD/ Bid Security, the forfeited amount will be considered inclusive of tax

and tax invoice will be issued by GAIL. The forfeiture amount will be subject to final decision of

GAIL based on other terms and conditions of order/ contract.”

17 PRE-BID MEETING

17.1 The Bidder(s) or his designated representative is invited to attend a "Pre-Bid Meeting" which will

be held at address specified in IFB. It is expected that a bidder shall not depute more than 02

representatives for the meeting.

17.2 Purpose of the meeting will be to clarify issues and to answer questions on any matter that may

be raised at that stage and give hands-one-tendering.

17.3 Text of the questions raised and the responses given, together with any responses prepared after

the meeting, will be uploaded on GAIL e-tendering website against the Tender. Any modification

of the Contents of Bidding Documents listed in "ITB: Clause-7.1", that may become necessary as a

result of the Pre-Bid Meeting shall be made by the Employer exclusively through the issue of an

Addendum / Corrigendum pursuant to "ITB: Clause-9", and not through the minutes of the Pre-

Bid Meeting.

17.4 Non-attendance of the Pre-Bid Meeting will not be a cause for disqualification of Bidder.

18 FORMAT AND SIGNING OF BID

18.1 The original and all copies of the Bid shall be typed or written in indelible ink [in the case of

copies, photocopies are also acceptable] and shall be signed by a person or persons duly

authorized to sign on behalf of the Bidder (as per POA). The name and position held by each

person signing, must be typed or printed below the signature. All pages of the Bid except for

unamended printed literature where entry(s) or amendment(s) have been made shall be initialed

by the person or persons signing the Bid.

18.2 The Bid shall contain no alterations, omissions, or additions, unless such corrections are initialed

by the person or persons signing the Bid.

18.3 In case of e-tendering, digitally signed documents to be uploaded as detailed in addendum to ITB.

18.4 Non-attendance of the Pre-Bid Meeting will not be a cause for disqualification of Bidder.

19 ZERO DEVIATION AND REJECTION CRITERIA

19.1 ZERO DEVIATION: Deviation to terms and conditions of "Bidding Documents" may lead to

rejection of bid. GAIL will accept bids based on terms & conditions of "Bidding Documents" only.

Bidder may note GAIL will determine the substantial responsiveness of each bid to the Bidding

Page 32: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 16

Documents pursuant to provision contained in clause 29 of ITB. For purpose of this, a

substantially responsive bid is one which conforms to all terms and conditions of the Bidding

Documents without deviations or reservations. GAIL's determination of a bid's responsiveness is

based on the content of bid itself without recourse to extrinsic evidence. GAIL reserves the right to

raise technical and/or commercial query(s), if required, may be raised on the bidder(s). The

response(s) to the same shall be in writing, and no change in the price(s) or substance of the bids

shall be sought, offered or permitted. The substance of the bid includes but not limited to prices,

completion, scope, technical specifications, etc. Bidders are requested to not to take any

deviation/exception to the terms and conditions laid down in this "Tender Documents", and

submit all requisite documents as mentioned in this "Tender Documents", failing which their offer

will be liable for rejection. If a bidder does not reply to the queries in the permitted time frame

then its bid shall be evaluated based on the documents available in the bid.

19.2 REJECTION CRITERIA: Notwithstanding the above, deviation to the following clauses of Tender

document shall lead to summarily rejection of Bid:

(i) Firm Price

(ii) Earnest Money Deposit / Bid Security

(iii) Specifications & Scope of Work

(iv) Schedule of Rates / Price Schedule / Price Basis

(v) Duration / Period of Contract/ Completion schedule

(vi) Period of Validity of Bid

(vii) Price Reduction Schedule

(viii) Contract Performance Bank Guarantee / Security Deposit

(ix) Guarantee / Defect Liability Period

(x) Arbitration / Resolution of Dispute/Jurisdiction of Court

(xi) Force Majeure &Applicable Laws

(xii) Integrity Pact, if Applicable

(xiii) Any other condition specifically mentioned in the tender document elsewhere that non-compliance of the clause lead to rejection of bid.

Note: Further, it is once again reminded not to mention any condition in the Bid which is

contradictory to the terms and conditions of Tender document.

20 E-PAYMENT

GAIL (India) Limited has initiated payments to Suppliers and Contractors electronically, and to

facilitate the payments electronically through 'e- banking'. The successful bidder should give the

details of his bank account as per the bank mandate form.

[D] – SUBMISSION OF BIDS

21 SUBMISSION, SEALING AND MARKING OFBIDS

21.1 In case of e-tendering, bids shall be submitted through e-tender mode in the manner specified

elsewhere in tender document. No Manual/ Hard Copy (Original) offer shall be acceptable.

21.2 Not in use

Page 33: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 17

21.3 All the bids shall be addressed to the owner at address specified in IFB.

21.4 Bids submitted under the name of AGENT/ CONSULTANT/ REPRESENTATIVE /RETAINER/

ASSOCIATE etc. on behalf of a bidder/affiliate shall not be accepted.

22 DEADLINE FOR SUBMISSION OF BIDS

22.1 In case of e-bidding, the bids must be submitted through e-tender mode not later than the date

and time specified in the tender documents/BDS.

22.2 Not in use.

22.3 GAIL may, in exceptional circumstances and at its discretion, extend the deadline for submission

of Bids (clause 9 of ITB refers). In which case all rights and obligations of GAIL and the Bidders,

previously subject to the original deadline will thereafter be subject to the deadline as extended.

Notice for extension of bid submission date will be uploaded on GAIL’s website/ communicated to

the bidders.

23 LATE BIDS

23.1 Any bids received after the notified date and time of closing of tenders will be treated as late bids.

23.2 In case of e-tendering, e-tendering system of GAIL shall close immediately after the deadline for

submission of bid and no bids can be submitted thereafter.

23.3 Unsolicited Bids or Bids received to address other than one specifically stipulated in the tender

document will not be considered for evaluation/opening/award if not received to the specified

destination within stipulated date &time.

24 MODIFICATION AND WITHDRAWAL OF BIDS

24.1 Modification and withdrawal of bids shall be as follows:-

24.1.1 IN CASE OF E- TENDERING

The bidder may withdraw or modify its bid after bid submission but before the due date and time

for submission as per tender document.

24.1.2 IN CASE OF MANUAL BIDDING - (Not in use)

24.2 The modification shall also be prepared, sealed, marked and dispatched in accordance with the

provisions of the clause 11 & 22 of ITB with relevant ‘Cut-Out Slip’ duly pasted and mentioning on

top of the envelope as “MODIFICATION”. In case of withdrawal of bid, the Envelope containing

withdrawal letter duly super scribing the envelope as “WITHDRAWAL” and “Tender Document

number :….”/communication regarding withdrawal of bid with “Tender Document number :….”/

must reach concerned dealing official of GAIL within Due date & Time of submission of Bid. No bid

shall be modified/ withdrawn after the Due Date & Time for Bid submission.

24.3 Any withdrawal/ modification/substitution of Bid in the interval between the Due Date & Time

for Bid submission and the expiration of the period of bid validity specified by the Bidder in their

Bid shall result in the Bidder’s forfeiture of EMD pursuant to clause 16 of ITB and rejection of Bid.

Page 34: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 18

25 EMPLOYER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY ORALL BIDS

GAIL reserves the right to accept or reject any Bid, and to annul the Bidding process and reject all

Bids, at any time prior to award of Contract, without thereby incurring any liability to the affected

Bidder or Bidders or any obligations to inform the affected Bidder or Bidders of the ground for

GAIL's action. However, Bidder if so desire may seek the reason (in writing) for rejection of their

Bid to which GAIL shall respond quickly.

[E] – BID OPENING ANDEVALUATION

26 BID OPENING

26.1 Unpriced Bid Opening :

GAIL will open bids, in the presence of bidders’ designated representatives who choose to attend,

at date, time and location stipulated in the BDS. The bidders’ representatives, who are present,

shall sign a bid opening register evidencing their attendance.

26.2 Priced Bid Opening:

26.2.1 GAIL will open the price bids of those bidders who meet the qualification requirement and whose

bids are determined to be technically and commercially responsive. Bidders selected for opening

of their price bids shall be informed about the date of price bid opening. Bidders may depute their

authorized representative to attend the bid opening. The bidders’ representatives, who are

present shall sign a register evidencing their attendance and may be required to be present on a

short notice.

26.2.2 The price bids of those bidders who were not found to be techno- commercially responsive shall

be unopened and returned unopened after opening of the price bids of techno-commercially

responsive bidders.

26.2.3 In case of bids invited under the single bid system, bid shall be opened on the specified due date

&time.

27 CONFIDENTIALITY

Information relating to the examination, clarification, evaluation, and comparison of Bids, and

recommendations for the award of a Contract, shall not be disclosed to Bidders or any other

persons not officially concerned with such process. Any effort by a Bidder to influence the

Employer's processing of Bids or award decisions may result in the rejection of the Bidder's Bid

and action shall be initiated as per procedure in this regard.

28 CONTACTING THE EMPLOYER

28.1 From the time of Bid opening to the time of award of Contract, if any Bidder wishes to contact the Employer on any matter related to the Bid, it should do so in writing. Information relating to the examination, clarification, evaluation & recommendation for award shall not be disclosed.

28.2 Any effort by the Bidder to influence the Employer in the Employer's 'Bid Evaluation', 'Bid Comparison', or 'Contract Award' decisions may result in the rejection of the Bidder's Bid and action shall be initiated as per procedure in this regard.

Page 35: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 19

29 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS

29.1 The owner’s determination of a bid’s responsiveness is based on the content of the bid only. Prior to the detailed evaluation of Bids, the Employer will determine whether each Bid:-

(a) Meets the "Bid Evaluation Criteria" of the Bidding Documents;

(b) Has been properly signed;

(c) Is accompanied by the required 'Earnest Money / Bid Security';

(d) Is substantially responsive to the requirements of the Bidding Documents; and

(e) Provides any clarification and/or substantiation that the Employer may require to determine responsiveness pursuant to "ITB:Clause-29.2"

29.2 A substantially responsive Bid is one which conforms to all the terms, conditions and specifications of the Bidding Documents without material deviations or reservations or omissions for this purpose employer defines the foregoing terms below:-

(a) “Deviation” is departure from the requirement specified in the tender documents.

(b) “Reservation” is the setting of limiting conditions or withholding from complete acceptance of the requirement in the tender documents.

(c) “Omission” is the failure to submit part or all of the information or documentation required in the tender document.

29.3 A material deviation, reservation or omission is one that,

(a) If accepted would,

i) Affect in any substantial way the scope, quality, or performance of the job as specified in tender documents.

ii) Limit, in any substantial way, inconsistent with the Tender Document, the Employer’s rights or the tenderer’s obligations under the proposed Contract.

b) If rectified, would unfairly affect the competitive position of other bidders

presenting substantially responsive bids.

29.4 The employer shall examine all aspects of the bid to confirm that all requirements have been met without any material deviation, reservation or omission.

29.5 If a Bid is not substantially responsive, it may be rejected by the Employer and may not subsequently be made responsive by correction or withdrawal of the of material deviation, reservation or omission.

30 CORRECTION OF ERRORS

30.1 Bids determined to be substantially responsive will be checked by the Employer for any arithmetic errors. Errors will be corrected by the Employer as follows:

(i) When there is a difference between the rates in figures and words, the rate which corresponds to the amount worked out by the contractor (by multiplying the quantity and rate) shall be taken as correct.

(ii) When the rate quoted by the contractor in figures and words tallies but the amount is

Page 36: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 20

incorrect, the rate quoted by the contractor shall be taken as correct and not the amount and the amount corrected.

(iii) When it is not possible to ascertain the correct rate, in the manner prescribed above, the rate as quoted in words shall be adopted and the amount worked out, for comparison purposes.

30.2 The amount stated in the bid will be adjusted by the Employer in accordance with the above procedure for the correction of errors. If the bidder does not accept the corrected amount of bid, its bid will be rejected, and the bid security shall be forfeited.

31 CONVERSION TO SINGLE CURRENCY FOR COMPARISON OF BIDS

Not Applicable. All bids submitted must be in the currency specified at clause 14 of ITB.

32 EVALUATION AND COMPARISON OFBIDS Bid shall be evaluated as per evaluation criteria mentioned in Section-II of bidding documents. In case of a tie at the lowest bid (L1) position between two or more startup/non startup bidders,

the order/LoA will be placed on the bidder who has higher/ highest turnover in last audited

financial year.

In case there is a tie at the lowest bid (L1) position between only startup bidders and none of

them has past turnover, the order/LoA will be placed on the startup who is registered earlier with

Department of Industrial Promotion and Policy.

33 COMPENSATION FOR EXTENDED STAY [FOR APPLICABILITY OF THIS CLAUSE, REFER BDS]

33.1 In the event of the time of completions of work getting delayed beyond the time schedule indicated in the bidding document plus a grace period equivalent to 1/5 th of the time schedule or 2 months whichever is more, due to reasons solely attributable to Employer, the Contractor shall be paid compensation for extended stay (ESC) to maintain necessary organizational set up and construction tools, tackles, equipment etc. at site of work.

33.2 The bidder is required to specify the rate for ESC on per month basis in the “PRICE PART” of his bid, which shall be considered for loading on total quoted price during price bid evaluation. The loading shall be done of a period of 1/5th of the time schedule or 1 month whichever is less. In case bidder does not indicate the rate for ESC in price part of his bid, it will be presumed that no ESC is required by the bidder and evaluation shall be carried out accordingly.

34 PURCHASE PREFERENCE

Purchase preference to Central government public sector Undertaking and Micro and Small

Enterprises (MSEs) shall be allowed as per Government instructions in vogue.

[E] – AWARD OFCONTRACT

35 AWARD

Page 37: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 21

Subject to "ITB: Clause-29", GAIL will award the Contract to the successful Bidder whose Bid has

been determined to be substantially responsive and has been determined as the lowest provided

that bidder, is determined to be qualified to satisfactorily perform the Contract.

“GAIL intent to place the order/contract directly on the address from where Goods

are produced/dispatched or Services are rendered. In case, bidder wants order/

contract at some other address or supply of Goods/ Services from multiple

locations, bidder is required to provide in their bid address on which order is to be

placed”.

36 NOTIFICATION OF AWARD / LETTER OFACCEPTANCE

36.1 Prior to the expiry of ‘Period of Bid Validity’, Notification of Award for acceptance of the Bid will be intimated to the successful Bidder by GAIL either by Fax / E- mail/Letter or like means defined as the “Fax of Acceptance (FOA)”. The Contract shall enter into force on the date of FOA and the same shall be binding on GAIL and successful Bidder (i.e. Contractor/Service Provider). The Notification of Award/FOA will constitute the formation of a Contract. The detailed Letter of Acceptance shall be issued thereafter incorporating terms & conditions of Tender Document, Corrigendum, Clarification(s), Bid and agreed variation(s)/acceptable deviation(s), if any. GAIL may choose to issue Notification of Award in form of detailed Letter of Acceptance without issuing FOA and in such case the Contract shall enter into force on the date of detailed Letter of Acceptance only.

36.2 Contract period shall commence from the date of "Notification of Award" or as mentioned in the Notification of Award. The "Notification of Award" will constitute the formation of a Contract, until the Contract has been effected pursuant to signing of Contract as per "ITB: Clause-37".

Upon the successful Bidder's / Contractor's furnishing of 'Contract Performance Security /

Security Deposit', pursuant to "ITB: Clause-38", GAIL will promptly discharge his 'Earnest Money

/ Bid Security', pursuant to "ITB: Clause-16".

36.3 The Order/ contract value mentioned above is subject to Price Reduction Schedule clause.

37 SIGNING OF AGREEMENT

37.1 GAIL will award the Contract to the successful Bidder, who, within 'fifteen [15] days' of receipt of the same, shall sign and return the acknowledged copy to GAIL.

37.2 The successful Bidder/Contractor shall be required to execute an 'Agreement' in the proforma given in this Bidding Document on a 'non-judicial stamp paper' of appropriate value [cost of the 'stamp-paper' shall be borne by the successful Bidder/Contractor] and of ' state' specified in Bidding Data Sheet (BDS) only, within 'fifteen [15] days' of receipt of the "Letter of Acceptance [LOA]" of the Tender by the successful Bidder/Contractor failure on the part of the successful Bidder/Contractor to sign the 'Agreement' within the above stipulated period, shall constitute sufficient grounds for forfeiture of EMD/Security Deposit.

38 CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT

38.1 Against LSTK contract of the project, Within 30 days of the receipt of the notification of award/ Letter of Acceptance from GAIL, the successful bidder shall furnish an unconditional and irrevocable Contract Performance Security/Guarantee in accordance with of General Conditions of the Contract. The Contract Performance Security/Guarantee (CPS) shall be in the form of either Banker’s Cheque or Demand Draft or Bank Guarantee or Letter of Credit and shall be in the currency of the Contract. However, CPS shall not be applicable in cases wherein the individual

Page 38: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 22

order/contract value as specified in Notification of Award is less than INR 5 Lakh (exclusive of GST).

In addition to above, against O&M contract of the project, the Contractor shall furnish, one month before the performance ratio test, an unconditional and irrevocable bank guarantee against O&M for due Performance as per Format attached.

38.2 The contract performance security shall be for an amount equal to specified in Bidding Data Sheet (BDS) towards faithful performance of the contractual obligations and performance of equipment. For the purpose of CPS, Contract/order value shall be exclusive of GST (CGST & SGST/UTGST or IGST) to be reimbursed by the Owner.

38.3 Bank Guarantee towards performance security/ security deposit shall be from any Indian scheduled bank or a branch of an International bank situated in India and registered with Reserve bank of India as scheduled foreign bank in case of Indian bidder as well as foreign bidder. However, in case of bank guarantees from banks other than the Nationalized Indian banks, the bank must be a commercial bank having net worth in excess of Rs 100 Crores and a declaration to this effect should be made by such commercial bank either in the Bank Guarantee itself or separately on its letter head.

38.4 Failure of the successful bidder to comply with the requirements of this article shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security.

38.5 The CPS has to cover the entire contract value including extra works/services also. As long as the CPBG/Security deposit submitted at the time of award take cares the extra works/ services executed and total executed value are within the awarded contract price, there is no need for additional security deposit/ Contract Performance Security. As soon as the total executed value is likely to burst the ceiling of awarded contract price, the contractor should furnish additional CPS.

38.6 Further, the bidder can submit CPBG on line through issuing bank to GAIL directly as per Ministry of Finance (MOF) Department of financial service direction vide letter ref number F.No.7/112/2011 -BOA dated 17th July 2012. In such cases confirmation will not be sought from issuing banker by GAIL.

38.7 In addition to existing specified form (i.e. Demand Draft (DD)/ Banker’s Cheque/ Bank Guarantee/Letter of Credit) mentioned in tender documents for submission of Security Deposit/ Contract Performance Guarantee, the successful bidder can also submit the Security Deposit/ Contract Performance Guarantee through online banking transaction i.e. IMPS/NEFT/RTGS etc. For this purpose, the details of GAIL’s Bank Account are mentioned in BDS.

While remitting, the bidder must indicate “Security Deposit/ Contract Performance Guarantee against FOA/DLOA/PO no. _______ (contractor/vendor to specify the FOA/DLOA/PO No.)” under remarks column of respective bank portal. The contractor/vendor shall be required to submit the successful transaction details to the dealing officer immediately through email/letter and necessarily within 30 days from the date of Fax of Acceptance.

38.8 In case of forfeiture of Contract Performance Security/ Security Deposit, the forfeited amount will be considered inclusive of tax and tax invoice will be issued by GAIL. The forfeiture amount will be subject to final decision of GAIL based on other terms and conditions of order/ contract.

39 PROCEDURE FOR ACTION IN CASE CORRUPT /FRAUDULENT /COLLUSIVE/ COERCIVE

PRACTICES

39.1 Procedure for action in case Corrupt/ Fraudulent/Collusive/Coercive Practices is enclosed at Annexure-I.

39.2 The Fraud Prevention Policy document is available on GAIL’s website(www.gailonline.com)

39.3 NON-APPLICABILITY OF ARBITRATION CLAUSE IN CASE OF BANNING OF VENDORS/ SUPPLIERS / CONTRACTORS/BIDDERS/ CONSULTANTS INDULGED IN FRAUDULENT/ COERCIVE PRACTICES

Page 39: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 23

Notwithstanding anything contained contrary in GCC and other "CONTRACT DOCUMENTS", in case it is found that the Vendors/ Suppliers / Contractors/Bidders/ Consultants indulged in fraudulent/ coercive practices at the time of bidding, during execution of the contract etc., and/or on other grounds as mentioned in GAIL’s “Procedure for action in case Corrupt /Fraudulent /Collusive/Coercive Practices” (Annexure-I), the contractor/bidder shall be banned (in terms of aforesaid procedure) from the date of issuance of such order by GAIL (India) Ltd., to such Vendors/ Suppliers / Contractors/Bidders/ Consultants.

The Vendor/ Supplier / Contractor/ Bidder/Consultant understands and agrees that in such cases where Vendor/ Supplier / Contractor/ Bidder/Consultant has been banned (in terms of aforesaid procedure) from the date of issuance of such order by GAIL (India) Limited, such decision of GAIL (India) Limited shall be final and binding on such Vendor/ Supplier / Contractor/ Bidder/Consultant and the ‘Arbitration clause’ in the GCC and other "CONTRACT DOCUMENTS" shall not be applicable for any consequential issue /dispute arising in the matter.

40 PUBLIC PROCUREMENT POLICY FOR MICRO AND SMALL ENTERPRISES

40.1 Following provision has been incorporated in tender for MSEs, in line with notification of Government of India, vide Gazette of India No. 503 dated 26.03.2012 proclaiming the Public Procurement Policy on procurement of goods and services from Micro and Small Enterprises(MSEs)

i) Issue of tender document to MSEs free of cost.

ii) Exemption to MSEs from payment of EMD/Bid Security.

40.2 In case bidder is a Micro or Small Enterprise under the Micro, Small and Medium Enterprises Development Act, 2006, the bidder shall submit the following:

Documentary evidence that the bidder is a Micro or Small Enterprises registered with District Industries Centers or Khadi and Village Industries National Small Industries Corporation or Directorate of Handicrafts and Handloom or any other body specified by Ministry of Micro, Small and Medium Enterprises or Udyog Aadhaar Memorandum.

The above documents submitted by the bidder shall be duly certified by the Chartered Accountant (not being an employee or a Director or not having any interest in the bidder’s company/firm) and notary public with legible stamp.

If the bidder does not provide the above confirmation or appropriate document or any evidence, then it will be presumed that they do not qualify for any preference admissible in the Public Procurement Policy (PPP) 2012.

Further, MSEs who are availing the benefits of the Public Procurement Policy (PPP) 2012 get themselves registered with MSME Data Bank being operated by NSIC, under SME Division, M/o MSME, in order to create proper data base of MSEs which are making supplies to CPSUs.

40.3 If against an order placed by GAIL, successful bidder(s) (other than Micro/Small Enterprise) is procuring material/services from their sub-vendor who is a Micro or Small Enterprise registered with District Industries Centers or Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation or Directorate of Handicrafts and Handloom or any other body specified by Ministry of Micro, Small and Medium Enterprises with prior consent in writing of the purchasing authority/Engineer-in-charge, the details like Name, Registration No., Address, Contact No. details of material & value of procurement made, etc. of such Enterprises shall be furnished by the successful bidder at the time of submission of invoice/Bill.

40.4 The benefit of policy is not extended to the traders/dealers/Distributors/Stockiest/Wholesalers.

40.5 NSIC has initiated a scheme of “Consortia and Tender Marketing Scheme” under which they are assisting the Micro & Small enterprises to market their products and services through tender participation on behalf of the individual unit or through consortia. Accordingly, if the MSEs or the consortia, on whose behalf the bid is submitted by NSIC, is meeting the BEC and other terms and

Page 40: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 24

conditions of tender their bid will be considered for further evaluation. Further, in such cases a declaration is to be submitted by MSE/ consortia on their letter head (s) that all the terms and conditions of tender document shall be acceptable to them.

40.6 It may be noted that Government of India has implemented Trade Receivable Discounting System (TReDS) to address challenges faced by MSMEs in delayed payments (after receipt/acceptance of Material/Services) from Government buyers leading to shortfall of Working Capital. TReDS is an online electronic institutional mechanism for facilitating the financing of trade receivables of MSMEs through multiple financiers. GAIL is already registered on the following TReDS platform: M/s Receivable Exchange of India (RXIL), Mumbai M/s Mynd Solutions Private Limited (Mynd), New Delhi M/s A. TREDS (Invoicemart), Mumbai

MSME Bidders are requested to kindly register on the TReDS platform. The MSME vendors can avail the TReDS facility, if they want to.

41 AHR ITEMS

In item rate contract where the quoted rates for the items exceed 50% of the estimate rates, such items will be considered as Abnormally High Rates (AHR) items and payment of AHR items beyond the SOR stipulated quantities shall be made at the lowest amongst the following rates:

I) Rates as per SOR, quoted by the Contractor/Bidder.

II) Rate of the item, which shall be derived as follows:

a) Based on rates of Machine and labour as available from the contract (which includes contractor’s supervision, profit, overheads and other expenses)

b) In case rates are not available in the contract, rates will be calculated based on prevailing market rates of machine, material and labour plus 15% to cover contractor’s supervision profit, overhead & other expenses.

42 VENDOR PERFORMANCE EVALUATION

Shall be as stipulated Annexure II to ITB here with.

43 INCOME TAX & CORPORATE TAX

43.1 Income tax deduction shall be made from all payments made to the contractor as per the rules and regulations in force and in accordance with the Income Tax Act prevailing from time to time.

43.2 Corporate Tax liability, if any, shall be to the contractor’s account.

43.3 TDS, wherever applicable, shall be deducted as per applicable act/law/rule.

43.4 MENTIONING OF PAN NO. IN INVOICE / BILL

As per CBDT Notification No. 95/2015 dated 30.12.2015, mentioning of PAN no. is mandatory for procurement of goods / services/works/consultancy services exceeding Rs. 2 Lacs per transaction.

Accordingly, supplier/ contractor/ service provider/ consultant should mention their PAN no. in their invoice/ bill for any transaction exceeding Rs. 2 lakhs. As provided in the notification, in case supplier/ contractor/ service provider/ consultant do not have PAN no., they have to submit declaration in Form 60 along with invoice/ bill for each transaction.

Payment of supplier/ contractor / service provider/ consultant shall be processed only after fulfillment of above requirement

Page 41: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 25

44 SETTLEMENT OF COMMERCIAL DISPUTES BETWEEN PUBLICSECTOR ENTERPRISE(S) INTER

SE AND PUBLIC SECTORENTERPRISE(S) AND GOVERNMENT DEPARTMENT (S) THROUGHADMINISTRATIVE MECHANISM FOR RESOLUTION OF CPSESDISPUTES (AMRCD) IN THE DEPARTMENT OF PUBLIC ENTERPRISES In the event of any dispute or difference relating to the interpretation and application of the provisions of commercial contract(s)between Central Public Sector Enterprises (CPSEs) inter se and also between CPSEs and Government Departments / Organizations (excluding disputes concerning Railways, Income Tax, Customs & Excise Departments), such dispute or difference shall be taken up by either party for resolution through AMRCD as mentioned in DPE OM No. 4(1)/2013-DPE (GM) / FTS-1835 dated 22.05.2018.

45 DISPUTE RESOLUTION (ADDENDUM TO PROVISION REGARDINGAPPLICABLE LAWS AND SETTLEMENT OF DISPUTES OF GCC)

45.1 GAIL (India) Limited has framed the Conciliation Rules 2010 in conformity with supplementary to Part – III of the Indian Arbitration and Conciliation Act 1996 for speedier, cost effective and amicable settlement of disputes through conciliation. A copy of the said rules made available on GAIL’s web site www.gailonline.com for reference. Unless otherwise specified, the matters where decision of the Engineer-in-Charge is deemed to be final and binding as provided in the Agreement and the issues/disputes which cannot be mutually resolved within a reasonable time, all disputes shall be settled in accordance with the Conciliation Rules 2010.

45.2 Any dispute(s)/difference(s)/issue(s) of any kind whatsoever between/amongst the Parties

arising under/out of/in connection with this contract shall be settled in accordance with the

aforesaid rules.

45.3 In case of any dispute(s)/difference(s)/issue(s), a Party shall notify the other Party(ies) in writing

about such a dispute(s) / difference(s) / issue(s) between / amongst the Parties and that such a

Party wishes to refer the dispute(s)/difference(s)/issue(s) to Conciliation. Such Invitation for

Conciliation shall contain sufficient information as to the dispute(s)/difference(s)/issue(s) to

enable the other Party(ies) to be fully informed as to the nature of the dispute(s)/ difference(s)/

issue(s), the amount of monetary claim, if any, and apparent cause(s) of action.

45.4 Conciliation proceedings commence when the other Party(ies) accept(s) the invitation to

conciliate and confirmed in writing. If the other Party(ies) reject(s) the invitation, there will be no

conciliation proceedings.

45.5 If the Party initiating conciliation does not receive a reply within thirty days from the date on

which he/she sends the invitation, or within such other period of time as specified in the

invitation, he/she may elect to treat this as a rejection of the invitation to conciliate. If he/she so

elects, he/she shall inform the other Party(ies)accordingly.

45.6 Where Invitation for Conciliation has been furnished, the Parties shall attempt to settle such

dispute(s) amicably under Part-III of the Indian Arbitration and Conciliation Act, 1996 and GAIL

(India) Limited Conciliation Rules, 2010. It would be only after exhausting the option of

Conciliation as an Alternate Dispute Resolution Mechanism that the Parties hereto shall go for

Arbitration. For the purpose of this clause, the option of ‘Conciliation’ shall be deemed to have

been exhausted, even in case of rejection of ‘Conciliation’ by any of the Parties.

45.7 The cost of Conciliation proceedings including but not limited to fees for Conciliator(s), Airfare,

Page 42: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 26

Local Transport, Accommodation, cost towards conference facility etc. shall be borne by the

Parties equally.

45.8 The Parties shall freeze claim(s) of interest, if any, and shall not claim the same during the

pendency of Conciliation proceedings. The Settlement Agreement, as and when reached/agreed

upon, shall be signed between the Parties and Conciliation proceedings shall stand terminated on

the date of the Settlement Agreement.

46 INAM-PRO (PLATFORM FOR INFRASTRUCTURE AND MATERIALSPROVIDERS) INAM-Pro (Platform for infrastructure and materials providers) is a web based platform for infrastructure provides and materials suppliers and was developed by Ministry of Road Transport and Highways (MoRT&H) with a view to reduce project execution delays on account of supply shortages and inspire greater confidence in contractors to procure cement to start with directly from the manufacturers. Presently, numerous cement companies are registered in the portal and offering cement for sale on the portal with a commitment period of 3 years. These companies have bound themselves by ceiling rates for the entire commitment period, wherein they are allowed to reduce or increase their cement rates any number of times within the ceiling rate, but are not permitted to exceed the said ceiling rate. MoRT&H is expanding the reach of this web-portal by increasing both the product width as well as the product depth. They are working on incorporating 60 plus product categories. The product range will span from large machineries like Earth Movers and Concrete Mixers, to even the smallest items like road studs. MoRT&H intend to turn it into a portal which services every infrastructure development related need of a modern contractor. GAIL’s contractors may use this innovative platform, wherever applicable. The usage of web – Portal is a completely voluntary exercise. The platform, however, can serve as a benchmark for comparison of offered prices and products.

47 PROMOTION OF PAYMENT THROUGH CARDS AND DIGITAL MEANS To promote cashless transactions, the onward payments by Contractors to their employees, service providers, sub-contractors and suppliers may be made through Cards and Digital means to the extent possible.

48 CONTRACTOR TO ENGAGE CONTRACT MANPOWER BELONGING TOSCHEDULED CASTES AND WEAKER SECTIONS OF THE SOCIETY While engaging the contractual manpower, Contractors are required to make efforts to provide opportunity of employment to the people belonging to Scheduled Castes and weaker sections of the society also in order to have a fair representation of these sections.

49 QUARTERLY CLOSURE OF THE CONTRACT

[FOR APPLICABILITY OFTHIS CLAUSE, REFER BDS]:-

During execution of contracts/orders, various issues may arise. In order to timely detect and to address the contractual issue (s) during the execution of contracts, GAIL has introduced a mechanism of quarterly closure of the contract, under which all the issues related to the contract execution will be monitored on quarterly basis for resolution. Vendors/Contractors are required to co-operate with EIC for proper implementation of this mechanism for smooth execution of the contract.”

Page 43: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 27

50 PROVISIONS FOR STARTPUS (AS DEFINED IN GAZETTENOTIFICATION NO. D.L-33004/99

DATED 18.02.2016 AND 23.05.2017 OFMINISTRY OF COMMERCE AND INDUSTRY AND AS AMENDED FROMTIME TO TIME) [FOR APPLICABLITY REFER BDS] As mentioned in Section-II, Prior turnover and prior experience shall not be required for all Startups [whether Micro & Small Enterprises (MSEs) or otherwise] subject to their meeting the quality and technical specifications specified in tender document. Further, the Startups are also exempted from submission of EMDs. For availing the relaxation, bidder is required to submit requisite certificate towards Startup enterprise registration issued by Department of Industrial Policy and Promotion, Ministry of Commerce and the certificate should be certified by the Chartered Accountant (not being an employee or a Director or not having any interest in the bidder’s company/firm) and notary public with legible stamp. If a Startup [whether Micro & Small Enterprises (MSEs) or otherwise] gets qualified without turnover and experience criteria specified in tender and emerges lowest bidder, the order on such Startup shall be placed for entire tendered quantity/group/item/part wise as stated in tender. If a Startup emerge lowest bidder, the LoA on such Startup shall be placed for entire tendered quantity/group/item/part (as the case may be). However, during the Kick of Meeting monthly milestones/ check points would be drawn. Further, the performance of such contractor/ service provider will be reviewed more carefully and action to be taken as per provision of contract in case of failure/ poor performance.

51 PROVISION REGARDING INVOICE FOR REDUCED VALUE OR CREDITNOTE TOWARDS PRS

As mentioned in GCC, PRS is the reduction in the consideration / contract value for the goods / services covered under this contract. In case of delay in supply/ execution of contract, supplier/ contractor/ service provider should raise invoice for reduced value as per Price Reduction Schedule Clause (PRS clause). If supplier/ contractor/ service provider has raised the invoice for full value, then supplier/ contractor/ service provider should issue Credit Note towards the applicable PRS amount with applicable taxes. In such cases if supplier/ contractor/ service provider fails to submit the invoice with reduced value or does not issue credit note as mentioned above, GAIL will release the payment to supplier/ contractor/ service provider after giving effect of the PRS clause with corresponding reduction of taxes charged on vendor’s invoice, to avoid delay in delivery/collection of material.” In case any financial implication arises on GAIL due to issuance of invoice without reduction in price or non-issuance of Credit Note, the same shall be to the account of supplier/ contractor/ service provider. GAIL shall be entitled to deduct / setoff / recover such GST amount (CGST & SGST/UTGST or IGST) together with penalties and interest, if any, against any amounts paid or becomes payable by GAIL in future to the Supplier/Contractor under this contract or under any other contract.

Page 44: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 28

Annexure-I

PROCEDURE FOR ACTION IN CASE CORRUPT/ FRAUDULENT/ COLLUSIVE/ COERCIVE

PRACTICES

A Definitions:

A.1 “Corrupt Practice” means the offering, giving, receiving or soliciting, directly or indirectly,

anything of value to improperly influence the actions in selection process or in contract execution.

“Corrupt Practice” also includes any omission for misrepresentation that may mislead or attempt

to mislead so that financial or other benefit may be obtained or an obligation avoided.

A.2 “Fraudulent Practice” means and includes any act or omission committed by a agency or with his

connivance or by his agent by misrepresenting/ submitting false documents and/ or false

information or concealment of facts or to deceive in order to influence a selection process or

during execution of contract/order.

A.3 “Collusive Practice amongst bidders (prior to or after bid submission)”means a scheme or

arrangement designed to establish bid prices at artificial non-competitive levels and to deprive

the Employer of the benefits of free and open competition.

A.4 “Coercive practice” means impairing or harming or threatening to impair or harm directly or

indirectly, any agency or its property to influence the improperly actions of an agency,

obstruction of any investigation or auditing of a procurement process.

A.5 “Vendor/Supplier/Contractor/Consultant/Bidder” is herein after referred as “Agency”

A.6 ”Appellate Authority” shall mean Committee of Directors consisting of Director (Finance) and

Director (BD) for works centers under Director (Projects). For all other cases committee of

Directors shall consist of Director (Finance) & Director (Projects).

A.7 “Competent Authority” shall mean the authority, who is competent to take final decision for

Suspension of business dealing with an Agency/ (ies) and Banning of business dealings with

Agency/ (ies) and shall be the “Director” concerned.

A.8 “Allied Agency” shall mean all the concerns within the sphere of effective influence of banned/

suspended agencies. In determining this, the following factors may be taken into consideration:

a) Whether the management is common; b) Majority interest in the management is held by the partners or directors of banned/

suspended firm. c) Substantial or majority shares are owned by banned/ suspended agency and by virtue of

this it has a controlling voice.

A.9 “Investigating Agency” shall mean any department or unit of GAIL investigating into the conduct

of Agency/ party and shall include the Vigilance Department of the GAIL, Central Bureau of

Investigation, State Police or any other agency set up by the Central or state government having

power to investigate.

B Actions against bidder(s) indulging in corrupt /fraudulent/ collusive/ coercive practice

B.1 Irregularities noticed during the evaluation of the bids:

Page 45: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 29

If it is observed during bidding process/ bids evaluation stage that a bidder has indulged in corrupt/fraudulent /collusive/coercive practice, the bid of such Bidder (s) shall be rejected and its Earnest Money Deposit (EMD) shall be forfeited. Further, such agency shall be banned for future business with GAIL for a period specified in para B 2.2 below from the date of issue of banning order.

B.2 Irregularities noticed after award of contract (i) During execution of contract:

If an agency is found to have indulged in corrupt/fraudulent/ collusive/coercive practices, during execution of contract, the agency shall be banned for future business with GAIL for a period specified in Para B 2.2 below from the date of issue of banning order.

The concerned order(s)/contract(s) where corrupt/fraudulent/collusive practices is observed, shall be suspended with immediate effect by Engineer-in-Charge(EIC)/ Employer whereby the supply/work/service and payment etc. will be suspended. The action shall be initiated for putting the agency on banning.

After conclusion of process, the order(s)/ contract(s) where it is concluded that such irregularities have been committed shall be terminated and Contract cum Performance Bank Guarantee (CPBG) submitted by agency against such order(s)/ contract(s) shall also be forfeited. The amount that may have become due to the contractor on account of work already executed by him shall be payable to the contractor and this amount shall be subject to adjustment against any amounts due from the contractor under the terms of the contract.

No risk and cost provision will be enforced in such cases.

(ii) After execution of contract and during Defect liability period (DLP)/

Warranty/Guarantee Period:

If an agency is found to have indulged in corrupt/fraudulent/ collusive/coercive practices, after execution of contract and during DLP/ Warranty/Guarantee Period, the agency shall be banned for future business with GAIL for a period specified in para B 2.2 below from the date of issue of banning order.

Further, the Contract cum Performance Bank Guarantee (CPBG) submitted by agency against such order(s)/ contract (s) shall be forfeited.

(iii) After expiry of Defect liability period (DLP)/ Warranty/Guarantee Period

If an agency is found to have indulged in corrupt/fraudulent/ collusive/coercive practices, after expiry of Defect liability period (DLP)/ Warranty/Guarantee Period, the agency shall be banned for future business with GAIL for a period specified in para B 2.2 below from the date of issue of banning order.

B 2.2 Period of Banning

The period of banning of agencies indulged in Corrupt/ Fraudulent/ Collusive/Coercive Practices

shall be as under and to be reckoned from the date of banning order:

Page 46: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 30

S.No Description

Period of banning

from the date of

issuance of Banning

order

1 Misrepresentation/False information other than pertaining to

BEC of tender but having impact on the selection process.

For example, if an agency confirms not being in holiday/

banning list of PSUs/ Govt. Dept., liquidation, bankruptcy & etc.

and subsequently it is found otherwise, such acts shall be

considered in this category.

02 Years

2

2.1

Corrupt/Fraudulent (pertaining to BEC of tender)

/Collusive/Coercive Practices

If an agency again commits Corrupt/Fraudulent (pertaining to

BEC of tender) /Collusive/ Coercive Practices in subsequent

cases after their banning, such situation of repeated offense to

be dealt with more severity and following shall be the period of

banning:

(i) Repeated once

(ii) Repeated twice or more

03 Years

07 Years(in addition

to the period already

served)

15 Years(in addition

to the period already

served)

3 Indulged in unauthorized disposal of materials provided by

GAIL

07 Years

4 If act of vendor/ contractor is a threat to the National Security 15 Years

C Effect of banning on other ongoing contracts/ tenders

C.1 If an agency is put on Banning, such agency should not be considered in ongoing tenders/future

tenders.

C.2 However, if such an agency is already executing other order (s)/ contract (s) where no

corrupt/fraudulent/ collusive/coercive practice is found, the agency should be allowed to

continue till its completion without any further increase in scope except those incidental to

original scope mentioned in the contract.

C.3 If an agency is put on the Banning List during tendering and no irregularity is found in the case

under process:

C.3.1 After issue of the enquiry /bid/tender but before opening of Technical bid, the bid submitted by

the agency shall be ignored.

C.3.2 After opening Technical bid but before opening the Price bid, the Price bid of the agency shall not

be opened and BG/EMD submitted by the agency shall be returned to the agency.

C.3.3 After opening of price, BG/EMD made by the agency shall be returned; the offer of the agency

shall be ignored & will not be further evaluated. If the agency is put on banning list for fraud/

Page 47: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 31

mis-appropriation of facts committed in the same tender/other tender where errant agency

emerges as the lowest (L1), then such tender shall also be cancelled and re-invited.

D Procedure for Suspension of Bidder

D.1 Initiation of Suspension

Action for suspension business dealing with any agency/ (ies) shall be initiated by Corporate

C&P Department when

(i) Corporate Vigilance Department based on the fact of the case gathered during investigation by them recommend for specific immediate action against the agency.

(ii) Corporate Vigilance Department based on the input from investigating agency, forward for specific immediate action against the agency.

(iii) Nonperformance of Vendor/Supplier/Contractor/Consultant leading to termination of

Contract/Order.

D.2 Suspension Procedure:

D.2.1 The order of suspension would operate initially for a period not more than six months and is to

be communicated to the agency and also to Corporate Vigilance Department. Period of

suspension can be extended with the approval of the Competent Authority by one month at a

time with a ceiling of six months pending a conclusive decision to put the agency on banning list.

D.2.2 During the period of suspension, no new business dealing may be held with the agency.

D.2.3 Period of suspension shall be accounted for in the final order passed for banning of business with

the agency.

D.2.4 The decision regarding suspension of business dealings should also be communicated to the

agency.

D.2.5 If a prima-facie, case is made out that the agency is guilty on the grounds which can result in

banning of business dealings, proposal for issuance of suspension order and show cause notice

shall be put up to the Competent Authority. The suspension order and show cause notice must

include that (i) The agency is put on suspension list and (ii) why action should not be taken for

banning the agency for future business from GAIL.

The competent authority to approve the suspension will be same as that for according approval

for banning.

D3 Effect of Suspension of business:

Effect of suspension on other on-going/future tenders will be as under:

D.3.1 No enquiry/bid/tender shall be entertained from an agency as long as the name of agency

appears in the Suspension List.

D.3.2 If an agency is put on the Suspension List during tendering:

D.3.2.1 After issue of the enquiry /bid/tender but before opening of Technical bid, the bid submitted by

Page 48: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 32

the agency shall be ignored.

D.3.2.2 After opening Technical bid but before opening the Price bid, the Price bid of the agency shall not

be opened and BG/EMD submitted by the agency shall be returned to the agency.

D.3.2.3 After opening of price, BG/EMD made by the agency shall be returned; the offer of the agency

shall be ignored & will not be further evaluated. If the agency is put on Suspension list for fraud/

mis-appropriation of facts conducted in the same tender/other tender where errant agency

emerges as the lowest (L1), then such tender shall also be cancelled and re-invited.

D.3.3 The existing contract (s)/ order (s) under execution shall continue.

D.3.4 Tenders invited for procurement of goods, works and services shall have provision that the

bidder shall submit a undertaking to the effect that (i) neither the bidder themselves nor their

allied agency/(ies) are on banning list of GAIL or the Ministry of Petroleum and Natural Gas and

(ii) bidder is not banned by any Government department/ Public Sector.

E -------

F Appeal against the Decision of the Competent Authority:

F.1 The agency may file an appeal against the order of the Competent Authority for putting the agency on banning list. The appeal shall be filed to Appellate Authority. Such an appeal shall be preferred within one month from the of receipt of banning order.

F.2 Appellate Authority would consider the appeal and pass appropriate order which shall be communicated to the party as well as the Competent Authority.

F.3 Appeal process may be completed within 45 days of filing of appeal with the Appellate Authority.

G Wherever there is contradiction with respect to terms of ‘Integrity pact’, GCC and ‘Procedure for

action in case of Corrupt/Fraudulent/ Collusive/Coercive Practice’, the provisions of ‘Procedure

for action in case of Corrupt/Fraudulent /Collusive/Coercive Practice’ shall prevail.

Page 49: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 33

Annexure-II

PROCEDURE FOR EVALUATION OF PERFORMANCE OF VENDORS/ SUPPLIERS/ CONTRACTORS/ CONSULTANTS

1. GENERAL

A system for evaluation of Vendors/ Suppliers/Contractors/ Consultants and their performance is a key process and important to support an effective purchasing & contracting function of an organization. Performance of all participating Vendors/ Suppliers/Contractors/ Consultants need to be closely monitored to ensure timely receipt of supplies from a Vendor, completion of an assignment by a Consultant or complete execution of order by a contractor within scheduled completion period. For timely execution of projects and meeting the operation & maintenance requirement of operating plants, it is necessary to monitor the execution of order or contracts right from the award stage to completion stage and take corrective measures in time.

2. OBJECTIVE

The objective of Evaluation of Performance aims to recognize, and develop reliable Vendors/ Suppliers/Contractors/ Consultants so that they consistently meet or exceed expectations and requirements.

The purpose of this procedure is to put in place a system to monitor performance of Vendors/

Suppliers/Contractors/ Consultants associated with GAIL in Projects and in O&M so as to ensure

timely completion of various projects, timely receipt of supplies including completion of works &

services for operation and maintenance of operating plants and quality standards in all respects.

3. METHODOLOGY

i) Preparation of Performance Rating Data Sheet

Performance rating data Sheet for each and every Vendor/ Supplier/Contractor/ Consultant

for all orders/Contracts with a value of Rs. 7 Lakhs and above is recommended to be drawn

up. These data sheets are to be separately prepared for orders/ contracts related to Projects

and O&M. Format, Parameters, Process, responsibility for preparation of Performance Rating

Data Sheet are separately mentioned.

ii) Measurement of Performance

Based on the parameters defined in Data Sheet, Performance of concerned Vendor/

Supplier/Contractor/ Consultant would be computed and graded accordingly. The

measurement of the performance of the Party would be its ability to achieve the minimum

scoring of 60% points in the given parameters.

iii) Initiation of Measures:

Depending upon the Grading of Performance, corrective measures would be initiated by

taking up the matter with concerned Vendor/ Supplier /Contractor/Consultant. Response of

Vendor/Supplier/ Contractor / Consultant would be considered before deciding further

course of action.

iv) Implementation of Corrective Measures:

Based on the response of Vendor/ Supplier/Contractor/ Consultant, concerned Engineer-in-

Charge for the Projects and/or OIC in case of O&M would recommend for continuation or

discontinuation of such party from the business of GAIL.

Page 50: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 34

v) Orders/contracts placed on Proprietary/OEM basis for O&M will be evaluated and, if

required, corrective action will be taken for improvement in future.

4. EXCLUSIONS:

The following would be excluded from the scope of evaluation of performance of Vendors /Suppliers/Contractors/Consultants:

(i) Orders/Contracts below the value of Rs. 50 Lakhs if Vendor/ Supplier/Contractor/ Consultant is not on watch list/ holiday list/ banning list.

(ii) Orders for Misc. /Administrative items/ Non stock Non valuated items (PO with material code ending with 9).

However, concerned Engineer-in-Charge /OICs will continue to monitor such cases so as to minimize the impact on Projects/O&M plants due to non-performance of Vendors/ Suppliers/Contractors/Consultants in all such cases.

5. PROCESS OF EVALUATION OF PERFORMANCE OF VENDORS/ SUPPLIERS/ CONTRACTORS/CONSULTANTS

5.1 FOR PROJECTS i) Evaluation of performance of Vendors/ Suppliers/Contractors/ Consultants in case of

PROJECTS shall be done immediately with commissioning of any Project.

ii) On commissioning of any Project, EIC (Engineer-in-charge)/ Project- in-charge shall prepare

a Performance Rating Data Sheet (Format at Annexure-1) for all Orders and Contracts.

iii) Depending upon the Performance Rating, following action need to be initiated by Engineer-

in-charge/Project-in-charge:

Sl. No Performance Rating Action

1 POOR Seek explanation for Poor performance

2 FAIR Seek explanation for Fair performance

3 GOOD Letter to the concerned for improving

performance in future

4 VERY GOOD No further action

iv) Reply from concerned Vendor/ Supplier/Contractor/ Consultant shall be examined. In case

of satisfactory reply, Performance Rating data Sheet to be closed with a letter to the concerned for improving performance in future.

v) When no reply is received or reasons indicated are unsatisfactory, the following actions need to be taken:

A) Where Performance rating is “POOR”(as per Performance Rating carried out after execution of Order/ Contract and where no reply/ unsatisfactory reply is received from party against the letter seeking the explanation from Vendor/Supplier/Contractor/ Consultant along with sharing the performance rating) Recommend such defaulting Vendor/Supplier/Contractor/ Consultant for the following action:

Page 51: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 35

a) First such instance: Advisory notice (Yellow Card) shall be issued and Vendor/Supplier/Contractor/ Consultant shall be put on watch list for a period of Three (3) Years.

Such vendor will be allowed to participate in all other tenders and to execute other ongoing order/ contract (s) or new contract/ order (s).

The Yellow card will be automatically revoked after a period of three years unless the same is converted into Red Card due to subsequence instances of poor/ non-performance in other ongoing order (s)/ contract (s) or new order(s) /contact (s) on such Vendor/ Supplier/ Contractor/ Consultant.

b) Second such instance in other ongoing order (s)/ contract (s) or new order (s)

/contact (s) on such Vendor/ Supplier/ Contractor/ Consultant

(i) Poor Performance due to reasons other than Quality: Putting on Holiday for a period of One Year

(ii) Poor Performance on account of Quality (if any mark obtained against Quality parameter is less than 30): Putting on Holiday for a period of Two Years

(iii) Subsequent instances (more than two) in other ongoing order (s)/ contract (s) or new order (s) /contact (s) on such Vendor/ Supplier/ Contractor Consultant: Putting on Holiday for a period of Three Years

B) Where Poor/Non-Performance leading to termination of contract or Offloading of contract due to poor performance attributable to Vendor/Supplier/ Contractor/ Consultant (under clause no. 32 (C) of GCC-Works) a) First instance: Advisory notice (Yellow Card) shall be issued and

Vendor/Supplier/Contractor /Consultant shall be put on watch list for a period of Three (3) Years. Further such vendor will not be allowed to participate in the re-tender of the same supply/work/services of that location which has terminated /offloaded. Moreover, it will be ensured that all other action as per provision of contract including forfeiture of Contract Performance Security (CPS) etc. are undertaken. However, such vendor will be allowed to participate in all other tenders and to execute other ongoing order/ contract (s) or new contract/ order (s). The Yellow card will be automatically revoked after a period of three years unless the same is converted into Red Card due to subsequence instances of poor/ non-performance in other ongoing order (s)/ contract (s) or new order (s) /contact (s) on such Vendor/ Supplier/ Contractor/ Consultant.

b) Second instances in other ongoing order (s)/ contract (s) or new order (s)/contact (s) on such Vendor/ Supplier/ Contractor/ Consultant: Holiday (Red Card) for period of One Year and they shall also to be considered for Suspension.

c) Subsequent instances (more than two) in other ongoing order (s)/ contract (s) or new order (s) /contact (s) on such Vendor/ Supplier/ Contractor/ Consultant: Holiday (Red Card) for period of Three Years and they shall also to be considered for Suspension.

C) Where Performance rating is “FAIR”:

Page 52: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 36

Issuance of warning to such defaulting Vendor/Supplier/Contractor/Consultant to improve their performance.

5.2 FOR CONSULTANCY JOBS

Monitoring and Evaluation of consultancy jobs will be carried out in the same way as described in

para 5.1 for Projects.

5.3 FOR OPERATION & MAINTENANCE

i) Evaluation of performance of Vendors/ Suppliers/Contractors/ Consultants in case of Operation and Maintenance shall be done immediately after execution of order/contract.

ii) After execution of orders a Performance Rating Data Sheet (Format at Annexure-2) shall be prepared for Orders by Site C&P and for Contracts/Services by respective Engineer-In- Charge.

iii) Depending upon Performance Rating, following action need to be initiated by Site EIC:

Sl. No.

Performance Rating Action

1 POOR Seek explanation for Poor performance

2. FAIR Seek explanation for Fair performance

3 GOOD Letter to the concerned for improving performance in future.

4 VERY GOOD No further action

iv) Reply from concerned Vendor/ Supplier/Contractor/ Consultant shall be examined. In case of satisfactory reply, Performance Rating data Sheet to be closed with a letter to the concerned for improving performance in future.

v) When no reply is received or reasons indicated are unsatisfactory, the following actions need to be taken:

A) Where Performance rating is “POOR”(as per Performance Rating carried out after execution of Order/ Contract and where no reply/ unsatisfactory reply is received from party against the letter seeking the explanation from Vendor/Supplier/Contractor/ Consultant along with sharing the performance rating)

Recommend such defaulting Vendor/Supplier/Contractor/ Consultant for the following action:

a) First such instance: Advisory notice (Yellow Card) shall be issued and Vendor/Supplier/Contractor/ Consultant shall be put on watch list for a period of Three (3) Years.

Such vendor will be allowed to participate in all other tenders and to execute other ongoing order/ contract (s) or new contract/ order (s). The Yellow card will be automatically revoked after a period of three years unless the same is converted into Red Card due to subsequence instances of poor/ non-

Page 53: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 37

performance in other ongoing order (s)/ contract (s) or new order(s) /contact (s) on such Vendor/ Supplier/ Contractor/ Consultant.

b) Second such instance in other ongoing order (s)/ contract (s) or new order (s)

/contact (s) on such Vendor/ Supplier/ Contractor/ Consultant

(i) Poor Performance due to reasons other than Quality: Putting on Holiday for a period of One Year

(ii) Poor Performance on account of Quality (if any mark obtained against Quality parameter is less than 30): Putting on Holiday for a period of Two Years

c) Subsequent instances (more than two) in other ongoing order (s)/ contract (s) or

new order (s) /contact (s) on such Vendor/ Supplier/ Contractor Consultant: Putting on Holiday for a period of Three Years

B) Where Poor/Non-Performance leading to termination of contract or Offloading of contract due to poor performance attributable to Vendor/Supplier/ Contractor/ Consultant (under clause no. 32 (C) of GCC-Works)

a) First instance: Advisory notice (Yellow Card) shall be issued and Vendor/Supplier/Contractor /Consultant shall be put on watch list for a period of Three (3) Years. Further such vendor will not be allowed to participate in the re-tender of the same supply/work/services of that location which has terminated /offloaded. Moreover, it will be ensured that all other action as per provision of contract including forfeiture of Contract Performance Security (CPS) etc. are undertaken.

However, such vendor will be allowed to participate in all other tenders and to execute other ongoing order/ contract (s) or new contract/ order (s). The Yellow card will be automatically revoked after a period of three years unless the same is converted into Red Card due to subsequence instances of poor/ non-performance in other ongoing order (s)/ contract (s) or new order (s) /contact (s) on such Vendor/ Supplier/ Contractor/ Consultant.

b) Second instances in other ongoing order (s)/ contract (s) or new order (s)/contact (s) on such Vendor/ Supplier/ Contractor/ Consultant: Holiday (Red Card) for period of One Year and they shall also to be considered for Suspension.

c) Subsequent instances (more than two) in other ongoing order (s)/ contract (s) or new order (s) /contact (s) on such Vendor/ Supplier/ Contractor/ Consultant: Holiday (Red Card) for period of Three Years and they shall also to be considered for Suspension.

C) Where Performance rating is “FAIR”: Issuance of warning to such defaulting Vendor/Supplier/Contractor/Consultant to improve their performance.

6. REVIEW & RESTORATION OF PARITES PUT ON HOLIDAY

Page 54: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 38

An order for Holiday passed for a certain specified period shall deemed to have been automatically

revoked on the expiry of that specified period and it will not be necessary to issue a specific formal

order of revocation.

Further, in case Vendor/ Supplier/Contractor/ Consultant is put on holiday due to quality, and new

order is placed on bidder after restoration of Vendor/ Supplier/Contractor/ Consultant, such order

will be properly monitored during execution stage by the concerned site.

7. EFFECT OF HOLIDAY

7.1 If a Vendor/ Supplier/Contractor/ Consultant is put on Holiday, such Vendor/Supplier/Contractor/ Consultant should not be considered in ongoing tenders/future tenders.

7.2 However, if such Vendor/ Supplier/Contractor/ Consultant is already executing any other order/ contract and their performance is satisfactory in terms of the relevant contract, should be allowed to continue till its completion without any further increase in scope except those incidental to original scope mentioned in the contract. In such a case CPBG will not be forfeited and payment will be made as per provisions of concerned contract. However, this would be without prejudice to other terms and conditions of the contract.

7.3 Effect on other ongoing tendering:

7.3.1 After issue of the enquiry /bid/tender but before opening of Technical bid, the bid submitted by the

party shall be ignored.

7.3.2 After opening Technical bid but before opening the Price bid, the Price bid of the party shall not be

opened and BG/EMD submitted by the party shall be returned to the party.

7.3.3 After opening of price, BG/EMD made by the party shall be returned; the offer of the party shall be

ignored & will not be further evaluated. If errant party emerges as the lowest (L1), then such tender

shall also be cancelled and re- invited.

8. While putting the Vendor/ Supplier/Contractor/ Consultant on holiday as per the procedure, the holding company, subsidiary, joint venture, sister concerns, group division of the errant Vendor/ Supplier/Contractor/ Consultant shall not be considered for putting on holiday list.

Any bidder, put on holiday, will not be allowed to bid through consortium route also in new tender during the period of holiday.

9. If an unsuccessful bidder makes any vexatious, frivolous or malicious complaint against the tender process with the intention of delaying or defeating any procurement or causing loss to GAIL or any other bidder, such bidder will be put on holiday for a period of six months, if such complaint is proved to be vexatious, frivolous or malicious, after following the due procedure.

10. APPEAL AGAINST THE DECISION OF THE COMPETENT AUTHORITY:

(a) The party may file an appeal against the order of the Competent Authority for putting the party

on Holiday list. The appeal shall be filed to Appellate Authority. Such an appeal shall be

preferred within one month from the date of receipt of Holiday order.

(b) Appellate Authority would consider the appeal and pass appropriate order which shall be

communicated to the party as well as the Competent Authority.

Page 55: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 39

(c) Appeal process may be completed within 45 days of filing of appeal with the Appellate

Authority.

(d) “Appellate Authority” shall mean Committee of Directors consisting of Director (Finance) and

Director (BD) for works centers under Director (Projects). For all other cases committee of

Directors shall consist of Director (Finance) & Director (Projects).

11. ERRANT BIDDER In case after price bid opening the lowest evaluated bidder (L1) is not awarded the job for any mistake committed by him in bidding or withdrawal of bid or modification of bid or varying any term in regard thereof leading to re- tendering, GAIL shall forfeit EMD paid by the bidder and such bidders shall be debarred from participation in re-tendering of the same job(s)/item(s). Further, such bidder will be put on holiday for a period of six months after following the due

procedure.

12. In case CBIC (Central Board of Indirect Taxes and Customs)/ any tax authority / any equivalent government agency brings to the notice of GAIL that the Supplier has not remitted the amount towards GST (CGST & SGST/UTGST or IGST) collected from GAIL to the government exchequer, then, that Supplier shall be put under Holiday list of GAIL for period of six months after following the due procedure. This action will be in addition to the right of recovery of financial implication arising on GAIL.

Page 56: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 40

ANNEXURE-I

GAIL (India) Limited PERFORMANCE RATING DATA SHEET

(FOR PROJECTS/ CONSULTANCYJOBS)

i) Project/Work Centre :

ii) Order/ Contract No.& date :

iii) Brief description of Items :

Works/Assignment

iv) Order/Contract value(Rs.) :

v) Name of Vendor/Supplier/ :

Contractor/ Consultant

vi) Contracted delivery/ :

Completion Schedule

vii) Actual delivery/ :

Completion date

Performance Parameter

Delivery/Completion

Performance

Quality Performance

Reliability Performance#

Total

Maximum

Marks 40 40 20 100

Marks Allocated(*)

Note:

Remarks (if any)

PERFORMANCE RATING (**)

Note:

(#) Vendor/Supplier/Contractor/Consultant who seek repeated financial assistance or deviation beyond contract payment term or seeking direct payment to the sub- vendor/sub-contractor due to financial constraints, then ‘0’ marks should be allotted against Reliability Performance.

(*) Allocation of marks should be as per enclosed instructions

(**) Performance rating shall be classified as under:

Signature of Authorized Signatory: Name: Designation:

Sl. No.

Range (Marks) Rating

1 60 & below POOR

2 61-75 FAIR

3 76-90 GOOD

4 More than 90 VERYGOOD

Page 57: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 41

Instructions for allocation of marks

1. Marks are to be allocated as under:

1.1 DELIVERY / COMPLETION PERFORMANCE 40 Marks

Delivery Period/ Completion Schedule

Delay in Weeks Marks

a) Up to3 months Before CDD 40

Delay up to 4 weeks 35

" 8 weeks 30

" 10 weeks 25

" 12 weeks 20

" 16 weeks 15

More than 16 weeks 0

b) Above 3 months Before CDD 40

Delay up to 4 weeks 35

" 8 weeks 30

" 10 weeks 25

" 16 weeks 20

" 20 weeks 15

" 24 weeks 10

More than 24 weeks 0

1.2 QUALITY PERFORMANCE 40 Marks

For Normal Cases: No Defects/ No Deviation/No failure: 40 Marks

i.) Rejection/Defects Marks to be allocated on Pro-rata basis for acceptable quantity as compared to total

quantity for normal cases

10 Marks

ii.) When quality failure endanger System integration and safety of the system

Failure of severe nature 0 Marks

Moderate Nature 5 Marks

Low severe nature 10-25Marks

iii.) Number of Deviations No deviation 5 Marks

No. of deviations ≤ 2 2 Marks

No. of deviations > 2 0 Marks

Page 58: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 42

1.3 RELIABILITY PERFORMANCE 20Marks

A. FOR WORKS/CONTRACTS

i) Submission of order acceptance, agreement, PBG, Drawings and other documents within time

4 marks

ii) Mobilization of resources as per Contract and in time 4 marks

iii) Liquidation of Check-list points 4 marks

iv) Compliance to statutory and HS&E requirements or Reliability of Estimates/Design/Drawing etc. in case of Consultancy jobs

4 marks

v) Timely submission of estimates and other documents for Extra, Substituted & AHR items

4 marks

B. FOR SUPPLIES

i) Submission of order acceptance, PBG, Drawings and other documents within time

5 marks

ii) Attending complaints and requests for after sales service/ warranty repairs and/ or query/ advice (up to the evaluation period).

5 marks

iii) Response to various correspondence and conformance to

standards like ISO

5 marks

iv) Submission of all required documents including Test Certificates at the time of Supply

5 marks

Page 59: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 43

ANNEXURE-I

GAIL (India) Limited PERFORMANCE RATING DATA SHEET

(FOR O&M)

i) Project/Work Centre :

ii) Order/ Contract No.& date :

iii) Brief description of Items :

Works/Assignment

iv) Order/Contract value(Rs.) :

v) Name of Vendor/Supplier/ :

Contractor/ Consultant

vi) Contracted delivery/ :

Completion Schedule

vii) Actual delivery/ :

Completion date

Performance Parameter Delivery Performance Quality Performance Reliability Performance# Total

Maximum Marks 40 40 20 100

Marks Allocated(*)

Remarks (if any)

PERFORMANCE RATING (**)

Note:

(#) Vendor/Supplier/Contractor/Consultant who seek repeated financial assistance or deviation beyond contract payment term or seeking direct payment to the sub- vendor/sub-contractor due to financial constraints, then ‘0’ marks should be allotted against Reliability Performance.

(*) Allocation of marks should be as per enclosed instructions

(**) Performance rating shall be classified as under:

Signature of Authorized Signatory: Name: Designation:

Sl. No.

Range (Marks) Rating

1 60 & below POOR

2 61-75 FAIR

3 76-90 GOOD

4 More than 90 VERYGOOD

Page 60: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 44

Instructions for allocation of marks

2. Marks are to be allocated as under:

1.1 DELIVERY / COMPLETION PERFORMANCE 40 Marks

Delivery Period/ Completion Schedule

Delay in Weeks Marks

a) Up to3 months Before CDD 40

Delay up to 4 weeks 35

" 8 weeks 30

" 10 weeks 25

" 12 weeks 20

" 16 weeks 15

More than 16 weeks 0

b) Above 3 months Before CDD 40

Delay up to 4 weeks 35

" 8 weeks 30

" 10 weeks 25

" 16 weeks 20

" 20 weeks 15

" 24 weeks 10

More than 24 weeks 0

1.2 QUALITY PERFORMANCE 40 Marks

For Normal Cases: No Defects/ No Deviation/No failure: 40 Marks

i.) Rejection/Defects Marks to be allocated on Pro-rata basis for acceptable quantity as compared to total

quantity for normal cases

10 Marks

ii.) When quality failure endanger System integration and safety of the system

Failure of severe nature 0 Marks

Moderate Nature 5 Marks

Low severe nature 10-25Marks

iii.) Number of Deviations No deviation 5 Marks

No. of deviations ≤ 2 2 Marks

No. of deviations > 2 0 Marks

Page 61: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 45

1.3 RELIABILITY PERFORMANCE 20 Marks

A. FOR WORKS/CONTRACTS

i) Submission of order acceptance, agreement, PBG, Drawings and other documents within time

4 marks

ii) Mobilization of resources as per Contract and in time 4 marks

iii) Liquidation of Check-list points 4 marks

iv) Compliance to statutory and HS&E requirements or Reliability of Estimates/Design/Drawing etc. in case of Consultancy jobs

4 marks

v) Timely submission of estimates and other documents for Extra, Substituted & AHR items

4 marks

B. FOR SUPPLIES

i) Submission of order acceptance, PBG, Drawings and other documents within time

5 marks

ii) Attending complaints and requests for after sales service/ warranty repairs and/ or query/ advice (up to the evaluation period).

5 marks

iii) Response to various correspondence and conformance to

standards like ISO

5 marks

iv) Submission of all required documents including Test Certificates at the time of Supply

5 marks

Page 62: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 46

Annexure-III

ADDENDUM TO INSTRUCTIONS TO BIDDERS

(INSTRUCTIONS FOR PARTICIPATION IN E-TENDER)

Available on GAIL’s e-tender website (https://etender.gail.co.in)

Ready Reckoner for Bidders, Frequently Asked Questions, Contact details, Instructions for

participation in e-tender and An Auto Installer for PC/Browser Setting etc. are available in

above home page of GAIL’s e-tender portal.

Note:

An Auto Installer for PC/Browser Setting(IE) enabling GAIL e-tender/Reverse Auction for bidders

was developed by GAIL.

The same is available on GAIL e-tender portal under link “Installer for e-tender settings”. The user

can down load the auto installer by navigating the link and the moment they install on their PC auto

settings take place enabling the PC and browser(IE) for GAIL e-tender and Reverse Auction. The

usage document of the installer is also kept under link “Installer software usage document”.

This is will save time and effort for Vendors/bidders as well as GAIL e-tender support team and

will give bidders a hassle-free e-bidding experience in GAIL.

Page 63: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 47

ANNEXURE-IV

BIDDING DATA SHEET (BDS)

ITB TO BE READ IN CONJUNCTION WITH THE FOLLOWING:

A. GENERAL

ITB clause Description

1.2

The Invitation for Bids/ Tender no is :

GAIL/C&P/VH/19/C077/ELECT/RC/8000015999

1.1

The Employer/Owner is: GAIL (India) Limited

2.1

The name of the Services to be performed is: Check Survey, Re-design, Engineering,

Procurement, Supply, Construction, Erection, Testing, Commissioning and Comprehensive

Operation & Maintenance for 10 Years of 1MW (AC) & 0.8 MW (AC) Ground mount Grid

Connected Solar PV Power Plants at GAIL Complex, Vijaipur, Distt.Guna, Madhya Pradesh.

B. BIDDING DOCUMENT

ITB clause Description

8.1 For clarification purposes only, the communication address is:

Attention: RAMAN CHOWDHARY

Street Address: Dy. General Manager (Contracts & Procurement)

Floor/Room number: GAIL (INDIA) LIMITED,

P.O. GAIL COMPLEX, VIJAIPUR

City: DIST. GUNA (M.P.)

ZIP Code: 473 112

Country: INDIA

Email: [email protected]

Fax No…07544 - 274600

C. PREPARATION OF BIDS

ITB clause Description

11.1.1

The Bidder shall submit with its Techno-commercial/ Unpriced bid the following

additional documents (SCC Refers): Complete tender document (duly digitally signed) with all its forms & formats duly filled in &

signed and Required documents as per Bid evaluation Criteria (Section-II of Tender Document)

12

Additional Provision for Schedule of Rate/ Bid Price are as under:

NIL

12 & 13 Whether GAIL will be able to avail input tax credit in the instant tender

YES

NO

Page 64: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 48

14 The currency of the Bid shall be INR.

15 The bid validity period shall be 90 days from final 'Bid Due Date'.

16.1 In case 'Earnest Money / Bid Security' is in the form of 'Demand Draft' or 'Banker's

Cheque', the same should be in favor of GAIL (India) Limited, payable at State Bank

of India, Vijaipur Branch (Code:6635) or drawn on any nationalized bank and

Payable at GUNA, M.P.

Details of GAIL’s Bank is

State Bank of India,

PO GAIL Complex, Vijaipur,

Distt. : Guna, Madhya Pradesh- 473112

Account No: 32781677496

Swift code: SBININBB00584,

IFSC Code: SBIN0006635

E-mail : [email protected]

16.10 and

38.6

For submission of EMD/ Security Deposit/ Contract Performance Security through

online banking transaction i.e. IMPS/NEFT/RTGS, the details of GAIL’s Bank Account

is as under:

A Name of the Bank

State Bank of India

B City Name Vijaipur (MP)

C Branch Location GAIL Complex Pin. 473112

D Bank IFSC Code SBIN0006635

E Type of Account (SB/CA/CC) CA

F Account No 32781677496

D. SUBMISSION AND OPENING OF BIDS

ITB clause Description

18 In addition to the original of the Bid, the number of copies required is one. Not

applicable in case of e-tendering.

22 The E-Tender No. of this bidding process is 8000015999.

22.3 and 4.0

of IFB

For bid submission purposes only (Manual) or the submission of physical document as

per clause no. 4.0 of IFB, the Owner’s address is :

Attention: RAMAN CHOWDHARY

Street Address: Dy. General Manager (Contracts & Procurement)

Floor/Room number: GAIL (INDIA) LIMITED,

P.O. GAIL COMPLEX, VIJAIPUR

City: DIST. GUNA (M.P.)

ZIP Code: 473 112

Country: INDIA

26 The bid opening shall take place at:

Dy. General Manager (Contracts & Procurement)

GAIL (INDIA) LIMITED, P.O. GAIL COMPLEX, VIJAIPUR, DIST. GUNA (M.P.) -

473 112

Date: 18.12.2019 (Wednesday)

Time: 15:00 Hrs.

Page 65: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 49

E. EVALUATION, AND COMPARISON OF BIDS

ITB clause Description

32 Evaluation Methodology is mentioned in Section-II.

F. AWARD OF CONTRACT

ITB clause Description

37 State of which stamp paper is required for Contract Agreement:

MADHYA PRADESH

38 Contract Performance Security/ Security Deposit: For amount/ percentage refer Special

Conditions of Contract

49 Quarterly Closure of Contract

APPLICABLE

NOT APPLICABLE

Page 66: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 1

SECTION – III (A)

FORMS

&

FORMAT

Page 67: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 2

LIST OF FORMS & FORMAT

Form No. Description

F-1 BIDDER’S GENERAL INFORMATION

F-2 PROFORMA OF "BANK GUARANTEE" FOR "EARNEST MONEY / BID SECURITY"

F-3 LETTER OF AUTHORITY

F-4 PROFORMA OF "BANK GUARANTEE" FOR "CONTRACT PERFORMANCE

SECURITY / SECURITYDEPOSIT" (EPC/LSTK Contract)

F-4-A PROFORMA OF "BANK GUARANTEE" FOR "CONTRACT PERFORMANCE

SECURITY / SECURITYDEPOSIT" (O&M Contract)

F-5 AGREED TERMS & CONDITIONS

F-6 ACKNOWLEDGEMENT CUM CONSENT LETTER

F-7 BIDDER’S EXPERIENCE

F-8 CHECK LIST

F-9 FORMAT FOR CERTIFICATE FROM BANKIF BIDDER’S WORKING CAPITAL IS INADEQUATE

F-10 FORMAT FOR CHARTERED ACCOUNTANT CERTIFICATE FOR FINANCIAL

CAPABILITY OF THE BIDDER

F-11 FORMAT FOR CONSORTIUM/JV AGREEMENT-

(Consortium/JV Not allowed , hence not included)

F-12 BIDDER'S QUERIES FOR PRE BID MEETING

F-13 E-BANKING FORMAT

F-14 INTEGRITY PACT

F-15 INDEMNITY BOND

Page 68: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 3

F-1

BIDDER'S GENERAL INFORMATION

To,

M/s GAIL (INDIA) LIMITED

……………………………………….

TENDER NO:

1 Bidder Name

2 Status of Firm

Proprietorship Firm/Partnership firm/

Public Limited/ Pvt. Limited/ Govt. Dept. /

PSU/ Others/Others

If Others Specify:_

[Enclose certificate of Registration]

3 Name of Proprietor/ Partners/ Directors of the firm/company

1. 2. 3.

4 Number of Years in Operation

5

Address of Registered Office: *In case of Partnership firm, enclose letter mentioning current address of the firm and the full names and current addresses of all the partners of the firm.

City:

District:

State:

PIN/ZIP:

6

Bidder’s address where order/contract is to be placed

City:

District:

State:

PIN/ZIP:

7

Office responsible for executing the contract with GST no. (In case supply of works is from multiple locations, addresses and GST no. of all such locations are to be provided).

City: District: State: PIN/ZIP: GST No.:

8 Telephone Number/ Mobile no. of address where order is to be placed

____________ _________ _____________ (Country Code) (Area Code) (Telephone No.)

9 E-mail address

10 Website

11 Fax Number: ____________ _________ _____________ (Country Code) (Area Code) (Telephone No.)

12 ISO Certification, if any If yes, please furnish details

Page 69: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 4

13 PAN No. [Enclose copy of PAN Card]

14 GST No. (refer sl. no. 7 above)

15 EPF Registration No.

[Enclose copy of EPF Registration Certificate

16 ESI code No.

[Enclose copy of relevant document]

17 Whether Micro or Small Enterprise Yes / No (If Yes, Bidder to submit requisite documents as specified it ITB: Clause No. 40)

Whether MSE is owned by SC/ST Entrepreneur(s)

Yes/No (If Yes, Bidder to submit requisite documents as specified it ITB: Clause No. 40)

Whether MSE is owned by Women Yes / No (If Yes, Bidder to submit requisite documents as specified it ITB: Clause No. 40)

Whether payment is required through TReDS

Yes / No If Yes, please provide the name of portal ……………………………………

Type of Entity

Corporate/Non-Corporate (As per CGST/ SGST/ UTGST Act). (In case of Non-Corporate Entity, bidder will submit documentary evidence for same).

Whether Bidder is Startups or not Yes / No (If Yes, Bidder to submit requisite documents as specified it ITB: Clause No. 50)

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

Page 70: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 5

FORMAT F-2

PROFORMA OF "BANK GUARANTEE"

FOR "EARNEST MONEY / BID SECURITY"

(To be stamped in accordance with the Stamp Act)

Ref............... … Bank Guarantee No......... Date...................... To, M/s GAIL (INDIA) LIMITED _______________________________

SUB: TENDERNO: Dear Sir(s),

In accordance with Letter Inviting tender under your reference No ________________________________

M/s.___________________________________________________________havingtheir Registered / Head Office at

___________________ (hereinafter called the Tenderer), wish to participate in the said tender

for________________________________________________________________________________________________________

As an irrevocable Bank Guarantee against Earnest Money for the amount of ______________ is required

to be submitted by the Tenderer as a condition precedent for participation in the said tender which

amount is liable to be forfeited on the happening of any contingencies mentioned in the Tender

Document.

We, the____________________________________Bankat________________________ having our Head Office

________________________________________________________ (Local Address) guarantee and undertake to pay

immediately on demand without any recourse to the tenderers by GAIL

(India) Ltd., the amount ____________________________________ without any reservation, protest, demur and

recourse. Any such demand made by GAIL, shall be conclusive and binding on us irrespective

of any dispute or difference raised by the Tenderer.

This guarantee shall be irrevocable and shall remain valid up to ____________ [this date should be two

(02) months beyond the validity of the bid].If any further extension of this guarantee is required, the

same shall be extended to such required period on receiving instructions from M/s.

_____________________________________________ whose behalf this guarantee is issued.

In witness whereof the Bank, through its authorized officer, has set its hand and stamp on this__________

day of____________ 20__ at ____________.

WITNESS:

(SIGNATURE) (SIGNATURE)

(NAME) (NAME)

Designation with Bank Stamp

(OFFICIAL ADDRESS) Attorney as per

Power of Attorney No. ________

Page 71: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 6

Date: ________________________

INSTRUCTIONS FOR FURNISHING "BID SECURITY / EARNEST MONEY" BY"BANK GUARANTEE"

1. The Bank Guarantee by Bidders will be given on non-judicial stamp paper as per "Stamp Duty"

applicable. The non-judicial stamp paper should be in the name of the issuing Bank. In case of

foreign Bank, the said Bank's Guarantee to be issued by its correspondent Bank in India on

requisite non-judicial stamp paper

2. The expiry date should be arrived at in accordance with "ITB: Clause-15.1".

3. The Bank Guarantee by bidders will be given from Bank as specified in "ITB".

4. A letter from the issuing Bank of the requisite Bank Guarantee confirming that said Bank

Guarantee / all future communication relating to the Bank Guarantee shall be forwarded to the

Employer at its address as mentioned at "ITB".

5. Bidders must indicate the full postal address of the Bank along with the Bank's E-mail / Phone

from where the Earnest Money Bond has been issued.

6. If a Bank Guarantee is issued by a commercial Bank, then a letter to Employer confirming its net

worth is more than Rs. 1,000,000,000.00 [Rupees One Hundred Crores] or equivalent along with

documentary evidence.

Page 72: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 7

F-3

LETTER OF AUTHORITY

[Proforma for Letter of Authority for Attending Subsequent 'Negotiations' / 'Pre-Bid Meetings' /'Un-priced Bid Opening' / 'Price Bid Opening']

Ref: Date: To, M/s GAIL (INDIA) LIMITED ___________________________________

SUB:

TENDER NO:

Dear Sir,

I/We, _____________________________________ hereby authorize the following representative(s) for attending

any 'Negotiations' / 'Meetings [Pre-Bid Meeting]', 'Un-priced Bid Opening', 'Price Bid Opening' and for

any subsequent correspondence / communication against the above Bidding Documents:

[1] Name & Designation ____________________________________ Signature ___________________

Phone/Cell:

E-mail: ………………………………….. @ ………………………………

[2] Name & Designation ____________________ Signature ___________________

Phone/Cell:

E-mail: ……………………………………….. @ ………………………………

We confirm that we shall be bound by all commitments made by aforementioned authorised

representative(s).

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

Note: This "Letter of Authority" should be on the "letterhead" of the Firm / Bidder and should be

signed by a person competent and having the 'Power of Attorney' to bind the Bidder. Not more than

'two [02] persons per Bidder' are permitted to attend "Techno-commercial / Un-priced" & "Price Bid"

Openings. Bidders authorized representative is required to carry a copy of this authority letter while

attending the un-priced and priced bid opening, the same shall be submitted to GAIL.

Page 73: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 8

F-4

PROFORMA OF "BANK GUARANTEE" FOR "CONTRACT PERFORMANCE

SECURITY / SECURITY DEPOSIT" FOR EPC CONTRACT

(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

To,

M/s GAIL (INDIA) LIMITED

_____________________________

Dear Sir(s),

M/s. __________________________________________________________________ having registered office at

_______________________ (herein after called the “contractor/supplier” which expression shall wherever the

context so require include its successors and assignees) have been placed/ awarded the job/work of

_______________________________________________ vide PO/LOA /FOA No. _______________________________dated______

for GAIL (India) Limited having registered office at 16, Bhikaiji Cama Place, R.K.Puram, New Delhi

(herein after called the “GAIL” which expression shall wherever the context so require include its

successors and assignees).

The Contract conditions provide that the SUPPLIER/CONTRACTOR shall pay a sum of Rs.

____________________ (Rupees _________________________________________) as full Contract Performance Guarantee

in the form therein mentioned. The form of payment of Contract Performance Guarantee includes

guarantee executed by Nationalized Bank/Scheduled Commercial Bank, undertaking full responsibility

to indemnify GAIL (INDIA) LIMITED, in case of default.

The said M/s._______________________________________________ has approached us and at their request and in

consideration of the premises we having our office at ______________________________ have agreed to give

such guarantee as hereinafter mentioned.

1. We _________________________________________________________________ hereby undertake to give the irrevocable & unconditional guarantee to you that if default shall be made by M/s. __________________________________ in performing any of the terms and conditions of the tender/order/contract or in payment of any money payable to GAIL (INDIA) LIMITED we shall on first demand pay without demur, contest, protest and/ or without any recourse to the contractor to GAIL in such manner as GAIL may direct the said amount of Rupees _____________________________ only or such portion thereof not exceeding the said sum as you may require from time to time.

2. You will have the full liberty without reference to us and without affecting this guarantee, postpone for any time or from time to time the exercise of any of the powers and rights conferred on you under the order/contract with the said M/s. _______________________________ and to enforce or to forbear from endorsing any powers or rights or by reason of time being given to the said M/s.__________________________ and such postponement forbearance would not have the effect of releasing the bank from its obligation under this debt.

3. Your right to recover the said sum of Rs. ______________________________________ (Rupees

_______________________________________) from us in manner aforesaid is absolute & unequivocal and will not be affected or suspended by reason of the fact that any dispute or disputes have been raised by the said M/s. ___________________________ and/or that any dispute or disputes are pending before any officer, tribunal or court or arbitrator or any other authority/forum and any demand made by you in the bank shall be conclusive and binding. The bank shall not be released of its obligations under

Page 74: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 9

these presents by any exercise by you of its liberty with reference to matter aforesaid or any of their or by reason or any other act of omission or commission on your part or any other indulgence shown by you or by any other matter or changed what so ever which under law would, but for this provision, have the effect of releasing the bank.

4. The guarantee herein contained shall not be determined or affected by the liquidation or winding

up dissolution or changes of constitution or insolvency of the said supplier/contractor but shall in all respects and for all purposes be binding and operative until payment of all money due to you in respect of such liabilities is paid.

5. This guarantee shall be irrevocable and shall remain valid up to ___________________ (this date should

be 90 days after the expiry of defect liability period/ Guarantee period) _______________. The bank undertakes not to revoke this guarantee during its currency without your previous consent and further agrees that the guarantee shall continue to be enforceable until it is discharged by GAIL in writing. However, if for any reason, the supplier/contractor is unable to complete the supply/work within the period stipulated in the order/contract and in case of extension of the date of delivery/completion resulting extension of defect liability period/guarantee period of the supplier/contractor fails to perform the supply/work fully, the bank hereby agrees to further extend this guarantee at the instance of the supplier/contractor till such time as may be determined by GAIL. If any further extension of this guarantee is required, the same shall be extended to such required period on receiving instruction from M/s. ___________________________________________________ (contractor) on whose behalf this guarantee is issued.

6. Bank also agrees that GAIL at its option shall be entitled to enforce this Guarantee against the bank (as principal debtor) in the first instant, without proceeding against the supplier/contractor and notwithstanding any security or other guarantee that GAIL may have in relation to the supplier’s/contractor’s liabilities.

7. The amount under the Bank Guarantee is payable forthwith without any delay by Bank upon the

written demand raised by GAIL. Any dispute arising out of or in relation to the said Bank Guarantee shall be subject to the exclusive jurisdiction of courts at New Delhi.

8. Therefore, we hereby affirm that we are guarantors and responsible to you on behalf of the

Supplier/Contractor up to a total amount of __________(amount of guarantees in words and figures) and we undertake to pay you, upon your first written demand declaring the Supplier/Contractor to be in default under the order/contract and without caveat or argument, any sum or sums within the limits of (amounts of guarantee) as aforesaid, without your needing to prove or show grounds or reasons for your demand or the sum specified therein.

9. We have power to issue this guarantee in your favor under Memorandum and Articles of

Association and the undersigned has full power to do under the Power of Attorney, dated ___________ granted to him by the Bank.

Yours faithfully,

_______________

Bank by its Constituted Attorney

Signature of a person duly Authorized to sign on behalf of the Bank

Page 75: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 10

INSTRUCTIONS FOR FURNISHING "CONTRACT PERFORMANCE SECURITY / SECURITY

DEPOSIT" BY "BANK GUARANTEE"

1. The Bank Guarantee by successful Bidder(s) will be given on non-judicial stamp paper as per 'stamp duty' applicable. The non-judicial stamp paper should be in name of the issuing bank. In case of foreign bank, the said Bank Guarantee to be issued by its correspondent bank in India on requisite non-judicial stamp paper and place of Bid to be considered as Delhi.

2. The Bank Guarantee by Bidders will be given from bank as specified in Tender.

3. A letter from the issuing bank of the requisite Bank Guarantee confirming that said Bank Guarantee and all future communication relating to the Bank Guarantee shall be forwarded to Employer.

4. If a Bank Guarantee is issued by a commercial bank, then a letter to Employer and copy to Consultant (if applicable) confirming its net worth is more than Rs. 100,00,00,000.00 [Rupees One Hundred Crores] or its equivalent in foreign currency along with documentary evidence.

Page 76: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 11

F-4-A

PROFORMA OF "BANK GUARANTEE" FOR "CONTRACT PERFORMANCE

SECURITY / SECURITY DEPOSIT" FOR O&M CONTRACT

(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

To,

M/s GAIL (INDIA) LIMITED

_____________________________

Dear Sir(s),

M/s. __________________________________________________________________ having registered office at

_______________________ (herein after called the “contractor/supplier” which expression shall wherever the

context so require include its successors and assignees) have been placed/ awarded the job/work of

_______________________________________________ vide PO/LOA /FOA No. _______________________________dated______

for GAIL (India) Limited having registered office at 16, Bhikaiji Cama Place, R.K.Puram, New Delhi

(herein after called the “GAIL” which expression shall wherever the context so require include its

successors and assignees).

The Contract conditions provide that the SUPPLIER/CONTRACTOR shall pay a sum of Rs.

____________________ (Rupees _________________________________________) as full Contract Performance Guarantee

in the form therein mentioned. The form of payment of Contract Performance Guarantee includes

guarantee executed by Nationalized Bank/Scheduled Commercial Bank, undertaking full responsibility

to indemnify GAIL (INDIA) LIMITED, in case of default.

The said M/s._______________________________________________ has approached us and at their request and in

consideration of the premises we having our office at ______________________________ have agreed to give

such guarantee as hereinafter mentioned.

1. We _________________________________________________________________ hereby undertake to give the irrevocable & unconditional guarantee to you that if default shall be made by M/s. __________________________________ in performing any of the terms and conditions of the tender/order/contract or in payment of any money payable to GAIL (INDIA) LIMITED we shall on first demand pay without demur, contest, protest and/ or without any recourse to the contractor to GAIL in such manner as GAIL may direct the said amount of Rupees _____________________________ only or such portion thereof not exceeding the said sum as you may require from time to time.

2. You will have the full liberty without reference to us and without affecting this guarantee, postpone for any time or from time to time the exercise of any of the powers and rights conferred on you under the order/contract with the said M/s. _______________________________ and to enforce or to forbear from endorsing any powers or rights or by reason of time being given to the said M/s.__________________________ and such postponement forbearance would not have the effect of releasing the bank from its obligation under this debt.

3. Your right to recover the said sum of Rs. ______________________________________ (Rupees

_______________________________________) from us in manner aforesaid is absolute & unequivocal and will not be affected or suspended by reason of the fact that any dispute or disputes have been raised by the said M/s. ___________________________ and/or that any dispute or disputes are pending before any officer, tribunal or court or arbitrator or any other authority/forum and any demand made by you in the bank shall be conclusive and binding. The bank shall not be released of its obligations under

Page 77: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 12

these presents by any exercise by you of its liberty with reference to matter aforesaid or any of their or by reason or any other act of omission or commission on your part or any other indulgence shown by you or by any other matter or changed what so ever which under law would, but for this provision, have the effect of releasing the bank.

4. The guarantee herein contained shall not be determined or affected by the liquidation or winding

up dissolution or changes of constitution or insolvency of the said supplier/contractor but shall in all respects and for all purposes be binding and operative until payment of all money due to you in respect of such liabilities is paid.

5. This guarantee shall be irrevocable and shall remain valid up to ___________________ (this date should

be 90 days after the expiry of defect liability period/ Guarantee period) _______________. The bank undertakes not to revoke this guarantee during its currency without your previous consent and further agrees that the guarantee shall continue to be enforceable until it is discharged by GAIL in writing. The bank hereby agrees to further extend this guarantee at the instance of the supplier/contractor till such time as may be determined by GAIL. If any further extension of this guarantee is required, the same shall be extended to such required period on receiving instruction from M/s. ___________________________________________________ (contractor) on whose behalf this guarantee is issued.

6. Bank also agrees that GAIL at its option shall be entitled to enforce this Guarantee against the bank (as principal debtor) in the first instant, without proceeding against the supplier/contractor and notwithstanding any security or other guarantee that GAIL may have in relation to the supplier’s/contractor’s liabilities.

7. The amount under the Bank Guarantee is payable forthwith without any delay by Bank upon the

written demand raised by GAIL. Any dispute arising out of or in relation to the said Bank Guarantee shall be subject to the exclusive jurisdiction of courts at New Delhi.

8. Therefore, we hereby affirm that we are guarantors and responsible to you on behalf of the

Supplier/Contractor up to a total amount of __________(amount of guarantees in words and figures) and we undertake to pay you, upon your first written demand declaring the Supplier/Contractor to be in default under the order/contract and without caveat or argument, any sum or sums within the limits of (amounts of guarantee) as aforesaid, without your needing to prove or show grounds or reasons for your demand or the sum specified therein.

9. We have power to issue this guarantee in your favor under Memorandum and Articles of

Association and the undersigned has full power to do under the Power of Attorney, dated ___________ granted to him by the Bank.

Yours faithfully,

_______________

Bank by its Constituted Attorney

Signature of a person duly Authorized to sign on behalf of the Bank

Page 78: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 13

INSTRUCTIONS FOR FURNISHING "CONTRACT PERFORMANCE SECURITY / SECURITY

DEPOSIT" BY "BANK GUARANTEE"

5. The Bank Guarantee by successful Bidder(s) will be given on non-judicial stamp paper as per 'stamp duty' applicable. The non-judicial stamp paper should be in name of the issuing bank. In case of foreign bank, the said Bank Guarantee to be issued by its correspondent bank in India on requisite non-judicial stamp paper and place of Bid to be considered as Delhi.

6. The Bank Guarantee by Bidders will be given from bank as specified in Tender.

7. A letter from the issuing bank of the requisite Bank Guarantee confirming that said Bank Guarantee and all future communication relating to the Bank Guarantee shall be forwarded to Employer.

8. If a Bank Guarantee is issued by a commercial bank, then a letter to Employer and copy to Consultant (if applicable) confirming its net worth is more than Rs. 100,00,00,000.00 [Rupees One Hundred Crores] or its equivalent in foreign currency along with documentary evidence.

Page 79: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 14

F-5

AGREED TERMS & CONDITIONS To, M/s GAIL (INDIA) LIMITED ___________________ SUB: TENDER NO: This Questionnaire duly filled in, signed & stamped must form part of Bidder’s Bid and should be returned along with Un-priced Bid. Clauses confirmed hereunder need not be repeated in the Bid.

Sl. No.

DESCRIPTION BIDDER'S

CONFIRMATION 1 Bidder's name and address

2. Please confirm the currency of quoted prices is in Indian

Rupees.

3. Confirm quoted prices will remain firm and fixed till complete execution of the order.

4 Rate of GST (CGST & SGST/ UTGST or IGST ) quoted in Price Schedule/ SOR

CGST: …………… % Plus SGST/UTGST………% Total: ………………..% or

IGST:…………. %

4.1 Whether in the instant tender services/works are covered in reverse charge rule of GST (CGST & SGST/UTGST or IGST)

Yes/ No In case of Yes, please specify GST (CGST & SGST/ UTGST or IGST) payable by: GAIL:………….% Bidder:…………..%

4.2 Service Accounting Codes (SAC)/ Harmonized System of Nomenclature (HSN)

4.3 Bidder hereby confirms that the quoted prices are in compliance with the Section 171 of CGST Act/ SGST Act as mentioned as clause no. 13.10 of ITB

5. Confirm acceptance of relevant Terms of Payment specified in

the Bid Document.

6. Confirm that Contract Performance Bank Guarantee and

O&M security will be furnished as per Bid Document.

Page 80: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 15

7. Confirm that Contract Performance Bank Guarantee (for EPC contract and O&M Contract) shall be from any Indian scheduled bank or a branch of an International bank situated in India and registered with Reserve bank of India as scheduled foreign bank. However, in case of bank guarantees from banks other than the Nationalised Indian banks, the bank

must be a commercial bank a commercial bank having net worth in excess of Rs 100 Crores and a declaration to this effect shall be made by such commercial bank either in the Bank Guarantee itself or separately on its Letter head.

8. Confirm compliance to Completion Schedule as specified in Bid document. Confirm contract period shall be reckoned from the date of Fax of Acceptance.

9. Confirm acceptance of Price Reduction Schedule for delay in

completion schedule specified in Bid document.

In case of delay, the bills shall be submitted after deducting the

price reduction due to delay.

10. a) Confirm acceptance of all terms and conditions of Bid

Document (all sections).

b) Confirm that printed terms and conditions of bidder are not

applicable.

11. Confirm your offer is valid for period specified in BDS from

Final/Extended due date of opening of Techno- commercial

Bids.

12. Please furnish EMD/Bid Security details :

a) EMD/ Bid Security No. &date

b) Value

c) Validity

13. As per requirement of tender, bidder (having status as Pvt. Ltd.

or Limited company) must upload bid duly digitally signed on

e-portal through class-3B digital signature (DS). In case, class

of DS or name of employee or name of employer is not visible

in the digitally signed documents, the bid digitally signed as

submitted by the person shall be binding on the bidder.

14. Bidder confirms that (i) none of Directors (in Board of Director) of bidder is a relative of any Director (in Board of Director) of Owner or (ii) the bidder is not a firm in which any Director (in Board of Director) of Owner/ GAIL or their relative is not a partner.

Confirmed / Not confirmed

15. All correspondence must be in ENGLISH language only.

16. The contents of this Tender Document have not been modified or altered by Bidder. In case, it is found that the tender document has been modified / altered by the bidder, the bid submitted by them shall be liable for rejection.

17 Bidder confirms that all Bank charges associated with Bidder’s Bank shall be borne by Bidder.

Page 81: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 16

18 No Deviation Confirmation: It may be note that any 'deviation / exception' in any form may result in rejection of Bid. Therefore, Bidder confirms that they have not taken any 'exception / deviation' anywhere in the Bid. In case any 'deviation / exception' is mentioned or noticed, Bidder’s Bid may be rejected.

19 If Bidder becomes a successful Bidder and pursuant to the provisions of the Tender Document, award is given to them against subject Tender Document, the following Confirmation shall be automatically enforceable: "We agree and acknowledge that the Employer is entering into the Contract/Agreement solely on its own behalf and not on behalf of any other person or entity. In particular, it is expressly understood & agreed that the Government of India is not a party to the Contract/Agreement and has no liabilities, obligations or rights there under. It is expressly understood and agreed that the Purchaser is authorized to enter into Contract/Agreement, solely on its own behalf under the applicable laws of India. We expressly agree, acknowledge and understand that the Purchaser is not an agent, representative or delegate of the Government of India. It is further understood and agreed that the Government of India is not and shall not be liable for any acts, omissions, commissions, breaches or other wrongs arising out of the Agreement. Accordingly, we hereby expressly waive, release and forego any and all actions or claims, including cross claims, VIP claims or counter claims against the Government of India arising out of the Agreement and covenants not to sue to Government of India as to any manner, claim, cause of action or things whatsoever arising of or under the Agreement."

20 Bidder to ensure all documents as per tender including clause 11 of Section III and all Formats are included in their bid.

21 Bidder understands that Tender Document is not exhaustive. In case any activity though specifically not covered in description of 'Schedule of Rates' but is required to complete the work as per Scope of Work, Conditions of Contract, or any other part of Bidding document, the quoted rates will deemed to be inclusive of cost incurred for such activities unless otherwise specifically excluded. Bidder confirms to perform for fulfillment of the contract and completeness of the supplies in all respect within the scheduled time frame and quoted price.

22 Bidder hereby confirms that they are not on ‘Holiday’ by GAIL or Public Sector Project Management Consultant (like EIL, Mecon only due to “poor performance” or

Page 82: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 17

“corrupt and fraudulent practices”) or banned by Government department/ Public Sector on due date of submission of bid. Further, Bidder confirms that neither they nor their allied agency/(ies) (as defined in the Procedure for Action in case of Corrupt/ Fraudulent/ Collusive/ Coercive Practices) are on banning list of GAIL or the Ministry of Petroleum and Natural Gas. Bidder also confirms that they are not under any liquidation, court receivership or similar proceedings or 'bankruptcy'. In case it comes to the notice of GAIL that the bidder has given wrong declaration in this regard, the same shall be dealt as ‘fraudulent practices’ and action shall be initiated as per the Procedure for action in case of Corrupt/ Fraudulent/ Collusive/Coercive Practices. Further, Bidder also confirms that in case there is any change in status of the declaration prior to award of contract, the same will be promptly informed to GAIL by them.

23 Confirm that, in case of contradiction between the

confirmations provided in this format and terms & conditions

mentioned elsewhere in the offer, the confirmations given in

this format shall prevail.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

Page 83: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 18

F-6

ACKNOWLEDGEMENT CUM CONSENT LETTER

(On receipt of tender document/information regarding the tender, Bidder shall

acknowledge the receipt and confirm his intention to bid or reason for non-participation

against the enquiry /tender through e-mail to concerned executive in GAIL issued the

tender, by filling up the Format)

To,

M/s GAIL (INDIA) LIMITED

_______________

SUB:

TENDER NO:

Dear Sir,

We hereby acknowledge receipt of a complete set of bidding document along with enclosures for

subject item/job and/or the information regarding the subject tender.

We intend to bid as requested for the subject item/job and furnish following details with respect to our quoting office: Postal Address with Pin Code : ....................

Telephone Number : ....................

Contact Person : ....................

E-mail Address : ....................

Mobile No. : ....................

Date : ....................

Seal/Stamp : ....................

We are unable to bid for the reason given below: Reasons for non-submission of bid:

__________________________________________________________________________________________________________

Agency’s Name : ....................

Signature : ....................

Name : ....................

Designation : ....................

Date : ....................

Seal/Stamp : ....................

Page 84: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 19

F-7

BIDDER’S EXPERIENCE

To,

M/s GAIL (INDIA) LIMITED

___________________

SUB:

TENDER NO:

Sl. No

Description of the Services

LOA /WO No. and date

Full Postal Address & phone nos. of Client. Name, designation and address of Engineer/Officer-in Charge (for cases other than purchase)

Value of Contract /Order (Specify

Currency Amount)

Date of Commencement of Services

Scheduled Completion

Time(Months

Date of Actual Completion

Reasons for delay in execution, if

any

(1) (2) (3) (4) (5) (6) (7) (8) (9)

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

Page 85: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 20

F-8

CHECK LIST

Bidders are requested to duly fill in the checklist. This checklist gives only certain important items to

facilitate the bidder to make sure that the necessary data/information as called for in the bid document

has been submitted by them along with their offer. This, however, does not relieve the bidder of his

responsibilities to make sure that his offer is otherwise complete in all respects.

Please ensure compliance and tick (√) against following points:

S. No.

DESCRIPTION CHECK BOX

REFERENCE PAGE NO. OF THE BID SUBMITTED

1.0 Digitally Signing (in case of e-bidding)/ Signing and Stamping (in case of manual bidding) on each sheet of offer, original bidding document including SCC, ITB, GCC, SOR drawings, corrigendum (if any)

2.0 Confirm that the following details have been submitted in the Un-priced part of the bid

i Covering Letter, Letter of Submission

ii Bid Security

iii Digitally Signing (in case of e-bidding)/ Signing and Stamping (in case of manual bidding) of bidding document along with drawings and corrigendum (if any)

iv Power of Attorney in the name of person signing the bid.

v Details and documentary proof required against BEC criteria

vi Confirm submission of document along with unpriced bid as per bid requirement.

3.0 Confirm that all format duly filled in are enclosed with the bid duly Digitally Signed (in case of e-bidding)/ Signed and Stamped (in case of manual bidding) by authorised person(s)

4.0 Confirm that the price part as per Price Schedule format submitted with Bidding Document/ uploaded in case of e-bid.

5.0 Confirm that annual reports & duly filled in Form 9 are enclosed in the offer for financial assessment (where financial criteria of BEC is applicable).

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

Page 86: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 21

F-9

FORMAT FOR CERTIFICATE FROM BANK

IF BIDDER’S WORKING CAPITAL IS INADEQUATE/NEGATIVE

(To be provided on Bank’s letter head)

Date:

To,

M/s. GAIL (India) Limited

--------------------------------

--------------------------------

--------------------------------

Dear Sir,

This is to certify that M/s ………………………………….. (name of the bidder with address) (hereinafter

referred to as Customer) is an existing customer of our Bank.

The Customer has informed that they wish to bid for GAIL’s RFQ/Tender no. ..................................................

dated …………… for……………………………………..(Name of the supply/work/services/consultancy) and as

per the terms of the said RFQ/Tender they have to furnish a certificate from their Bank confirming the

availability of line of credit.

Accordingly M/s ………………………….. (name of the Bank with address) confirms

availability of line of credit to M/s …………………….. (name of the bidder) for at least an amount of Rs.

_________ It is also confirmed that the net worth of the Bank is more than Rs. 100 Crores (or Equivalent

USD) and the undersigned is authorized to issue this certificate.

Yours truly

for …………………………… (Name & address of Bank)

(Authorized signatory)

Name of the signatory:

Designation:

Stamp

Page 87: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 22

F-10

FORMAT FOR CHARTERED ACCOUNTANT CERTIFICATE FORFINANCIAL CAPABILITY OF

THE BIDDER

We have verified the Audited Financial Statements and other relevant records of

M/s……………………………… (Name of the bidder) and certify the following:

A. AUDITED ANNUAL TURNOVER* OF LAST 3 YEARS:

Year Amount (Currency)

Year 1:

Year 2:

Year 3:

B. NETWORTH* AS PER LAST AUDITED FINANCIAL STATEMENT:

Description Year_____________

Amount (Currency)

1.Net Worth

C. WORKING CAPITAL* AS PER LAST AUDITED FINANCIAL STATEMENT:

Description Year_____________

Amount (Currency)

1. Current Assets

2. Current Liabilities

3. Working Capital (Current Assets- Current liabilities)

*Refer Instructions Note:

1.0 It is further certified that the above mentioned applicable figures are matching

with the returns filed with Registrar of Companies (ROC) [Applicable only in case of Indian Companies]

2.0 We confirm that above figures are after referring notes at page 2 of 2 of F-10.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

(Page 1 of 2)

Page 88: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 23

Instructions:

1. The Separate Pro-forma shall be used for each member in case of JV/ Consortium.

2. The financial year would be the same as one normally followed by the bidder for its Annual Report.

3. The bidder shall provide the audited annual financial statements as required for this Tender document. Failure to do so would result in the Proposal being considered as nonresponsive.

4. For the purpose of this Tender document:

(i) Annual Turnover shall be “Sale Value/ Operating Income”

(ii) Working Capital shall be “Current Assets less Current liabilities” and

(iii) Net Worth shall be paid up share capital plus Free Reserves & Surplus less accumulated

losses, deferred expenditure and miscellaneous expenditure not written off, if any.

5. Above figures shall be calculated after considering the qualification, if any, made by

the statutory auditor on the audited financial statements of the bidder including quantified financial implication.

6. This certificate is to be submitted on the letter head of Chartered Accountant/CPA.

(Page 2 of 2)

Page 89: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 24

F-11

FORMAT FOR CONSORTIUM/JV AGREEMENT

(ON NON- JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

CONSORTIUM/JV AGREEMENT

NOT APPLICABLE

Page 90: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 25

F-12

BIDDER'S QUERIES FOR PRE BID MEETING

To,

M/s GAIL (INDIA) LIMITED

Sub :

Tender No :

SL.

NO.

REFERENCE OF BIDDING DOCUMENT

BIDDER'S QUERY

GAIL'S REPLY

SEC. NO.

Page No.

Clause No.

Subject

NOTE: The Pre-Bid Queries may be sent by e-mail before due date for receipt of Bidder's queries.

SIGNATURE OF BIDDER: ___________________________

NAME OF BIDDER: ___________________________

Page 91: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 26

F-13

E-Banking Mandate Form

(To be issued on vendors letter head)

1. Vendor/customer Name :

2. Vendor/customer Code :

3. Vendor /customer Address :

4. Vendor/customer e-mail id :

5. Particulars of bank account

a) Name of Bank

b) Name of branch

c) Branch code:

d) Address:

e) Telephone number:

f) Type of account (current/saving etc.)

g) Account Number:

h) RTGS IFSC code of the bank branch

i) NEFT IFSC code of the bank branch

j) 9 digit MICR code

I/We hereby authorize GAIL(India) Limited to release any amount due to me/us in the bank account as

mentioned above. I/We hereby declare that the particulars given above are correct and complete. If the

transaction is delayed or lost because of incomplete or incorrect information, we would not hold the

GAIL (India) Limited responsible.

(Signature of vendor/customer)

BANK CERTIFICATE

We certify that --------------------------- has an Account no ------------------------------------------------- with us

and we confirm that the details given above are correct as per our records.

Bank stamp

Date (Signature of authorised officer of bank)

Page 92: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 27

INTEGRITY PACT

Page 93: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 28

F-14

INTEGRITY PACT

INTRODUCTION:

GAIL as one of its endeavour to maintain and foster most ethical and corruption free business

environment, have decided to adopt the Integrity Pact, a tool developed by the Transparency

International, to ensure that all activities and transactions between the Company (GAIL) and its

Counterparties (Bidders, Contractors, Vendors, Suppliers, Service Providers/Consultants etc.) are

handled in a fair and transparent manner, completely free of corruption. Accordingly, an MOU on

Integrity Pact has been signed on 23.07.2007 by GAIL with Transparency International India.

Considering the above, the details mentioned at attached Annexure-1 are applicable as stated in

Instruction to Bidders of Bid Document in addition to the existing stipulation regarding Corrupt and

Fraudulent Practices.

The attached copy of the Integrity Pact at Annexure- 2 shall be included in the Bid submitted by the

bidder (to be executed by the bidder). In case a bidder does not sign the Integrity Pact, his bid shall be

liable for rejection.

Page 94: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 29

ANNEXURE-1

Bidder is required to sign the Integrity Pact with GAIL as per format & terms and conditions

enclosed with tender. In case a bidder does not sign the Integrity Pact, his bid shall be liable for

rejection.

I COMMITMENTS AND OBLIGATIONS OF THE“COUNTERPARTY”

a) The Counterparty, directly or indirectly (through agent, consultant, advisor, etc.), shall not pay any bribe/ influence or give undue/ unlawful benefit to anyone to gain undue advantage in dealing with GAIL.

b) The Counterparty will not engage in collusion of any kind including price fixation etc. with other Counterparts.

c) The counterparty will not pass GAIL’s confidential information to any third party unless specifically authorized by GAIL in writing.

d) The Counterparties shall promote and observe best ethical practices within their respective organisations.

e) The Counterparty shall inform the Independent External Monitor.

i) If it received any demand, directly or indirectly, for a bribe/ favour or any illegal gratification/ payment /benefit;

ii) If it comes to know of any unethical or illegal payment /benefit;

iii) If it makes any payment to any GAIL associate.

f) The Counterparty shall not make any false or misleading allegations against GAIL or its associates.

II VIOLATIONS &CONSEQUENCES:

a) If a Counterparty commits a violation of its Commitments and Obligations under the Integrity Pact Programme during bidding process, their entire Earnest Money Deposit/ Bid Security, would be forfeited and in addition, they may be blacklisted from the GAIL business in future.

b) In case of violation of the Integrity pact by Counterparty after award of the Contract, GAIL shall be entitled to terminate the Contract. GAIL would forfeit the security deposits, encash the bank guarantee (s) and other payments payable to Counterparty in such cases,

c) Subject to satisfaction of the Independent External Monitor, GAIL may ban/ blacklist/ put on holiday and exclude the Counterparty from future dealings until GAIL is satisfied that the Counterparty shall not commit any such violation in future.

d) In addition to above, GAIL reserves its right to initiate criminal proceedings against the violating Counterparty, if the allegations by Counterparty are found frivolous, untrue and misleading and may also impose exemplary cost for the same.

e) The Counterparty will be entitled to claim as determined by the Independent External Monitor, if the above (d) is found incorrect

Page 95: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 30

INDEPENDENT EXTRNAL MONITORS (IEMS)

The following Independent External Monitors (IEMs) have been appointed by GAIL, in terms of

Integrity Pact (IP) which forms part of GAIL Tenders / Contracts.

i) Shri K.S. Ramasubban (email id: [email protected])

ii) Shri Sunil Krishna (email id: [email protected])

iii) Dr. Meeran Chadha Borwankar (email id: [email protected])

This panel is authorised to examine / consider all references made to it under this tender. The

bidder(s) , in case of any dispute(s) / complaint(s) pertaining to this tender may raise the issue

either with the designated tender issuing officer in GAIL or directly with the IEMs on the panel or

IEM c/o Chief Vigilance Officer, GAIL ( India) Limited, GAIL Bhawan, 16, Bhikaiji Cama Place, R.K.

Puram, New Delhi – 110066.

Page 96: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 31

ANNEXURE-2

INTEGRITY PACT

(To be executed on plain paper) Between GAIL (India) Limited, a Government of India Public Sector, (here-in-after referred to as

“Principal ”).

AND

______________________________________ (here-in-after referred to as “The Bidder/ Contractor”).

(Principal and the Bidder / Contractor are here-in-after are referred to individually as “Party”

or collectively as “Parties”).

PREAMBLE

The Principal intends to award under laid down organizational procedures, contract/s

for______________________________________________________. The Principal values full compliance with all relevant

laws and regulations, and the principles of economic use of resources, and of fairness and transparency

in its relations with its Bidder/s and Contractor/s.

In order to achieve these goals, the Principal will appoint Independent External Monitor (s) (in

consultation with Central Vigilance Commission) who will monitor the tender process, the execution of

the contract etc. for compliance with the principles mentioned above.

Section 1 – Commitments of the Principal

1. The Principal commits itself to take all measures necessary to prevent corruption and to observe the following Principles in this regard:-

(i) No employee of the Principal, either in person or through family members, including relatives, will

in connection with the tender for or the execution of a contract, demand or accept a promise for or accept for him/herself or for a third person, any material or immaterial benefit to which he/she is not legally entitled.

(ii) The Principal shall, during the tender process treat all Bidders with equity. The Principal undertakes and ensures that before and during the tender process shall provide and share the same information to all Bidders and will not provide to any Bidder confidential / additional information through which one particular Bidder could take an advantage in relation to the tender process or the contract execution.

(iii) In case, any misconduct on the part of any official (s) is reported by the BIDDER to the PRINCIPAL

with full and verifiable facts and the same is prima facie found to be correct by the PRINCIPAL, necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings may be initiated by the PRINCIPAL and such person shall be debarred from further dealings related to the contract process. In such a case, while an enquiry is being conducted by the PRINCIPAL the proceedings under the contract would not be stalled.

Page 97: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 32

2. If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the Anti-Corruption Laws of India, or if there be a substantive suspicion in this regard, the Principal will inform its Vigilance Office and in addition can initiate disciplinary actions.

Section 2 – Commitments and Undertakings by the Bidder/Contractor

1. The Bidder / Contractor commits and undertakes to take all measures necessary to prevent malpractices & corruption. He commits himself to observe the following principles during his participation in the tender process and during the contract execution till the validity of Integrity Pact:

(i) The Bidder / Contractor undertakes not to, directly or through any other person or firm offer,

promise or give or influence to any employee of the Principal associated with the tender process or the execution of the contract or to any other person on their behalf any material or immaterial benefit to which he / she is not legally entitled in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract till the validity of Integrity Pact.

(ii) The Bidder / Contractor undertakes not to enter into any undisclosed agreement or understanding,

whether formal or informal with other Bidders. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other action to restrict competitiveness or to introduce cartelization in the bidding process.

(iii) The Bidder / Contractor undertakes not to commit any offence under the relevant Anticorruption

Laws of India. Further, the Bidder / Contractor will not use improperly any information or document provided by the Principal as part of the business relationship regarding plans, technical proposals and business details, including information contained or transmitted electronically for the purposes of competition or personal gain and will not pass the information/document so acquired on to others.

(iv) The Bidder / Contractor will, when presenting his bid undertakes to disclose any and all payments

made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract.

(v) The bidder (s)/ Contractor (s) of foreign origin shall disclose the name and address of the Agents/

representatives in India, if any. Similarly, the bidder (s)/ contractor (s) of Indian Nationality shall furnish the name and address of the foreign principals, if any.

2. The Bidder/ Contractor shall not instigate or cause to instigate any third person to commit any of

the actions mentioned above. 3. The Bidder/Contractor commits to refrain from giving any complaint directly or through any

other manner without supporting it with full and verifiable facts. 4. The Bidder/Contractor shall not lend to or borrow any money from or enter into any monetary

dealing or transactions, directly or indirectly, with any employee of the Principal. 5. In case of any allegation of violation of any provision (s) of this pact or payment of commission,

the Principal or its agencies shall be entitled to examine all the documents including the book of accounts of the Bidder and the Bidder shall provide necessary information and documents in English and shall extend all possible help for the purpose of such examination.

6. The Bidder/ Contractor will not collude with other parties interested in the contract to impair the

transparency, fairness and progress of the bidding process, bid evaluation, contracting and

Page 98: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 33

implementation of contract.

7. The Bidder/ Contractor will not accept any advantage in exchange for any corrupt practice, unfair means and illegal activities.

Section 3 – Disqualification from tender process and exclusion from future contracts

1. If it is found that the Bidder / Contractor or any one employed by it has committed a transgression through a violation of any provisions of Section 2 so as to put his reliability or credibility into question, the Principal shall be entitled to disqualify such Bidder / Contractor from the tender including banning such Bidder / Contractor from entering into any GAIL’s future contract/ tender processes for a period specified in GAIL’s “Procedure for action in case Corrupt /Fraudulent/ Collusive/Coercive Practices” and also to terminate the contract, if already signed, on that ground as per provision of GAIL’s “Procedure for action in case Corrupt /Fraudulent/Collusive/Coercive Practices”. Further, the period of banning shall be as per GAIL’s policy and the decision of the Principal in this regard will be final and binding on the Bidder/ Contractor.

2. A transgression is considered to have occurred if the Principal after due consideration of the

available evidence, concludes that there is a transgression of the provisions of the Pact.

3. The Bidder with its free consent and without any influence agrees and undertakes to respect and uphold the Principal’s absolute rights to resort to and impose such exclusion and further accepts and undertakes not to challenge or question such exclusion on any ground, including the lack of any hearing before the decision to resort to such exclusion is taken. This undertaking is given freely and after obtaining independent legal advice.

4. Principal is entitled to recover all sums paid by Bidder/ contractor to any middleman or agent or broker with a view to securing the contract. In cases where irrevocable Letters of credit has to be established in respect of any contract signed by the Principal with the Bidder, the same shall not be opened. Principal is entitled to forfeit the Performance Bond clearly assigning reason in case Bidder/ Contractor violates this Pact.

Section 4 – Forfeiture of EMD / Security Deposits

1. If due to transgression as per the provisions of the Pact, the Principal has disqualified the Bidder

from the tender process prior to the award in terms of Section 3, the Principal is entitled to forfeit earnest money deposit / bid security money. In addition to this, such Bidder/Contractor shall also be banned from the future business with Principal with consequential actions as per provisions of GAIL’s “Procedure for action in case Corrupt /Fraudulent/ Collusive/Coercive Practices”.

Section 5 – Previous transgression

1. The Bidder declares that no previous transgression has occurred during the last three years immediately before signing of this Integrity Pact, with any other Company in any country in respect of any corrupt practices envisaged hereunder or with any other Public Sector Enterprise / Undertaking or any Government Department in India that could justify Bidder’s exclusion from the tender process.

2. If the Bidder makes incorrect statement on this subject, he shall be disqualified from the tender process or the contract, if already awarded, could be liable to be terminated on this ground and other actions can be taken by GAIL as per GAIL′s “Procedure for action in case Corrupt /Fraudulent/ Collusive/Coercive Practices”

In case of any transgression in the last three years from the date of signing of Integrity Pact, Bidder

Page 99: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 34

to provide the details of same in their bid.

Section 6 – Equal treatment to all Bidders / Contractors / Subcontractors

1. The Bidder / Contractor undertakes to demand from all its sub-contractors, if any, an undertaking

and commitment in conformity with this Integrity Pact, and to submit it to the Principal before signing of the contract.

2. The Principal will enter into agreements with similar conditions, as stipulated herein, with all Bidders, Contractors and Subcontractors.

3. The Principal shall disqualify from the tender process all Bidders who do not sign this Pact or violate any of its provisions.

Section 7 – Criminal charges against violating Bidders /Contractors / Sub-contractors

If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or of an employee or a representative or an associate of a Bidder, Contractor or Subcontractor which constitutes corruption of an offence as defined in Chapter IX of the Indian Penal Code 1860 or prevention of corruption Act 1988 and amendments thereof or any other enacted statute for prevention of corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform the same to the Vigilance Office / Department for initiating appropriate action for above.

Section 8 –Independent External Monitor / Monitors

1. The Principal appoints competent and credible external independent Monitor for this Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement.

2. The Monitor is not subject to any instructions by the representatives of the parties and performs his functions neutrally and independently. He reports to the Chairperson of the Board of the Principal.

3. The Bidder/ Contractor accepts that the Monitor has the right to access without restriction to all Project documentation of the Principal including that provided by the Contractor. The Contractor will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Sub-contractors. The Monitor is under contractual obligation to treat the information and documents of the Bidder / Contractor / Sub-contractor with confidentiality.

4. The Principal will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the Principal and the Contractor. The parties offer to the Monitor the option to participate in such meetings.

5. As soon as the Monitor notices, or believes to notice, a violation of this Pact he will so inform the Management of the Principal and request the Management to discontinue or heal the violation or to take other relevant action. The monitor can in this regard submit non-binding recommendations. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action. However, the Independent External Monitor shall give an opportunity to the bidder / contractor to present its case before making its recommendations to the Principal.

6. The Monitor will submit a written report to the Chairperson of the Board of the Principal within 6 to 8 weeks from the date of reference or intimation to him by the ‘Principal’ and should the occasion arise, submit proposals for taking corrective measures.

7. Remuneration payable to Monitor (s) shall be borne by Principal. 8. If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an

offence under relevant Anti-Corruption laws of India, and the Chairperson has not, within reasonable time, taken visible action to proceed against such offence or reported it to the Vigilance Office, the Monitor may also transmit this information directly to the Central Vigilance Commissioner, Government of India.

Page 100: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 35

9. The word ‘Monitor’ would include both singular and plural.

10. Independent External Monitor shall be required to maintain confidentiality of the information acquired and gathered during their tenure / role as Independent Monitor. Any breach in this regard would be subject to the legal judicial system of India.

11. The Independent External Monitors shall be responsible to oversee the implementation of Integrity Pact Program to prevent corruption, bribes or any other unethical practices in the GAIL.

12. Independent External Monitor(s) shall be required to furnish an Undertaking and shall disclose before taking any assignment that he / she has no interest in the matter or connected with the party (bidder / contractor) in any manner.

Section 9 – Pact Duration

The provisions of this Pact shall come into effect from the date of signing of this Pact by the both parties.

It expires for the Contractor 12 months after the last payment under the respective contract, and for all

other Bidders 6 months after the contract has been awarded.

If any claim is made / lodged by either party during this time, the same shall be binding and continue to

be valid despite the lapse of this pact as specified above, unless it is discharged/determined by the

Chairperson of the Principal.

Section 10 – Miscellaneous provisions

1. This agreement is subject to Indian Law. Place of performance and exclusive jurisdiction is the Registered Office of the Principal, i.e. New Delhi. The Arbitration clause provided in main tender document / contract shall not be applicable for any issue / dispute arising under Integrity Pact.

2. Changes and supplements as well as termination notices, if any, need to be made in writing. Side agreements have not been made.

3. If the Contractor / Bidder is a partnership concern or a consortium, this agreement must be signed by all partners or consortium members.

4. In case any or several of the provisions of this agreement turn out to be void, the remainder of this pact shall remain valid. The parties to this pact however, shall strive to come to an agreement to their original intentions in such a case.

5. The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow in accordance with the provision of the extant law in force relating to any civil or criminal proceeding.

---------------------------- ---------------------------------

(Name & Designation) (Name & Designation)

For the Principal For the Bidder/Contractor

Place ------------------------------------ Witness 1: ----------------

Date ----------------------------------- Witness 2: ----------------

Page 101: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 36

F-15

INDEMNITY BOND

WHEREAS GAIL (India) Ltd. (hereinafter referred to as “GAIL”) which expression shall, unless

repugnant to the context include its successors and assigns, having its registered office at 16, Bhikaiji,

Cama Place, R.K. Puram, New Delhi 110066 has entered into a contract with M/s*………………………….

(hereinafter referred to as the “Contractor”) which expression shall unless repugnant to the context

include its representatives, successors and assigns, having its registered office at *………………….. and on

the terms and conditions as set out, inter-alia in the [ mention the work order/LOA/Tender No.] and

various documents forming part thereof, hereinafter collectively referred to as the ‘CONTRACT’ which

expression shall include all amendments, modifications and / or variations thereto.

GAIL has also advised the Contractor to execute an Indemnity Bond in general in favour of GAIL

indemnifying GAIL and its employees and Directors including Independent Directors from all

consequences which may arise out of any prospective litigation or proceedings filed or may be initiated

by any third party, including any Banker / financial institution / worker(s) /vendor(s)/

subcontractor(s) etc. who may have been associated or engaged by the Contractor directly or indirectly

with or without consent of GAIL for above works.

NOW, THEREFORE, in consideration of the promises aforesaid, the Contractor hereby irrevocably and

unconditionally undertakes to indemnify and keep indemnified GAIL and all its employees, Directors,

including Independent Directors, from and against all/any claim(s), damages, loss, which may arise out

of any litigations/ liabilities that may be raised by the Contractor or any third party against GAIL under

or in relation to this contract. The Contractor undertakes to compensate and pay to GAIL and/or any of

its employees, Directors including Independent Directors, forth with on demand without any protest

the amount claimed by GAIL for itself and for and on behalf of its employees, Directors including

Independent Directors together with direct/indirect expenses including all legal expenses incurred by

them or any of them on account of such litigation or proceedings.

AND THE CONTRACTOR hereby further agrees with GAIL that: (i) This Indemnity shall remain valid and irrevocable for all claims of GAIL and/or any of its

employees and Directors including Independent Directors arising out of said contract with respect

to any such litigation / court case for which GAIL and/or its employees and Directors including

Independent Directors has been made party until now or here-in-after.

(ii) This Indemnity shall not be discharged/revoked by any change/modification/amendment/

assignment of the contract or any merger of the Contractor with other entity or any change in the

constitution/structure of the Contractor’s firm/Company or any conditions thereof including

insolvency etc. of the Contractor, but shall be in all respects and for all purposes binding and

operative until any/all claims for payment of GAIL are settled by the Contractor and/or GAIL

discharges the Contractor in writing from this Indemnity.

The undersigned has full power to execute this Indemnity Bond for and on behalf of the Contractor and

the same stands valid.

SIGNED BY :

Page 102: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 37

For [ Contractor] Authorised Representative Place: Dated: Witnesses: 1. 2

Page 103: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

GAIL (India) Limited

(A Govt. of India Undertaking)

(A Maharatna Company)

Section – IV

General Conditions of Contract

(GCC)

Tender No. …………………………..

[E-Tender No.………………..]

(ADDRESS/Contact Nos of Issuing Office)

Page 104: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Special Conditions of Contract (SCC)

Contents 1. DEFINITIONS 2

2. SCOPE OF WORK 3

3. PROJECT SITE 3

4. PROJECT TIME LINES 4

5. MODE OF EXECUTION 5

6. PROGRAMME OF WORK 5

7. STARTING OF WORK 5

8. COMPLETION SCHEDULE 5

9. SITE INSPECTION & BASIS OF BID 5

10. CONSTRUCTION POWER & WATER SUPPLY 6

11. STATUTORY APPROVALS 6

12. CONTRACT PERFORMANCE SECURITY 6

13. PAYMENT SCHEDULE 7

14. FINAL BILL/ FINAL DUE PAYMENT 8

15. PENALTY/LIQUIDATED DAMAGES FOR DELAY AND UNDERPERFORMANCE 8

16. DEFECT LIABILITY 10

17. PRICE ESCALATION 10

18. PROCUREMENT OF MATERIALS 10

19. WARRANTY / GUARANTEE 11

20. SAMPLES 12

21. NOTICE OF OPERATION 12

22. REJECTION OF MATERIAL 12

23. INSURANCE 12

24. TRIAL RUN 16

25. PERFORMANCE GUARANTEE TEST 16

26. HANDING OVER –TAKING OVER 17

27. TRAINING 18

28. PROCEDURE FOR MEASUREMENT 18

29. SITE CLEARANCE 19

30. SAFETY 20

31. STATUTORY ACTS, RULES AND STANDARDS 21

32. ADMISSION TO SITE 21

33. MISCELLANEOUS 22

34. STANDARD HR CLAUSES OF SCC

Page 105: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

1. DEFINITIONS

Definition of Terms:

B.I.S. means specifications of Bureau of Indian Standards (BIS).

CAPACITY UTILIZATION FACTOR (CUF) means the ratio of the actual output from a solar

plant over the year (kWh) to the maximum possible output from it for a year (kWh) under

ideal conditions. (as provided by Madhya Pradesh Electricity Regulatory Commission ,

Bhopal)

CUF = Actual Plant Output in kWh over the year / (Installed Plant Capacity in kW x 365 x 24).

Monthly CUF = Monthly Plant output in kWh / (installed plant capacity in kW x number of

days in a month x 24).

CEA means the Central Electricity Authority.

CONSULTANT means Techno-Commercial experts who are the consulting engineer to the

Employer/ Owner for this project.

COMMISSIONING means a project shall be considered commissioned if all equipment as per

rated

capacity, mentioned under the scope of contract and relevant standards, has been installed

and energy has flown into grid.

COMPLETION OF FACILITIESmeans that the Facilities (or a specific part thereof where

specific

parts are specified in the SCC) have been completed operationally and structurally and put in

a tight

and clean condition, and that all work in respect of Pre-commissioning of the Facilities or

such

specific part thereof has been completed; and Commissioning along with Operational

Acceptance

has been attained as per Technical Specifications.

FINAL ACCEPTANCE means acceptance of Facilities by the Employer/Owner at the end of O&M period, as stated in this NIT, from the date of Operational Acceptance which certifies the Contractor’s fulfillment of the Contract in respect of Functional and Plant Performance Guarantees of the Facilities

GHI means Global Horizontal Irradiance

GUARANTEE TEST(S) means the test(s) specified in the Technical Specifications to be

carried out to ascertain whether the Facilities or a specified part thereof is able to attain the

Functional

Guarantees specified in the Technical Specifications during/ after successful Commissioning

followed by Trial - Operation.

IEC means specifications of International Electro-Technical Commission.

INSTALLATION SERVICES means all those services ancillary to the supply of the Plant and

Equipment for the Facilities, to be provided by the Contractor under the Contract; e.g.,

transportation and provision of marine or other similar insurance, inspection, expediting,

site preparation works (including the provision and use of Contractor’s Equipment and the

Page 106: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

supply of all construction materials required), installation, testing, pre-commissioning,

commissioning, operations, maintenance, the provision of operations and maintenance

manuals, training, etc.

LSTK means Lump sum Turnkey

MW means Mega-Watt

KWh shall mean Kilo-Watt-hour.

MNRE means Ministry of New and Renewable Energy, Government of India.

OPERATIONAL ACCEPTANCE means the acceptance by the Employer/Owner of the

Facilities which certifies the Contractor’s fulfillment of the Contract in respect of meeting

Plant Functional and Performance Guarantees of the Facilities and completion of works after

successful Commissioning followed by Trial - Operation.

O & M means Operation & Maintenance of Commissioned Project/ Work/ Facilities under

the

Tender.

PR means Performance Ratio, defined as the ratio of plant output versus installed plant

capacity at any instance with respect to the radiation measured.

PRE-COMMISSIONING means the testing, checking and other requirements specified in the

Technical Specifications that are to be carried out by the Contractor in preparation for

Commissioning.

2. SCOPE OF WORK

The Scope of Work includes all Check Survey, Re- design &Engineering, Procurement

&Supply of Equipment and Material, Testing at manufacturer’s works, Inspection, Packing

and Forwarding, Supply, Receipt, Unloading and Storage at site, associated Civil Works,

Services, Permits, Licences, Statutory Approvals, Installation and incidentals, Insurance at all

stages, Erection, Testing and commissioning of 1MW & 0.8 MW (AC) Grid Interactive Ground

Mount Solar PV Power Plants and performance demonstration with associated Power

evacuation systems up to the designated Substations/Locations along with its route survey

on Lump sum turnkey basis at Gail Vijaipur complex, Guna, M.P and 10 (Ten) years

comprehensive operation and maintenance with material & man power in accordance with

Technical Specifications .

*Both 1MW & 0.8 MW (AC) Solar PV Plants shall be constructed in parallel and for captive use

only. Vendor has to deploy enough manpower to carry out the works in parallel at both of the

sites.

For detailed works and specifications please refer the sections “Scope of Works” and

“Technical Specifications” provided in this tender.

3. PROJECT SITE

The Grid Connected Ground Mount (GCGM) Solar PV Plant shall be installed in the vacant

lands of GAIL Complex, Vijaipur, Dist-Guna of Madhya Pradesh. The available area is about

3.6 Acres (approx.) for proposed 0.8 MW & 4.5 Acres (approx.) for proposed 1MW Ground

Mount Solar PV Power Plants and named as Plant-A & Plant-B respectively. The contractor

Page 107: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

has to suitably plan the layout of the Plants including shadow analysis for optimum

utilization of Space and the structural analysis. The designated evacuation point(s) is within

the GAIL Complex (for actual distance/ routing of cables, Bidders are advised to visit the

site). The vacant land will be handover to the Contractor by the Employer for execution of

works.

For Details of the Project Sitesplease refer the section “Scope of Works”provided in this

tender.

The project site is located inside a petrochemical complex; hence the contractor shall strictly

follow the employer’s work permit system.

4. PROJECT TIME LINES

The time lines for execution of the contract are 8 Months from the date of award of LOI and as per the indicative milestones mentioned below. Further Contractor is also to provide Operation & Maintenance Contract of Solar Photo Voltaic Plant for a period of 10 (Ten) years from the date of Operational Acceptance of the Plant. Timelines expected for Scope of work in Months

S. No. Stage Reference from D

1 Issue of LOA Zero Date (D)

2 Site Visit, Survey, DPR D + 0.5 month

3 Detailed Engineering design and Drawing approvals D + 1.5 month

4 Procurement Planning and approval D + 2 months 5 Commencement of Civil work at project site D + 2 months 6 Completion of supply of major equipment like SPV

Modules (including structure for the above), Power Conditioning Units, transformers etc.

D + 4.5 months

7 Installation of all major equipment D + 5.5 months

8 Interconnection of all major equipment and completion of installation and all types of civil activities

D + 6 months

9 Completion, testing and Pre-commissioning of Solar PV Power Plant

D + 6.5 months

10 Commissioning of Plant along with Completion of Facilities in line with Technical/Functional Requirement stated under this Tender Document.

D + 6.5 months

11 Plant Trail Run, Performance Guarantee Test and Operational Acceptance

D + 8 months

Note:

(i) The Price reduction Schedule (PRS) shall be applicable on the delay beyond overall EPC completion period.

(ii) PR Demonstration Test for Operational Acceptance shall be done only after commissioning of Plant & Completion of all associated infrastructure as mentioned in the section of “Technical Specifications” provided in this tender.

Page 108: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

5. MODE OF EXECUTION

The entire work shall be executed on Lump sum turnkey basis (LSTK). Any item(s) not included in the schedule but essentially required for completion of the work shall have to be carried out/ supplied without any extra cost. Such works, not listed in the schedule of works but elaborately described to perform or to facilitate particular operation(s) required for completion of the project shall deemed to have been included in the scope of this work and the Contractor shall supply, install the same without any extra cost.

6. PROGRAMME OF WORK

The Contractor shall submit the detailed programme of work within 15 days from the date of receipt of LOA. The programme shall include a Bar/ Gantt chart indicating there in the starting position and completion date of each of the major items of work.

7. STARTING OF WORK

The date of issue of LOA shall be treated as the Zero day for the start of work & there by Contract Timeline. The Contractor shall be required to start the work within 15 (fifteen) days from the date of issue of Letter of Acceptance (LOA) and shall thereof, report to the Project Manager/ Engineer-in- charge accordingly. During these 15 days following things are to be accomplished;

(i) PM/ EIC at its own discretion may call a kick-off meeting, where broader guidelines

of EPC shall be discussed. (ii) Contractor’s representative from Procurement, design, Project Execution team shall

participate in this meeting & submit their Plan with respect to EPC works. (iii) Contractor shall submit the baseline L-3 schedule of Project activities within 15 days

from the date of LOA. (iv) Communication Protocol for Project coordination to be frozen by the PM/EIC, within

this timeline Contractor must identify & communicate the details of their nodal persons for Procurement, Design & Execution.

8. COMPLETION SCHEDULE

8.1 The Contractor shall inform the Employer through advance information at least 30 days in advance in written notice, and a final notice 7 days in advance to enable the Employer to inform the commissioning committee of the date on which it intends to synchronize the solar Power Project to the existing internal grid system of GAIL.

8.2 The Contractor shall prepare the completion schedule accordingly and in conformity with

provisions of technical specifications and carry out the work as per this schedule subject to “Force Majeure” conditions. The Contractor shall mobilize resources keeping in view, the above scheduled completion period.

9. SITE INSPECTION & BASIS OF BID

9.1 The volume and quantity of work indicated in schedule of works may vary. The Contractor should survey the proposed site and visit the Site before quoting rate for EPC & O&M works. After taking in to consideration all aspects of the site the Contractor should quote for EPC works. No extra claim will be entertained at post bidding stage. All the work including design shall have to be approved by the PM/EIC. In case of any defects arising in such installations during guarantee/O&M period, the Contractor shall have to rectify the same at its own cost.

9.2 It shall be deemed that the Bidder has visited the site/area and got fully acquainted with the working conditions and other prevalent conditions and fluctuations thereto whether he

Page 109: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

visits the site/area or not and has taken all the factors into account while quoting his rates.

10. CONSTRUCTION POWER & WATER SUPPLY

10.1 During EPC Period Construction power will be provided at free of cost to the contractor and shall be arranged at single point by GAIL from where the contractor shall make the necessary arrangements for onward distribution of power as per his requirements at his own cost. (As per prevailing regulations of MPERC the tariff applicable is for construction purpose hence bidder shall obtain NOC from MPPKVVCL for utilizing this power otherwise bidders shall seek separate temporary power connection from MPMKVVCO LTD and shall pay the charges directly to them) Construction water at site shall be provided by GAIL free of cost at a single point, from where the contractor shall make the necessary piping arrangements for onward distribution of water as per his requirements at his own cost.

10.2 During O&M Period

Electricity and Water will be provided free of cost for usage of Solar Plants during O&M Periodand shall be arranged at single point by GAIL from where the contractor shall make the necessary arrangements for onward distribution as per his requirements at his own cost.

11. STATUTORY APPROVALS

Scope of coordinating with various departments such as GAIL, MPPKVVCL, CEIG etc…to get the clearances / approvals for licensed / statutory operation of the power plant on a continuous basis includes all transactions required for clearances. Application fees and renewal fees (say, in the form of DD) to be enclosed with application / renewal documents and all other expenses in the above process shall be in the scope of vendor.

12. CONTRACT PERFORMANCE SECURITY

Against EPC/ LSTK & O&M Contract of the project, within 30 (Thirty) days from the issuance of the Notification of Award/ Letter of Intent/Letter of Award, the successful bidder shall furnish unconditional and irrevocable individual Bank Guarantees issued by any Nationalized Banks in the manner as mentioned below.

12.1 The Contract Performance Security shall be in the form of Bank Guarantee only and shall be in the currency of the Contract and will be issued in the name of the Owner

12.2 The Contract Performance Security against this Contract need to be furnished in 02 (Two) different stages as mentioned below: -

12.2.1 First Stage (EPC Works):

i) The Contractor shall submit Performance Bank Guarantee (PBG) within Thirty (30)

days from the date of issue of Letter of Intent (LoI), will be valid for a total period of Twenty Nine (29) months ( 8 months commissioning period+18 months Defect liability period +3 Months additional)from the date of its issuance. However, in case of delay in demonstration of the PG test, the same will have to be extended up to 3 months beyond the due date for completion of PG test. Performance Bank Guarantee shall be returned only after successful Performance Guarantee Tests.

Page 110: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

ii) The Contractor shall submit PBG of 10% of the individual EPC contract value for 1MW & 0.8MW Solar Plants separately. Here individual EPC Contract value is as quoted by Contractor in Schedule of Rates (SOR) for each plant of 1MW & 0.8MW.

12.2.2 Second Stage (O&M): (i) The Contractor shall undertake comprehensive operation and maintenance (O&M)

activities for a period of Ten (10) years from the date of Operational Acceptance of the Project. The Contractor shall submit the O&M Bank Guarantee within 30 days from the date of start of O&M period and valid for a total period of 123 Months (120 Months of O&M Period +3 months additional) from the date of its issuance.

(ii) The Contractor shall submit PBG of 10% of the individual O&M contract value for 1MW & 0.8MW Solar Plants separately. Here individual O&M Contract value is as quoted by Contractor in Schedule of Rates (SOR) for each plant of 1MW & 0.8MW.

(iii) In case the Contractor fails to furnish the Contract Performance Security mentioned under the Second Stage within the indicated time period as mentioned above under point no. (i), Owner at their sole discretion will forfeit the Contract Performance Security furnished at First Stage.

(iv) Contract Performance Security submitted shall be released to the Contractor without

any interest not later than 75 (Seventy Five) days after the successful completion of the complete O&M period (10 Years) subject to the approval and acceptance of the O&M period deliverables.

13. PAYMENT SCHEDULE

13.1 Payments shall be released against each component of Price Bid in the following manner after submission by the contractor and acceptance of Security cum Performance Bank Guarantee by Employer and signing of Agreement as per provisions of bidding document.

13.2 Following general payment terms will be followed for the payment purposes. The Employer shall pay the Contractor in the manner as following:

I. EPC Works

1 Against approval of Plant design, BOQ and Drawings, Site Levelling and completion of Supply & Erection of Module Mounting Structure as per technical specifications

10% of EPC Contract

2 Against Supply of PV Modules 30% of EPC Contract

3 Agianst completion of civil works including Construction of Control Room, Area Fencing & Fixing of Main Gate, laying of Roads.

10% of EPC Contract

4 Against supply & Installation of PCUs, Balance of Systems including Transformers, SMB, HT&LT Panels, Cables etc..

10% of EPC Contract

5

Upon achieving Commissioning of the Plant (i.eSynchronisationof 1MW& 0.8 MW Solar plants respectively with the grid) including completion of all types of civil, electrical works and site clearance followed by Trial Run as per Scope of Works.

25% of EPC Contract

6 On Successful Operational Acceptance 10% of EPC Contract

7 Balance 5% of amount to be released after successful demonstration of 19% Annual CUF after 1 year from the date of Operational Acceptance of the plants.

Page 111: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

II O & M Works

O&M payment will be released in 4 equal installments at the end of every quarter for each year till 10 years, based on the price quoted in SOR-2, i.e. year wise breakup of O&M cost

*Note:Above payment terms (both I & II) shall be applicable plant wise for 1MW & 0.8 MW plants separately.

13.3 No payment shall release till all drawings, designs, BOQ are approved, completion of site levelling, supply & installation of 100% quantity of Module Mounting Structure at site and on certification by the Engineer-In-Charge/ Project Manager for the quantum of work completed after successful clearance of quality check points involved in the quantum of work billed. This shall be applicable for 1MW & 0.8 MW plants separately.

13.4 Against Supply of PV Modules and after strict compliance of clause 13.3 above, Thirty percent (30%) payment shall be paid on Pro rata basis on submission of documents like Contractor’s detailed invoice & packing list identifying contents of each shipment, evidence of dispatch (GR/ LR copy), Manufacturer’s/ Contractor’s Guarantee certificate of Quality, submission of the Material receipt notes at site and Actual Measurement of quantity of work executed as recorded by Employer/Consultant in original.

13.5 All payment shall be made on the basis of actual measurement. Contractor can raise invoice against above mentioned activities in clause 13.2 for each plant of 1MW & 0.8 MW Solar Plants separately.

13.6 Above payments will be made on submission of valid documents along with RA Bills like Material Receipt Notes/evidence of dispatch (GR/ LR copy), Manufacturer’s/ Contractor’s Guarantee certificate of Quality etc, and Actual Measurement of quantity of work executed as recorded by Employer/Consultant in original.

14. FINAL BILL/ FINAL DUE PAYMENT

14.1 The final bill relating to the EPC Contract or its parts viz. Design, Supply, Erection and Civil/Structural Works contract, shall be submitted by the Contractor within 01 (One) Month of the date of successful demonstration of 19%annual CUF after 1year from the date of operational acceptance.;otherwise, the Engineer-in-Charge/Project Manager's measurement and of total amount payable for the Work accordingly shall be final and binding on all parties.

14.2 The Contractor, after obtaining the Completion Certificate,is eligible to present the final bill for the Work executed by him under the terms of Contract.

14.3 Final Bill will include the adjustments of all claims against the Contractor by the Employer and awarded in its favor by the arbitrator, as the case may be, up to the date of preparation of the final bill.

15. PENALTY/LIQUIDATED DAMAGES FOR DELAY AND UNDERPERFORMANCE

15.1 Delay in Execution or Failure to Supply

15.1.1 Any delay in completion of the works shall attract liquidated damage/ penalty for late completion as per Clause 15.2 below.

15.1.2 If the Contractor fails to deliver the plant or fails to start the work within specified time

Page 112: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

frame after issue of LoI or leaves the work site after partial execution of the work, GAIL shall have the right to get the work done through any other agency at the risk and cost of the Contractor. Further to this, GAIL may, without prejudice to the right of the Contractor to recover damages for breach of trust of the Contract, may impose penalties.

15.2 Delay in Commissioning

15.2.1 In case the Contractor fails to achieve successful Commissioning of plant by the due date indicated in Timeline Clause, then GAILshall levy the Liquidated Damages on the Contractor (wherein partial commissioning shall not be accepted).

15.2.2 The Liquidated Damages levied to the Contractor at half percent (0.5%) of EPC Contract Value (including taxes) for delay of one (1) week or part thereof up to maximum of five percent (5%) of EPC Contract Value.

15.2.3 The Owner may, without prejudice to any other method of recovery, deduct the amount of

such damages from any amount due or to become due to the Contractor. The payment or deduction of such damages shall not relieve the Contractor from his obligation to complete the Works, or from any other of his obligations and liabilities under the Contract. Once the maximum limit is reached, Owner may consider the termination of contract and/or shall have the discretion of getting executed the work from the Contractor with the maximum limit of Liquidated damages. Any such recovery on account of the Liquidated damages can be done from the running bills of the Contractor by Owner.

15.2.4 The maximum time period allowed (with penalty) delay for Commissioning of the Project

shall be ten (10) months from the date of issue of LoI. In case of delay for more than ten (10) months, GAIL may terminate the Contract and get the Project complete by other suitable agency at the risk and cost of the Contractor.

15.2.5 For calculation of penalty, date of LoI shall be the reference date.

15.3 Compensation for PR and CUF deviations:

15.3.1 While testing the Plant for Operational Acceptance, any shortfall in the Performance Ratio

(PR) as determined through the PR Test Procedure specified in the section of“Technical Specifications” of this tender, will attract imposition of Penalty. For every 0.01 shortfall in PR below 0.79 by the bidder, a Penalty of 0.5% of the total EPC Contract Value shall be levied. In case the Plant PR result is 0.05 below 0.79, i.e., 0.74 or lower, the total performance bank guarantee submitted by the bidder for LSTK will be encashed. In case the Performance guarantee has already been encashed, the due amount of CPBG for LSTK will be recovered from the Final Installment of the EPC contract payable at the end of the first year (as per the Terms of Payment specified in Clause 13 of SCC ).

15.3.2 In case of any defect in the system after commissioning, the Contractor shall repair it within 48 hours. Otherwise Penalty shall be charged for shortfall in generated units beyond 48 hours as per Tariff of Rs. 7.00 /unit, with the cumulative maximum of 5% of the total contract value, and the same shall be deducted from their payments due / Bank guarantee available with the Employer.

15.3.3 Penalty during O&M period :

Difference in units derived from committed and achieved CUF x Rs. 7.00 per unit; for period after operational acceptance till the O&M contract closure. Penalty applicable shall be on annual basis. The CUF shall be evaluated as per the formula mentioned in “Technical Specifications” of the tender. Shortfall in CUF during any year may be compensated against excess achieved CUF during previous or subsequent years subject to total CUF over the O&M Period being in accordance with the committed CUF.

Page 113: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

15.3.4 During the O&M period, at any point of time, the Contractor has to ensure the availability of

BG of requisite value with Employer.

15.3.5 Penalty during O&M period against breakdown of other Infrastructure of Solar Power Plant which doesn’t affect the generation of power, directly such as but not limited to civil infrastructure, water supply system/network, SCADA & other Infrastructure developed by the Contractor as a Scope of Work for the Project (Section-VI: Scope of Works, Specifications & Drawings) shall be penalised @ Rs.1000/day, per incident of breakdown reported beyond 48 Hours of such reporting. Cumulative value of such penalty shall be limited to 50% of yearly O&M cost.

15.3.6 In case the Project fails to generate any power continuously for 1 month any time during the O&M period, apart from the force majeure and grid outages, it shall be considered as “an event of default”. In the case of default the entire O&M Bank Guarantee will be encashed.

15.4 The Penalty specified on account of delays, as specified in Liquidated Damages and Penalty

specified on account of deviations in Functional Guarantees as above shall be assessed independent of each other. Above mentioned Penalties specified under this clause of SCC are independent of each other.

16. DEFECT LIABILITY

16.1 The Contractor must warrant that the each Facility shall be free from defects in the design, engineering, materials and workmanship of the Plant and Equipment supplied and of the work executed.

16.2 The Contractor shall also be undertaking the operation and maintenance of the Facility and consequently shall be required to rectify any defects that emerge during the operation of the Facilities for the entire term of this Contract.

16.3 The Defect Liability Period shall be of eighteen (18) months from the date of successful

commissioning of each plant, during which the Contractor must repair any defect identified by the Project Manager / EIC after commissioning of the plant. All the expenses to repair the defects shall be borne by the contractor and no additional cost charged to the Employer (“Defect Liability Period”).

16.4 If during the Defect Liability Period any defect should be found in the design, engineering, materials and workmanship of the Plant and Equipment supplied or of the work executed by the Contractor, the Contractor shall promptly, in consultation and agreement with the Employer regarding appropriate remedying of the defects, and at its cost, repair, replace or otherwise make good (as the Contractor shall, at its discretion, determine) such defect as well as any damage to the Facilities caused by such defect.

16.5 The Contractor shall also be undertaking the operation and maintenance of the Facility and

consequently shall be required to rectify any defects that emerge during the operation of theFacilities for the entire term of this Contract.

17. PRICE ESCALATION

No Price escalation is allowed. The rate(s) quoted against the work shall remain firm during the entire Contract period.

18. PROCUREMENT OF MATERIALS

18.1 Contractor must submit make list of equipment/material along with the tender and the same

Page 114: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

should be supplied to works.

18.2 The Contractor shall procure all necessary material required for the project work and arrange to store them properly. Test certificate in accordance with the specifications are to be furnished by the Contractor to the Employer for approval in respect of the materials procured by the Contractor.

18.3 Contractor must hire a reputed agency for third party inspection which will attend and certify testing, inspection and validation of Solar PV Panels, MMS, Inverters and SMBs as per applicable standards and technical specifications provided in this tender. When the test and / or inspections have been complete to the third party’s satisfaction, it will issue a certificate to that effect. No equipment’s, materials, spares or supplies for which tests and / or inspections are performed shall be dispatched by Supplier/Contractor before such certificates are issued.

18.4 Contractor shall furnish all the documents related including E-Challan/ GR/LR/RR as a proof of the purchase along with the bill / invoice raised by the contractor and along with the details of GST paid on procurement of material.

19. WARRANTY / GUARANTEE

19.1 PV modules used in grid connected solar power plants must be warranted for peak output wattage, which should not be less than 90% at the end of 10 years and 80% at the end of 25 years.

19.2 The modules shall be warranted for at least 12 years for failures due to material defects and workmanship.

19.3 The mechanical structures, electrical works and overall workmanship of the grid connected Ground Mount solar power plant must be warranted for a minimum of 10 years.

19.4 The Contractor must ensure that the goods supplied under the Contract are new, unused and of most recent or current models and incorporate all recent improvements in design and materials unless provided otherwise in the Contract.

19.5 The warranty / guarantee period shall be as follows:

19.5.1 Solar PV Modules: Modules shall be warranted for a minimum period of 25 Years linear power output warranty in the Bidder’s detailed Warranty / Guarantee certificate.

19.5.2 Power Conditioning Units (PCU)/ Inverters: PCUs shall be warranted for the minimum period of 11 years or guarantee period provided by the OEM, whichever is higher.

19.5.3 SMU, Transformers, associated switch gear,Panels & UPS: Bidder must furnish in detail its

warranties / guarantees at least for 11 years for these items from the date of commissioning.

19.5.4 Other Equipment: Bidder must furnish in detail its warranties / guarantees at least for 11 years or more for these items like Battery, Luminaries, Cables from the date of commissioning.

19.6 During the period of Warranty / Guarantee the Contractor shall remain liable to replace any defective parts, that becomes defective in the plant, of its own manufacture or that of its sub-Contractors, under the conditions provided for by the Contract under and arising solely from faulty design, materials or workmanship, provided such defective parts are not repairable at Site. After replacement, the contractor at his own expense shall return the defective parts to the Contractors works or arrange for proper disposal.

Page 115: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

19.7 At the end of guarantee period, the Contractor’s liability shall cease. In respect of goods not covered by the SCC Sub Clause 19.5, the Employer shall be entitled to the benefit of such guarantee given to the Contractor by the original Supplier or manufacturer of such goods.

19.8 During the Operation & Maintenance and guarantee period, the Contractor shall be responsible for any defects in the work due to faulty workmanship or due to use of sub- standard materials in the work. Any defects in the work during the guarantee period shall therefore, be rectified by the Contractor without any extra cost to the Employer within a reasonable time as may be considered from the date of receipt of such intimation from the Employer failing which the Employer reserves the right to take up rectification work at the risk and cost of the Contractor. And penalties shall be imposed on the Contractor as per SCC Clause 15.

19.9 For the major Material/Products/Spares of the works & Projects including but not limited to

PV Modules, Power Conditioning Units (PCU)/ Inverters, Transformers, Batteries (If applicable) etc. the Contractor shall invariably engage OEMs/Sub-Contractors who are specialists in the field and OEM’s/OPM’s/firms of repute and such a OEM/OPM/Sub-Contractor shall furnish guarantees/warranties for their workmanship to the Employer/Owner directly in the name of Employer/ Owner only without any deviation. The Contractor shall give the guarantee/warrantee to the Employer/ Owner directly for other minor Material/Products/Spares.

20. SAMPLES

The Contractor shall within 30 days of issue of LOA, provide to the Employer detailed Technical literature &/or test certificates of all major materials it proposes to use irrespective of the fact that specific make/material might have been stipulated. The Employer shall check the compliance of the proposed items and give its comments and/or approval to the same.

21. NOTICE OF OPERATION

The Contractor shall not carry out important operation without the consent in writing of the Employer or his representative. For carrying out such important activity, the Contractor shall intimate to the Employer at least 72 hours before starting of the job.

22. REJECTION OF MATERIAL

The Project Manager/ EIC’s decision in regard to the quality of the material and workmanship will be final. The Contractor at its own cost and risk without any compensation shall immediately remove any material rejected by the Project Manager from the Site of work.

23. INSURANCE

23.1 During the Contract period i.e., during Construction & O&M period, all insurance related expenses shall be borne by the Contractor. The goods supplied under the Contract shall be fully insured against the loss or damage incidental to manufacture or acquisition, transportation, storage and delivery in such a manner that Owner shall not incur any financial loss, as long as the plant continues to remain under the custody of the Contractor. During O&M period also (after the Construction period is over), the insurances shall be in the scope of the Contractor.

23.2 In case of any loss or damage or pilferage or theft or fire accident or combination of the said incidents etc. under the coverage of insurance, the Contractor shall lodge the claim as per rules of insurance. Any FIR required to be lodged to local Police Station shall be the

Page 116: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

responsibility of the Contractor.

23.3 The Contractor shall arrange to supply/ rectify/ recover the materials without waiting for settlement of the insurance claim and even if the claim is unsettled for timely completion of the project. The final financial settlement with the insurance company shall rest upon the Contractor.In case of any delay of the project attributable to the Contractor, the Contractor himself in consultation with Owner/Employer shall take the extension of insurance. Any financial implications shall be borne by the Contractor.

23.4 The Contractor should arrange for providing insurance coverage to its workmen under Workmen’s Compensation Act or similar Rules and Acts as applicable during execution of work for covering risk against any mishap to its workmen. The Contractor shall also undertake Third-Party Insurance and shall at all times keep Owner indemnified against any Third-Party claims and shall arrange to settle them at the earliest. The Owner/ Employer will not be liable for any such loss or mishap. All other insurance like In – transit insurance (Marine/ Cargo/ others as applicable),

Construction All Risk, Erection All Risk, workmen compensation, fire, third party liability,

insurance against theft and acts of GOD, Contractor’s Equipments, machinery breakdown

policy & his vehicles and others as required for the Construction and O&M of the Plant and

to indemnify the Owner/ equipment/ material and resources shall be borne by the

Contractor

23.5 Owner shall be named as co–insured under all insurance policies taken out by the Contractor, except for the workmen compensation, third party liability and Owner’s liability insurances. All insurers’ rights of subrogation against such co–insured for losses or claims arising out of the performance of the contract shall be waived under such policies. All the insurance cover taken for the construction and O&M period shall be seamless in

nature &

preferably taken from the same insurance company.

23.6 The insurance is to be suitably taken for the activity/ act which is required to cover all the risks associated to the activity / act. The Contractor shall be responsible to take suitable insurance till the completion of the O&M contract and indemnify the Employer/Owner from all associated risks whatsoever.

23.7 The Contractor shall be responsible to take suitable insurance(s) and claim management during and till the completion of the O&M contract and indemnify the Owner from all associated risks whatsoever.

23.8 Employees State Insurance (ESI) Act

The Contractor agrees to and does hereby accept full and exclusive liability for the

compliance with

all obligations imposed by the Employee State Insurance Act 1948 and the Contractor

further

Page 117: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

agrees to defend, indemnify and hold Employer/ Owner harmless for any liability or penalty

which

may be imposed by the Central, State or Local authority by reason of any asserted violation

by

Contractor or Sub-Contractor of the Employees' State Insurance Act, 1948, and also from all

claims, suits or proceeding that may be brought against the Employer/ Owner arising under,

growing out of or by reasons of the work provided for by this Contractor, by third parties or

by Central or State

Government authority or any political sub- division thereof.

The Contractor agrees to fill in with the Employee's State Insurance Corporation, the

Declaration

Forms, and all forms which may be required in respect of the Contractor's or Sub-

Contractor's

employees, who are employed in the Work provided for or those covered by ESI from time

to time

under the Agreement. The Contractor shall deduct and secure the agreement of the Sub-

Contractor

to deduct the Employee's contribution as per the first schedule of the Employee's State

Insurance

Act from wages and affix the Employees Contribution Card at wages payment intervals.

The Contractor shall remit and secure the agreement of Sub-Contractor to remit to the

Employee's

State Insurance Corporation Account, the Employee's contribution as required by the Act.

The

Contractor agrees to maintain all cards and Records as required under the Act in respect of

employees and payments and the Contractor shall secure the agreement of the Sub-

Contractor to

maintain such records. Any expenses incurred for the contributions, making contributions

or

maintaining records shall be to the Contractor's or Sub-Contractor's account.

23.9 Workmen Compensation and Employer's/Owner’s Liability Insurance Insurance shall be affected for all the Contractor's employees engaged in the performance of

this

Contract. If any of the work is sublet, the Contractor shall require the Sub-Contractor to

provide

workman's Compensation and Owner’s liability insurance for the latter’s employees if such

Employees are not covered under the Contractor's Insurance.

23.10 Accident or Injury to Workmen The Employer/ Owner shall not be liable for or in respect of any damages or compensation

payable

at law in respect or in consequence of any accident or injury to any workman or other

person in the

Employment of the Contractor or any Sub-Contractor and the Contractor shall indemnify

and keep

indemnified the Employer/ Owner against all such damages and compensation (save and

except

Page 118: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

and aforesaid) and against all claims, demands, proceeding, costs, charges and expenses,

whatsoever in respect or in relation thereto.

23.11 Transit Insurance In respect of all items to be transported by the Contractor to the Site of Work and any

consequential

risks, the cost of transit insurance shall be borne by the Contractor and the quoted price

shall be

inclusive of this cost.

23.12 Comprehensive Automobile Insurance a) This insurance shall protect the Contractor against all claims arising from injuries,

disabilities, disease or death of member of public or damage to property of others due to any act or omission on the part of the Contractor, his agents, his employees, his representatives and Sub-Contractor’s or from riots, strikes and civil commotion.

b) Contractor shall take suitable Group Personal Accident Insurance Cover for taking care of injury, damage or any other risks in respect of his Engineers and other Supervisory staff who are not covered under Employees State Insurance Act.

c) The policy shall cover third party liability. The third party (liability shall cover the loss/

disablement of human life (person not belonging to the Contractor) and also cover the risk of damage to others materials/ equipment/ properties during construction, erection and commissioning at site & during O&M period. 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 INR 02 (Two) Lakhs per death, INR 1.5 (One and Half) Lakhs per full disablement and INR 1 (One) Lakh per partial disablement and shall nevertheless cover such compensation as may be awarded by Court by Law in India and cover for damage to others equipment/ property as approved by the Purchaser. However, third party risk shall be maximum to INR 10 (Ten) Lakhs for death.

d) The Contractor shall also arrange suitable insurance to cover damage, loss, accidents, risks etc., in respect of all his plant, equipment and machinery, erection tools & tackles and all other temporary attachments brought by him at site to execute the work.

e) The Contractor shall take out insurance policy in the joint name of Owner and Contractor from one or more nationalized insurance company from any branch office at Project site.

f) Any such insurance requirements as are hereby established as the minimum policies and

coverages which Contractor must secure and keep in force must be complied with, Contractor shall at all times be free to obtain additional or increased coverages at Contractor’s sole expenses.

23.13 Any other insurance required under law or regulations or by owner:

Contractor shall also carry and maintain any and all other insurance(s) which he may be required under any law or regulation from time to time without any extra cost to Owner. He shall also carry and maintain any other insurance which may be required by the Owner.

23.14 Contractor shall ensure that all its personnel deployed under this contract have obtained

Page 119: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

additional insurance coverage under the Pradhan Mantri Suraksha Bima Yojana (PMSBY) and Pradhan Mantri Jeevan Jyoti Bima Yojana (PMJJBY) through the participating banks and submit the proof of such insurance coverage to the satisfaction of GAIL. The cost of the insurance premium amount for both the above schemes shall be borne by the contractor giving evidence/proof to GAIL in this respect and Contractor shall suitably consider the same in their bid. Both the schemes are to be regulated continuously on yearly basis and the same should be renewed on each successive relevant date in subsequent years.

24. TRIAL RUN

The PG Test for Plant Facilities shall commence with a trial run for 7 consecutive days after successful commissioning. The EPC Contractor shall provide the data in requisite formats (specified elsewhere in the document) to GAIL. GAIL shall vet the data for any discrepancies and systemic errors and revert within 3 working days. Post the trial run period, the 30 days PR test will commence after communication from GAIL in this regard.

25. PERFORMANCE GUARANTEE TEST

The Plant performance will be evaluated through Performance Ratio (PR) test as per IEC

61724 and Capacity Utilization Factor (CUF) calculation as per the formulas and procedures

mentioned under “Technical Specifications”.

25.1 The minimum acceptable PR of the Plant is 0.79 and CUF shall be 19% against installed rated AC capacity at Standard Test Conditions (STC).

25.2 As the PR of the Plant is dependent on the quality of Plant equipment and optimum design of the Plant, the bidders shall demonstrate the PR of 0.79 for Operational Acceptance of the Ground Mount solar power plant.

25.3 PR Demonstration Test for Operational Acceptance shall be done only after commissioning of Plant & Completion of all associated infrastructure as mentioned in the section of “Technical Specifications”.

25.4 During O&M contract, the performance of Plant will be evaluated based on minimum CUF demonstrated at the end of every year from the date of Operational Acceptance till the culmination of the O&M period. During this period, the contractor shall operate and maintain the Plant with full reliability and up keep. Second year onwards linear degradation of the module output (i.e., 0.7% of DC capacity at STC per year) shall be considered for the calculated CUF every year.

25.5 During the O&M period, the bidders need to maintain 99% uptime of the Plant to achieve the proposed CUF at the end of each year. Any routine repair, replacement, overhauling, etc. are to be performed preferably during night times or during off sunshine periods so that no/minimum generation loss will be there in day time.

25.6 Bidders are expected to make their own study of solar radiation profile and other related parameters of the area & make sound commercial judgment about the Performance Ratio and CUF. It shall be the responsibility of the Bidder to assess the corresponding solar insolation values and related factors of solar Plant along with expected grid availability. The Bidder should access all related factors about the selected Site for the Project before giving commitments of PR and CUF of the proposed Project.

25.7 The bidders are free to install additional DC capacity any time during O&M period, with proper consent by the Employer, to meet the desired performance parameters with no additional cost to the Employer.

25.8 The PG Test for Plant Facilities shall commence with a plant trial run for 7 consecutive days. If and once the 7 day trial run is passed, the 30 day PR test will commence. If the EPC Contractor is not able to demonstrate PG test during the 30 days period they will be given two more chances to demonstrate the PG test after incorporation of suitable corrective measures. In case the contractor fails to achieve guaranteed PR even after the two more chances, further action shall be taken as per the provisions of contract. The Maximum Time

Page 120: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

limit to achieve successful PR is 90 days from the date of successful plant trail run. 25.9 The Contractor shall be responsible for achieving PR and CUF. For any shortfall in achieving

PR and CUF, compensation shall be recovered from the Contractor as per SCC Clause 15.

26. HANDING OVER –TAKING OVER

26.1 The work shall be taken over by the Employer upon successful completion of all tasks to be performed at Site(s) on equipment supplied, installed, erected and commissioned by the Contractor in accordance with provision of Tender Document.

26.2 Upon Completion, commissioning and successful demonstration of the PR test, the contractor shall be responsible for the care and custody of the Facilities, together with the risk of loss or damage thereto, and shall thereafter take over the Facilities or the relevant part thereof for the agreed duration of operation and maintenance as stipulated and mutually agreed terms and conditions.

26.3 During handing over complete project work, the Contractor shall submit the following for considering final payment:

i) All as- Built Drawings and documents as per the contract coordination procedure set out for the successful completion of the project.

ii) Detailed Engineering Document with detailed specification, schematic drawing, circuit drawing, cable routing plans and test results, manuals for all deliverable items, Operation, Maintenance & Safety Instruction Manual and other information about the project.

iii) Bill of material. (with joint inspection ) iv) Inventory of recommended Testing Tools, PPE,Furniture and any special tools and

tackles at project Site are provided. v) All the required approvals and NOC’s as required, are submitted vi) List of deviation from the approved drawings with reason for deviation is submitted vii) List of punch points, duly signed, is provided. viii) Settlement of liquidity damages against delay and performance (Liquidity Damages) ix) Certificates of tests performed for various Works. x) Warranty certificates for each equipment are handed over to Owner’ and ‘Statutory

approvals/permits/ NOC are handed over to Owner’

26.4 Immediately after taking over of complete Plant, the same will be handed over to the Contractor for Operation & Maintenance for a period of Ten years, here the contractor is same for EPC and O&M.

26.5 Handing over will be done only after Completion of Facilities and successful Operational Acceptance Test of 1MW & 0.8 MW Solar plants. However, If any one plant has achieved operational acceptance, the same will be handed over to the Contractor for O&M irrespective of completion of another plant.

26.6 Final Acceptance Final Acceptance shall occur in respect of the Facilities when: i) The Plant have achieved the Operational acceptance and served the O&M for the period

stipulated under the contract agreement; and ii) All the contractors’ liabilities under the O&M contract have been satisfied; and iii) Contractor has provided the list of recommended spares with detailed specification,

source and price for further procurement; and

Page 121: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

iv) The Contractor has paid the liquidated damages, if any thereto;

26.7 The O&M contract period may further be extended for minimum period of 10 years as per mutually acceptance. The contractor is allowed to submit his intent at the time of Final acceptance.

27. TRAINING

27.1 Training of Employer’s Personnel On successful commissioning of the Plant, the Bidder shall provide training on Plant Operations and Maintenance to GAIL personnel (Engineers and Technician/ Operators) as nominated by Employer, within first two months of Operation of Plant. The training shall be for the following topics for effective use of the system. The contractor shall provide training material to the staff prior to the commencement of the training. i) System description including electrical, electronic, allied systems and their functions. ii) Systems / Sub systems operating procedures. iii) System operation characteristics. iv) System limitations. v) On-site system operation. vi) Testing & calibration. vii) System and component trouble shooting

27.2 Training to O&M personnel It is the absolute responsibility of vendor to ensure imparting of necessary training to their

O&M personnel to get them acquainted with the operations of various electrical and

mechanical equipment of the power plant. For this purpose, vendor shall identify the O&M

personnel well in advance and involve them during installation and commissioning stages so

that they become well versed with various functional aspects of the power plant.

28. PROCEDURE FOR MEASUREMENT

28.1 The SI System of measurement shall be used in the Contract unless otherwise specified.

28.2 All measurements shall be taken jointly by the Engineer-in-Charge or CONSULTANT and by the contractor or his authorised representative from time to time during the progress of the work and such measurements shall be signed and dated by the Engineer-in-Charge or Consultant and the contractor or their representatives in token of their acceptance. If the contractor objects to any of the measurements recorded, a note shall be made to that effect with reason and signed by both the parties.

28.3 All measurements shall be recorded in sextuplicate on standard measurement sheets in duly approved formats.

28.4 ENGINEER-IN-CHARGE shall pass the bills after carrying out the comprehensive checks in

accordance with the terms and conditions of the CONTRACTS, within 10 days of submission of the bills, complete in all respects and send the same to the Employer to effect payment to the CONTRACTOR.

28.5 Measurements shall be recorded as per the methods of measurement spelt out in EMPLOYER

/ CONSULTANT SPECIFICATIONS / CONTRACT DOCUMENT. EMPLOYER /CONSULTANT shall be fully responsible for checking the measurements quantitatively and qualitatively as

Page 122: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

recorded in the Measurement Books/ Bills.

28.6 Consultant will carry out 100% measurement and submit the bill to the employer, employer/ EIC will carry out checking of measurement as per standard Gail procedures.

28.7 While preparing the final bills overall measurements will not be taken again. Only volume of

work executed since the last measured bill along with summary of final measurements will be considered for the final bill. However, a detailed check shall be made as to missing measurements and in case there are any missing items or measurements the same shall be recorded.

28.8 The contractor shall, without extra charge, provide all assistance with every appliance,

labour and other things necessary for measurements and recording levels.

28.9 Dispute in Mode of Measurement

In case of any dispute as to the mode of measurement not covered by the Contract to be adopted for any item of Work, mode of measurement as per latest Indian Standard Specifications shall be followed.

29. SITE CLEARANCE

29.1 Site Clearance in Course of Performance: In the course of carrying out the Contract, the Contractor shall keep the Site reasonably free from all unnecessary obstruction, store or remove any surplus materials, clear away any wreckage, packaging material, rubbish & debris and temporary installations from the Site, and remove any Contractor’s Equipment no longer required for execution of the Contract with due approval of the Owner.

29.2 Site Clearance after Completion:After Completion of all parts of the Facilities, the Contractor shall clear away and remove all leftover material, wreckage, packaging material, rubbish & debris and temporary works & installations of any kind from the Site with due approval of the Owner and shall leave the Site and Facilities clean and safe.

29.3 Disposal of Scrap: The term ‘Scrap’ shall refer to scrap/ waste/ remnants arising out of the unpacking of equipment, construction debris, breakage of modules, fabrication of structural steel work and piping work at the project site in the course of execution of the contract and shall also include any wastage of cables during the termination process while installing the cables.

The Contractor shall with the agreement of the Owner promptly remove from the site any ‘Scrap’ generated during Performance of any activities at site in pursuance of the Contract.

The disposal of such Scrap shall vest with the Contractor for the items supplied by the Contractor under this contract for installation and construction without any additional cost to the Owner. The removal of scrap shall be subject to the due approval of Owner & Contractor producing the necessary clearance from the relevant authorities, if required by the law, in respect of disposal of the scrap. The liability for the payment of the applicable GST shall be that of the Contractor.

The Contractor shall also indemnify to keep the Owner harmless from any act of omission or negligence on the part of the Contractor in following the statutory requirements with regard to removal/disposal of scrap. In case the laws require the Owner to take prior

Page 123: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

permission of the relevant Authorities before handing over the scrap to the Contractor, the same shall be obtained by the Contractor on behalf of the Owner.

30. SAFETY

30.1 Contractor shall adhere to safe construction practice and guard against hazardous, and unsafe working conditions and shall comply with Safety rules and regulations/acts of Central and State Govt.

30.2 Contractor must comply with applicable regulations, standards, policies and recognized safe work practices, as well as waste management and spill prevention practices

30.3 Contractor shall ensure that their employees receive safety induction prior to starting work in the site. Each contractor shall maintain, and make available for inspection, records of such safety Induction and training.

30.4 In respect of all labour, directly or indirectly employed in the Work for the performance of Contractor's part of this agreement, the Contractor shall at his own expense arrange for all the safety provisions as per safety codes of OISD, C.P.W.D. &Bureau of Indian Standards, The Electricity Act, The Mines Act and such other acts as applicable.

30.5 The Contractor shall observe and abide by all fire and safety regulations of the Employer/ Owner. Before starting construction work Contractor shall consult with Employer's/ Owner’s safety Engineers or Engineer-in-Charge/Project Manager and must make good to the satisfaction of the Employer/ Owner any loss or damage due to fire to any portion of the work done or to be done under this agreement or to any of the Employer's/ Owner’s existing property.

30.6 The Contractor shall have to provide necessary and adequate safety measures including personal protective equipment and precautions to avoid any accident, which may cause damage to any equipment / material or injury to workmen. The contractor, if required, will provide necessary safety training to workmen. The Owner/ Employer shall not be responsible for any such accidents.

30.7 Contractor shall maintain first aid facilities for its employees. All critical industrial injuries shall be reported promptly to Employer/ Owner, and a copy of Contractor's report covering each personal injury requiring the attention of a physician shall be furnished to the Employer/ Owner.

30.8 The Contractor will have to provide portable Fire Extinguishers, Fire Buckets and drums at worksite as per specifications & standards. They will have to ensure all precautionary measures and exercise utmost care in handling the inflammable gas cylinders/ inflammable liquid/ paints etc. as advised by Engineer-in-Charge/Project Manager.

30.9 All Persons shall comply with Site safety signs, tags, or barriers. Only signs, tags, or barriers that are approved for use shall be installed

30.10 Smoking within the Plant area is strictly prohibited. Violators of the no smoking rules shall be discharged immediately. All Persons on Site shall be free from the use of alcohol or other intoxicants and shall abstain from the illegal use, possession, or distribution of controlled substances.

30.11 Working on PV System :

Page 124: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Small amounts of sunlight can produce a voltage potential and shock or arc-flash hazard. NEVER disconnect PV module connectors or other associated PV wiring under load.Always open the DC Disconnect Switch prior to working on a solar PV system. If needed, cover the array with an opaque cover that blocks sunlight to prevent a solar panel from generating electricity. Use a current clamp to check for hazardous energy prior to working on a PV array.

30.12 While working with electrical circuits,Always de-energize circuits before beginning work on them.

31. STATUTORY ACTS, RULES AND STANDARDS

The Contractor shall abide by all applicable rules, regulations, statutes, laws governing the performance of works in India .The work shall be executed in conformity with the relevant standards and Acts including but not limited to the following: (i) Oil Industry safety Directorate (OISD), (ii) Bureau of Indian Specification (or equivalent International Standard), (iii) Indian Electricity Act 2003, (iv) Indian Electricity Rules 2005 (as amended up to date), (v) Explosive Act 1948, (vi) Petroleum Act 1934, (vii) National Building Code, (viii) Hazardous Waste Management Rules 2009, (ix) e – waste (Management & Handling) rules 2011, (x) Contract Labour (Regulation & Abolition) Act 1970 & the centre rules, 1971 framed

there under. (xi) Payment of Wages Act. (xii) Minimum Wages Act. (xiii) Employer’s Liability Act. (xiv) Factory Act. (xv) Apprentices Act. (xvi) Workman’s Compensation Act. (xvii) Industrial Dispute Act. (xviii) Environment Protection Act. (xix) PNGRB Act. And any other Statute, Act, Law as may be applicable and relevant Rules/ acts in vogue at the time of execution including operation & maintenance period.

32. ADMISSION TO SITE

The entire work lies in operational /Restricted Area of GAIL Plant. The Contractor shall apply in writing, in advance of commencement of work, for the issue of security passes and shall submit a list of personnel concerned and shall satisfy the Engineer-in-Charge, who shall at his discretion have the right to recommend the issue of passes to control the movement of the contractor, his agents, his staff and workmen. The cost of photograph and prescribed fee (INR), if required, for the issue of the passes will be borne by the contractor. The contractor shall ensure that his men work only in areas/zones allotted to them. The entry passes shall be deposited with the Engineer-in-Charge on demand and in any case immediately after completion of work. The contractor, his staff and workmen shall observe all the rules promulgated from time to time by the GAIL, e.g. prohibition of smoking and lighting, frisking of persons on entry and exit, keeping to specified routes etc. Any person found violating the security rules laid down by GAIL will be expelled from the area without assigning any reason whatsoever and contractor shall have no claim on this account.

Page 125: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

33. MISCELLANEOUS

33.1 Based on reviewing the Project, if the progress is below expectation as demanded by the PM/EIC then, the PM/EIC reserves right to reduce the Scope of the Contractor in part or full and assign the same to other contractor(s) and get the work done at the risk and cost of the existing Contractor.

33.2 The Contractor shall continue to provide all the monitoring services, licenses, software, access to all information (real-time or stored ) that were being used during the O&M to the Employer.

33.3 No labour /staff camps will be permitted within the GAIL Plant limits and the contractor shall make the necessary arrangements at his own cost for their camps.Vendor shall maintain updated labour register, with name, age, qualification, salary, attendance details etc at the site. Vendor has to satisfy all the statutory requirements as per the labour law regulations in the state.

33.4 Availability of vehicle for Employer staff /Consultant during construction and O&M period as

per requirement may be ensured, failing which Employer shall have full right for alternate arrangement at the risk & cost of the contractor.

33.5 Provision for installing any additional monitoring equipment to facilitate on- line transfer of data shall be provided by the Contractor and any other costs towards broadband internet, telephone charges, if any, of the SPV plant during the entire O&M period will be in scope of the contractor.

Note: In case of discrepancy between GCC Clause and SCC Clause on a particular subject, SCC conditions will prevail.

Page 126: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

34. Standard HR Clauses of SCC

1. "Service” shall comprise Scope of Work as attached.

2. “Location(s) shall be as defined in the Scope of Work.

3. Engagement: GAIL hereby engages Service Provider to provide the Services at the Locations

and for the Period of _______ months (number of months to be mentioned) from the date of

commencement of service subject to the terms and conditions hereinafter specified.

4. Mandays:

a) Minimum requirement of mandays/resources: “number of mandays to be defined as per

requirement and Scope of Work.” (The requirement and the category thereof to be clearly

defined)

b) Qualification and experience of resources deployed: “to be defined as per requirement and

Scope of Work.”

c) Service Provider shall ensure that the contract labour deputed for or in connection with the

provision of the Services shall be:

i. trained, experienced and competent to do the jobs for which they are assigned.

ii. well dressed, well groomed, neat and tidy and presentable to a standard reasonably

required for the particular Service(s) for which they are assigned, and where required,

shall be equipped with and wear distinctive uniforms in keeping with their positions

as will identify and distinguish them,

iii. polite, respectful and courteous to all persons with whom they deal/ interact.

5. Gate/ Entry Pass or Authorization: Entry to the offices is restricted and is subject to

appropriate entry authorization in the prescribed format of a Gate Pass or any other entry

authorization w.r.t police verification as per instruction of Security department from time to time.

Similarly entry for material/ equipment’s/ tools/ tackles etc. is restricted & subject to entry

authorization by security department. The contractor shall issue Identity cards in his firm’s name

to the contract labour deployed.

6. Uniform and Personal Protective Equipment / Safety Kit and Liveries: Service Provider shall

ensure adequate supply of uniform and personal protective equipment / Safety Kit and Liveries as

mentioned in the Scope of Work to all such personnel deployed.

7. Deficiency:"

a) Deficiency" shall mean a deficiency in the performance of services as mentioned in the Scope

of Work including deployment of minimum services/resources, quality of material, quality or

the efficiency of any Service (s) or non- compliance to any of the tender conditions at any

time as determined by GAIL (whose decision shall be final and binding on the Service

Provider), provided that prior to arriving at such a decision, GAIL shall give the Service

Provider a show-cause notice setting out the Deficiency or Deficiencies observed, and give

the Service Provider an opportunity of 7 (seven days) within which to make a representation

in respect thereof. If any such representation is made, GAIL shall take cognizance of the same

before taking a final decision. The decision of the Engineer in Charge with regard to any

deficiency in service shall be final and binding on the parties.

Page 127: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

b) It is recognized that there may be Deficiency in the performance by the Service Provider with

regards to one or more of the Services required to be performed under the Scope of Work, the

consequences whereof may not be quantifiable. With a view to discourage such deficiency in

the performance of any Service(s) by the Service Provider, it is agreed that for each

Deficiency as determined by Engineer-in-Charge / GAIL in any Service(s) to be performed by

the Service Provider, GAIL shall be entitled to levy a token penalty of Rs. 1,000/- (Rupees

One Thousand only) per day per deficiency in the price on the Service Provider.

c) In case of the Deficiency continues for such period or in such manner as determined by GAIL

that affects the services as mentioned in the Scope of Work (GAIL's decision in this behalf

shall final and binding on the Service Provider), GAIL, without prejudice, have the right to

avail price discount in respect of which the deficiency(ies) have occurred and also without

prejudice to its the right to terminate the Contract thereof, terminate the service(s) in respect

of which the deficiency(ies) have occurred and get such Service(s) performed at the risks and

costs of the Service Provider for a period equivalent to the unexpired period of the Contract

hereof provided GAIL has given a written notice to the Service Provider of such

deficiency(ies) and the Service Provider, within 7 (seven) days of receipt of such notice has

not taken steps to the satisfaction of GAIL for rectifying the deficiency(ies).

d) The Service Provider shall maintain all the Reports, Returns, Forms, proforma and other

prescribed documents under the applicable Labour Legislations (including those mentioned

above) and GAIL shall have the right to satisfy itself in this regard at any point of time. Each

default by the Service Provider shall entitle the GAIL to levy a token penalty on the Service

Provider by deduction in the invoice(s) of the Service Provider or from the Security Deposit

or otherwise a sum of Rs. 1,000/- (Rupees One Thousand Only) per default.

Page 128: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Special Conditions of Contract (SCC)

Page | 25

34.1. STANDARD CONDITIONS OF SCC: PART I

A: Compliances under various Labour Laws

The contractor has to fully comply with all applicable laws and regulations passed, modified and notified

from time to time by the Central, State and local Government agencies/authorities. Specific attention of the

contractor is drawn to the following obligations amongst others:

1. The Minimum Wages Act 1948

a) During the tenure of the contract, the Contractor must ensure the wages as per the Minimum Wages

Act as notified by the Central Government or State Government whichever is higher.

b) Wage period and monthly wages: Wage period shall be monthly and wages for a month will be

calculated by multiplying daily rate of Minimum Wages by 26. The monthly wages include the

wages of the weekly days of rest as applicable to the office/establishment of GAIL. Deduction in

case of any days of absence other than weekly days of rest shall be calculated using the following

formula:

Deduction = days of absence x (monthly wages / number of days in the relevant month)

c) The revision of minimum wages as mentioned above in respect of certain categories of contract

labour is notified by the appropriate Government on half yearly basis i.e., in April and October. The

bidder shall take into consideration of revision of minimum wages during the period of contract and

bear such upward revision(s).

2. Leaves/ Leave with wages

The Contractor shall comply with all the applicable leave Rules including leave with wages in terms of

applicable labour legislations. The contractor shall extend the leave with wages and maintain the

Register of Leave pertaining to the contract labour deployed. The payment towards un-availed leave

shall be settled with the contract labour at the time of closure of the contract or separation of contract

worker.

3. The Payment of Wages Act 1936

The contractor should disburse monthly wages through e-banking / digital mode through cashless

transaction only, and avoid illegitimate deductions and maintained records /returns as prescribed. The

contractor shall be solely responsible for the payment of wages and other dues to the personnel, if any,

deployed by him latest by 7th

day of the subsequent month in the presence of Engineer In-Charge or

authorized representative. After disbursement of wages, the representative of the Contractor and

Engineer In-Charge/authorised representative have to certify the payment of wages to the contract

workers and sign the Wage Register - Form B (under The

Ease of Compliance to Maintain Registers under various Labour Laws Rules, 2017) with specific seal

detailing name/designation/Company.

Page 129: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Special Conditions of Contract (SCC)

Page | 26

4. The Employees Provident & Miscellaneous Provisions Act 1952

a) The contractor shall have his own PF code no. with the RPFC as required under Employee PF &

Miscellaneous Provisions Act, 1952.

b) The contractor has to ensure compliance and extend benefits under Employees’ Provident Fund

Scheme 1952, Employees’ Pension Scheme 1995 & Employees’ Deposit Linked Insurance Scheme

1976 to the contract workers deployed by him.

c) The contractor should submit copies of separate e-Challans / ECR/proof of payment/receipt in

respect of contract workers engaged through this contract only, on monthly basis. Common challans

would not be acceptable in GAIL.

d) PF is mandatory irrespective of number of contract labour deployed by the contractor under this

contract. PF membership and deposit of PF contribution is also mandatory even if the wage payment

to the contract labour is exceeding the prescribed monthly wage ceiling under the EPF Act and in

such case the liability of the contractor towards PF contribution shall be limited to the prescribed

monthly wage ceiling notified from time to time.

e) In case the contractor deploys any “International Worker”, the contractor should also make

compliance under para 83 of EPF Scheme, 1952 i.r.o the “International Workers” and must register

on the International Worker Portal of EPFO.

f) The condition of independent PF code is not applicable in case of Consultancy, Architectural,

Actuarial, and Charted Accountancy Services.

5. The Employees State Insurance Act 1948: (If applicable)

a) The contractor shall have his own ESI code No. allotted by Employee State Insurance Corporation

(ESIC) as required under Employee State Insurance Act 1948.

b) The contractor has to arrange Smart Cards (i.e. ESI Identity Card) /e-Pehchan Card to contract

workers engaged by him from the Corporation.

c) The condition of independent ESI code is not applicable in case of Consultancy, Architectural,

Actuarial, and Charted Accountancy Services.

6. The Employees Compensation Act 1923 in lieu of ESI

In case the WORK PLACE is out of the notified coverage area under ESIC i.e. ESIC is not implemented

in the area or in case of excluded employees under ESIC, the Contractor is required to take Employee

Compensation / Workmen Compensation Policy from IREDA approved Insurance Company taking into

consideration the maximum compensation liability as per provisions of Employee Compensation Act,

1923 (present maximum compensation liability is Rs. 10.86 Lakhs per contract labour considering the

age to be 18 years in total permanent disablement). The insurance premium charges for obtaining

such policies shall be borne by the contractor.

7. Group Personal Accident Insurance Policy

The contractor to take a Group Personal Accident Insurance Policy with coverage of Rs. 3 Lakhs per

contract worker for the entire period of contract covering all contract workers deployed under the

contract. The insurance premium charges for obtaining such policies shall be borne by the

contractor.

Page 130: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Special Conditions of Contract (SCC)

Page | 27

8. The Payment of Bonus Act, 1965

Contractor shall ensure payment of bonus as per the provisions of the Payment of Bonus Act 1995 and

submit proof of payment of bonus in the prescribed form (i.e., Form C & Form D) to EIC. Present

minimum rate of payment of Bonus as per the Act is 8.33% of minimum wages per month or 8.33% of

Rs.7,000/- per month whichever is higher. The rate shall be subject to amendments made from time to

time to the legislation. Accordingly, contractor shall make payment of Bonus for the relevant part of

financial year with reference to actual number of days for which contract workers performed duties.

Payment of Bonus shall be made preferably before Deepawali festival falling after the end of relevant

financial year(s) and the balance payment at the time of closure of contract and submit proof to

Engineer-in-Charge.

9. Contract Labour (R&A) Act, 1970

a) The contractor is required to obtain Labour license under the provisions of Contract Labour (R&A)

Act, 1970 from the office of Licensing Officer, Central Labour Authority, Ministry of Labor and

Employment, Govt. of India having jurisdiction of the Region.

b) The contractor shall discharge obligations as provided under Contract Labour (R&A) Act, 1970 rules

and regulations framed under the same and enforced from time to time.

c) The Contractor shall ensure regular and effective supervision and control over the contract workers

deployed and give suitable direction for undertaking the Contractual Obligations.

d) The contractor is solely responsible for payment of wages to each worker deployed by him and such

wages shall be paid before the expiry of such period as may be prescribed.

e) In case the contractor fails to make payment of wages and deposit PF contribution within the

prescribed period or makes short payment of wages / short deposit of PF contribution, then GAIL, as

Principal Employer, will make payment of wages in full or the unpaid balance due, as the case may

be, to the contract labour deployed by the contractor and deposit the PF contribution with PF

authorities. Such amounts will be recovered from the contractor either by deduction from any

amount payable to the contractor under any contract or as a debt payable by the contractor.

10. The contractor should also fully comply with all applicable laws and regulations including, but not

limited to the following legislations:

The Factories Act, 1948 or The Shops & Establishment Act, 1948;

The Maternity Benefit Act, 1961;

The Building and Other Construction Workers(Regulation of Employment and Conditions of Service

) Act 1979 & Building and Other Construction Workers Welfare Cess Act, 1996;

The Inter State Migrant Workmen (RECS) Act 1979: (if applicable) ;

The Payment of Gratuity Act 1972:

In case of Death or permanent disablement of a contract worker during execution of work under the

contract, the contractor has to pay the Gratuity as per provision under the Payment of Gratuity Act

1972 to the nominee(s) of contract worker as per the details maintained in the duly signed

Nomination Form maintained by the contractor. The proof of disbursement may be submitted to the

Engineer-in-charge for claiming reimbursement of amount paid towards death Gratuity from GAIL.

B: Additional Responsibilities of the Contractor:

Page 131: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Special Conditions of Contract (SCC)

Page | 28

1. The contractor shall be solely responsible and indemnify the GAIL against all charges, dues, claim etc.

arising out of the disputes relating to the dues and employment of personnel, if any, deployed by him.

2. The contractor shall indemnify GAIL against all losses or damages, if any, caused to it on account of

acts of the personnel deployed by him.

3. The contractor hereby agrees to indemnify owner / GAIL and harmless from all claims, demands,

actions, cost and charges etc. brought by any court, competent authority / statutory authorities against

owner/GAIL.

4. The contractor shall also indemnify GAIL for any action brought against him for violation, non-

compliance of any act, rules & regulation of center / state / local statutory authorities.

5. All personnel deployed by the contractor should be on the rolls of the contractor and the contractor

shall issue Employment / Identity cards to them.

6. No contract worker below the age of 18 years and above age of 58 years shall be deployed on work.

7. Appointment/Nomination of supervisor:

As a part of the contract, the contractor is required to appoint/nominate a supervisor (s) who will

supervise, control and give directions to the contract workers for discharging the contractual

obligations. Accordingly, the contractor has to give in writing the name and contact details of the

supervisor (s) to the Engineer-in-charge. A copy of the same may also be sent to HR In-charge and

Security In-charge for records.

8. A copy of the work order should be submitted to the Security Department by the contractor / his

representative or supervisor for facilitating the movement of men, machine and materials involved in

the contract.

9. The personnel to be deputed by the contractor shall observe all security, fire and safety rules of GAIL

while at the site/work. All existing and amended safety / fire rules of GAIL are to be followed at the

work site.

10. In case of accident, injury or death caused to the contract workers while executing the Work under the

contract, the contractor shall be solely responsible for payment of adequate compensation, insurance

money etc. to the next kith & kin of injured / diseased. Contractor shall indemnify GAIL from such

liabilities.

11. The contractor shall not deploy any person suffering from any contagious or infectious disease. The

contractor shall get the deployed contract workers examined from a civil Govt. Doctor.

12. No contract workers or person of contractor (including contractor) be allowed to consume alcoholic

drinks or any narcotics within the plant premises. If found under the influence of above, the owner /

GAIL will terminate the contract immediately and may refer the case to the Police.

Page 132: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Special Conditions of Contract (SCC)

Page | 29

13. While engaging the contractual resources, the contractor is required to make efforts to provide

opportunity of employment to persons belonging to Schedule Caste, Schedule Tribe and Other

Backward Caste in order to have a fair representation of these sections.

14. While engaging the contractual resources, the contractor is required to make efforts to provide an

opportunity to apprentices, who have completed their apprentice training in GAIL under the provisions

of the Apprentices Act, 1961.

15. The Contractor to maintain all Registers and other records in an office within the precincts of the work

place or at a place within a radius of three kilometers.

16. Contractor shall provide proper Employment cards (FORM XII) for the contract labour to be

deployed by him for Work/Services, duly signed by the contractor or authorized person on behalf of

contractor.

17. Contractors are required to install Access Control System at their own cost to regulate the entry and

exit of the contract labour deployed by them as a security measure only.

18. Discipline of the contract workers in discharge of duties must be regulated by the contractor himself or

by his representative.

19. Police verification :

a) The Contractor/Agency (including his sub-contractors/Petty Contractors etc) will undertake police

verification in respect of the contract workers engaged by him in GAIL’s premises. Such verification

will have to be carried out from concerned police station of their permanent place of

residence/present place of residence.

b) Further, the Contractor/agency is advised not to deploy any person having past criminal record in the

establishment/premises of GAIL under this contract awarded to him.

c) In the event of violation of above clauses at (a) and (b), the contractor/agency will be solely

responsible for this.

d) If any such worker having criminal record is deployed by the Contractor/Agency in the premises of

GAIL and has come to the notice of GAIL at any point of time, he will be removed by the

Contractor/Agency forthwith, failing which that particular worker of the Contractor/Agency will not

be allowed to enter into the premises of GAIL.

20. While confirming to any of these conditions, the contractor should ensure that no law of state

regarding labour, their welfare, conduct etc. is violated.

Page 133: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Special Conditions of Contract (SCC)

Page | 30

C: Compliance of Government of India directives

1. Pradhan Mantri Suraksha Bima Yojna (PMSBY) and Pradhan Mantri Jeevan Jyoti Bima Yojna

(PMJJBY):

Contractor shall, ensure that all its resources deployed under this contract have obtained additional

insurance coverage under the Pradhan Mantri Suraksha Bima Yojana (PMSBY) and Pradhan Mantri

Jeevan Jyoti Bima Yojana (PMJJBY) through the participating banks and submit the proof of such

insurance coverage to the satisfaction of GAIL. The cost of the insurance premium amount for

both the above schemes shall be borne by the contractor giving evidence / proof to GAIL in this

respect and Contractor shall suitably consider the same in his bid. Both the schemes are to be

regulated continuously on yearly basis and the same should be renewed on each successive relevant

date in subsequent years.

2. Payment through Aadhaar Payment Bridge and Employment of AADHAAR Card Holder:

As per communication received from Ministry of Petroleum and Natural Gas vide letter dated

03.06.2013, Contractors are required to give preference to those contract worker who either have

Aadhaar Card or have applied for Aadhaar Card or agreed to apply for Aadhaar Card to establish their

genuineness and payments may be made to them through Aadhaar Payment Bridge to the extent

possible.

3. Labour Identification Number (i.e. LIN) Registration(Mandatory):

The Unified Shram Suvidha Protal, developed by Government of India, facilitates reporting of

Inspections & submission of Returns and has also been envisaged as a single point of contact between

employer, employee/ contract worker and enforcement agencies bringing in transparency in their day-

to-day interactions. For integration of data among various enforcement Agencies, the Contractor, as an

inspectable unit, is required to register and obtain Labour Identification Number (i.e. LIN) from Shram

Suvidha Portal and submit the same in GAIL.

4. Pradhan Mantri Rojgar Protsahan Yojna (PMRPY):

In order to support the Govt. of India’s Initiative on Employment Generation, the contractor must

register for Pradhan Mantri Rojgar Protsahan Yojna (PMRPY) Scheme. . Compliance made under this

scheme and any benefits drawn may be informed to GAIL so as to derive the legitimate Employer’s

PF Contribution and adjustment thereon. In other words, GAIL shall have the right to deduct that part

of Employer’s contribution from the bills of the Contractor, which has been reimbursed to him by the

EPFO under PMRPY.

D: Insurance Policies

Contractor is required to cover all contract workers deployed by him with the following insurances / schemes:

Page 134: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Special Conditions of Contract (SCC)

Page | 31

Sl.

No.

SCHEME APPLICABILITY PREMIUM/

CONTRIBUTION

SUM ASSURED/

BENEFITS

REMARKS

1 ESI Act, 1948 Applicable to all

contractual workers

(within ESI wage

limit) working in

notified area.

3.25% of wages by

employer

0.75% of wages by

employees

Benefits under ESI

Act.

2 Employee

Compensation

Act, 1923 (in lieu

of ESI –mentioned

at Sl. 1)

Applicable to

excluded employees

under ESI and those

who working in non-

notified area to

extend similar

benefits as available

under ESI Act, 1948

Premium to be

calculated

considering wage

limit under EC Act,

1923 (i.e. Rs. 8000

p.m currently)

Maximum

compensation

liability as per

workmen

compensation is Rs.

10.86 Lakhs

considering total

permanent

disablement and age

of 18 yrs.

Provides

compensation to

contract workers.

3 Group personal

Accident

Insurance

Applicable to all

contractual workers

Based on the

coverage

Insured value:

Rs. 3 Lakh to cover

expenses associated

with any accidents.

Death, permanent

disablement,

temporary total

disability or any

other medical

expenses related

to accident.

4 Pradhan Matri

Suraksha Bima

Yojana (PMSBY)

Eligibility – age group

18 to 70 years

Rs. 12/- per annum Accidental death and permanent

disability:

(i) Permanent total disability – Rs. 2

lakhs.

(ii) Permanent partial disability – Rs. 1

Lakh.

5 Pradhan Mantri

Jeevan Jyoti Bima

Yojana(PMJJBY)

Eligibility – age group

18 to 50 years. (can

continue upto 55

years)

Rs. 330/- per

annum.

Risk coverage – Rs. 2 Lakhs- in case of

death due to any reason

Page 135: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Special Conditions of Contract (SCC)

Page | 32

34.2. STANDARD CONDITIONS OF SCC: PART II

1. Maintenance of records and registers

The Contractor is required to maintain statutory records and registers for applicable labour laws as prescribed under the following rules: a) Ease of Compliance to Maintain Registers under the various Labour Laws, 2017

b) Rationalization of Forms and Reports under Certain Labour Laws Rules, 2017

The contractor has to maintain the following (but not limited to) Registers/ Forms/ Reports / Returns at all times:

a) Employee Register in FORM A

b) Wage Register in FORM B

c) Register of Loan / Recoveries in FORM C

d) Attendance Register in FORM D

e) Register of rest/leave/leave wages in FORM E

f) Copies of Wage Slips in FORM XIX.

g) Copies of Employment Card in FORM XII

2. Documents to be submitted by the Agency/contractor to Engineer In- Charge at various stages

during the currency of the contract

a) Immediately after issuance/receiving of Letter of Intent (LOI):

i. Details as required for issuance of FORM - VII (Notice of Commencement of Work)

ii. Application for issuance of FORM –III (Form of Certificate by Principal Employer ) for obtaining Labour

License from Licensing Authority for engaging 20 or more contract workers .

iii. Copy of FORM - VI (License) before commencement of work if 20 or more contract workers are engaged.

iv. Copy of Provident Fund Registration Certificate issued by concerned Regional Provident Fund

Commissioner.

v. Copy of Employee State Insurance Registration Certificate issued by concerned ESIC. Where ESI Act is not

applicable, copy of Insurance Coverage under Employee Compensation Act, 1923 of appropriate value (

refer applicable clause A.6 of Standard Conditions of SCC : Part – I)

vi. Copy of Group Personal Accident Insurance Policy

vii. Copy of Labour Identification Number (i.e. LIN) Registration done in Shram Suvidha Portal of Govt. of

India.

b) At the time of submission of monthly bills:

i. Copy of Employee Register in FORM – A (under The Ease of Compliance to Maintain Registers under

various Labour Laws Rules, 2017).

ii. Copy of Wage Register in FORM – B (under The Ease of Compliance to Maintain Registers under various

Labour Laws Rules, 2017) duly certified by authorized representative of the contractor and authorised

person in GAIL certifying as “Certified that the amount shown in the column No. ---- has been paid to

the workman concerned in my presence on------(date) at -------(place)” along with copy of bank

statement duly certified by bank as proof of Cashless Transaction / Payment of wages through e-

banking/digital mode.

iii. As a part of compliance and proof of depositing Provident Fund, EDLI and ESI contributions the

contractor shall submit copies of the Separate eChallans / ECR, bank receipts/bank statement

in respect of contract workers deployed by them in GAIL in the previous month in this contract.

Page 136: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Special Conditions of Contract (SCC)

Page | 33

The documents should also contain details of contract workers, PF account No., ESI No.,

contributions of contract workers and employer etc.

iv. Dully filled in “Proforma-PFD”, as per Annexure-1.

c) At the time of closure of contract:

i. Indemnity Bond of Rs. 100/- duly notarized from Notary indemnifying GAIL from all liabilities w.r.t. the

contract labour engaged by the contractor regarding payment of wages, Provident Fund/ESI

contributions, Insurance and other statutory payments. Performa Indemnity Bond is enclosed at

Annexure-2.

ii. Copy of the Wage Register in FORM - B for the last month.

iii. Copies of Service Certificates issue to contract labour in FORM VIII

iv. Copy of the ECR related to EPF and ESIC Compliance in respect of Contract labour.

v. Details as required for issuance of FORM - VII (Notice of Completion of Work)

3. Verifications of bills and documents submitted by the Contractor:

Before making payment of the bill/invoice of the Contractor, the appropriate authority (i.e. Payment Making

Authority etc.) in GAIL, shall verify from the ECRs of PF/ESI, through respective web portals, the detail/status of the

payment made by the Contractor. In case the information furnished by the Contractor is found to be incorrect GAIL

shall take appropriate action against the Contractor.

Page 137: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Special Conditions of Contract (SCC)

Page | 34

Annexure-1

Proforma -“PFD”

Sub: PARTICULARS OF CONTRIBUTION FOR THE MONTH OF _____, 20__

(1) Name of the Firm/Agency/Contractor ________________________ Nature of Contract: Job/

Service ________________

(2) Postal address of the Contractor : ________________________________

(3) Phone No. of the Contractor : _________________________________

(4) Fax No. of the Contractor : __________________________________

(5) Address of PF office from where EPF Code No. has been allotted:

__________________________________________________________________________

(6) EPF Code No. allotted by PF office : __________________________________

(7) Address of ESIC office from where ESI Code No. has been allotted:

__________________________________________________________________________ (8) ESI Code No. allotted by ESIC office : __________________________________

(9) Period of Contract: From _______to __________

(a) Extension Period of Contract, if any From _______to __________

(b) Place where contract workmen are working

(10) Labour License No. _______________dtd. ________________

(11) Validity period of Labour License From __________to ______________

(12) Copy of Wage Register in FORM – B

(13) Details of Deposition of contribution towards EPF

(a) EPF Challan No. _______________Amount ________________ Date____________

(14) Details of Deposition of contribution towards ESI

(a) ESI Challan No. ____________Amount _____________ Date ______________

Detail of Contract labour engaged by the contractor:

Category No. of Workers Prevailing Minimum Wages

Unskilled

Semi-skilled

Skilled

Highly skilled

Total

(15) Whether any arrangement / agreement has been entered with any contract worker for extending

benefits under Inter-state Migrant Workmen (RE&CS) Act, 1979: ____ (Yes / No)

If yes, No. of such Inter-state Migrant Workers: ______________

SIGNATURE OF CONTRACTOR/AUTHORIZED REPRESENTATIVE

Place:

Page 138: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Special Conditions of Contract (SCC)

Page | 35

Annexure-2

Date:

INDEMNITY BOND

WHEREAS GAIL(India) Limited (hereinafter referred to as GAIL) which expression shall, unless repugnant to the

context include their legal representatives, successors and assigns, having their Registered Office at 16, Bhikaiji,

Cama Place, R.K. Puram, New Delhi has entered into a CONTRACT with ‘name of the contractor” Incorporated

(hereinafter referred to as the (‘CONTRACTOR’) which expression shall unless repugnant to the context include their

legal representatives, successors and assigns, having their Registered Office -------------------------------- for Rs. ------------

for “NAME OF THE CONTRACT” ---- for a period of----------------” and on the terms and conditions as set out, inter-alia

in the Work Order No. --------------------------------and various documents forming part thereof hereinafter collectively

referred to as the ‘CONTRACT’ which expression shall include all amendments, modifications and / or variations

thereto.

GAIL has also requested the CONTRACTOR to execute an Indemnity Bond in favour of GAIL indemnifying it from all

consequences which may arise out of any Case filed by any workers / Labours / vendors/ sub- contractors /partner

etc. who may have been engaged by the CONTRACTOR directly or indirectly with or without consent of GAIL for

above works , which may be pending before any court of Law including Quasi-Judicial Authority , Competent

Authority, Labour Court , Arbitrator , Tribunal etc. and the contractor has readily agreed for the same.

NOW, THEREFORE, in consideration of the promises aforesaid; the CONTRACTOR hereby irrevocably and

unconditionally undertakes to indemnify and keep indemnified GAIL from any loss, which may arise out of any such

contract/Case. The CONTRACTOR undertakes to compensate to GAIL forthwith, on demand, without protest the loss

suffered by GAIL together direct / indirect expenses.

AND THE CONTRACTOR hereby agrees with GAIL that:

(i) This Indemnity Bond shall remain valid and irrevocable for all claims of GAIL arising from any such

contract/case for which GAIL has been made party until now or here-in- after.

(ii) This Indemnity Bond shall not be discharged / revoked by any change / modification / amendment / deletion

in the constitution of the firm / contractor or any conditions thereof including insolvency etc. of the

CONTRACTOR but shall be in all respects and for all purposes binding and operative until any claims for

payment are settled by the contractor.

The under signed has full power to execute this Indemnity Bond on behalf of the CONTRACTOR and the same stands

valid.

SIGNATURE OF CONTRACTOR/AUTHORIZED REPRESENTATIVE

Place:

Date:

Page 139: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Special Conditions of Contract (SCC)

Page | 36

ANNEXURE-F

SCHEDULE OF RATES

Sl. No. Description Quantity UOM Rate to quote

1 Lump sum rate towards Contract

for Services for providing

………………

2

3

Bidder is required to quote after considering the financial implications towards all the terms & conditions

mentioned in the tender document including Scope of work and Special Conditions of Contract (SCC)

including:

a) All components of costs related to man, material and machinery required to execute the services

as defined in the scope of work; and

b) Standard Conditions of SCC Part-I (A), Part-I (B) and Part-I (E)

c) All other components as mentioned in the SCC

Bidder shall specifically consider the terms and conditions contained in clauses 1 to 8) of Standard

Conditions of SCC Part I (A) relating to statutory compliances and clause 1 of Standard Conditions of

SCC Part I (C) relating to Compliances of Government of India directives.

Signature of Bidder…………………….

Name of Bidder……………………

Example:

For 2 years Contract

Quantity = 24

UOM = MON

Rate = to be quoted by the Bidder

Note: The above SOR format is illustrative and may be suitably modified as per the requirements.

Page 140: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 1

GAIL (India) Limited

(A Govt. of India Undertaking)

(A Maharatna Company)

Section – VI

Scope of Works, Technical Specifications

& Drawings

Ref No: GAIL/C&P/VH/19/C077/ELECT/RC/8000015999

Date: 22.11.2019

E-Tender No. 8000015999

Prepared and Issued by

GAIL (INDIA) LIMITED

P.O. GAIL COMPLEX, VIJAIPUR

DIST. GUNA (M.P.) - 473 112

PH.07544 - 274444, FAX. 07544 - 274600

Page 141: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 2

SCOPE OF WORKS (SOW)

Contents

I. INTRODUCTION 3

1. PROJECT DESCRIPTION 3

II. SCOPE OF WORK 5

DETAILED SCOPE OF WORK 5

1. DESIGN AND ENGINEERING: 5

2. PROCUREMENT & SUPPLY 7

3. CONSTRUCTION AND ERECTION WORKS 8

4. STATUTORY APPROVALS 9

5. OPERATION AND MAINTENANCE 10

6. OPERATION AND PERFORMANCE MONITORING 12

7. TYPICAL POWER EVACUATION SCHEME 13

Page 142: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 3

I. INTRODUCTION

1. Project Description

GAIL has proposed to install Solar PV Power Plants on two different locations, inside their complex

designated as site A and site B. Plant A shall be set up in Site-A situated at Gail complex-Vijaipur

residential (Colony) area. Plant B shall be set up in Site-B situated at Gail complex-Vijaipur Plant

area. Proposed capacities of above power plants are 0.8 MW (AC) at site A and 1.0 MW (AC) at site

B.

1.1 Physical Details :

Particulars Description

Plant-A Plant-B

Solar Plant Capacity & Type: 0.8 MW (AC) (Ground Mount)

1 MW (AC) (Ground Mount)

Location GAIL-Residential Area (Colony) GAIL Plant Area (Near CISF Gate)

Village Vijaipur Vijaipur

District Guna Guna

State Madhya Pradesh Madhya Pradesh

Geographical Coordinates 24°27'38.2"N,77°09'05.8"E 24°28'03.7"N, 77°09'25.3"E

Elevation above mean Sea

Level, mtr 421 mtr 421 mtr

Site Area 3.6 acres (approx.) 4.5 acres (approx.)

Type of Land Government Land(Owned by Gail)

1.2 Technical Details:

Power Evacuation System: At LT-415V Level At 33KV Level

Through UG LT Cable Through UG HT Cable

Nearest Substation/Location to

be fed :

Colony Sub Station # 4 (AC Voltage- 33/0.415 KV) located around 400 M away from the project site inside the GAIL premises.

Nearby 33KV DP Structure located around 400 M away from the project site, inside the GAIL premises.

Estimated Life of Power Plants 25 Years

PV Modules

Poly-crystalline silicon, Rating: ≥ 325 Wp, Efficiency: ≥17%, with RFID Tag & Label. Preferred Make : Canadian Solar/Sunpower/REC/Trina or Equivalent Indian make

PCUs (Central Type) As per design, Efficiency ≥ 98%, from Teir-1 Companies

Preferred Make : ABB/Hitachi/Toshiba Mitsubishi/ Seimens-Gamesa/ SMA

Transformers Indoor Type, Solar duty, LV Transformer, Vp/ Vs=PCU Output Voltage to 415V

Indoor Type, HV-33KV ,LV-as per Output of PCU

Expected CUF ≥19% ≥19%

Min. Performance Ratio 0.79 0.79

(Values of CUF & PR after netting off the auxiliary consumption)

Page 143: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 4

1.3 Meteorological Parameters:

Max. ambient air temperature 49° C max.

Min. ambient air temperature 8° C min.

Average daily ambient air temperature 35° C

Max. Relative Humidity (%) 67.47

Average Annual rainfall (mm) Approx. 855 mm per Year

Average normal annual wind velocity 8.1 km/h (Wind Zone-B)

Isoceraunic level (days per year) 43.5

Seismic level

(Horizontal acceleration) 0.1 (Zone-II)

Average number of rainy days/ year 90

Average UV Index 9

1.4 Site Access Details :

Nearest City : Guna, at a distance of around 35 Kms by road, and Bhopal at a

distance of around 180 Km by road

Nearest Highway : NH 3

Nearest Railhead : Ruthiyai, around 15 km.

Nearest Domestic Airport Bhopal, at a distance of about 180 kms

Indore, at a distance of about 275 kms

Nearest Port Mumbai port, Maharashtra-854KM

Kandla Port,Gujarath-990 KM

Page 144: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 5

II. Scope of Work

The Scope of Work includes all Check Survey, Re- design &Engineering, Procurement &Supply

of Equipment and Material, Testing at manufacturer’s works, Inspection, Packing and

Forwarding, Supply, Receipt, Unloading and Storage at site, associated Civil Works, Services,

Permits, Licences, Statutory Approvals, Installation and incidentals, Insurance at all stages,

Erection, Testing and commissioning of 1MW & 0.8 MW (AC) Grid Interactive Ground Mount

Solar PV Power Plants and performance demonstration with associated Power evacuation

system up to the designated Substations/Locations along with its route survey on Lump sum

turnkey basis at Gail Vijaipur complex, Guna, M.P and 10 (Ten) years comprehensive operation

and maintenance with material & man power in accordance with Technical Specifications.

*Both 1MW & 0.8 MW (AC) Solar PV Plants shall be constructed in parallel and for captive

use only. Vendor has to deploy enough manpower to carry out the works in parallel at both

of the sites.

Detailed Scope of work

Before proceeding to the works, Contractor have to identify the existing gas pipe lines of GAIL

(GAIL will provide relevant data) in respective sites and schedule all types of

civil/electrical/mechanical activities to be carried out near the pipe line area must be according to

the guidelines of Oil Industry Safety Directorate (OISD)/Instructions from Plant Authorities with

prior approval and utmost precaution.

1. Design and Engineering:

1.1 Contractor shall prepare the detailed design basis report (DBR) along with reference to relevant standards (with respective clause description), PERT Chart and Master Drawing List (MDL). Contractor shall submit a copy to PMC/ Employer for review and approval prior to detail engineering.

1.2 Submission of basic design data, design documents, drawings, and engineering information

including GTP and test reports to PMC/Employer for review and approval in hard copy and soft copy from time to time as per project schedule. The documents typically include, but not limited to, the following:

Geo technical investigation and Topographical survey report including topographical

survey data in digital format (Excel file) and Contour plan of the area

Shadow analysis

Solar insolation data and basis for generation

Electrical/Civil/Mechanical Design calculations and sheets (licensed software as well

as design templates)

GA & detail drawings for architectural, civil, structural and RCC works for the entire

project which shall include various buildings and facilities like Indoor Switchgear for

inverter and switchgear, control room, roads, storm water drainage, sewage, water

supply &module washing system networks, fire protection system, boundary &MMS

structure, foundation works etc.

General arrangement and assembly drawings of all major equipment

Schematic diagram for entire electrical system

Page 145: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 6

Cable support structures and cable ladders within control room and inverter rooms

ESE Lightning arrestor arrangement with foundation details

Yard lights –PV Array Field, chain link fencing, approach road

GTP & GA drawings for all types of structures/ components, protection switchgears &

other interfacing panels

Test reports (for type, routine and acceptance tests)

Detailed technical specifications (GTP) of all the equipment

Relay setting charts

Concrete mix design report for various grades of concrete to be used for construction

Overall plant layout

Power Evacuation System Drawings and erection/Cable laying plans as per local

DISCOM/CEA/OISD/CPWD guidelines

Quality assurance plans for manufacturing (MQP) and field activities (FQP)

Detailed site EHS plan, fire safety & evacuation plan and disaster management plan.

Detailed risk assessment and mitigation plan.

O&M Instruction’s manuals for major equipment

As-built drawings / documents and deviation list from good for construction (GFC)

The contractor shall forward the following to EIC within two weeks from issue of

LOA/signing of the Contract (whichever is earlier).:

Schedule for various activities in the form of PERT Chart. Detailed engineering calculations, Design basis report and complete layout of

the plant with detailed BOQ (Bill of Quantities). Equipment data sheets, Guaranteed technical particular of equipment and GA

drawings of major equipment like PV Modules, inverter, mounting structure, transformer, HT&LT Panels ad Cables etc.

Detailed manpower deployment schedule.

1.3 Estimation of the plant generation based on Solar Radiation and other climatic conditions prevailing at site. The Contractor shall have to assume the worst case radiation data base amongst the databases from NASA, Meteonorm, SolarGIS, IMD. Accordingly, the EPC Contractor has to design the Plant assuming the worst case as the STC for the PR & CUF guarantee testing. Contractor will be responsible to meet the contracted PR and CUF requirement with the above finalized data base as STC.

1.4 The Contractor shall carry out the fault level calculation using state-of-art software such as E-Tab etc. The calculations shall be vetted by the organisations such as EIL, NTPC, TCS etc.

1.5 Design of associated civil, structural, electrical & mechanical auxiliary systems includes preparation of single line diagrams and installation drawings, manuals, electrical layouts, erection key diagrams, electrical and physical clearance diagrams, design calculations for civil, structural & RCC works including analysis & design input file, Earth- mat, Bus Bar & Spacers, indoor and outdoor lighting/ illumination etc., GTP and GA drawings for the major equipment including Power evacuation system etc. Design basis & calculation sheets, and other relevant drawings and documents not covered above but are required for engineering of all facilities within the scope and satisfactory performance of the plant shall be provided.

1.6 All drawings shall be fully corrected to match with the actual "as – built" site conditions and submitted to Employer after commissioning of the project for record purpose. All as-built drawings must include the Good for Construction deviation list.

Page 146: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 7

2. Procurement & Supply

The equipment and materials for Grid Interactive Solar PV Power Plant with associated power

evacuation system (Typical) shall include but not limited to the procurement, supply, transport,

insurance, receipt, unloading, storage, erection, testing and commissioning of all supplied

material for the following:

2.1 Adequate capacity of Solar PV modules of suitable rating including module mounting structures (fixed), fasteners, MMS foundation and module interconnection.

2.2 Array Junction boxes, distribution boxes and Fuse boxes: MCBs/ isolators, Surge Arrestors with string monitoring capabilities and with proper lugs, glands, ferrules, terminations and mounting structures.

2.3 DC and AC cables of appropriate sizes with adequate safety and insulation.

2.4 Power Conditioning Units (PCU) with SCADA compatibility, common AC power evacuation panel with bus bars and circuit breakers LT & HT Power Interfacing Panels, Plant Monitoring Desk, AC & DC Distribution boards.

2.5 LT switchgear unit (s), protection and metering units/ compartments, unit batteries and battery chargers, auxiliaries such as HVAC and fire suppression systems, as applicable, step-up transformers to match utility grid, HT switchgear unit, Control Systems etc. with Power and Energy ratings, details of which are as specified in Technical specifications.

2.6 Step – up transformers (inverter duty) in relevance with Central/state grid code and inverter manufacturer requirements.

2.7 Auxiliary transformer (s) for internal consumption, as part of CSS.

2.8 Metering and protection system along with its battery system, as part of CSS.

2.9 LT Power and Control Cables including end terminations and other required accessories for both AC & DC power.

2.10 Internal 415V interconnection &Indoor feeder panels to cater auxiliary needs of plant.

2.11 Indoor switchgear and panels having incoming and outgoing feeders with VCBs, CTs, PTs Bus bars, cables terminals kits and bus section panel. The control and relay panel should form integral part of the switchgear (i.e., should be physically integrated into one unit).The switchgear will be installed in a separate switchgear room.

2.12 Solar Generation Meters/kWh meters/ABT meters (Main and Check) with all necessary metering rated CT’s and PT’s at the plant take off point as well as at the substation as per CEA Metering Regulation 2006 as amended time to time and state metering code.

2.13 Data acquisition system with remote monitoring facilities. Provision for specific data transfer to the State Load Dispatch Centre (SLDC) shall also be provided (If applicable according to changes in any regulations of MPERC/MNRE)Cost towards provision of data over TCP/IP at Jurisdiction LD Centre (JLDC) end either by VSAT or any other communication shall be borne by the Contractor.

2.14 Lightning arrestors for entire plant area.

2.15 Flexible GI pipes, cable conduits, cable trays and accessories/trenches.

2.16 Earthing of the entire plant as per relevant standards.

Page 147: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 8

2.17 Control room equipment

2.18 Testing instruments for maintenance and monitoring of equipment.

2.19 Spares & consumables as required or recommended, for the complete O&M period.

2.20 Fire protection system in buildings and fire extinguishers.

2.21 Weather monitoring station shall include but not be limited to the following:

(i) Pyranometers – for horizontal and tilted plane (ii) Ultrasonic Anemometer (wind speed and direction) (iii) Temperature Sensor – Ambient and module surface (iv) Power source to the all sensors (v) Data Logger

2.22 Construction of suitable structures for termination of transmission line for taking off from plant end and receipt of lines at Substation end like Lattice Tower/double pole/four pole structure on RS Joist/H-Beams etc.

2.23 Laying of HT cable from plant take off point to the designated substations/locations.

2.24 Illumination of the Plant/Area Lighting along the periphery, Roads of the plant/Control Room Building.

2.25 Uninterrupted Power Supply (UPS) system for SCADA/Fire Detectors/Auxillary Supply

2.26 Materials and accessories, which are required for satisfactory and trouble-free operation and maintenance of the above equipment.

2.27 Any other equipment / material not mentioned but required to complete the Solar Power Plant facilities in all respect.

3. Construction and Erection Works

The items of civil design and construction work shall include all works required for solar PV

project and should be performed specifically with respect to following but not limited to:

3.1 Conducting detailed geotechnical investigations and topographical survey of the total area, and initial load tests for piles including submission of test reports.

3.2 Clearing plant site by cutting/uprooting of trees, bushes and shrubs including disposal of waste material and obtaining necessary NOCs/Permits from corresponding authorities. If required, Contractor has to plant saplings of 5 times to the uprooted trees at the locations specified by EIC.

3.3 Earthwork for site levelling & grading including dozing off the ground to make it fairly flat including compaction.

3.4 Construction and erection of perimeter fence, main gate, etc.

3.5 Construction of foundation for various facilities like MMS structures, control room facilitating transformer and other electrical equipment, weather monitoring station, street light poles etc.

3.6 Supply, packaging, transport and installation of MMS structure for SPV panels

Page 148: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 9

3.7 Construction of approach road, peripheral road and internal roads with PCC/WBM base including associated culverts at plant drainage/special structures at pipe line crossings if any.

3.8 Construction of Control building with SCADA cum Operator room, wash room, store room etc. along with requisite furniture, workstations, air conditioning, internal and external illumination & finishing, other equipment etc. as per the specifications

3.9 Suitable arrangement of water shall be ensured to cater to day-to-day requirement of drinking water and permanent water supply for module cleaning and other needs of SPV power Plant during entire O&M period.

3.10 Water storage tank for storage of water for drinking and module cleaning system.

3.11 Suitable Communication System for SCADA with remote monitoring capabilities and internet facility.

3.12 Construction of storm water drainage & sewage, water supply and module cleaning system, rain water harvesting.

3.13 Erection of Perimeter lighting along with all accessories and cabling.

3.14 Laying of underground / over ground Cables (all types) with proper arrangements along with appropriate sized Trenches/Trays, ferrules, lugs, glands and terminal blocks. Laying of cables inside the building trench and other locations as required shall be over GI cable trays with proper support and accessories. Laying of cable as per the evacuation route plan, from take-off point at plant to the delivery point at nearby substation/location, if any road crossings consider horizontal drilling technology.

3.15 Suitable earthing for plant along with earth pits as per standards

3.16 Pre-commissioning inspections / checks / tests, MRT tests and coordination with state and central departments such as MPPKVCL/CEIG etc. for necessary approvals/ clearances for commissioning, synchronisation with grid and post-commissioning operation of the plant.

3.17 All approvals, for equipment, items and works, which are not otherwise specifically mentioned in this document but are required for successful completion of the work in all aspects, including construction, commissioning, O&M of Solar PV Power Plant and guaranteed performance are deemed to be included in the scope of the contractor.

4. Statutory Approvals

4.1 Obtaining statutory approvals /clearances/ compliances on behalf of the Employer from various

Government Departments, not limited to, the following: -

4.1.1 Pollution control board clearance, if required 4.1.2 Mining Department, if required 4.1.3 Forest Department, if required 4.1.4 All other approval, as necessary for setting up of a solar power plant including CEIG/ CEA,

connectivity, power evacuation, OISD, PTCC etc. as per the suggested guidelines. 4.2 All other statutory approvals and permissions not mentioned specifically but are required to

carry out hassle free Construction and O&M of the plant prevailing at Site and contractor shall

also responsible for payment of all types of statutory fees including clause no.4.1 above.

4.3 Adequate and seamless insurance coverage during EPC and O&M period to mitigate all risks

related to construction and O&M of the plant to indemnify the Employer.

4.4 The Contractor shall comply with the provision of all relevant acts of Central or State

Governments including payment of Wages Act 1936, Minimum Wages Act 1948, Employer's

Page 149: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 10

Liability Act 1938, Workmen's Compensation Act 1923, Industrial Dispute Act 1947, Maturity

Benefit Act 1961, Mines Act 1952, Employees State Insurance Act 1948,Contract Labour

(Regulations & Abolishment) Act 1970, Electricity Act 2003, Grid Code, Metering Code, MNRE

guidelines or any modification thereof or any other law relating whereto and rules made there

under or amended from time to time.

5. Operation and Maintenance

The scope of work includes Operation and Maintenance (O&M) of the plant for ten (10) years,

wherein the plant shall generate at least equivalent to the guaranteed Performance of Plant. The

Bidder shall submit in the Bid a comprehensive project execution schedule as well as Operation

and Maintenance (O&M) schedule with resource planning in the form of Gantt chart and shall be

liable for abiding by the schedule.

5.1 Date of commencement of Operations and Maintenance :

Zero date for O&M shall be the actual date on which the 1MW& 0.8 MW (AC) Solar Plants are

commissioned with synchronization / export of power to the grid, completion of all the works in

the scope of the vendor and achieved Operational Acceptance. This date may differ for two

plants based on their progress of works.

5.2 Total Operation & Maintenance of the Plant and Equipment shall be with the Contractor,

from the date of operational acceptance of the plant till final acceptance (of O&M) which shall

include deployment of engineering personnel, technicians.

5.3 To provide a detailed training plan for all O&M procedures to Employer’s nominated staff,

which shall have prior approval from the Employer.

5.4 Employ and coordinate the training of contractors’ personnel who will be qualified and

experienced to operate and monitor the facility and to coordinate operations of the facility

with the grid system.

5.5 Discharge obligations relating to retirement/ Superannuating benefits to employees or any

other benefit accruing to them in the nature of compensation, profit in lieu / in addition to

salary, etc. for the period of service with the contractor, irrespective continuance of employees

with the project as employees of Contractor, after conclusion of O&M period.

5.6 To maintain accurate and up-to-date operating logs, records and monthly Operation

&Maintenance reports at the facility. Contractor shall keep the measured daily data at regular

intervals (Preferably Monthly) and provide the same to Employer in electronic form, compatible

in CSV format. The right to use the data shall remain with the Employer.

5.7 Procurement of spare parts, overhaul parts, tools & tackles, equipment, consumables, etc.

required for smooth operation and maintenance of the Plant and Equipment as per

prudent/standard utility practices, OEM recommendations and warranty clauses for the entire

O&M period.

5.8 To upkeep all administrative offices, roads, tool room, stores room, equipment clean, green and

in workable conditions.

5.9 To carry out periodic overhauls or maintenance required as per the recommendations of the

original equipment manufacturer (OEM) and to furnish all such periodic maintenance schedules

at the time of plant commissioning/ start of O&M contract.

5.10 Handover the system to maintain an inventory of spare parts, tools, equipment, consumables

and supplies for the facility’s operation along-with required details of recommended spares list

with all associated information regarding replacement records, supplier details, tentative cost,

storage details, specifications on the basis of replacement frequency and mean time between

Page 150: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 11

failures (MTBF) and mean time to restore (MTTR) and at the culmination of penultimate year

under O&M period.

5.11 Contractor shall also supply list of all mandatory spares & consumables after completion of 10

year O & M period.

5.12 Contractor shall deploy following minimum personnel for both plants of 1MW & 0.8 MW Solar

plants:

Technical/Administrative/Office Personnel:

(i) Two working level staff with ITI level qualification in engineering with competence for

operating electrical / electronic / mechanical equipment, taking measurements, data

logging/maintaining registers, preparations of reports in computer.

(ii) Four unskilled persons for regular Housekeeping and water cleaning of modules etc.

(iii) In case any of the above O&M Personnel is on leave, reliever shall be arranged by the

Contractor so that there is no effect on O&M activity. Contractor shall ensure that certain

minimum operating staffs are present at the power plant even on festivals, public holidays

and any other unique occasions so that the plant is run under competent supervision on

all days.

(iv) O&M Personnel shall be provided with rain coats, tool sets, earthing rods, safety gloves,

safety goggles, gum boots, helmets and all other personal protective equipment (PPE) that

will be relevant to ensure human safety.

(v) Names, Qualification, work responsibility of personnel shall be listed on a display board

within control room.

(vi) Attendance register shall be maintained for the O&M teams.

(vii) Vendor shall ensure that operating staff are present in the power plant during plant

operation every day.

(viii) Contractor shall ensure statutory requirements such as ESI, PF and Labour license for

their O&M Personnel posted at site.

(ix) GAIL shall have right to disallow any O&M employee, if found unfit to perform. GAIL

instructions issued in writing shall be binding on contractor who shall replace the person.

(x) O&M personnel at site shall conform to general regulations in force at site and to any

special instructions from local administration/GAIL.

(xi) O&M personnel shall, strictly, not use any part of the power plant for their personal /

residential purposes. Their presence at the plant shall, strictly, be meant only for the

purpose of operation and maintenance of plant.

5.13 The contractor shall be responsible for all the required activities for the successful running,

committed energy generation & maintenance of the Solar Photovoltaic Power Plant

covering:

(i) Deputation of qualified and experienced engineers and technicians at the facility.

(ii) Successful running of Solar Power Plant for committed energy generation.

(iii) Co-ordination with SLDC/other statutory organizations as per the requirement on

behalf of Employer for Joint Metering Report (JMR), furnishing generations schedules as

per requirement, revising schedules as necessary and complying with grid requirements.

(iv) Monitoring, controlling, troubleshooting maintaining of logs & records, registers.

(v) Furnishing generation data monthly to Employer by 1st week of every month for the

previous month to Employer.

(vi) Periodic cleaning of solar modules as approved by the Employer and water quality as per

the recommendations of OEM.

Page 151: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 12

(vii) Periodical Weed/Vegetation control and preventive actions in PV Array field. Grass cutting

– quarterly once or if when the height of grass is more than 1 feet from ground level

whichever is earlier.

(viii) Replacement of Modules, Inverters/ PCU’s and other equipment as and when required

during the O&M period without additional cost to Employer.

(ix) Contractor has to submit O&M Schedule for upcoming month in the last week of running

month.

5.14 Continuous monitoring the performance of the Plant and Equipment and regular maintenance

of the whole system including Modules, PCU’s, transformers, UG Cable, outdoor/indoor panels/

kiosks etc. are necessary for extracting and maintaining the maximum energy output from the

Solar Power Plant.

5.15 Preventive and corrective O&M of the Plant and Equipment including supply of spares,

consumables, wear and tear, overhauling, replacement of damaged modules, invertors, PCU’s

and insurance covering all risks (Fire & allied perils, earth quake, terrorists, burglary and

others) as required.

5.16 During the comprehensive O&M period, the contactor shall at his cost maintain the spares for

minimising system outage due to time required in getting replacements of defective part(s) of

equipment from the manufacturer. The contractor has to use the mandatory spare(s) available

at site for replacing defective part(s) of equipment for minimising system outage temporarily

and top up the quantity of spares so that the required quantity of spares shall be made available

at site at all the times and same shall be handed over to the Employer at the end of O&M period.

5.17 Minimum requisite spares to be maintained by the Contractor, in case of PCU/inverter

comprising of a set of control logic cards, IGBT driver cards etc. Junction Boxes, fuses, MOVs /

arrestors, MCCBs etc. along with spare set of PV modules be indicated, shall be maintained at

site or at nearest service center for the entire period of Comprehensive O&M.

5.18 All the equipment required for Testing, Commissioning and O&M for the healthy operation of

the Plant must be calibrated, time to time, from the NABL accredited labs and the certificate of

calibration must be provided prior to its deployment.

5.19 The Contractor shall ensure that all safety measures are taken at the site to avoid accidents

to his or his sub-contractor or Employer's Workmen. This will include procurement of all safety

gadgets during Construction and O&M period including but not limited to, rubber mats of

appropriate grade, PPE, rubber gloves and shoes etc.

5.20 The Contractor shall be responsible for the proper behavior of all of his staff and shall exercise a

proper degree of control over them. The Contractor shall be liable for all acts

or omissions on the part of his staff and others in his employment, including misfeasance or

negligence of whatever kind in the course of their work or during their employment, which are

connected directly or indirectly with the Contract.

6. Operation and Performance Monitoring

6.1 Operation part consists of deputing necessary manpower necessary to operate the Solar Photovoltaic Power Plant at the full capacity. Operation procedures such as preparation to starting, running, routine operations with safety precautions, monitoring etc., shall be carried out as per the manufacturer’s instructions to have trouble free operation of the complete system.

6.2 Daily work of the operation and maintenance in the Solar Photovoltaic Power Plant involves periodic cleaning of Modules, logging the voltage, current, power factor, power and energy

Page 152: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 13

output of the Plant at different levels. The operator shall also note down time/ failures, interruption in supply and tripping of different relays, reason for such tripping, duration of such interruption etc. The other task of the operators is to check battery voltage-specific gravity and temperature. The operator shall record monthly energy output, down time, etc…in a log for SPV plant.

6.3 Earth resistance of Plant as well as individual earth pit is to be measured and recorded every month. If the earth resistance is high suitable action is to be taken to bring down the same.

6.4 A maintenance record is to be maintained by the operator/engineer-in-charge 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 have taken to attend the breakdown duration of the breakdown etc.

6.5 The Schedules will be drawn such that some of the jobs other than breakdown, which may require comparatively long stoppage of the Power Plant, shall be carried out preferably during the non-sunny days. Information shall be provided to Engineer-in-charge for such operation prior to start.

6.6 The Contractor will attend to any breakdown jobs immediately for repair/ replacement/ adjustments and complete at the earliest working round the clock. During breakdowns (not attributable to normal wear and tear) at O&M period, the Contractor shall immediately report the accidents, if any, to the Engineer In-charge showing the circumstances under which it happened and the extent of damage and or injury caused. The contractor shall at his own expense provide all amenities to his workmen as per applicable laws and rules.

6.7 If negligence / mal operation of the contractor's operator results in failure of equipment such equipment should be repaired/replaced by contractor at free of cost.

6.8 Cleaning of water storage tanks, Pest control for control room (rats, snakes etc) – sprays, chemicals, medicines etc. to be applied wherever required on quarterly basis.

6.9 O&M activities – yearly basis

(i) BDV measurements for oil samples from all the transformers and submission of report to

GAIL.

(ii) Filtration of oil to be arranged, if required, based on BDV measurement report.

(iii) Lubrication of moving contacts (VCBs, GOS switches, Earth switches etc.) with appropriate

grease etc.

(iv) Cleaning of Storm Drains and sewerage lines (if found necessary)

(v) Painting of main gate / fencing, earthing chambers, other steel structures within control

room and PV Array area if required based on conditions of rusting etc.

(vi) Checking tightness of hardware in solar array structures and tightening wherever

required.

(vii) Checking tightness of power cable terminations in SPV modules (MC4), SMBs, electrical

panels of control room.

7. TYPICAL POWER EVACUATION SCHEME

The contractor shall design the detail Power Evacuation Scheme for the 1 MW (AC) & 0.8 MW

(AC) Ground mount grid connected Solar Power Plants which will be approved by EIC before

commencement of the project. However, contractor may refer the power evacuation scheme

provided in the section “Technical Specifications”.

Page 153: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 14

All the information shown here is indicative only and may vary as per design and planning by the

Contractor.

The Contractor must provide the BOQ of the plant as per the design during the time of bidding.

Bidder shall take necessary permits for work in plant area for project and for O&M prior to

commence any works.

Page 154: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 15

TECHNICAL SPECIFICATIONS

Contents

I. SYSTEM DESIGN AND PHILOSOPHY 17

II. DETAILED SPECIFICATIONS: ELECTRICAL SYSTEM (DC & AC SYSTEMS) 20

1. PHOTOVOLTAIC MODULES 20

2. PV ARRAY CONFIGURATIONS 25

2.2 STRING MONITORING UNIT 25

3. SOLAR AND DC CABLES 28

4. POWER CONDITIONING UNIT 31

5. INVERTER TRANSFORMER 38

6. HT SWITCHGEAR 45

7. AC CABLES 55

8. CABLE TRAYS 57

9. CABLE TRENCH 58

10. AUXILIARY SUPPLY SYSTEM 59

11. AUXILIARY TRANSFORMER 59

12. UNINTERRUPTED POWER SUPPLY (UPS) 62

13. BATTERY AND BATTERY CHARGER 64

14. METERING SYSTEM 66

15. EARTHING 67

16. LIGHTNING PROTECTION SYSTEM 70

17. COMMUNICATION CABLES 71

18. SCADA 72

19. ILLUMINATION 77

20. WEATHER MONITORING SYSTEM 80

21. FIRE ALARM & FIRE FIGHTING SYSTEM 82

22. TESTING INSTRUMENTS 83

23. TOOL KITS 86

24. OFFICE FURNITURE 87

25. PERSONAL PROTECTIVE EQUIPMENTS 87

26. POWER EVACUATION SYSTEM 87

27. PERFORMANCE MEASUREMENT PROCEDURE 89

III. DETAILED SPECIFICATIONS: CIVIL & MECHANICAL 90

1. GENERAL REQUIREMENT 90

2. TOPOGRAPHICAL SURVEY 91

3. GEO TECHNICAL INVESTIGATIONS 92

4. OTHER INVESTIGATIONS 94

5. AREA GRADING AND LAND DEVELOPMENT 94

6. ROADS 95

7. SURFACE/ AREA DRAINAGE 96

8. PERIPHERAL BOUNDARY FENCE 97

9. CHAIN LINK FENCING 98

10. MAIN GATE 98

11. PLANT LAYOUT 98

12. DESIGN LOADS 99

13. FOUNDATIONS (GENERAL) 100

14. MMS FOUNDATION: 100

15. MODULE MOUNTING STRUCTURE (MMS) 104

16. CONCRETE WORKS 106

Page 155: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 16

17. MISCELLANEOUS STEEL WORKS 106

18. CONTROL ROOM BUILDING 107

19. FLOORING, SKIRTING AND DADO 108

20. DOORS AND WINDOWS 108

21. ROOFING 109

22. PLINTH PROTECTION AND DRAIN 109

23. PLINTH FILLING FOR BUILDINGS 109

24. ANTI- TERMITE TREATMENT: 109

25. PLUMBING& SANITARY WORKS 110

26. PAINTING 110

27. AIR CONDITIONING & VENTILATION FOR MCR AND OTHER BUILDINGS 110

28. FIRE EXTINGUISHERS 111

29. SIGN BOARDS AND DANGER BOARDS 111

30. MASONRY WORK 111

31. PLASTERING, POINTING & COPING WORKS 112

32. BUILDING WATER SUPPLY & PLUMBING WORKS 112

33. PIPE & CABLE TRENCHES 112

34. WATER SUPPLY & CLEANING OF MODULES 113

35. UNDERGROUND/ OVER GROUND WATER TANK 114

36. MISCELLANEOUS STRUCTURES: 115

IV. QUALITY ASSURANCE AND INSPECTION OF CIVIL WORKS 116

1. INTRODUCTION 116

2. QA AND QC MAN POWER: 116

3. LABORATORY AND FIELD TESTING: 116

4. SAMPLING AND TESTING OF CONSTRUCTION MATERIALS: 117

5. PURCHASE AND SERVICE: 118

6. FIELD QUALITY PLAN 118

7. GENERAL QA REQUIREMENTS 118

8. NOTES: 119

Page 156: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 17

I. SYSTEM DESIGN AND PHILOSOPHY

Design philosophy of Solar PV plant-A of 0.8MW (AC) Capacity and Solar PV plant-B (1MW)

Capacity is described below.

1. Both Solar PV Plant-A and Solar PV Plant- B shall be constructed in parallel and for captive use only. Vendor has to deploy enough manpower to carry out the work in parallel at both of the sites.

1.1 The main objective of the design philosophy is to construct the plants with in-built Quality and

appropriate redundancy to achieve high availability and reliability with minimum maintenance efforts. In order to achieve this, the following principles shall be adopted while designing the system.

1.2 Adequate capacity of SPV modules, PCUs, Junction boxes etc. to ensure generation of power as

per design estimates. This will be done by applying liberal de-rating factors for the array and recognizing the efficiency parameters of PCUs, transformers, conductor losses, system losses, site conditions etc.

1.3 Use of equipment and systems with proven design and performance that have high availability

track records under similar service conditions. 1.4 Selection of the equipment and adoption of a plant layout to ensure ease of maintenance. 1.5 Strict compliance with approved and proven quality assurance (QA) systems and procedures

during different stages of the project, starting from sizing, selection of make, shipment, storage (at site), during erection, testing and commissioning.

1.6 Proper monitoring of synchronization and recording, to ensure availability of power to the grid

and for captive consumption. 1.7 The plant monitoring and control system should be designed to ensure high availability and

reliability of the plant to assist the operators in the safe and efficient operation of the plant with minimum effort.

1.8 It should also provide the analysis of the historical data and help in the plant maintenance

people to take up the plant and equipment on predictive maintenance. 1.9 System design shall have intelligent protection mechanism which may include very fast

responsive microprocessor based relays etc., so that any disturbance from the grid and connected distribution network will not cause any damage to Solar PV Plant and vice versa.

2. The basic and detailed engineering of the plant shall aim at achieving high standards of

operational performance especially considering following: 2.1 SPV power plant should be designed to operate satisfactorily in synchronization with the grid

within permissible limits of high voltage and frequency fluctuation conditions. It is also extremely important to safeguard the system during major disturbances, internal and external surge conditions while ensuring safe operation of the plant.

2.2 SPV arrays are commonly fixed at an optimum tilted angle facing the equator. In case of fixed

tilt, the tilt angle shall be defined in such a way that optimum generation is achieved at all times. 2.3 Shadow free plant layout to ensure minimum losses in generation during the day time.

Page 157: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 18

2.4 Higher system voltage and lower current options to be followed to minimize ohmic losses. 2.5 Selection of PCUs with High Efficiency, proven reliability and minimum downtime. Ready

availability of requisite spares. 2.6 Careful logging of operational data / historical information from the Data Monitoring Systems,

and periodical analysis of the same to identify any abnormal or slowly deteriorating conditions. 2.7 The designed array capacity at STC shall be suitably determined to meet the proposed

guaranteed generation output at the point of interconnection by the contractor in his bid. The contractor shall take care of first year degradation also by installing additional DC capacity as the CUF calculations will not factor the first year degradation of the modules.

2.8 Each component offered by the bidder shall be of established reliability. The minimum target

reliability of each equipment shall be established by the bidder considering its mean time between failures and mean time to restore, such that the availability of complete system is assured. Bidder’s recommendation of the spares shall be on the basis of established reliability.

2.9 Bidder shall design the plant and equipment in order to have sustained life of 25 years with

minimum maintenance efforts. 2.10 The work execution planning for supply, erection, commissioning and all other allied works for

SPV Power Plant shall be such that it is completed within stipulated time from the date of order/ LOI/ NTP.

3. All documents and drawings shall be submitted to the Employer both in soft as well as hard copies (3 nos.) for review and approval. Every drawing shall also be submitted in ‘*.dwg’ format. In case of design calculations done in spread sheet, editable (working) soft copy of the spread sheet shall also be submitted along with ‘pdf’ copies during every submission. The Employer shall return, as suitable, either soft or hard copies to the Contractor with category of approval marked thereon. The drawings/documents shall be approved in any one of the following categories based on nature of the comments/ type of drawing or document.

Category-I: Approved

Category-II: Approved subject to incorporation of comments. Re-submit for approval

after incorporation of comments

Category-III: Not approved. Re-submit for approval after incorporation of comments

Category-IV: Kept for record/ reference

Category-IVR: Re-submit for record/ reference after incorporation of comments

(Note: Approval of document neither relieves the Vendor/ Contractor of his contractual

obligations and responsibilities for correctness of design, drawings, dimensions, quality

&specifications of materials, weights, quantities, assembly fits, systems/ performance

requirement and conformity of supplies with Technical Specifications, Indian statutory laws as

may be applicable, nor does it limit the Employer/ Purchaser’s rights under the contract).

4. After LOA, the Contractor shall submit complete Master Document & Drawing list (MDL) to the PMC/Employer within 1 week. The MDL shall list all the Drawings & Documents envisaged for submission/ approval from the PMC/Employer and shall also have all the required information like drawing no (both vendor and Employer’s drawing no), title, scheduled date of submission, actual date of submission and approval. The category of approval shall be decided mutually

Page 158: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 19

between Contractor and the Employer at the time of finalization of the MDL which shall be the basis for drawing & document approval process during project execution.

5. The construction shall be done only as per drawings approved under Category – I, II & IV.

6. The specifications provided with this bid document are functional ones; any design provided in this document is only meant as an example. The Contractor must submit a detailed design philosophy document for the project to meet the functional requirements based upon their own design in-line with the above. The bidders are advised to visit the site and satisfy themselves before bidding.

Important Note:

Proposed sites contain underground gas pipe lines so contractor in consultation with Plant

authorities, do prior survey for exact location of pipe lines. Earthing should be done by using

flexible copper cables only. Please refer relevant standards of OISD for additional information

about carrying electrical works in classified hazardous areas.

Page 159: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 20

II. Detailed Specifications: Electrical system (DC & AC systems)

1. PHOTOVOLTAIC MODULES 1.1 The PV modules to be employed shall be of minimum 72 cell configuration with rated power

Min 325Wp at STC as certified for solar PV module power performance test as prescribed by latest edition of IEC 61215 and as tested by IEC / MNRE recognized test laboratory.

1.2 Modules deployed must use a RF identification tag. The Contractor would be required to

maintain accessibility to the list of module IDs along with the above parametric data for each module. RFID tag should be well protected within the module laminate and the following information must be mentioned in the RFID used on each module. This should be inside the laminate only.

a) Name of the manufacture of the PV module

b) Name of the manufacture of Solar Cells.

c) Month & year of the manufacture (separate for solar cells and modules)

d) Country of origin (separately for solar cells and module)

e) I-V curve for the module Wattage, Im, Vm and FF for the module

f) Unique Serial No and Model No of the module

g) Date and year of obtaining IEC PV module qualification certificate.

h) Name of the test lab issuing IEC certificate.

i) Other relevant information on traceability of solar cells and module as per ISO 9001

and ISO 14001.

1.2.1 RFID Reader: Two (2) numbers RFID readers has to be supplied by contractor compatible to read the data from the RFID tag & download the data to computer. All associated software and cable are to be provided along with the RFID reader.

1.2.2 The Bidder shall also specify the minimum guaranteed energy output of solar PV module as per

the Site Condition in the Bid.

1.3 Standards and Codes

The PV modules must conform to the latest edition of any of the following IEC / equivalent BIS

Standards for PV module design qualification and type approval:

Standard Description

IEC 61215 Ed.2

IS14286 : 2010

Crystalline silicon terrestrial photovoltaic (PV) modules – Design qualification and type approval

IEC 61730-1 Ed.1.2 Photovoltaic (PV) module safety qualification - Part 1: Requirements for construction

IEC 61730-2 Ed.1.1 Photovoltaic (PV) module safety qualification - Part 2: Requirements for testing

IEC 62716 Ed.1 Photovoltaic (PV) modules - Ammonia corrosion testing

IEC 61701 Salt mist corrosion testing of photovoltaic (PV) modules

IEC TS 62804-1Ed.1 Photovoltaic (PV) modules - Test methods for the detection of potential-induced degradation - Part 1: Crystalline silicon

Page 160: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 21

1.4 Technical Requirements

Parameter Specification

Cell type Mono/Poly/Multi-crystalline/PERC

Rated power at STC Minimum 325 Wp, Max. Tolerance +3% No negative tolerance is allowed.

Module Efficiency More than 18% for mono-crystalline More than 17% for multi-crystalline

Temperature co-efficient of power

Not more than 0.40%/°C

Ambient temperature -10°C to +50°C Relative humidity Up to 85% Wind speed Suitable for site condition

Application Class as per IEC 61730

Class A

1.4.1 The modules should be 100% PID (Potential Induced Degradation) tolerant and should comply

with IEC 62804.

1.4.2 Modules shall perform satisfactorily in relative humidity up to 85% and temperature between -

10° C and 85°C (module temperature).

1.4.3 Modules should have rugged design to withstand tough environmental conditions and high

wind speeds (minimum up to 180 km/h).Fill Factor should be 0.72 minimum

1.4.4 SPV module shall have module safety class-II and should be highly reliable, light weight and

must have a service life of more than 25 years.

1.4.5 The peak-power point voltage and the peak-power point current of any supplied module

and/or any module string (series connected modules) shall not vary by more than 2 % (two

percent) from the respective arithmetic means for all modules and/or for all module strings, as

the case may be.

1.4.6 Modules only with the same rating and of same manufacturer and model shall be supplied.

1.5 Component Specifications

1.5.1 The glass used to make the PV modules shall be toughened low iron glass with minimum thickness of 4.0 mm for 72 cell module. The glass used shall have transmittance of above 90%.Glass must have bending of less than 0.3%.

1.5.2 The back sheet used in the PV modules shall be of three layered or mono layered structure. The back sheet used in the crystalline silicon based modules shall be 3 layered structures. Outer layer of fluoropolymer, middle layer of Polyester (PET) based and Inner layer of fluoropolymer or UV resistant polymer. Back sheet with additional layer of Aluminium also will be considered. The back sheet should be durable for humid – hot conditions with properties of moisture barrier, elongation retention and UV resistance. The back sheet shall have the following properties.

Parameter Value

Material thickness ≥ 300 micron

Water vapour transmission rate < 2 g/m2/day

Page 161: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 22

Partial discharge test voltage ≥ 1000 V

Elongation at break > 100% Adhesion strength with encapsulant > 70 N/cm

Interlayer adhesion strength > 5 N/cm

The Employer reserves the right to conduct Pressure Cooker (PC) test/ Highly Accelerated

Stress Test (HAST) to confirm the durability of the back sheet in accelerated conditions.

1.5.3 The encapsulate used for the PV modules should be UV resistant in nature. No yellowing of the encapsulant with prolonged exposure shall occur. The encapsulant shall have the following properties.

Parameter Value

Gel content > 75%

Volume resistivity > 1×1015 Ω.cm

Peeling strength with glass > 60 N/cm 1.5.4 The sealant used for edge sealing of PV modules shall have excellent moisture ingress

protection with good electrical insulation (Break down voltage >15 kV/mm) and with good adhesion strength. Edge tapes for sealing are not allowed.

1.5.5 The module frame shall be made of anodized Aluminium, which shall be electrically & chemically compatible with the structural material used for mounting the modules. It is required to have provision for earthing to connect it to the earthing grid. The anodisation thickness shall not be less than 15 micron.

1.5.6 The material used for junction box shall be UV resistant to avoid degradation during module life. The degree of protection of the junction box shall be at least IP67. Minimum three number of bypass diodes and two number of MC4 connectors with appropriate length of TUV 2 Pfg 1169/08.2007 certified 4 sq.mm, Cu. armoured cable should be used only. The cable length shall be in accordance with the PV Module wiring strategy and adequate to ensure that the cable bending radius standard is not exceeded.

1.6 Testing :

1.6.1 The test certificates shall be submitted at the time of supply of PV modules for acceptability of supplied modules.

1.6.2 Following tests as per relevant Indian Standard shall be carried out on certain number of modules from a lot (decided by GAIL) as acceptance tests of Solar PV Modules:

Visual Inspection

checked visually for following defects (as per IS 2500 Part 1):

i. Excessive or uneven glue marks on glass or frame. ii. Inconsistent cell colours . iii. Completeness of module in all respects.

Performance Test of the modules at STC and NOCT with Sun Simulator of Class B or better as per applicable Indian Standard

Performance Test of the modules at low irradiance (200 W/m2) with Sun Simulator of Class B or better as per applicable Indian Standard

Page 162: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 23

Dielectric withstand test Continuity and leakage current test Insulation Resistance test Wet leakage current test Mechanical load test Robustness of terminations on 1 sample per offered lot PID Test report will be verified before approval of module make, also one (1) sample

randomly selected during inspection by GAIL for entire project will be tested at third party laboratory.

Any other test as desired by GAIL

Arrangements for the aforesaid testing and inspection at manufacturer’s end are to be provided

by the contractor.

1.6.3 PV modules must qualify (test reports/ certificate from IEC/NABL accredited laboratory should be enclosed) as per the relevant IEC standard. Additionally the performance of PV modules at STC conditions must be tested and approved by one of the IEC / NABL Accredited Testing Laboratories including Solar Energy Centre (SEC).In case of module types for which, such Test facilities may not exist in India, test certificates from reputed ILAC Member body accredited Labs in abroad (with proof of accreditation) will be acceptable.

1.6.4 If there are any discrepancy found in the test results and the values specified by the contractor, the contractor will be bound to accept the decision made by GAIL in respect of taking further course of action.

1.7 Warranty 1.7.1 Material Warranty: The manufacturer should warrant the Solar Module(s) to be free from the defects and/or

failures specified below for a period not less than ten (12) years from the date of sale to the

original customer (i.e. EPC Contractor).

i. Defects and/or failures due to manufacturing ii. Defects and/or failures due to quality of materials iii. Non conformity to specifications due to faulty manufacturing and/or inspection processes.

If the solar Module(s) fails to conform to this warranty, the manufacturer will repair or replace

the solar module(s), at the Owner’s sole option. The contractor shall be responsible to contact

with the contractor if any of the above mentioned cases occurred.

1.7.2 Performance Warranty:

1.7.2.1 The manufacturer should warrant the output of Solar Module(s) for at least 90% of its rated power after initial 10 years & 80% of its rated power after 25 years from the completion of trial run at site/date of final commissioning.

1.7.2.2 Modules with lower degradation rate less than 0.7% per year will be considered.

1.7.2.3 The contractor shall collect the Warranty Certificate for performance of the modules from the manufacturer and submit the same to GAIL prior to delivery of the products to the respective sites.

Page 163: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 24

If, Module(s) fail(s) to exhibit such power output in prescribed time span, the Contractor will

bound to either deliver additional PV Module(s) to replace the missing power output with no

change in area of site used or replace the PV Module(s) with no extra cost claimed at Owner’s

sole option.

1.8 Approval

1.8.1 The Contractor shall provide commercial datasheet and Guaranteed Technical Particular datasheet. The typical solar PV module electrical characteristics including current-voltage (I-V) performance curves and temperature coefficients of power, voltage and current shall be provided for all the modules at the time of supply. However, the tabulated document with all the relevant data like voltage, current, power output for each module is also required to be provided along with the supply.

1.8.2 The Contractor shall provide the Bill of Materials (BOM) of the module that is submitted for approval along with the datasheets of each component. The component datasheet shall contain all the information to substantiate the compliance for component specifications mentioned above. The Contractor shall also provide complete test reports and certifications for the module proposed as per above. The BOM proposed shall be the subset of Constructional Data Form (CDF)’s of all the test reports.

1.8.3 The Contractor shall obtain the approval from Employer/PMC for the proposed module make & model within TWO (2) Weeks prior to manufacturing.

1.9 Manufacturing and Inspection

1.9.1 The Contractor shall inform the module manufacturing schedule to the Employer/PMC at least 7 (seven) working days before the start of proposed schedule.

1.9.2 The Employer/PMC shall perform material inspection at the Manufacturer’s factory before the start of proposed manufacturing schedule. Proof of procurement of components as per the approved BOM mentioning manufacturer name, manufacturing date and relevant test certificate shall be submitted during material inspection for verification.

1.9.3 The Manufacturing shall start only after the clearance by the Employer after the material inspection.

1.9.4 The cells used for module making shall be free from all defects like edge chipping, breakages Printing defects, discoloration of top surface etc. Only Class A solar cell shall be used.

1.9.5 The modules shall be uniformly laminated without any lamination defects. 1.9.6 Current binning of modules shall be employed so that current mismatch of modules in a pallet

does not exceed 2% of current at Maximum Power (Imp). Different colour codes shall be provided on the modules as well as pallet for identification of different bins.

1.9.7 The contractor shall arrange for the details of the materials along with specifications sheets of from the manufacturers of the various components used in solar modules along with those used in the modules sent for certification. The Bill of materials (BOM) used for modules shall not differ in any case from the ones submitted for certification of modules.

1.9.8 Proof of procurement of components like cell, back sheet, lamination material, frames, Glass, sealant etc.), mentioning manufacturer name, manufacturing date and relevant test certificate shall be submitted at the time of pre-dispatch inspection and acceptance.

1.9.9 The modules used in the Plant are to be freshly manufactured (not having manufactured before the last date of bid submission)

Page 164: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 25

1.9.10 The I-V characteristics of all modules as per specifications to be used in the systems are required to be submitted at the time of supply

1.10 Transportation, Handling, Storage and Installation

1.10.1 Transportation, handling, storage and installation of modules shall be in accordance with the manufacturer manual so as not to breach warranty conditions. The Standard Operating Procedure (SOP) for the same shall be shared by the Contractor prior to dispatch.

1.10.2 It is required to construct a temporary platform (graded) while keeping the modules at least

above the highest flood level. If the contractor scheduled/ planned to mount the modules immediately after the receipt at site, then the module shall be kept in common storage area with proper arrangement.

1.10.3 The stacked modules, in any case, shall be stacked as per the manufacturer’s recommendation only and shall be covered with tarpaulin sheet.

1.11 Spares: Contractor shall keep spare PV panels during O&M Period, so that they can be replaced in case of any fault. The contractor shall handover the same to Gail after completion of O&M period.

2. PV ARRAY CONFIGURATIONS

2.1 The Solar array shall be configured in multiple numbers of sub-arrays, providing optimum DC power to auditable number of sub arrays. The Contractor shall submit their own design indicating configuration of PCU and respective sub arrays and associated bill of material.

UV resistant Cable-ties (preferably SS Ties) (suitable for outdoor application shall be

used to hold and guide the cables/wires from the modules to junction boxes or inverters.

All the cables were aesthetically tied to module mounting structure.

In case the string monitoring unit (SMU) is mounted on the module mounting structure,

Contractor to take into consideration of the load thus added on the MMS. Accordingly,

suitable supporting members for mounting the SMU must be designed and supplied.

Separate structure for mounting of SMU can also be proposed.

Every major Component of the Plant should be suitably named/ numbered & marked for

ease of traceability, identification and maintenance. ROU Clause to be referred for more

details.

2.2 String Monitoring Unit

Adequate number of array junction boxes shall be provided for termination of array string with

inverter. The number and specification of PV Array Junction Box will be as per plant

configuration. The Array Junction Boxes shall be suitable for interfacing with SCADA system and

all necessary transducers shall be included in the scope of supply.

2.2.1 Standards and Codes

Page 165: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 26

Standard/Code Description

IEC 60296 Fuse IEC 61643-12 Surge Protection Device IEC 62852 or EN 50521 Solar cable connector

UL 94 V Safety of Flammability of Plastic Materials for Parts in Devices and Appliances testing

UL 746C Polymeric Materials - Use in Electrical Equipment Evaluations

IEC 62093 Balance-of-system components for photovoltaic systems - Design qualification natural environments

IEC 62262 Degrees of protection provided by enclosures for electrical equipment against external mechanical impacts (IK code)

IEC 60529 Degrees of protection provided by enclosures (IP Code)

IEC 62208 Empty enclosures for low-voltage switchgear and controlgear assemblies - General requirements

IEEE 80 Communication networks and systems for power utility automation - ALL PARTS

IS 3043 Code for Earthing Practice

IS 2147 Degree of protection provided by enclosures for low voltage switchgear and control gear

2.2.2 Construction

(i) Enclosure shall be made of UV resistant, fire retardant, thermoplastic material. Enclosure degree of protection shall be IP 67, mechanical impact resistance shall be at least IK07 and free from halogen. The size of the enclosure shall be designed in such a way that the temperature rise of the enclosure should not more than 30 deg. C above the ambient temp of 50 deg. C. The components mounted inside the SMU shall have higher temperature withstand capability and shall continuously operate under such conditions without degrading the performance parameters and life expectancy. Contractor shall furnish the design calculation for temperature rise for owner’s approval.

(ii) Contractor shall install the SMBs on independent structure with foundation in the solar array field as per final array layout. In case, SMU is proposed to be mounted on the MMS structure, the additional load of the SMU shall be considered for the design of structure.

(iii) In each SMU 5% spare terminals (along with cable glands) rounded off to next higher integer shall be provided to connect the PV strings.

(iv) All terminals blocks shall be rated for min 1000V and rated continuously to carry maximum expected current.

(v) All internal wiring shall be carried out with 1100V grade stranded copper wires. All internal wiring shall be securely supported, neatly arranged readily accessible and connected to component terminals and terminal blocks. Wire terminations shall be made with solder less crimping type of tinned copper lugs which firmly grip the conductor and insulation. Insulated sleeves shall be provided at all the wire terminations. Engraved core identification plastic ferrules marked to correspond with the wiring diagram shall be fitted at both ends of each wire. Ferrules shall fit tightly on wires shall not fall off when the wire is disconnected from terminal blocks.

(vi) DC Plug-In Connectors for Field Cabling: Cable connector to be used for connecting SPV modules and String monitoring boxes shall be In accordance with DIN EN 50521. Connector shall be of plug and socket design to be plugged together by hand but can be separated again using a tool only.

(vii) String Fuses: Every SMU input shall be provided with fuses on both positive and negative side. String fuses shall be of PV category and dedicated to solar applications and conform to IEC60269-6 or UL-2579 standards. String fuses should be so designed that it should protect the

Page 166: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 27

modules from reverse current overload. The rating of the fuses shall be selected such that it protects the modules from reverse current overload. The fuses shall be ‘gPV’ type conforming to IEC 60269-6. It should also have a reverse blocking diode at either of the incomer.

(viii) DC disconnector switch of suitable rating shall be provided at SMU output to disconnect both positive and negative side simultaneously.

(ix) DC Surge Protection Devices (SPD):Type-II surge protective device (SPD) conforming to IEC 61643-12 shall be connected between positive/negative bus and earth. SPD shall consist of three Metal Oxide Varistors (MOV) type surge arrestors which shall be connected from positive and negative bus to earth. The discharge capability of the SPD shall be at least 10kA at 8/20 micro second wave as per IEC 61643-12. During earth fault and failure of MOV, the SPD shall safely disconnect the healthy system. SPD shall have thermal disconnector to interrupt the surge current arising from internal and external faults. In order to avoid the fire hazard due to possible DC arcing in the SPD due to operation of thermal disconnector, the SPD shall be able to extinguish the arc.

(x) Resistance Temperature Detector (RTD) type or semiconductor type temperature sensor shall be provided to monitor the cabinet temperature.

(xi) The maintenance free earthing shall be done as per the relevant standards. (xii) MC4 connector conforming to IEC 62852 or EN 50521 shall be provided at each SMU input.

Cable gland (double compression metallic) of suitable size for DC cables shall be provided at the SMU output.

(xiii) UV resistant printed cable ferrules for solar cables & communication cables and punched/ embossed aluminium tags for DC cables shall be provided at cable termination points for identification.

(xiv) Suitable and Unique numbering system shall be evolved for easy identification and traceability of SMU during erection, commissioning and maintenance. Same numbering system should be reflected in SCADA system.

(xv) Suitable communication interface shall be provided to communicate the data to SCADA. The following parameters shall be measured/ monitored and made available at SCADA.

(i) String current

(ii) Bus voltage

(iii) Output current

(iv) Cabinet temperature

(v) DC disconnector switch ON/OFF status

(vi) SPD operating status

(vii) Output Power

2.2.3 Technical Requirements

Rated Current, IEC (90 °C) 30 A (4 MM2, 6 MM2)-40 A (10 MM2)

Rated Voltage 1000 Volts as per TUV Connector Design Snap-In locking Type Protection Degree IP67 Ambient Temperature (-) 40° C to (+) 90° C Protection/Safety Class Class II Contact material Cu Contact surface material Ag Contact resistance for plug connecter <0.5 mΩ Stripping length 10mm In-flammability class acc. to UL 94 UL94-V0 Insulating Material PPE/Noryl (PPE+PS material)

Page 167: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 28

Certification VDE 670/TUV, UL 3 Pollution degree Class II

2.2.4 Warranty

The SMU unit shall be warranted for minimum of 5 (five) years against all material/ manufacturing

defects and workmanship.

2.2.5 Approval

Documents/Drawings

(i) Guaranteed Technical Particular (GTP) Datasheet. (ii) Bill of Materials for the proposed SMU along with the datasheet of each component (iii) General Arrangement (GA) drawing

2.2.6 Quality Assurance Plan (QAP)

2.2.7 Test Certificates/Reports

(i) Test certificates of fuse, SPD and solar cable connector (ii) Enclosure ingress protection and impact protection test certificates

2.2.8 Tests

Routine tests and acceptance tests for the assembled unit shall be as per the Quality

Assurance Plan (QAP) approved by the Employer/PMC.

Test on SMU shall include the following:

A) Checks on bought out items as per internal standards of the manufacturer

B) In-process checks, as per internal standards of the manufacturer

C) Sample tests as per following:

IR-HV-IR test (as per IS 2500 Part 1)

String Monitoring Card/ Power Supply card/ DC-DC Converter function check

(as per IS 2500 Part 1),

Communication Function Test (as per IS 2500 Part 1).

3. SOLAR AND DC CABLES

3.1 Standards and Codes

Cable From To

Conductor/

Insulation Voltage Rating Applicable Standard

Solar Cable* Module SMU / other Module

Copper/ XLPO 1.1 kV DC TUV 2 PfG 1169/08.2007

DC Cable SMU Power Conditioning Unit

Copper or Aluminium/ XLPE

1.1 kV DC IS 7098 Part I

* Cable used for module interconnection shall also be referred as solar cable.

Page 168: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 29

3.2 All the DC and AC cables are designed for outdoor application with a continuous ambient temperature of 50°C.

3.3 All cables shall be supplied in the single largest length to restrict the straight-through joints to the minimum number.

3.4 Solar Cables shall be Flexible, UV Protected, 1.8KV, EBXL XLPO/XLPO and ZH-FRLS as per TUV 2 Pfg specs.

3.5 Cable terminations shall be made with suitable cable lugs & sockets etc., crimped properly and passed through brass compression type cable glands at the entry & exit point of the cubicles.

3.6 Solar cable (6 Sqmm CU Armoured cable may be preferred), outer sheath shall be flame retardant, UV resistant and black in colour. Solar cable with positive polarity should have marking of red line on black outer sheath.

3.7 DC cables shall be single core, armoured, Flame Retardant Low smoke (FRLS), PVC outer sheath conforming to IS 7098-I. DC cable with positive polarity should have marking of red line on black outer sheath.

3.8 In addition to manufacturer's identification on cables as per relevant standard, following marking shall also be provided over outer sheath.

(i) Cable size, Core, Conductor and voltage grade

(ii) Word 'FRNC/ FRLS’ (as applicable) at every metre Sequential marking of length of the cable in meters at every meter.

3.9 Cables shall be sized based on the following considerations:

(i) Rated current of module

(ii) The average voltage drop in the cables (Modules to Inverter) shall be limited to 1.5

% of the rated voltage. Contractor shall provide voltage drop calculations in excel

sheet.

(iii) Short circuit withstand capability

(iv) De-rating factors according to laying pattern

3.10 Warranty

The cables (Solar and DC) shall be warranted for minimum of 1 (one) year against all material/ manufacturing defects and workmanship.

3.11 Approval

3.11.1 Documents/Drawings

(i) Guaranteed Technical Particular (GTP) Datasheet.

(ii) Solar and DC Cable sizing calculation (iii) Quality Assurance Plan (QAP)

3.11.2 Test Certificates/Report

(i) Solar cable type test certificate as per TUV 2 PfG 1169/08.2007

Page 169: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 30

(ii) DC cable type test certificate as per IS 7098-1

3.12 Tests

3.12.1 Power cables should be tested at the site as per standard in front of EIC/ Employer engineer present at the site. The Cables shall also confirm to IEC 60189 for test and measuring methods and they should be UV Protected.

3.12.2 Data sheets of individual cable sizes shall be submitted for approval by Owner. Drum numbers and drum length details shall be submitted with each consignment.

3.12.3 Routine test and acceptance tests requirements shall be as per TUV specification 2Pfg 1169/08.2007 for solar cables and IS 7098-1 for DC cables.

3.12.4 Type test, routine, acceptance tests requirements for these cables shall be as per TUV specification 2 Pfg 1169/08.2007.Charges of routine and acceptance tests shall be deemed to be included in the cable price. Sampling for acceptance tests will be as per IS 7098.

3.12.5 Testing of the cable shall be done according to relevant IS standards and standards mentioned

above. Testing of the cable shall include but not limited to the following a) High voltage test b) Conductor resistance at 20deg. C c) Constructional and dimensional test d) Insulation resistance test e) Flammability test f) Cable end sealing g) Any other type and routine test as required

3.13 Installation

3.13.1 Cable installation shall be as per IS 1255.

3.13.2 DC cables for Interconnecting SPV MODULES, from SPV Modules to SMBs and from SMBs to inverters shall be laid only in Galvanized Cable Trays mounted on mild steel supports duly painted or undergrounded constructed trenches with RCC raft and sidewalls or bricks sidewalls provided with removable RCC covers with suitable handle on it. In no case DC cables for Interconnecting SPV MODULES, from SPV Modules to SCMBs and from SCMBs to inverters shall be laid on backfilled cable trenches.

3.13.3 Only terminal cable joints shall be accepted. No cable joint to join two cable ends shall be accepted.

3.13.4 Solar cables shall be provided with UV resistant printed ferrules and DC cables shall be provided with punched/ embossed aluminium tags. The marking shall be done with good quality letter and numbers of proper size so that the cables can be identified easily.

3.13.5 Cable terminations shall be made with properly crimped lugs and passed through cable glands at the entry & exit point of the cubicles. Bimetallic lugs shall be used for connecting Cu bus bar and Al cables or vice-versa.

3.13.6 Solar cables, wherever exposed to direct sunlight to be buried underground and wherever long runs are there from panel to SMB along the structure shall be laid through Double Wall Corrugated (DWC) HDPE conduits.

Page 170: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 31

3.13.7 Solar cables shall be aesthetically tied to Module Mounting Structure using UV resistant cable-ties suitable for outdoor application.

3.13.8 A.C and D.C cables shall be kept in separate trenches.

3.13.9 The horizontal and vertical clearances between power and communication cable shall not be less than 300mm.

3.13.10 Cable should be tagged at every 20 meter for identification; all cable trays should be covered by GI sheet.

4. POWER CONDITIONING UNIT

Only those PCUs/ Inverters which are commissioned for more than 5 MW capacity in other solar PV projects India till date shall be considered for this project. The Contractor has to provide sufficient information to the satisfaction of GAIL before placing the final order for PCUs/Inverters.

4.1 Power Conditioning Unit (PCU) shall consists of 2 numbers of Inverters for each plant to work in parallel along with associated control & protection, filtering, measuring instruments and data logging devices. Each inverter should be rated to supply around 500 KW+20% load. However actual rating of each inverter to be decided by the vendor to meet the load requirements of AC output but should not be less than capacity mentioned above.

4.2 Adequate number of Solar Central Inverters shall be provided having high quality, high

efficiency and reliable operation. Total inverter capacity of the plants should be 20% more than the proposed capacities of 1MW & 0.8 MW keeping in view of future extension of proposed solar plants. Minimum two identical inverters of same rating shall be considered for each 1 MW & 0.8 MW Solar PV Power plants. Each plant shall be divided into 2 identical Solar PV array “sections”.

4.3 The contractor shall keep necessary spares, if any, required for normal or any breakdown maintenance and special tools & plants required for erection & maintenance. Corresponding parts of all the equipment& spares shall be of the same specification & workmanship and shall be interchangeable.

4.4 All the material & workmanship shall be of reputed make as have proven successful in their

respective uses in similar services & under similar condition.

4.5 If inverter room required AC then contractor will provide AC system according to the requirement.

4.6 Standards and Codes

Power Conditioning Unit (PCU) shall comply with the specified edition of the following standards and codes.

Standard Description

IEEE 519 Recommended Practices and Requirements for Harmonic Control in Electrical Power Systems

IEEE standard 929 – 2000 or equivalent

Utility Interface of Photovoltaic (PV) Systems

Page 171: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 32

IEEE1547/ UL1741/ IEC 62116 or equivalent, Relevant CEA/ CERC regulation and grid code (amended up to date) IEC 62093 ED2 or equivalent

Power conversion equipment for photovoltaic systems - Design qualification testing.

IS 3043/IEEE 80 Code for Earthing Practice IEC 62891 Overall efficiency of grid connected photovoltaic inverters. IEC TS 62910:2015(E) test procedure for evaluating the performance of Low Voltage

Ride-Through (LVRT) functions in inverters IEC 62894 data sheet and name plate information for photovoltaic

inverters in grid parallel operation IEC 62116-2014 islanding prevention measures IEC 61727 Characteristics of the Utility Interface. IEC 61683 Ed. 1 Photovoltaic systems - Power conditioners - Procedure for

measuring efficiency EN 50530:2010 with 2013 Amendment 1

Overall efficiency of grid connected photovoltaic inverters

IEC 62109-1 Ed. 1 Safety of power converters for use in photovoltaic power systems - Part 1: General requirements

IEC 62109-2 Ed. 1 Safety of power converters for use in photovoltaic power systems - Part 2: Particular requirements for inverters

IEC 61000-6-2 Ed. 2 Electromagnetic compatibility (EMC) - Part 6-2: Generic standards - Immunity standard for industrial environments

IEC 61000-6-4 Ed. 2.1 Electromagnetic compatibility (EMC) - Part 6-4: Generic standards - Emission standard for industrial environments

IEC 62116 Ed. 2 Utility-interconnected photovoltaic inverters - Test procedure of islanding prevention measures

IEEE 1547:2003 with 2014 Amendment 1

IEEE Standard for Interconnecting Distributed Resources with Electric Power Systems

IEC 60068-2-1:2007 Environmental testing - Part 2-1: Tests- Test A: Cold

IEC 60068-2-2:2007 Environmental testing - Part 2-2: Tests - Test B: Dry heat

IEC 60068-2-14:2009 Environmental testing - Part 2-14: Tests - Test N: Change of temperature

IEC 60068-2-30:2005 Environmental testing - Part 2-30: Tests - Test Db: Damp heat, cyclic (12 h + 12 h cycle)

IEC 60068-2-30:2005 Environmental testing - Part 2-30: Tests - Test Db: Damp heat, cyclic (12 h + 12 h cycle)

CEA Technical Standards for Connectivity to the Grid Regulations 2007 with 2013Amendment As per the Solar Photovoltaic Systems, Devices and Components Goods (Requirements for Compulsory Registration) Order, 2017, Inverters used in the grid connected solar power projects shall be registered with BIS and bear the Standard Mark as notified by the Bureau of Indian Standards.

4.7 Technical Requirements

Parameter Specification

Rated AC power As per design

Maximum input voltage 1000 V

Rated AC output voltage As per design

Tolerance on rated AC output +/-10%

Page 172: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 33

voltage

Rated frequency 50 Hz

Operating frequency range 47.5 Hz to 52 Hz

Power factor control range 0.9 lag to 0.9 lead

European efficiency Minimum 98.4% can be considered

No load loss < 1% of rated power

Maximum loss in Sleep Mode 0.05% of rated AC power

Total Harmonic Distortion Less than 3% at 100% load

Degree of protection IP 42 (Indoor)

AC wave form Sine wave

THD Less than 3%

Switching H.F. transformer/transformer less

Operating ambient temperature -15° C to +60° C

Relative Humidity 15 to 95 %

Noise Emission Less than 75dB (A) @ 1 meter

Cooling Forced cooling

4.7.1 The inverter should be 3-Φ static solid state type power conditioning unit and shall be centralized grid tied in nature. PCU/inverter shall provide 3 phase, 230-415V (with captive bus tracking of +15%/- 20%), 50 Hz (with captive bus tracking of ±5% i.e. 47.5 to 52.5 Hz) supply on AC side with voltage THD of less than 3% and current THD of less than 5%. Captive bus voltage shall also be continuously monitored and in the event of voltage going below a preset value and above a preset value, the solar system shall be disconnected from the captive bus within the set time.

4.7.2 The rated/ name plate AC capacity of the PCU shall be AC power output of the PCU at 50°C.

4.7.3 Maximum power point tracker (MPPT) shall be integrated in the PCU to maximize energy drawn from the Solar PV array. The MPPT voltage window shall be sufficient enough to accommodate the output voltage of the PV array at extreme temperatures prevailing at site.

4.7.4 The PCU output shall always follow the grid in terms of voltage and frequency. The operating voltage and frequency range of the PCU shall be sufficient enough to accommodate the allowable grid voltage and frequency variations.

4.8 The PCU should be designed for parallel operation through galvanic isolation. Solid state electronic devices shall be protected to ensure smooth functioning as well as ensure desired life expectancy of the inverter.

4.9 The PCU shall remain connected to the grid as per central electricity authority (CEA) technical (standards for connectivity to the grid) regulation 2007 with all latest amendments and its component shall be designed accordingly.

4.10 The inverters shall have protection against any sustained fault, lighting discharge in feeder line and earth leakage faults.

4.11 Internal surge protection device (SPD) shall be provided in the Inverters on DC and AC side. It shall consist of Metal Oxide Varistor (MOV) type

4.12 PCU shall have in built control feature for changing output set point individually and simultaneously from SCADA, to have real time control over the total power exported to the grid.

Page 173: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 34

In addition, operator shall be able to limit the total power (active and reactive) injected in the grid through manual intervention as and required for grid security.

4.13 The Bidder shall specify the conversion efficiency of different loads i.e. 25%, 50%, 75% and 100% in its offer. The Bidder should specify the overload capacity.

4.14 DC side of each inverter shall be earthed to distinct earth pit through adequate size conductor as per IS 3043 -1987. The size of conductor/ procedure for earthing for inverters shall be as per the maximum fault current of DC system.

4.15 Inverter room of PV station shall be adequately ventilated to prevent the rise of temperature within inverter room even in the worst outside ambient temperature. The ventilation plant capacity and air quality of inverter room shall be as per inverter and other auxiliaries’ manufacturer’s recommendations. Filter banks at the air inlet of the inverter room shall be provided to prevent dust ingress.

4.16 To allow maintenance of the PV Inverter, means of isolating the PV Inverter from the DC side must be provided by a DC isolator mandated in each photovoltaic power system according to IEC 60364-7-712.

4.17 The PCU must synchronize automatically its AC output to the exact AC voltage and frequency of the captive bus. PCU shall continuously monitor the condition of the captive bus and in the event of captive bus failure; the inverter automatically switches to off-grid supply within 20-50 milliseconds. The Solar system is synchronized with the captive bus immediately after the restoration of captive bus.

4.18 In case of grid failure, the PCU shall be re-synchronized with grid after revival of power supply. Vendor to furnish the time taken by PCU to be re- synchronized after restorations of grid supply same to be indicated in data sheet to be submitted during detail engineering stage.

4.19 The inverter output shall always follow the grid in terms of voltage and frequency. This shall be achieved by sensing the grid voltage and phase and feeding this information to the feedback loop of the inverter. Thus control variable shall control the output voltage and frequency of the inverter, so that inverter is always synchronized with the grid. The inverter shall be self- commutated with Pulse width modulation (PWM) technology.

4.20 The PCU must have the feature to work in parallel with other similar PCU's and be able to be successively switched "ON" and "OFF" automatically based on solar radiation variations during the day. Inverters must operate in synergy and intelligently to optimize the generation at all times with minimum losses.

4.21 The PCU shall be capable of controlling power factor dynamically.

4.22 Construction

4.22.1 Power Conditioning Unit (PCU) shall consist of an electronic three phase inverter along with associated control, protection, filtering, measurement and data logging devices.

4.22.2 The inverters shall operate satisfactorily within the operating ambient temperature range of -15°C to +60°C. The contractor shall assure that the inverter should not de-rate upto +50°C ambient temperature.

4.22.3 Every DC input terminal of PCU shall be provided with fuse of appropriate rating. The combined

DC feeder shall have suitably rated isolators for safe start up and shut down of the system.

Page 174: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 35

4.22.4 Type-II surge protective device (SPD) conforming to IEC 61643-12 shall be connected between positive/ negative bus and earth.

4.22.5 In case external auxiliary power supply is required, standalone UPS shall be used to meet auxiliary power requirement of PCU. It shall have a backup storage capacity of 2 hours.

4.22.6 Circuit Breaker of appropriate voltage and current rating shall be provided at the output to isolate the PCU from grid in case of faults.

4.22.7 To take care of PID (Potential Induced Degradation), the inverter should have active negative grounding kit. [Only PID free Solar PV modules shall be used for the proposed plant and necessary test certificates shall be submitted.]

4.22.8 The PCU shall be tropicalized and the design shall be compatible with conditions prevailing at site. Suitable number of exhaust fan with proper ducting shall be provided for cooling keeping in mind the extreme climatic condition of the site as per the recommendations of OEM to achieve desired performance and life expectancy.

4.22.9 All the conducting parts of the PCU that are not intended to carry current shall be bonded together and connected to dedicated earth pits through protective conductor of appropriate size. DC negative terminal shall be grounded.

4.22.10 Dedicated communication interface shall be provided to monitor the PCU from SCADA. Suitable port must be provided in the inverter for

(i) On site upgrade of Software (ii) On site dumping data from the memory (iii) Plant based remote monitoring system

4.22.11 Storage of Data: At least for 1 year. Separate data logger may be provided to meet the criteria.

4.22.12 PCU front panel shall be provided with LCD/ LED to display all the relevant parameters related

to PCU operation and fault conditions. It shall include, but not limited to, the following parameters.

(i) Inverter ON/OFF (ii) Grid ON/OFF (iii) DC input power/Voltage/Current (iv) AC output power (v) AC output voltage (all the 3 phases and line) (vi) AC output current (all the 3 phases and line) (vii) Frequency (Over / Under frequency) (viii) Power Factor (ix) Grid Voltage, frequency and power factor (x) Inverter Import export kWh summation (xi) Solar kWh summation (xii) Inverter under voltage/over voltage (xiii) Inverter over load (xiv) Inverter over temperature (xv) Any other if required

4.22.13 The dimension, weight, foundation details etc. of the PCU shall be clearly indicated in the technical specification to be submitted with the detailed design report.

4.23 Operating Modes

Page 175: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 36

Operating modes of PCU shall include, but not limited to, the following modes. These operating

modes and conditions for transition are indicative only. The Contractor shall provide the

detailed flow chart indicating the various operating modes and conditions for transition during

detailed engineering.

4.24 Standby Mode

The PCU shall continuously monitor the input DC voltage and remain on Standby Mode until it

reaches the pre-set value.

4.24.1 MPPT Mode

When the input DC voltage is above the pre-set value and AC grid connection conditions are

fulfilled, the PCU shall enter into MPPT mode.

4.24.2 Sleep Mode When the AC output power/DC input voltage decreases below the pre-set value for pre-set time delay, the PCU shall switch into Sleep Mode.

4.25 Protection Features

4.25.1 The PCU shall be able to withstand an unbalanced load conforming to related IEC standard (+/- 5% voltage). The PCU shall include appropriate self-protective and self-diagnostic features to protect itself and the PV array from damage in the event of PCU component failure or from parameters – beyond the PCU’s safe operating range due to internal or external causes. The self-protective features shall not allow signals from the PCU front panel to cause the PCU to be operated in a manner which may be unsafe or damaging. Faults due to malfunctioning within the PCU, including commutation feature, shall be cleared by the PCU protective devices and not by the existing site utility grid service circuit breaker. The PCU shall provide protection against the following type of faults, among others.

(i) Sync loss (ii) Over temperature (iii) Array ground fault protection (iv) Short circuit (AC and DC Side) (v) Surge voltage induced at output due to external source (vi) Power regulation in the event of thermal overloading (vii) Set point pre-selection for VAR control (viii) Bus communication via -interface for integration (ix) Integrated protection in the DC and three phase system (x) DC/AC over voltage (xi) DC reverse polarity (xii) DC earth fault (xiii) AC under voltage (xiv) AC under frequency/over frequency (xv) Islanding (xvi) Over temperature (xvii) Lightning surges (xviii) Cooling fan failure (xix) Auxiliary supply failure

4.26 Grid Support Functions

4.26.1 Active power regulation

Page 176: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 37

The PCU shall be able to limit the active power exported to the grid based on the set point

provided through PCU front control panel. The PCU shall also be able to automatically the limit

the active power after an increase in grid frequency above a pre-set value. The ramp rate shall

be adjustable during operation and start-up after fault. The applicability of the requirement

shall be as per CEA regulation and compliance.

4.26.2 Reactive power control

The PCU shall be able to inject /absorb reactive power to/ from the grid based on the set point

provided through PCU front control panel. The same shall be performed automatically with

adjustable ramp rate based on dynamic changes in grid voltage or reactive power reference.

4.26.3 Voltage Ride Through

The PCU shall remain connected to the grid during temporary dip or rise in grid voltage as

per the LVRT and HVRT requirements of CEA Technical Standards for Connectivity to the

Grid Regulations. The PCU shall also be able to inject reactive power during the period of

voltage dip.

4.26.4 All three phases shall be supervised with respect to rise/fall in programmable threshold values of frequency.

4.27 Warranty

The complete Power Conditioning Unit shall be warranted for minimum of 10 (Ten) years

against all material/ manufacturing defects and workmanship. 4.28 Approval

4.28.1 Documents/Drawings

i) Guaranteed Technical Particular (GTP) Datasheet. ii) General Arrangement (GA) drawing and Foundation details iii) Single Line Diagram and Bill of Materials iv) Transformer Requirements v) Quality Assurance Plan (QAP)

4.28.2 Acceptance Tests as per relevant Standard shall be carried out at the manufacturer’s workshop. 4.28.3 Following tests shall be carried out on certain number of Inverters from a lot (decided by GAIL)

as acceptance tests of Solar Inverters:

Visual Inspection Performance Test and measurement of AC & DC parameters DC reverse polarity protection Islanding Protection Over Voltage & Under Voltage withstand Over Frequency & Under Frequency withstand Night consumption Any other test as desired by GAIL

4.28.4 Arrangements for the aforesaid testing and inspection at manufacturer’s end are to be provided by the contractor.

Page 177: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 38

4.28.5 Test Certificates/Reports

All the test certificates as per the standards mentioned above shall be submitted for approval.

The tests should have been conducted at a test laboratory compliant with ISO

17025/Accredited Test centers for MNRE for testing and calibration and accredited by an

ILAC/IECEE member signatory. Laboratory accreditation certificate or weblink along with

scope of accreditation shall also be submitted. It is the responsibility of the Contractor to

substantiate the compliance for CEA Regulations using test reports.

4.29 Tests

Routine tests and acceptance tests shall be as per the Quality Assurance Plan (QAP) approved

by the Employer.

5. INVERTER TRANSFORMER

5.1 SCOPE

This section covers the activities related to design, manufacturing, testing at works, supply, insurance, transportation and delivery at Project site, storage, erection, testing, commissioning of step up transformers and associated equipment as detailed here under.

5.1.1 Adequate number of 3-Φ, three winding, oil filled, ONAN type cooled transformers with

suitable capacity shall be provided to step up voltage from 3-Φ, Grid tied Solar Inverter output to 33 kV voltage level for feeding the generated power to the 33 kV switch yard.

5.1.2 Two LV winding of the three winding transformer will be connected to the outputs of two inverters and the HV sides will be connected to the 33KV line through VCB, Isolator etc. Three winding transformer will be Oil Type and placed inside of each control room.

5.1.3 All the transformers shall be suitable for indoor installation with 3 phase 50Hz and they should be suitable for service under fluctuations in supply voltage up to plus 10% to minus 15%.

5.1.4 The contractor shall keep necessary spares required for normal operation & maintenance

of transformers & special tools & plants required for erection & maintenance. Corresponding parts of all the equipment & spares shall be of the same material & dimensions, workmanship & finish and shall be interchangeable. All the material & workmanship shall be of suitable commercial quality as have proven successful in their respective uses in similar services & under similar condition.

5.1.5 The transformers and associated equipment shall be suitable for interfacing with SCADA system and all necessary transducers shall be included in the scope of supply.

5.2 Standards and Codes Inverter transformer, wherever applicable, shall comply with the latest edition of the following

standards and codes including amendments.

Standard Description

IS:2026, IEC:60076 Specification of Power Transformers

IS:2099, IEC:60137 Bushings for alternate voltage above 1000 V

Page 178: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 39

IS: 3639 Fittings and Accessories for Power Transformers

IS: 12063 Degree of protection provided by enclosures

IS:6600 Guide for loading of oil immersed transformers

IEC 60296 'Fluids for Electro-technical Applications

IS: 2544 Porcelain post insulators for systems with nominal voltage greater than 1000 V

IS:6088 Dimensions for porcelain transformer bushings

IS:3347 Loading guide for oil-immersed transformers

IS:335

Transformer oil

IS:3637

Gas and oil operated relay

CBIP publication no. 295 Manual on Transformers Publication

Indian Electricity rules and other statutory regulations

5.3 Technical Requirements

The transformers shall be three winding, ONAN, oil filled, 3-Φ, Step Up transformers.

Sl. No.

Standards Description

1 Type Three Winding

2 No. of phases Three (3) 3 Installation Indoor on rails

4

Rated continuous MVA at Maximum ambient temperature

As required according to Solar Inverter capacity

5 % Impedance at 75°C,rated current & frequency As per relevant Indian Standard

6 Type of cooling ONAN

7 Winding material Copper

8 Connection HV Delta

LV Star-Star

9 Vector group Dy11y11y11

10 Voltage

HV 33 kV LV 415-415 V or As per Solar Inverter

Output Voltage 11 Rated Frequency 50 Hz

12 Type of Bushing

HV Winding Porcelain/ XLPE bushing

LV Winding Porcelain bushing

13 Insulation level (impulse withstand)

HV 170kV (Peak)

LV NA

14 Insulation level (Power freq. withstand)

HV 70 kV (rms) LV 3 kV (rms)

Page 179: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 40

15 Tapping OCTC

Range +5% to -5% @ 2.5%

16

Temperature rise of oil/ winding over design ambient temperature of 50°C

50ºC / 55ºC

17

Hot spot temperature over a maximum yearly weighted average ambient temperature of 32 ºC

105°C

18 Short circuit current for 1 sec. on HV side 25 kA

19 Short circuit withstand time 1 sec

20 Insulation

HV winding

Class B (Winding insulation shall be able to withstand 33 kV continuously)

LV winding Class B (Uniformly insulated)

21 Voltage withstand capacity during sudden disconnection of load

1.4 times the rated voltage for 5 sec. 1.25 times the rated voltage for 1 min. 1.1 times the rated voltage for continuous operation.

22 Noise level < 90 dB As per NEMA TR-1 standard

23 Cooling medium Mineral oil (as per IS 335)

24

Earthing

LV neutrals solidly earthed through neutral CT, HV side should also be earthed.

25 Minimum efficiency 98%

26 Only Type –Tested transformers shall be used

5.4 Construction

5.4.1 Inverter transformers shall be installed in transformer room of solar control room of each Solar PV plant.

5.4.2 All parts of equipment offered shall be interchangeable.

5.4.3 The transformer shall be provided with conventional single compartment conservator with prismatic toughened glass oil gauge. The top of the conservator shall be connected to the atmosphere through indicating type cobalt free silica gel breather with transparent enclosure. Silica gel shall be isolated from atmosphere by an oil seal.

5.4.4 Transformer should have OTI Indicator with minimum set of signaling contact for alarm and trip. Transformer main tank should for pocket for OTI Sensor.

5.4.5 Transformer should have radiator for cooling of oil. radiators shall be detachable type, mounted on the tank with shut off valve at each point of connection to the tank, lifts, along with drain plug/ valve at the bottom and air release plug at the top.

5.4.6 Buchholz relay, double float type with alarm and trip contacts, along with suitable gas collecting arrangement and diaphragm type explosion vent shall be provided.

5.4.7 Filter valve at top the tank and drain cum sampling valve at bottom of the tank shall be provided.

Page 180: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 41

5.4.8 Transformer should have pressure released valve for safety from abnormal oil pressure.

5.4.9 Transformer should have air released plug in main tank.

5.4.10 Fire Fighting arrangements for Transformers shall be provided if applicable as per statutory requirements/IS.

5.4.11 Transformer efficiency shall be as per Central Electricity Authority (Technical Standards for Construction of Electrical Plants and Electrical Lines) regulation, 2010.

5.4.12 Name plate and Markings Transformer Name Plate

a) Name of manufacturer b) Serial number c) Year of manufacture d) Number of phases e) KVA or MVA rating f) Frequency g) Voltage ratings. h) Tap voltages. i) Connection diagram. j) Cooling class k) Rated temperature in °C l) Phasor or vector diagram

m) % impedance between primary and secondary and between primary

n) Approximate mass or weight of the transformer

o) Type of insulating liquid. p) Conductor material of each winding. q) Valve schedule Plate r) The name plate shall contain the

information of all the valves, their locations, quantities and schematics for the valve.

OCTC plate

a) Type b) Serial number c) Year of manufacture d) Phase e) Frequency f) Steps (Number) g) Steps voltages. h) Control voltage. i) Weight with and without oil

Marshalling Box

a) Name of manufacturer b) Serial number c) Year of manufacture d) Purchase order No. e) Engraved drawing of control

circuit, CT/ PT circuit and TB.

5.4.13 It is the responsibility of the Contractor to ensure that the inverter transformer comply with all the requirements of inverter provided by the inverter manufacturer.

5.4.14 Inverter Transformer shall be designed for at least 5% total harmonic distortion (THD) to withstand distortion generated by the inverter as well as possible outside harmonics from the network.

5.4.15 The transformer shall be suitable for continuous operation with a frequency variation of ±2.5% from nominal frequency of 50 Hz without exceeding the specified temperature rise.

5.4.16 Inverter Transformer shall have shield winding between LV & HV windings. Each LV winding must be capable of handling non-sinusoidal voltage with voltage gradient as specified by the inverter manufacturer. Also, shield winding shall be taken out from tank through shield bushing

Page 181: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 42

and the same shall be brought down to the bottom of the tank using copper flat and support insulator for independent grounding.

5.4.17 Vector group of inverter transformer shall be as per the inverter manufacturer requirement. Short circuit test of transformer should be conducted on the same configuration.

5.4.18 Neutral bushing of Inverter duty transformer shall be brought outside the tank for the testing purpose. It shall be covered with MS sheet and a sticker “For testing purpose only. Do not earth”.

5.4.19 Transformer shall have winding temperature sensors and Winding Temperature Indicator (WTI) with requisite set of remote signalling contacts for alarm and trip operations.

5.4.20 Marshalling Box shall be of sheet steel, dust and vermin proof provided with proper lighting and thermostatically controlled space heaters. The degree of protection shall be IP 55. Marshalling Box of all transformers shall be preferably Tank Mounted. One dummy terminal block in between each trip wire terminal shall be provided. At least 10% spare terminals shall be provided on each panel. The gasket used shall be of neoprene rubber. Wiring scheme (TB details) shall be engraved in a stainless-steel plate with viewable font size and the same shall be fixed inside the Marshalling Box door.

5.4.21 All external surface of the transformer shall be painted with two coats of epoxy based paint of colour shade as decided by the Employer. Internal surface of cable boxes and marshaling box shall be painted with epoxy enamel white paint. The minimum dry film thickness (DFT) shall be 100 microns.

5.4.22 LV and HV cable box shall be provided with disconnecting chamber to facilitate the movement of transformer without disturbing cable box and termination.

5.4.23 Transformer shall be provided with CRCA sheet steel enclosure having thickness of minimum 3mm for structural members and 2 mm for door/cover. The enclosure shall have minimum IP33 degree of protection. Door shall be provided with mechanical interlocking to avoid accidental access to transformer in energized condition.

5.4.24 Bi-directional wheel/skids, cover lifting eyes, transformer lifting lugs, jacking pads, towing holes, core and winding lifting lugs, inspection cover, rating plate, valve schedule plate, accessories and terminal marking plates, two nos. of earthing terminals shall be provided.

Sl. No.

Relay Code Relay Name

1 50 Instantaneous Overcurrent 2 51 AC Time Overcurrent 3 50N & 50G Neutral & Residual Instantaneous

Overcurrent 4 51N & 51G Neutral & Residual Time Overcurrent 5 86 Master Trip 6 94 Anti-Pumping 7 95 Trip Circuit Supervision 8 80 DC Failure 9 49 WTI and OTI 10 74 Pressure Relief

Page 182: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 43

11 63 Buchholz

5.4.25 Danger plate indicating “entry prohibited under energized condition” of the transformer.

5.4.26 The accessories listed above are indicative only. Accessories which are not mentioned above but required for satisfactory operation of the transformers are deemed to be included in the contract without extra charges.

5.5 Warranty The transformer shall be warranted for minimum of 5 (five) years against all material/ manufacturing defects and workmanship.

5.6 Approval The Detailed Design Report Submitted by the contractor to GAIL must contain but not limited to the following details of the transformers:

Detailed specification including Fittings and Accessories Necessary Drawings shall contain but not limited to the following:

o Outline dimension/GA drawings of transformers, fittings/accessories and weight of main components.

o Bushing Assembly drawings (for both HV &LV). o Marshalling Box GA & Connection Drawings. o Transport drawings, showing main dimensions and weight of each package. o Instruction plate for oil filling procedure for Aircell conservator o Foundation details o Tap-changing equipment o Rating & Property plate diagrams

Necessary test certificates and type test reports. GTP shall be provided by the contractor as per Proforma provided by GAIL during

approval.

A joint inspection and testing will be done by GAIL and the authorized representatives of the contractor at the manufacturer’s workshop. Testing and inspection of the transformers will be carried out as per relevant Indian Standard. Arrangements for the aforesaid testing and inspection at manufacturer’s end are to be provided by the contractor. Prior to the delivery of the product, the contractor shall submit but not limited to the following documents:

Guarantees Instructions for installation and operation manual Safety precautions Test reports for routine tests and acceptance tests etc. Detailed schematics of all power instrumentation and control equipment and

Sub systems along with their interconnection diagrams. Schematics shall indicate wiring diagrams, their numbers and quantities, type and ratings of all components and sub systems etc.

The contractor can deliver the product to the site only after receiving such approval against their prayer in writing from GAIL.

5.7 Testing and Inspection

5.7.1 Type Tests and Special Tests

Page 183: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 44

The following type test and special test reports shall be submitted during detailed engineering. The tests should have been conducted on the similar transformer by NABL accredited laboratory. A. Type Tests

(i) Separate-source voltage withstand test

(ii) Induced overvoltage withstand test

(iii) Measurement of no-load loss and current

(iv) Measurement of impedance voltage, short circuit impedance and load loss

(v) Measurement of voltage ratio and check of voltage vector relationship

(vi) Measurement of winding resistance

(vii)Lightning impulse test

(viii) Temperature Rise test at a tap corresponding to maximum losses(Gas

Chromatography shall be conducted on oil sample taken before & immediately after

temp. rise test. Gas analysis shall be as per IS: 9434 (based on IEC: 60567), results will

be interpreted as per IS: 10593 (based on IEC:60599)

B. Special Tests

(i) Partial discharge measurement

(ii) Measurement of acoustic sound level

(iii) Short-circuit test

(iv) Mechanical tests: IP test on enclosure

In case the contractor is not able to submit the test reports during detailed engineering, the

contractor shall submit the reports of type/special tests either conducted by NABL accredited

laboratory or witnessed by Employer.

5.7.2 Routine Tests

Each completed transformer shall be subjected to following routine tests as per the latest

edition of IEC 60076 unless specified otherwise.

(i) Measurement of winding resistance at each tap

(ii) Measurement of voltage ratio between HV and LV windings at each tap

(iii) Check of vector group

(iv) Measurement of no-load loss and no-load current

(v) Measurement of short-circuit impedance and load loss

(vi) Magnetic balance test as per CBIP manual publication no. 295

(vii) Separate source voltage withstand test

(viii) Induced over voltage withstand test

(ix) Measurement of insulation resistance

(x) Marshalling box functional test

(xi) IR Measurement on wiring of marshalling box

5.7.3 Tests at Site After erection at site all transformer(s) shall be subjected to the following tests.

Page 184: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 45

(i) Measurement of voltage ratio

(ii) Check of vector group

(iii) Magnetic balance test

(iv) Measurement of insulation resistance

In case the equipment is not found as per the requirements of the Technical Specifications of

NIT, all expenses incurred during site testing will be to the Contractor’s account and the

equipment shall be replaced by him at free of cost.

6. HT SWITCHGEAR

6.1 The 33 KV HT switchgear panel should be complete in all respect and consist of all auxiliaries The feeders shall consist of Vacuum Circuit Breakers, suitable relay and all necessary

auxiliaries. The 33KV HT panel shall be indoor type design.

Power connection of each breaker feeder shall be according to Power evacuation scheme.

6.2 Standards and Codes

All equipment provided under HT switchgear shall comply with latest editions and amendments of the relevant IEC standards and IS codes. In particular, the switchgear shall comply with the following standards and codes.

Standard/Code Description

IEC 62271-1 Common specifications for alternating current switchgear and control gear

IS: 722 AC electricity meters: Part 3

IS: 996 Single-phase A.C industrial motors for general purpose

IS: 1248 Direct Acting Indicating Analogue Electrical Measuring Instruments and their Accessories

IS: 2544 Porcelain post insulators for systems with nominal voltage greater than 1000 Volts

IS: 2705 Current transformers, Part 2: Measuring current transformers

IS: 3156 Voltage transformers, Part 4: Capacitor voltage transformers

IS: 6005 Code of practice for phosphating of iron and steel

IS: 9046 Coil Supervision Module Wiring Instructions

IS: 13703 LV Fuses for voltages not exceeding 1000 V ac or 1500 V dc, Part 1: General requirements

IS: 9921 Alternating Current Disconnectors (isolators) and Earthing Switches for Voltages Above 1000 V, Part 4: Type Tests and Routine Tests

IS: 13118 High-Voltage Alternating-Current Circuit-Breakers

IEC: 60099-4 Metal-oxide surge arresters without gaps for a.c. systems

IS: 3034 Fire Safety of Industrial Buildings: Electrical Generating and Distributing Stations

IEC 62271-100 AC Circuit Breakers

IEC 62271-102 AC Disconnectors and Earthing Switches

Page 185: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 46

IEC 62271-200 AC Metal Enclosed Switchgear and Control gear for Rated Voltages Above 1 kV and Up to and Including 52 kV

IEC 62271-206 Voltage presence indicating systems for rated voltages above 1 kV and up to and including 52 kV

IS 3231 Electrical relays for power systems protection

IEC 61869 Instrument Transformers

IEC 61850 Communication networks and systems for power utility Automation

IEC 61131-3 Programmable controllers - Part 3: Programming languages

IEC 60255 Measuring relays and protection equipment

IS 9385 High voltage fuses

IS 9431 Indoor post insulators of organic material for systems with nominal voltages greater than 1000 V up to and including300 kV

IEC 60099-4 Surge arresters - Part 4: Metal-oxide surge arresters without gaps for A.C. systems

IS 3070-3 Lightning Arresters for Alternating Current Systems - Part 3: Metal Oxide Lightning Arresters Without Gaps

IEC 62052-11 Electricity metering equipment (A.C.) – General requirements, tests and test conditions - Part 11: Metering equipment

IEC 62053 Electricity metering equipment (A.C.) – Particular requirements

IS 14697 AC Static Transformer Operated Watt hour and Var-hour Meters, Class 0.2S and 0.5S

6.3 Technical Requirements

Parameter Specification System Parameters Nominal system voltage 33 kV rms Highest system voltage 36 kV rms Number of phases 3 Frequency 50 Hz Short duration power frequency with stand voltage

50 kV rms

Lightning impulse withstand voltage 170kVp Short circuit current rating 25 kA for 3 s or System requirement

whichever is higher Circuit Breaker Type Vacuum Operating duty cycle O – 0.3sec – CO – 3min – CO Short circuit breaking current 25 kA for 3 s or System requirement

whichever is higher Short circuit making current 2.5 times the breaking current Re-strike performance class C2 Mechanical endurance class M1 Current Transformer Accuracy class 0.2 for metering, 5P20 for protection Ratio As per system design Rated VA burden As per requirement Insulation class Class E or better Voltage Transformer

Page 186: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 47

Accuracy class 0.2 for metering ,3P for protection Rated VA burden As per requirement Insulation class Class E or better

6.4 Switchgear Panel

6.4.1 The switchgear panel shall be free standing, floor mounted, single front, single tier fully compartmentalized, metal enclosed construction. Each panel shall have separate compartments for circuit breaker, bus bars, cable termination and auxiliary circuit.

6.4.2 The circuit breakers shall be mounted on horizontally withdrawable trucks with locking facility in SERVICE and TEST positions.

6.4.3 The panel enclosure shall be constructed with CRCA steel/Aluzinc sheet. The thickness of load bearing members shall be minimum 3 mm and that of non-load bearing members shall be minimum 2 mm.

6.4.4 All external surface shall be painted with two coats of epoxy based paint of colour shade RAL 7032. Internal surface shall be painted with epoxy enamel white paint. The minimum dry film thickness (DFT) shall be 100 micron.

6.4.5 The circuit breaker and auxiliary circuit compartments provided on the front side shall have separate concealed hinged doors. Cable and bus bar compartments provided on the rear side shall have separate bolted covers. All doors and covers shall be provided with neoprene/synthetic rubber gaskets to prevent entry of vermin and dust.

6.4.6 Pressure relief device shall be provided in each high voltage compartment of a panel to safely vent the gases in the event of internal arc. Seal-off bushing arrangement shall be provided between the breaker compartment and bus bar/cable compartments to prevent transfer of arc from one compartment to other.

6.4.7 Automatic safety shutters shall be provided to cover up the fixed high voltage contacts on bus bar and cable sides when the truck is moved to TEST position.

6.4.8 Degree of protection of the switchgear panel shall not be less than IP 55 as per IEC 60529. Mechanical /Electrical interlocks shall be provided to prevent mal-operation and in particular to ensure the following.

(i) The breaker shall be operated only if it is in SERVICE or TEST position. (ii) Movement of the breaker truck between SERVICE and TEST positions shall be

possible only if the breaker is OFF. (iii) It shall be possible to open the door only when the breaker is in TEST position.

6.4.9 Each switchgear panel shall be provided with thermostatically controlled space heaters, separately for breaker, cable and bus bar compartments, to prevent condensation within the compartment. The space heater shall be connected to 240 V, 50 Hz, single phase AC supply through suitable switch and fuse.

6.4.10 240 V, 15 A, SPN industrial socket-outlet with ON/OFF switch shall be provided in each panel. Each panel shall be provided with LED lamp rated for 240 V, 50 Hz, single phase AC supply for interior illumination controlled by door switch.

6.4.11 Gapless, metal-oxide surge arrestors shall be provided between line and earth in cable compartment of the switchgear panel.

6.4.12 Suitable lifting hooks shall be provided for each panel.

6.5 Circuit Breakers

6.5.1 Circuit breakers shall be of vacuum type. It shall comprise of three separate identical single pole units operated through the common shaft and shall be fully interchangeable both electrically and mechanically.

6.5.2 The circuit breaker operating mechanism shall be based on motor operated spring charging and it shall be re-strike free, trip free both electrically and mechanically, with anti-pumping feature.

Page 187: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 48

6.5.3 Circuit breaker shall be restrike free, stored energy operated, anti-pumping and trip free type. Motor wound closing operation shall be provided for each breaker, even if it has built-in mechanical anti-pumping features. During closing, main poles shall not rebound and mechanism shall not require adjustment. Suitable dampers shall be provided to withstand the impact at the end of opening stroke.

6.5.4 The operating mechanism shall be such that failure of any auxiliary spring shall not prevent tripping and shall not lead to closing or tripping of circuit breaker. Failure of any auxiliary spring shall also not cause damage to the circuit breaker or endanger the operator.

6.5.5 Bidder shall indicate the noise level of breaker at distance of 50 to 150 m from base of the breaker.

6.5.6 The circuit breaker will normally be controlled from remote control panels through closing and shunt trip coils. The local control console of relay flush mounted on the switchgear would normally use only for testing of circuit breaker in isolated position and for tripping it in an emergency. The closing and opening of the breaker shall also be possible from laptop through front serial port of the relay to facilitate commissioning activities.

6.5.7 Each panel shall have separate limit switches for the service position, test position and isolated position. Each of these limit switches shall have at least four (4) contacts which shall close in the respective positions.

6.5.8 6NO and 6NC auxiliary contacts per pole shall be provided as spare contacts. 6.5.9 The rated control voltage of the spring charging motor shall be 230 VAC. Closing coil

shall operate at all values of voltages between 85% and 110% of rated voltage. Opening coil shall operate correctly under all operating conditions of the circuit breaker up to the rated breaking capacity and at all values of supply voltage between 70% and 110% of rated voltage.

6.5.10 The spring charging motor shall have adequate thermal rating such that continuous sequence of the closing and opening operations is possible as long as power supply is available to the motor. It shall also be possible to charge the spring manually and close the breaker in the event of failure of motor / control supply to motor. Operating handle shall be provided for charging the operating mechanism. After failure of control supply to the motor, one open-close-open operation shall be possible with the energy contained in the operating mechanism.

6.5.11 The motor rating shall be such that it requires not more than 30 seconds for full charging of the closing spring. Closing action of the circuit breaker shall compress the opening spring ready for tripping. When closing springs are discharged after closing the breaker, they shall be automatically charged for the next operation.

6.5.12 Mechanical indicators shall be provided to indicate OPEN/CLOSED positions of the circuit breaker and CHARGED/ DISCHARGED positions of the closing spring. An operation counter shall also be provided. These indicators and counter shall be visible from the panel front door without opening it. Indicators (LED type) as per requirement may also be provided

6.6 Relays

6.6.1 All relays shall be microprocessor based numerical type. However, auxiliary relays can be static or electromechanical type. The relays shall be flush mounted on panel front with connections from the inside.

6.6.2 Auxiliary voltage of the relays shall be 110V DC/220V AC and the relays shall be capable of operating continuously between 80 – 120% of auxiliary voltage.

6.6.3 All numerical relays shall have adequate number of freely configurable, optically isolated, Binary Inputs (BI) and potential free Binary Outputs (BO).

6.6.4 All numerical relays shall have minimum four no. of current inputs, three for phase current and one for earth current, suitable for CT secondary current of 1A. The current inputs shall be compatible with both residual connected CT and Core Balance CT (CBCT). In addition, numerical relay in main outgoing feeder shall have three no. of voltage inputs for Under Voltage/Over Voltage protection.

Page 188: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 49

6.6.5 All I/O’s shall have galvanic isolation. Analog inputs shall be protected against switching surges and harmonics.

6.6.6 Making, breaking and continuous capacity of the relay contacts shall be adequate enough for the circuits in which they are used.

6.6.7 The numerical relay shall have the following protection functions with at least two independent protection setting groups. The protection functions shall be selectable from any of the IEC characteristic curves.

(i) Definite time (DT) phase over current protection

(ii) Inverse Definite Minimum Time (IDMT) phase over current protection

(iii) Definite time (DT) earth fault current protection

(iv) Inverse Definite Minimum Time (IDMT) earth fault current protection

(v) Under Voltage protection

(vi) Over Voltage protection

6.6.8 Transformer feeder protection relay shall have provision for the following protection functions.

(i) Buchholz alarm &trip

(ii) Oil Temperature Indicator (OTI) alarm & trip

(iii) Winding Temperature Indicator (WTI) alarm & trip

(iv) Pressure Relief Valve (PRV) trip

(v) Magnetic Oil Gauge (MOG) alarm

6.6.9 All numerical relays shall have provision for measurement and storage of electrical parameters such as voltage, current, frequency, active power, reactive power etc.

6.6.10 The numerical relay shall be able to record faults and events in non-volatile memory. (i) Fault record – At least 5 recent faults including the protection function operated,

operating phase(s), voltages and currents along with date and time stamp.

(ii) Event record – At least 200 events with date and time stamp.

6.6.11 The numerical relay shall have trip circuit supervision facility to monitor the circuit breaker trip circuit both in pre-trip and post-trip conditions. The relay shall also be able to provide circuit breaker monitoring, CT and VT supervision.

6.6.12 The numerical relay shall have self-diagnostic feature with separate output contact for indication of any internal relay failure.

6.6.13 The numerical relay shall have RS-232/RS-485/RJ-45/USB ports on front side for local communication with PC and on rear side for remote communication to SCADA system.

6.6.14 The numerical relay shall have feature for time synchronization through the SCADA System / networking.

6.6.15 All circuit breaker feeders shall be provided with communicable numerical relays (IED, i.e. Intelligent Electronic Device) complying with IEC-61850, having protection, control, measurement and monitoring features. These relays shall be networked and suitably interfaced with the Solar SCADA system for dynamic SLD display, status monitoring, measurements, event / alarm displays, reports, etc. The relays shall be flush mounted on panel front with connections from the inside. These numerical relays shall be of types as proven for the application and shall be subject to Employer/EIC approval. Numerical relays shall have appropriate setting ranges, accuracy, resetting ratio and other characteristics to provide required sensitivity.

6.6.16 Failure of a control supply / de-energisation / restart of relay shall not initiate any circuit breaker operation.

6.6.17 All numerical relays shall have freely programmable optically isolated binary inputs (BI) and potential free binary output (BO) contacts as per the requirement of control schematics. The quantities of such input / outputs shall be finalized during detailed engineering.

Page 189: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 50

6.6.18 Master trip (86) and non 86 trips shall be software configurable to output contacts and no separate master trip relay shall be used.

6.6.19 All CT terminals on the relays shall be suitable for connection of ring-type lugs to avoid any hazard due to loose connection leading to CT open-circuit. In no circumstances Plug In type connectors shall be used for CT / VT connections.

6.6.20 All numerical relay shall have key pad/ keys to allow relay settings from relay front. All hand reset relays shall have reset button on the relay front.

6.6.21 Relays shall have at least two sets or groups of two different sets of adoptable settings. 6.6.22 Relays shall have multiple IEC/ ANSI programmable characteristics. 6.6.23 Design of the relay must be immune to any kind of electromagnetic interference. 6.6.24 Vendor shall submit all related type test reports for the offered model along with the offer. 6.6.25 All I/O s shall have galvanic isolation. Analog inputs shall be protected against switching surges,

harmonics etc. 6.6.26 The numerical relay shall be provided with backlit alphanumeric LCD to access protection

settings, measurement parameters, fault and event records. Read and write access to protection settings shall be password protected.

6.7 Instrument Transformers

6.7.1 Instrument transformers shall be completely encapsulated cast resin type, suitable for continuous operation at the ambient temperature prevailing inside the switchgear enclosure, when the switchgear is operating at its rated load and the outside ambient temperature is 50°C.

6.7.2 Polarity marks shall indelibly be marked on each instrument transformer and at the lead terminals at the associated terminal block.

6.7.3 Voltage transformers shall be single phase units. Bus voltage transformers shall be housed in a separate panel on withdrawable truck.

6.7.4 HRC fuses of suitable rating shall be provided on primary side of voltage transformers. For secondary side, four pole Miniature Circuit Breakers (MCB) shall be provided.

6.8 Earthing

6.8.1 An earth bus made of copper or aluminium shall be provided throughout the length of the panel. It shall be bolted to the framework of each panel and brazed to each breaker earthing contact bar.

6.8.2 The earth bus shall have sufficient cross section to carry maximum fault current without exceeding the allowable temperature rise.

6.8.3 All non-current carrying conductors of the panel shall be connected to the earth bus. All joints to the earth bus shall be made through at least two bolts. Hinged doors shall be earthed through flexible earthing braid of adequate cross section. Suitable provision shall be provided at each end of the earth bus for connection with Owner’s Earth conductor.

6.8.4 Positive earthing of the breaker truck and frame shall be maintained when it is in the connected position and in all other positions whilst the auxiliary circuits are not totally disconnected.

6.8.5 All metallic cases of relays, instruments and other panel mounted equipment shall be connected to earth bus by independent copper wires of size not less than 2.5 sq. mm with green colour insulation.

Page 190: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 51

6.8.6 Instrument transformer secondary neutral point shall be earthed at one place only on the terminal block. Such earthing shall be made through links so that earthing of one circuit may be removed without disturbing the earthing of other circuits.

6.8.7 Separate earthing trucks shall be provided for earthing of busbars and incoming/outgoing feeders. The trucks shall have voltage transformer to indicate presence of voltage prior to earthing. An audible alarm shall also be provided in case of voltage on the earthing terminal. Integral earth switches may also be considered instead of earthing trucks. The earthing truck/switch shall have short circuit withstand capability equal to that of the associated switchgear panel.

6.8.8 The interlocks shall be provided to ensure the following.

6.8.9 It is not possible to rack-in the earthing truck/close the earthing switch when the breaker truck is in SERVICE position.

6.8.10 It is not possible to rack-in the breaker truck into SERVICE position when earthing truck is connected/earthing switch is in closed position.

6.9 Bus bar

6.9.1 Bus bar shall be made of copper or aluminium with uniform cross section throughout their length. They shall be adequately supported on insulators to withstand electrical and mechanical stresses due to specified short circuit current.

6.9.2 All bus bars joints shall be thoroughly cleaned and anti-oxide grease shall be applied. Plain and spring washers shall be provided to ensure good contacts at the joints and taps. Wherever aluminium to copper connections are required, suitable bimetallic connectors or clamps shall be used.

6.9.3 Bus bars shall be provided with heat shrinkable sleeves of suitable insulation class throughout their length with proper colour coding. All bus bar joints and taps shall be shrouded.

6.9.4 Bus bar support insulators shall be made of non-hygroscopic, arc and track resistant, high strength material suitable to withstand stresses due to over voltage and short circuit current.

6.9.5 The Contractor shall submit busbar sizing calculation for specified continuous and short time current ratings during detailed engineering.

6.10 Measuring Instruments

6.10.1 All the measuring instruments shall be digital, flush mounting type with communication facility.

6.10.2 All feeders except main outgoing feeder shall be provided with digital Multi-Function Meter (MFM). Tri Vector Meter (TVM) shall be provided for the main outgoing feeder (in the HT Panel). Accuracy class of MFM shall be 0.2 and that of TVM shall be 0.2S.

6.10.3 Measuring instruments shall have provision to display the following parameters.

(i) Line and phase voltages (ii) Line and phase currents (iii) Active power, Reactive power, Apparent power (iv) Frequency

Page 191: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 52

(v) Power factor (vi) Total Harmonic Distortion (THD)

6.11 Wiring and Terminal blocks

6.11.1 All internal wiring shall be done with 650 V grade, 1.5 sq.mm. PVC insulated stranded flexible copper wire. For CT secondary circuits, 2.5 sq.mm copper wire shall be used.

6.11.2 Wire terminations shall be made with solder less crimping type tinned copper lugs, which shall firmly grip the conductor. Insulation sleeves shall be provided at all the wire terminations.

6.11.3 Printed identification ferrules, marked to correspond with panel wiring diagram shall be provided at both ends of each wire. The ferrules shall be firmly located on each wire so that they cannot move or turn freely on the wire. Wire identification shall be done in accordance with IS 11353.

6.11.4 The Contractor shall be solely responsible for the completeness and correctness of the internal wiring and for the proper functioning of the connected equipment.

6.11.5 All internal wiring to be connected to the external equipment shall terminate on terminal blocks. Terminal blocks shall be rated for 650 V, 10 A and made of non-inflammable material.

6.11.6 CT and VT secondary circuits shall be terminated on stud type, non-disconnecting terminal blocks.

6.11.7 At least 10% spare terminals shall be provided on each panel and these spare terminals shall be distributed on all terminal blocks.

6.12 Warranty The HT panel unit shall be warranted for minimum of 5 (five) years against all material/

manufacturing defects and workmanship.

6.13 Approval

6.13.1 Documents/Drawings

General arrangement of panel showing overall dimensions with foundation plan, terminal

location, total weight, sectional views, operating mechanism

Relay settings may be considered to be approved as per scope of work

i. General Arrangement (GA) Drawing and Foundation details ii. Schematic diagram

iii. Bus bar sizing calculation iv. Bill of Materials

v. Quality Assurance Plan (QAP)

6.13.2 Test Certificates/ Reports

Commissioning Checks/Test

After installation of panels, power and Control wiring and connections, Contractor shall perform commissioning checks/ pre-commissioning tests for Switchgear Panel,

Page 192: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 53

HT breaker, CT, PT and relays to verify proper operation of switchgear / panels and correctness of all equipment in all respects. In addition, the Contractor shall carry out all other checks and tests recommended by the manufacturers. Commissioning checks/ pre-commissioning tests shall include below mentioned tests and any other tests which is not mentioned below but is required for proper operation of the complete switchgear panel:

a) Check name plate details according to specification. b) Check for physical damage' c) Check tightness of all bolts, clamps and connecting terminals d) Check earth connections. e) Check cleanliness of insulators and bushings f) Check heaters are provided g) H.V. test on complete switchboard with CT & breaker in position. h) Check all moving parts are properly lubricated. i) Check for alignment of bus bars with the insulators to ensure

alignment and fitness of insulators. j) Check for interchange ability of breakers. k) Check continuity and IR value of space heater. l) Check earth continuity for the complete switchgear board. m) Circuit Breakers n) Check electrical and mechanical interlocks provided. o) Checks on spring charging motor, correct operation of limit

switches and time of charging p) All functional checks. q) Current Transformers r) IR Value between windings and winding terminals to body. s) Polarity tests. t) Ratio identification checking of all ratios on all cores by primary

Injection of current. u) Magnetization characteristics & secondary winding resistance. v) Spare CT cores, if any to be shorted and earthed. w) Voltage Transformers x) Insulation resistance test. y) Ratio test on all cores. z) Polarity test. aa) Line connections as per connection diagram. bb) Cubicle Wiring cc) Check all switch developments. dd) It should be made sure that the wiring is as per relevant drawings. ee) Scheme check. ff) All interconnections between panels shall similarly be checked. gg) All the wires shall be checked for IR value to earth. hh) Functional checking of all control circuit e.g. closing, tripping

interlock, supervision and alarm circuit including proper functioning of component / equipment.

ii) Check terminations and connections. jj) Wire ducting.

Type test reports as mentioned in the following clause shall be submitted for approval.

Page 193: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 54

6.14 Testing and Inspection

6.14.1 Type Tests

The switchgear panel shall be of type tested design. The following type test reports shall be submitted during detailed engineering. The tests should have been conducted on the similar equipment by NABL accredited laboratory.

In case the contractor is not able to submit the test reports during detailed engineering, the contractor shall submit the reports of type/special tests either conducted by NABL accredited laboratory or witnessed by Employer.

6.14.2 Routine Tests

Routine tests and acceptance tests shall be as per the Quality Assurance Plan (QAP) approved by the Employer.

Standard test Standard&Relevant

IEC Clause

Switchgear Panel

Dielectric tests

Power frequency voltage test IEC 62271-200 Cl.6.2.6.1

Lightning impulse voltage test IEC 62271-200 6.2.6.2

Dielectric tests on auxiliary and control circuits IEC 62271-200 6.2.10

Measurement of the resistance of the main circuit

IEC 62271-200 6.4.1

Temperature-rise tests IEC 62271-200 6.5

Short-time withstand current and peak withstand current tests

IEC 62271-200 6.6

Verification of the IP coding IEC 62271-200 6.7.1

Verification of making and breaking capacities IEC 62271-200 6.101

Mechanical operation test IEC 62271-200 6.102

Internal arc test IEC 62271-200 6.106

Circuit Breaker

Mechanical operation test at ambient air temperature (M2 Class)

IEC 62271-100 6.101.2

Basic short-circuit test-duties IEC 62271-100 6.106

Relays

Vibration tests IEC 60255-21-1

Shock and bump tests IEC 60255-21-2

Seismic tests IEC 60255-21-3

Electromagnetic compatibility requirements IEC 60255-26

Product safety requirements IEC 60255-27

Common requirements IEC 60255-1

Functional requirements Relevant parts of IEC 60255- 100 series

Communication requirements IEC 61850

Current Transformers

Temperature-rise test IEC 61869-2 7.2.2

Page 194: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 55

Impulse voltage withstand test on primary terminals

IEC 61869-2 7.2.3

Tests for accuracy IEC 61869-2 7.2.6

Short-time current tests IEC 61869-2 7.2.201

Voltage Transformer

Temperature-rise test IEC 61869-3 7.2.2

Impulse voltage withstand test on primary terminals

IEC 61869-3 7.2.3

Electromagnetic Compatibility tests IEC 61869-3 7.2.5

Test for accuracy IEC 61869-3 7.2.6

Short-circuit withstand capability test IEC 61869-3 7.2.301

7. AC CABLES

7.1 Standards and Codes

All AC Cables shall conform to the following standards and codes.

IS 7098 Cross linked polyethylene insulated PVC sheathed cables, Part 1: For working voltage up to and including 1100 V

IS 7098 Cross linked Polyethylene Insulated Thermoplastics Sheathed Cables Part 2:for Working Voltages from 3.3 kV up to and Including 33 kV

7.2 All AC cables shall be flame retardant, low smoke (FRLS) type designed to withstand all

mechanical, electrical and thermal stresses develop under steady state and transient operating

conditions.

7.3 Only terminal cable joints shall be accepted. No cable joint to join two cable ends shall be

accepted. However, cable joints may be allowed if the route length is more than maximum

available drum length subject to Employer’s approval.

7.4 Copper/ aluminium conductor used in power cables shall have tensile strength as per relevant

standards. Conductors shall be multi stranded.

7.5 XLPE insulation shall be suitable for continuous conductor temperature of 90 deg. C and short

circuit conductor temperature of 250 deg C.

7.6 The cable cores shall be laid up with fillers between the cores wherever necessary. It shall not

stick to insulation and inner sheath. All the cables, other than single core unarmoured cables,

shall have distinct extruded PVC inner sheath of black colour as per IS: 5831.

7.7 For single core armoured cables, armouring shall be of aluminium wires. The aluminium used

for armouring shall be of H4 grade as per IS: 8130 with maximum resistivity of 0.028264 ohm-

sq.mm/meter at 20 deg. C.

7.8 For multi core armoured cables armouring shall be of galvanized steel. The minimum area of

coverage of armouring shall be 90%.

7.9 Cable shall conform to IS.7098-II .These cables shall have multi-stranded, compacted circular,

aluminium conductors, XLPE insulated, metallic screened cable for carrying the system earth

fault current, PVC outer sheathed. The conductor screen and insulation screen shall both be

extruded semiconducting compound and shall be applied along with XLPE insulation in a single

operation of triple extrusion process so as to obtain continuously smooth interfaces. Method of

curing for cables shall be dry/gas curing.

Page 195: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 56

7.10 In addition to manufacturer's identification on cables as per relevant standard, following

marking shall also be provided over outer sheath.

(i) Cable size, Conductor material and voltage grade (ii) Word 'FRLS’ at every meter (iii) Sequential marking of length of the cable in meters at every meter

7.11 Cables shall be sized based on the following considerations:

(i) Rated current of the equipment

(ii) Maximum voltage drop in LT cable (from inverter to inverter transformer) shall be limited to 0.5% of the rated voltage. For HT cables (from inverter transformer to interconnection point), maximum voltage drop shall be limited to 0.5 % of the rated voltage. Successful Bidder shall provide voltage drop calculations in excel sheet.

(iii) Short circuit withstand capability as per design for 1s.

(iv) De rating factors for various conditions of installations including the following shall be considered while selecting the cable sizes:

a) Variation in ambient temperature for cables laid in air b) Grouping of cables c) Variation in ground temperature and soil resistivity for buried cables. d) Cable lengths shall be considered in such ways that straight through cable joints are

avoided. Cables shall be armoured type if laid directly buried.

7.12 Warranty

All cables shall be warranted for minimum of 1 (one) year against all material/ manufacturing

defects and workmanship.

7.13 Approval

7.13.1 Documents/Drawings

(i) Guaranteed Technical Particular (GTP) Datasheet (ii) Cable sizing calculation (iii) Quality Assurance Plan (QAP)

7.14 Test Certificates/ Reports

Type test certificates as per the standards mentioned above shall be submitted for approval.

7.15 Testing

Routine test and acceptance tests requirements shall be as per relevant standards for all cable sizes.

7.16 Packing

Cables shall be supplied in returnable wooden or steel drums of heavy construction. The surface of the drum and the outer most cable layer shall be covered with water proof cover. Both the ends of the cables shall be properly sealed with heat shrinkable PVC/ rubber caps secured by 'U' nails so as to eliminate ingress of water during transportation, storage and

Page 196: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 57

erection. Wood preservative anti-termite treatment shall be applied to the entire drum. Wooden drums shall comply with IS: 10418.

Each drum shall carry manufacturer's name, purchaser's name, address and contract number, item number and type, size and length of cable and net gross weight stencilled on both sides of the drum. A tag containing same information shall be attached to the leading end of the cable. An arrow and suitable accompanying wording shall be marked on one end of the reel indicating the direction in which it should be rolled.

7.17 Installation

7.17.1 Cable installation shall be as per IS 1255.

7.17.2 LT cable (from inverter to inverter transformer) shall lay through RCC cable trench with supports.

7.17.3 Cable terminations shall be made with properly crimped lugs and passed through cable glands at the entry & exit point of the cubicles. Bimetallic lugs shall be used for connecting Cu bus bar and Al cables or vice-versa.

7.17.4 All AC cables shall be provided with punched/embossed aluminium tags. The marking shall be done with good quality letter and numbers of proper size so that the cables can be identified easily.

8. CABLE TRAYS

8.1 The design, material, construction, manufacture, inspection, testing and performance of Cable Trays supplied shall comply with all currently applicable statutes, regulations and safety codes in the locality where the material will be installed. Nothing in this specification shall be construed to relieve the BIDDER of his responsibility. Where no standards are available, the supply items shall be of good quality and workmanship and backed by test results. Any supply items which are bought out by the BIDDER shall be procured from MANUFACTURERS approved by the PURCHASER.

8.2 Applicable Standards for Cable Trays & Accessories

Steel IS:2062, IS:1079, IS:811, IS:513, IS:808, IS:1730, IS:8910, ASME

Welding IS:813, IS:816

Bolts, Screws, Nuts, Washers, Fasteners

IS:1364, IS:1367, IS:1368, IS:2016

Hot dip galvanising IS:2629, IS:2633, IS:4759, IS:4826,

Electrical Work IS:5216, IER, IS:1646, NEC-318

Design and Manufacturing Requirements

8.3 CABLE TRAYS & ACCESSOIES

8.3.1 Cable trays and the associated accessories including tray covers shall be Pre-fabricated type Galvanized steel sheets.

Page 197: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 58

8.3.2 The nominal width of cable trays selected is 50, 100, 150, 300, 450, and 600 mm. The cable trays shall be supplied in standard lengths of 2500 mm.

8.3.3 Types of trays used are Perforated type, Ladder Type & Solid type. 8.3.4 The Flange height shall be considered for Ladder Type as 50 mm & for perforated & solid type

trays as 100 mm. 8.3.5 The thickness for cable trays shall be considered 2 mm and the thickness for cable tray cover

shall be considered 1.6 mm. 8.3.6 The maximum spacing between the rungs of the ladder type cable tray shall be considered as

250 mm. 8.3.7 Cable tray covers shall be provided for Perforated & solid type trays as indicated in the project

drawings. 8.3.8 Accessories: The cable tray accessories are Vertical Elbows, Horizontal Bends, Adjustable

Bends, Crosses, Tees and Reducers, etc,. All accessories shall have minimum bending radius of 600 mm.

8.3.9 The scope covers all these trays and special accessories including covers, coupler plates, bolts, hinges for all type of trays as listed in items.

8.3.10 Connecting piece or coupler plate is used to connect two trays & accessories. 8.3.11 All finished cable trays and accessories shall be free from sharp edges, corners, burrs and

unevenness. 8.3.12 Galvanizing: All cable trays, tray accessories, tray covers & tray supports including washers, etc.

shall be hot dip galvanized. Should the galvanizing of the samples be found defective the entire batch of steel shall be regalvanised at BIDDER's cost.

8.3.13 Grounding conductors for Cable Trays 25 x 6 GS flat conductor shall run along the trays & interconnecting the trays at every 2.5 m intervals. 95 Sq.mm stranded copper conductor shall be used to grounding trays at minimum two points and in addition at 25 meters interval for longer length of trays.

8.3.14 CABLE TRAY SUPPORT

The cable tray supporting structures shall be of steel and galvanized. This supporting structure

shall comprise of two parts, which shall be Vertical support channels & Horizontal supporting

arms. This Horizontal supporting arms shall be welded to the Vertical support channels to form

the cable supporting structure as shown in the drawing and this structure shall be welded to

the Embedded Plate (EP) on the wall in case of wall mounted cable trays, EP in the ceiling

incase of ceiling mounted cable trays and EP on floor in case of floor mounted cable trays to

mount the cable trays. In case of outdoor on the ground installation, proper PCC grouting

should be done to the vertical supports.

8.3.15 GS SHEET ENCLOSURE FOR CABLE TRAYS FLOOR CROSSING

Vertical trays running exposed to corridor / rooms or the area having man movements shall be

covered with GS sheets. The thickness of this GS sheet shall be considered 1.6 mm.

9. CABLE TRENCH

9.1 The Cables may be laid buried directly in ground at a depth of one meter in average, and terminate for outdoor connection to a power transformer or to overhead lines.

9.2 The Cables may also be laid within Prefabricated blocks/covered cable trenches in cable racks or open air ladder trays etc. for certain portions of lengths as per the suitable design according to site conditions and relevant standards.

Page 198: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 59

9.3 APPLICABLE STANDARDS

Indian Electricity Rules, 1956 National Electrical Code ( Indian standards Institution) IS 1255 Code of practice for installation and maintenance of Power Cable up

to and Including 33KV rating. IS 1554 PVC Insulated Electrical Cables up to 11KV IS 2274 Code of Practice for electrical wiring installation –system voltage

exceeding 650V IS 7098 Part II Crosslinked Polyethylene Insulated PVC sheathed cables for working

voltages from 3.3KV up to and including 33KV IS 7098 Part III Crosslinked Polyethylene Insulated PVC sheathed cables for working

voltages from 66KV up to and including 220KV IS 5820 Specification of precast concrete Cable cover

9.4 For prefabricated trenches consider Fiber/FRP Covers to cover the trenches.

10. AUXILIARY SUPPLY SYSTEM

10.1 Scheme for Auxiliary supply system shall be submitted by contractor during detailed engineering for the approval by Employer.

10.2 It shall mainly comprise of auxiliary transformer, AC distribution board(s) (ACDB), Battery & battery charger system, emergency lighting network, Uninterrupted power supply (UPS), distribution cables and metering & protective devices.

10.3 A separate kWh energy meter is to be provided by contractor for accounting of electricity consumed for auxiliary equipment’s.

10.4 Following consideration shall be taken into account while sizing the auxiliary transformer: (i) 20% future load margin

(ii) 20% design margin (iii) Total connected load at 0.8 power factor

11. AUXILIARY TRANSFORMER

11.1 Standards and Codes

Auxiliary transformer shall comply with the latest edition of the following standards and codes

including amendments.

Standard Description

IS:2026, IEC:60076 Specification of Power Transformers

IS:2099, IEC:60137 Bushings for alternate voltage above 1000 V

IS: 335, IEC 60296 Insulating oil

IS: 3639 Fittings and Accessories for Power Transformers

IS 1180 (part 1): testing code and procedure for distribution transformer

Page 199: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 60

11.2 Technical Requirements

Parameters Specification VA Rating As per system requirement Voltage Ratio Inverter Output Voltage/0.433 kV Duty, Service & Application Continuous application (Indoor) Winding 2 Frequency 50 Hz

Nos. of Phase 3

Vector Group & Neutral earthing Dyn11 Cooling ANAN

Tap Changer OCTC, No. of steps shall be as per the SLD and system requirement

Impedance at 75°C As per system requirement and SLD

Permissible Temperature rise over an ambient of 50°C (irrespective of tap)

Winding 55°C SC withstand time (thermal) 2 second Fault Level & Bushing CT As per System requirement Termination As per system requirement Bushing rating, Insulation class(Winding & bushing)

As per system requirement

Noise level As per NEMA TR-1

Loading Capability

Continuous operation at rated MVA on any tap with voltage, variation of ± 3%,also transformer shall be capable of being loaded in accordance with IEC 60076-7.

Flux density As per system requirement Air Clearance As per CBIP

11.3 Construction

11.3.1 The transformers shall be suitable for indoor installation and dry type only.

11.3.2 The auxiliary transformer shall be suitable for continuous operation with a frequency variation of ± 2.5% from nominal frequency of 50 Hz without exceeding the specified temperature rise.

11.3.3 Neutral bushing of the auxiliary transformer shall be brought outside the tank for earthing.

11.3.4 Marshalling Box shall be of sheet steel, dust and vermin proof provided with proper lighting and thermostatically controlled space heaters. The degree of protection shall be IP 55. Marshalling Box of all transformers shall be preferably Tank Mounted. One dummy terminal block in between each trip wire terminal shall be provided. At least 10% spare terminals shall be provided on each panel. The gasket used shall be of neoprene rubber. Wiring scheme (TB details) shall be engraved in a stainless-steel plate with viewable font size and the same shall be fixed inside the Marshalling Box door.

11.3.5 All external surface of the transformer shall be painted with two coats of epoxy based paint of colour shade RAL 7032. Internal surface of cable boxes and marshalling box shall be painted with epoxy enamel white paint. The minimum dry film thickness (DFT) shall be 100 micron.

11.3.6 LV and HV cable box shall be provided with disconnecting chamber to facilitate the movement of transformer without disturbing cable box and termination.

Page 200: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 61

11.3.7 Air release plug, bi-directional wheel/skids, cover lifting eyes, transformer lifting lugs, jacking

pads, towing holes, core and winding lifting lugs, inspection cover, rating plate, valve schedule plate, accessories and terminal marking plates, two nos. of earthing terminals shall be provided.

11.3.8 Entry points of wires shall be suitably sealed.

11.3.9 The accessories listed above are indicative only. Accessories which are not mentioned above but required for satisfactory operation of the transformers are deemed to be included in the contract without extra charges.

11.4 Warranty

The transformer shall be warranted for minimum of 5 (five) years against all material/ manufacturing defects and workmanship.

11.5 Approval

11.5.1 Documents/Drawings

(i) Guaranteed Technical Particular (GTP) Datasheet

(ii) General Arrangement (GA) Drawing of complete transformer, cable boxes,

Marshalling box

(iii) Foundation details

(iv) Rating plate and Valve schedule plate

(v) Marshalling box wiring diagram

(vi) Quality Assurance Plan (QAP)

11.6 Testing and Inspection

11.6.1 Routine Tests

Each completed transformer shall be subjected to following routine tests as per the latest

edition of IEC 60076 unless specified otherwise.

(i) Measurement of winding resistance at each tap

(ii) Measurement of voltage ratio between HV and LV windings at each tap

(iii) Check of vector group

(iv) Measurement of no-load loss and no-load current

(v) Measurement of short-circuit impedance and load loss

(vi) Magnetic balance test as per CBIP manual publication no. 295

(vii) Separate source voltage withstand test

(viii) Induced over voltage withstand test

(ix) Measurement of insulation resistance

(x) Marshalling box functional test

(xi) IR Measurement on wiring of marshalling box

11.6.2 Tests at Site After erection at site all transformer(s) shall be subjected to the following tests.

i. Measurement of voltage ratio

ii. Check of vector group

Page 201: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 62

iii. Magnetic balance test

iv. Measurement of insulation resistance

In case the equipment is not found as per the requirements of the Technical Specifications of

NIT, all expenses incurred during site testing will be to the Contractor’s account and the

equipment shall be replaced by him at free of cost.

12. UNINTERRUPTED POWER SUPPLY (UPS)

12.1 Standards and Codes

Standard/Code Description

IEC 62040-1: Uninterruptible power systems (UPS) - Part 1: General and safety requirements for UPS

IEC 62040-2 Uninterruptible power systems (UPS) - Part 2: Electromagnetic compatibility (EMC) requirements

IEC 62040-3 Uninterruptible power systems (UPS) - Part 3: Method of specifying the performance and test requirements

General Requirements

12.2 The Uninterrupted Power Supply (UPS) system shall be designed to supply power to following loads (but not limited to).

(i) Data logger / SCADA

(ii) Fire Detection/ Alarm Panel

(iii) HMI of SCADA

(iv) Emergency Lighting

(v) Inverter’s Auxiliary supply (if applicable)

(vi) HT panel auxiliary

12.3 Sizing of UPS shall be done considering the above-mentioned load at power factor of 0.8 lagging inclusive of 20% design margin at 50 ˚C.

System Description

12.4 The UPS shall automatically provide continuous, regulated AC power to critical loads under normal and abnormal conditions, including loss of input AC power. The UPS system shall consist of the following major equipment.

(i) UPS Module (a) Insulated Gate Bipolar Transistor (IGBT) Converter

(b) Insulated Gate Bipolar Transistor (IGBT) Inverter

(c) Digital Signal Processor (DSP) using Pulse Width Modulation (PWM) for Direct

Digital Control (DDC) of all UPS control and monitoring functions

(d) Static bypass switch

(ii) Battery system for 2 hours

(iii) Battery protective and disconnect device

Page 202: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 63

(iv) Maintenance bypass switch

(v) LCD display panel and LED indications

(vi) Integrated UPS Communications Protocols capable of communicating with SCADA

System

12.5 The UPS shall meet the following minimum specifications.

12.6 The UPS shall be forced air cooled by internally mounted fans. The fans shall be redundant in nature to ensure maximum reliability. The fans shall be easily replaceable without the use of special tools.

12.7 Contractor shall provide the Operation & Maintenance Manual and mandatory spare parts list

along with the equipment

12.8 Maintenance bypass shall be available in UPS

12.9 Warranty

Parameter Specification

Topology Online double conversion UPS

Input

Voltage 415V ± 10% AC 3-Phase

Frequency 50 ± 5 Hz

Power factor 0.95

Output

Voltage 230V ± 1% AC 1-Phase

Frequency 50 Hz

Power factor 0.8

Battery

Type Sealed, Maintenance-Free (AGM) battery

Capacity 100% UPS load for 2 hours

Monitoring and communication

LED Indicators Load on Inverter, Battery operation, Load on Bypass, Overload, LCD Fault, UPS Fault

Electrical contacts Closing contacts for each of the following conditions: 1. Unit on Battery 2. Low Battery 3. Summary Alarm 4. UPS On 5. Input Fail

Local Display LCD/ LED

SCADA communications RS-232 & RS-485 Interface Port

Overall efficiency >90%

Electrical Protection Input/ output under voltage, over temperature, overload, Short circuit, battery low trip

Page 203: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 64

UPS shall be warranted for minimum of 5 (five) years and batteries shall be warranted for a

minimum of 2 (two) years against all material/ manufacturing defects and workmanship

12.10 Approval

12.10.1 Documents/Drawings

(i) Technical Datasheet

(ii) UPS and Battery sizing calculation

(iii) Single line diagram

(iv) General Arrangement (GA) drawing

(v) Quality Assurance Plan

12.10.2 Test Certificates/Reports

Type test certificates as per the standards mentioned above shall be submitted for approval.

12.11 Tests

12.11.1 Routine tests and acceptance tests on final product shall be done as per QAP approved by the Employer.

12.11.2 On completion of installation and commissioning of the equipment on site tests shall be carried out with the max. available load, which does not exceed the rated continuous load. An on-site test procedure shall be submitted by contractor include a check of controls and indicators after installation of the equipment.

13. BATTERY AND BATTERY CHARGER

13.1 Standards and Codes

Standard/Code Description

IEC 60896-22:2004 Stationary lead-acid batteries - Part 22: Valve regulated types - Requirements

IEC 60896-21:2004 Stationary lead-acid batteries - Part 21: Valve regulated types - Methods of test

IS 1652 Specification for stationary cells and batteries, lead acid type (with plante positive plates)

IS 8320 General requirements and methods of tests for lead acid storage batteries.

IS 15549 Stationary Regulated Lead Acid Batteries

13.2 General Plante positive

110 V DC system (Battery, Battery Charger & DCDB) in accordance with this specification and standards stated herein, shall comprise of the following.

(i) Sealed Maintenance Free (VRLA) Battery complete with racks & accessories. (ii) One No. Float charger. (iii) One double float cum boost charger (FCBC) (iv) DC Distribution Board (DCDB)

Page 204: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 65

13.3 Battery

Battery bank shall be installed in battery room of Solar control room. All electrical equipment in battery room shall be designed as per class II c and OISD standards.

13.3.1 Battery shall be used to supply the following loads with back up of two hours in case of complete power failure:

(i) Trip and closing coil of HT circuit breaker (ii) Spring charging motors for HT circuit breaker (iii) Annunciator and Indication circuit of HT panel (iv) Auxiliary supply to protection relays

As DC will be used for control supply for HT and LT breakers, battery should be designed to cater that load also

13.3.2 The battery sizing shall account for suitable temperature correction factors, ageing factors of 1.25, design margin of 1.25 & depth of discharge of 80%.

13.3.3 The design of the battery bank and sizing calculation along with the data sheet for the battery and battery charger shall be submitted for approval.

13.3.4 Battery voltage – 110V dc

13.4 Battery charger

13.4.1 The Float cum Boost charger shall be designed to supply boost charging current requirement of the associated battery as well as to supply normal DC load. After full discharge of battery bank, the Float Cum boost charger shall be capable of charging the battery to its full capacity in 8 hours duration while supplying normal DC load.

13.4.2 The float charger shall have both auto and manual voltage regulation arrangements with provision of selector switch.

13.4.3 Suitable filter circuits shall be provided in all the chargers to limit the ripple content (peak to peak) in the output voltage and current to 2 % and 5 % respectively.

13.4.4 Digital Outputs shall be configured for connection to the SCADA to monitor the outputs like charger output current, output voltage, float/boost mode, etc.

13.4.5 The charging equipment shall be housed in a free standing, floor mounted compartmentalized panels. Panel shall have provision for bottom cable entry with removable undrilled cable gland plate of 3.0 mm thickness.

13.4.6 The panel shall be of CRCA sheet steel construction having thickness of at least 2.0 mm.

13.4.7 Degree of protection provided by the enclosure to the internals of charger shall be IP-42.

13.4.8 The instruments, switches and indicating lamps shall be flush mounted on the front panel.

13.5 DC distribution board (DCDB)

13.5.1 DCDB shall be a separate panel, but shall form an integral part of a battery charger panel board.

Page 205: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 66

13.5.2 Doors and covers shall be provided with neoprene gaskets to prevent entry of vermin and dust.

Also, door shall be provided with lock and key arrangement to prevent unauthorized access to the board.

13.5.3 DCDB shall have adequate number of outgoing feeders with double pole, DC MCBs. At least 20% feeders shall be provided as spare.

13.6 Warranty

Batteries and battery charger shall be warranted for minimum of 2 (two) years against all

material/ manufacturing defects and workmanship.

13.7 Approval

13.7.1 Documents/Drawings

i) Technical Datasheet

ii) Battery sizing calculation

13.7.2 Test Certificates/Reports

Type test certificates as per the standards mentioned above shall be submitted for approval.

13.8 Tests

Routine tests and acceptance tests shall be as per the Quality Assurance Plan (QAP) approved

by the Employer.

14. METERING SYSTEM

14.1 Standards and Codes

Standard/Code Description

IEC 62052-11:2003 Electricity metering equipment (AC) - General requirements, tests

and test conditions - Part 11: Metering equipment

IEC 62053-22:2003 Electricity metering equipment (AC) - Particular Requirements - Part

22: Static meters for active energy (classes 0,2 S and 0,5 S)

IS 14967 AC Static Transformer Operated Watt-hour and Var-hour Meters,

Class 0.2 S and 0.5 S

14.2 The metering facility of the system shall comply following minimum specifications.

(i) Solar system metering should work accurately for the complete range of energy,

voltage, current, frequency and power factor envisaged for this installation (Cumulative

kWh will be indicated continuously by default & other parameters

through push-button).

(ii) Energy meter shall be microprocessor based and shall be designed, built, tested and

installed according to the latest revisions of the relevant standards.

(iii) Energy meter(s) shall carry out measurement of active energy (both import and

export), and reactive energy (import) by 3 phase. In case, If provision of reactive

Page 206: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 67

power import measurement is not available at this meter then contractor shall install

separate energy meter for reactive power measurement.

(iv) The meter shall be installed in covered place as per approved design by Owner and

as per direction of EIC.

(v) Accuracy Class Index: 0.5S

(vi) Software and Communication Compatibility: Shall be compatible to communicate and

transfer all types of instantaneous and cumulative energy metering data with the

SCADA system, all types of necessary software and hardware to connect the meter

with SCADA system shall be in contractor’s scope.

(vii) All charges for testing and passing of the meter with relevant government agency, if

any shall be borne by the bidder, Owner will assist bidder for necessary document(s)

as and when required.

(viii) Metering system shall be finalized during detailed design with the approval of

Owner.

(ix) In case of meter failure, SCADA reading of energy export shall be considered for

generation calculation, temporarily till the meter is replaced /repaired. Standard losses

ahead of the point where standard AC losses & transformer losses would be considered.

15. EARTHING

15.1 Both of the Solar plants have ROU area of Gas pipe lines and their CP system. Bare GI earthing strip used for earthing of Modules and structures will have effect on CP system. To maintain CP system for pipelines and minimizing the fault current, earthing of Solar PV panels, SMB and cable tray etc. shall be done approx. 25 meter away from pipeline to be done by insulated copper cables.

15.2 Standards and Codes

Earthing system shall comply with latest revisions and amendments of the relevant OISD/ IEC standards and IS codes. In particular, earthing system shall comply with the following standards and codes.

Standard/Code Description

IS 2309 Protection of Buildings and Allied Structures Against

Lightning--Code of Practice (Second Revision)

IEC 62305 Protection against lightning

IS 4736 Hot-dip Zinc Coatings on Mild Steel Tubes.

IS 3043 Code of Practice for Earthing

IEEE 80 IEEE Guide for Safety in AC Substation Grounding

IEEE 142 IEEE Recommended Practice for Grounding of Industrial and

Commercial Power Systems

Indian Electricity Rules

Oil Industry Safety Directorate (OISD) Standards for classified Hazardous areas

15.3 General Requirements

Page 207: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 68

(i) Earthing system shall be designed based on system fault current and soil resistivity

value obtained from geo-technical investigation report. Earth grid shall be formed

consisting of number of earth electrodes sufficient enough to dissipate the system fault

current interconnected by earthing conductors.

(ii) The earth electrode shall be made of high tensile low carbon steel rod, molecularly

bonded by high conductivity copper on outer surface with coating thickness not less

than 250 micron as per relevant standards. Suitable earth enhancing material shall be

filled around the electrode to lower the resistance to earth. Inspection chamber and lid

shall be provided as per IS 3043.

(iii) Earth conductors shall be made of copper bonded steel or galvanized steel of sufficient

cross section to carry the fault current and withstand corrosion.

(iv) Earth conductors buried in ground shall be laid minimum 600 mm below ground level

unless otherwise indicated in the drawing. Back filling material to be placed over buried

conductors shall be free from stones and harmful mixtures. Earthing conductor shall be

buried at least 2000 mm outside the fence of electrical installations.

(v) Earth pit shall be constructed as per IS:3043. Electrodes shall be embedded

below permanent moisture level. Earth pits shall be treated with salt and

charcoal. Earth electrode shall be of minimum 3000 mm long, hot dip galvanized

and metal coated for rust proof, OD of minimum 65 mm shall be supplied by

vendor. On completion of installation, continuity of earth conductors and

efficiency of all bonds and joints shall be checked. Earth resistance at earth

terminations shall be measured and recorded. All equipment required for testing

shall be furnished by contractor. Individual earth pit resistance shall be 5 Ohm or

less and Total grid resistance shall be 1 ohm or less.

(vi) Earth electrodes shall not be situated within 1.5m from any building whose installation

system is being earthed. Minimum distance between earth electrodes shall be the driven

depth of the electrode.

(vii) Every alternate post of the transformer yard and switchyard fence shall be connected to

the earth grid by one GS flat and gates by flexible lead to the earthed post.

(viii) All connections shall be made by bolt method.

15.4 Earthing of PV array field

(i) All PV Modules, Module Mounting Structures (MMS) and String Monitoring Unit (SMU) structures in the PV array field shall be bonded to the earthing system by two distinct connections.

(ii) Each PV Module frame shall be earthed using copper wire of sufficient cross section. The copper wire shall be connected to the earth hole provided in the module frame using suitable arrangement in line with the manufacturer recommendation. The earthing arrangement shall use stainless washers to prevent galvanic corrosion between

Page 208: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 69

aluminium frame and copper wire. In order to achieve effective earthing, serrated washers shall be employed to penetrate the anodisation layer of the module frame.

(iii) Continuous copper earthing wire/cable shall be run to connect a group of modules and both ends of the loop shall be bolted to the DC earth grid using bimetallic lugs and stainless-steel fasteners. The copper earthing wire shall be routed in such a way to avoid physical contact with the module aluminium frame.

(iv) The connection between MMS and DC earth grid shall be bolted only. Portion of the MMS which undergoes welding at site shall be coated with two coats of cold galvanising and anti-corrosion paint afterwards.

(v) Earth electrodes of the DC earth grid shall be uniformly distributed throughout the PV array field so that optimum earth resistance is offered to leakage current flowing from any module frame or MMS.

(vi) SMU equipment earthing point shall be connected to the DC earth grid using flexible copper cable of sufficient cross section as recommended by the manufacturer. The connection with the DC earth grid shall be done using suitable bimetallic lugs and stainless-steel fasteners.

15.5 Each continuous laid lengths of cable tray shall be earthed at minimum two places to earthing system. The distance between earthing points shall not exceed 30 meter.

15.6 If the inverters, transformers or any equipment to be installed require separate earthing as per OEM recommendations, the same needs to be provided.

15.7 Connections between earth leads and equipment shall normally be of bolted type. Contact surfaces shall be thoroughly cleaned before connections. Equipment bolted connections after being tested and checked shall be painted with anti-corrosive paint/compound. In case, the bolt type configuration is not able to ensure sufficient contact, the same shall be ensured through additional welding between the two. Portion of galvanized structure which undergoes welding at site shall be coated with two coats of cold galvanizing and anti-corrosion paint afterwards.

15.8 Connections between equipment earthing leads and between main earthing conductors shall be of welded type. For rust protection, welds should be treated with red lead compound and afterwards thickly coated with bitumen compound. All welded connections shall be made by electric arc welding. In case of Copper bonded rods, necessary bonding mechanism as prescribed by OEM to be ensured.

15.9 The welded joint needs to be painted with Cold GI paint (eg. Zinckote, etc.) according to the manufacturer’s specification for paint thickness (16 mm rod – minimum 75 microns, and 10 mm rods – minimum 65 microns) applied either through spray mode or direct liquid application. In case the weld joints are coming in the portion buried under earth, an additional layer of Enamel paint needs to be applied on the weld joint.

15.10 PCU Earthing

DC negative bus bar of the PCU shall be earthed to avoid Potential Induced Degradation (PID). DC negative bus bar and PCU equipment earth shall be bonded to the PCU earth bus and connected to earth electrodes through flexible copper cable of sufficient cross section as mentioned by the manufacturer. The interconnection of PCU earth electrodes with DC earth grid shall be as per PCU manufacturer recommendation.

15.11 Transformer Earthing

Page 209: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 70

(i) Inverter transformer neutral shall be floating, not to be earthed. Transformer tank, cable box, marshalling box and all other body earth points shall be earthed.

(ii) Inverter transformer shield shall be earthed separately using minimum two no. of earth electrodes. Earthing conductor between shield bushing and earth electrodes shall be copper flat of suitable size not less than 25 x 6 mm.

(iii) Neutral and body of the auxiliary transformer shall be earthed.

15.12 Inverter Room and Main Control Room Earthing

(i) Metallic enclosure of all electrical equipment inside the inverter room and main control

room shall be connected to the earth grid by two separate and distinct connections.

(ii) Cable racks and trays shall be connected to the earth grid at minimum two places using

galvanized steel flat.

(iii) SCADA and other related electronic devices shall be earthed separately using minimum two no. of earth electrodes.

15.13 Switchyard Earthing

The metallic frame work of all switchyard equipment and support structures shall be connected to the earth grid by means of two separate and distinct connections.

15.14 Approval

Documents/ drawings

(i) Technical datasheet (ii) Earthing Design calculation

15.15 Tests

On completion of installation, continuity of earth conductors and efficiency of all bonds and joints shall be checked. Earth resistance at earth terminations shall be measured and recorded. The earth plate shall be provided to facilitate its identification and for carrying out periodical inspection.

16. LIGHTNING PROTECTION SYSTEM

16.1 Lightning Protection System for entire plant against direct and indirect lighting strokes shall be

provided with Early Streamer Emission (ESE) Air Terminal as per IS/IEC 62305:2010/NFC 17-102:2011.

16.2 Protection Level for the entire plant shall be level – I.

16.3 The lightning conductor shall be earthed through flats and connected to the grounding mats as per applicable Indian Standards with earth pits. Three interconnected earth pits shall be provided for each lightning arrestor.

16.4 Each ESE air terminal shall be provided with following accessories.

(i) Highly insulated poly-plastic adaptor to fix the ESE air terminal with the FRP mast (ii) Fiberglass Reinforced Plastic (FRP) mast

Page 210: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 71

(iii) Coupler to connect FRP mast with GI mast (iv) Galvanized Iron mast with base plate and guy wire kit (v) Down-conductor: PVC insulated flexible copper cable of suitable size complying with EN

50164-2 or equivalent standard. It shall be routed along the mast with suitable fixings and connecters.

(vi) Test joint with each down conductor (vii) Lightning event counter complying with EN 50164-6 or equivalent standard. It shall be

fixed at suitable height in series with the down conductor. (viii) Earth termination system in accordance with NFC 17-102. Earth electrodes shall comply

with the EN 50164-2 or equivalent standard. Earth enhancing compounds complying with EN 50164-7 or equivalent standard, may be used where soil resistivity is higher and making it impossible to achieve system resistance within specified limit.

16.5 Accessories listed above are indicative only and any other fittings or accessories, which are usual or necessary for satisfactory operation of the lightning protection, shall be provided by the Contractor without extra charges.

16.6 Necessary foundation/anchoring for holding the lightning mast in position to be made after giving due consideration to shadow on PV array, maximum wind speed and maintenance requirement at site in future.

16.7 The product shall be warranted for minimum of 2 (two) years against all material/ manufacturing defects and workmanship.

16.8 Vendor shall submit general arrangement and detailed drawings with bill of materials / quantities of the overall lightning arrestor arrangement including foundation pedestal details to GAIL for approval.

16.9 TESTS

The manufacturer shall conduct the following tests on all lightning arrester at their works, in the presence of purchaser’s representative, if so desired by the purchaser, as per the latest edition of IS & IEC specifications. The lightning arrester shall comply with the tests prescribed in IS & IEC specifications.

(i) Routine tests: All routine tests shall be conducted on the arrestors by the supplier and test certificates furnished.

(ii) The Acceptance tests on complete lightning arrester shall include following tests

and other tests according to manufacturer specifications and IS/ IEC standards:

a) Measurement of power frequency reference voltage. b) Measurement of lightning impulse residual voltage. c) Measurement of partial discharge. d) Visual and dimensional checks. e) Test on discharge counter. f) Switching surge, residual voltage tests.

(iii) Type test reports as per NFC 17-102:2011 shall be submitted during detailed

engineering for approval.

17. COMMUNICATION CABLES

17.1 Optical Fiber Cables

Page 211: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 72

(i) Optic Fiber cable shall be 4/8/12 core, galvanized corrugated steel taped armoured,

fully water blocked with dielectric central member for outdoor/ indoor application so as

to prevent any physical damage.

(ii) The cable shall have multiple single-mode or multimode fibers on as required basis so as

to avoid the usage of any repeaters.

(iii) The outer sheath shall have Flame Retardant, UV resistant properties and are to be

identified with the manufacturer’s name, year of manufacturing, progressive automatic

sequential on-line marking of length in meters at every meter on outer sheath.

(iv) The cable core shall have suitable characteristics and strengthening for prevention of

damage during pulling.

(v) The operating temperature shall be -20 deg. C to 70 deg. C.

(vi) Suitable protection i.e. Hume pipe/ Casing of suitable grade is to be used for

communication cable.

(vii) All Hume pipe / Casing / conduit shall be properly sealed at both ends with

suitable foam insulation.

(viii) All testing of the optic fiber cable being supplied shall be as per the relevant IEC, EIA and

other international standards.

(ix) The Contractor shall ensure that minimum 100% cores are kept as spare in all types of

optical fiber cables.

(x) Cables shall be suitable for laying in conduits, ducts, trenches, racks and underground

buried installation.

Spliced/ Repaired cables are not acceptable. Penetration of water resistance and impact resistance shall be as per IEC standard.

17.2 Communication Cable (Modbus)

(i) Data (Modbus) Cable to be used shall be shielded type with stranded copper conductor. Cable shall have minimum 2 pair each with conductor size of 0.5 Sq.mm. Cable shall be flame retardant according to IEC 60332-1-2.

(ii) Cable shall be tested for Peak working voltage of not less than 300 V and shall be suitable for serial interfaces (RS 422 and RS 485).

(iii) Communication cable shall be laid through underground with suitable HDPE ducts.

(iv) The cable shall be provided with lightning and surge protection devices as per EN 61643-21. Surge protection device to be provided shall be approved from UL/CSA or any national/ international approved lab.

18. SCADA

18.1 General Requirements

18.1.1 The Contractor shall provide complete SCADA system with all accessories, auxiliaries and associated equipment and cables for the safe, efficient and reliable operation of entire solar plant and its auxiliary systems.

Page 212: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 73

18.1.2 The Contractor shall provide all the components including Computer, but not limited to, Hardware, Software, Panels, Power Supply, HMI, Laser Printer, Gateway, Networking equipment and associated Cables, firewall etc. needed for the completeness.

18.1.3 SCADA System shall have the provision to perform the following functions.

(i) Real-time acquisition and display of data, status, alarms and trends. (ii) Display of status of major equipment in Single Line Diagram(SLD) format with string level

monitoring capability (iii) Display and storage of measured values (iv) Display and storage of derived/ calculated/ integrated values (v) Generate, store and retrieve user configurable Sequence of Event (SOE) Reports (vi) Remote monitoring of essential parameters on the web using standard modem (Internet

connection for transferring data to web shall be taken by Contractor in the name of Employer for O&M period).And shall submit the connection after O&M

(vii) Auto push of generated reports through email

18.1.4 It shall be possible to remove/ replace redundant controller or various modules (like any I/O module, interface module, etc.) from its slot for maintenance purpose without switching off power supply to the corresponding rack without releasing any spurious signal to controller and causing disturbance or loss of controller functions for other controller.

18.1.5 The Control system shall be designed to operate in non-air-conditioned area. However, the Contractor shall provide a Package/ Split AC of suitable capacity decided by heat load requirement in SCADA room at Main Control Room.

18.2 Programmable Logic based control system at Main Control Room

The Contractor shall provide all software and license required by the system for meeting the

intent and functional/parametric requirements of the specification.

a) Bidder shall provide PLC based SCADA at Main Control Room. For other locations such as Inverter room, Sub Pooling Switchgear Room (if applicable) bidder may offer IO modules/ RTU/PLC for completeness of SCADA.

b) PLC Processor

The processor unit shall be capable of executing the following functions. (i) Receiving binary and analog signals from the field to server. (ii) Implementing all logic functions for protection and annunciation of the equipment

and systems. (iii) Providing supervisory information for alarm, various types of displays, status

information, trending, historical storage of data etc.

c) The SCADA shall be OPC version 2.05a compliant and implement an OPC- DA 2.05a server as per the specification of OPC Foundation. All data should be accessible through this OPC server. SCADA shall have OPC connectivity for other systems.

18.3 Human Machine Interface System (HMIS) 2 Stations, one operator station and one engineering station may be considered

18.3.1 SCADA System shall have the provision to perform the following functions:

Page 213: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 74

a) Real-time acquisition and display of data, status, alarms and trends. b) Display of status of major equipment in Single Line Diagram (SLD)

format c) Control of switchgears and Inverters. d) Display and storage of measured values. e) Display and storage of derived/calculated/integrated values f) Display and Storage of Alarm, Event and Trends. g) SCADA system should be able to store data, Alarm, Event and Trends for

at least 1 Year h) Generate, store and retrieve user configurable Sequence of Event (SOE)

Reports i) Generate, store and retrieve user configurable periodic Reports j) Separate indication for protection relay status for Over Current, Earth

Fault, k) Over Voltage, Under Voltage tripping to be provided in SCADA. l) System self-supervision m) Synchronisation of SCADA clock with inverter clock. n) Data sampling time to capture various parameters moment before fault

/tripping/breakdown for analysis. o) SCADA should have auto backup facility for data backup at every six

months on CD-ROM/tapes/Hard Drives. p) All alarms to be included in event logs. q) Datasheet for all the devices to be integrated in SCADA. r) SCADA system should have provision to generate data report with any

selected time duration, data, Alarms/tripping’s.

18.3.2 Graphical Interface Unit (GIU) / Operator work station (OWS) shall perform monitoring and operation of all devices interacting with PLC based system.

18.3.3 The system shall have built-in safety features that will allow/ disallow certain functions and entry fields within a function to be under password control to protect against inadvertent and unauthorized use of these functions. The system security shall contain various user levels with specific rights as finalized by the Employer during detailed engineering. However, no. of user levels, no. of users in a level and rights for each level shall be changeable by the programmer (Administrator).

18.3.4 Bidder has to provide suitable hardware and software based firewall for network security to restrict unauthorized access to HMI/Solar SCADA PCs and system.

18.4 Programming Functionalities Programming of the PLC Processor / controller as well as programming of HMIS shall be user friendly with graphical user interface. All programming functionalities shall be password protected to avoid unauthorized modification.

18.5 Software Requirements

a) All necessary software required for implementation of control logic, operator station displays / logs, storage & retrieval and other functional requirement shall be provided.

b) Industry standard operating system like WINDOWS (latest version) etc. to ensure openness and connectivity with other system in industry shall be provided. SCADA

Page 214: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 75

system shall support following standard protocols (included but not limited to) to communicate with different sub system/Devices:

(i) Modbus (TCP/IP, RTU, ASCII) (ii) Sub Station Protocol like IEC-61850 (iii) IEC 60870 – 5 – 101/ 104 (iv) Any other protocol on which the offered equipment (by Contractor) will

communicate with SCADA.

c) The Contractor shall provide software locks and passwords to Employer for all operating & application software. Also, the Contractor shall provide sufficient documentation and program listing so that it is possible for the Employer to carry out modification at a later date.

18.6 System Spare Capacity

Over and above the equipment and accessories required to meet the fully implemented system as per specification requirements, Control System shall have spare capacity of 20% along with the necessary hardware/equipment/accessories to meet the future expansion requirement.

18.7 Data Communication System (DCS)

The contractor will provide at least one GPS, which shall be synchronized with the SCADA system and all devices which are communicating with Solar SCADA shall be synchronized with GPS. Necessary software and Hardware (including laying of communication cable) required for time synchronization shall be in scope of contractor.

The DCS shall have the following minimum features.

(i) Redundant communication controllers shall be provided to handle the communication between I/O Modules (including remote I/O) and PLCs and between PLCs and operator work station.

Contractor shall provide the I/Os to be connected to each type of module at control room

for followings (included but not limited to):

a) Analog Input Module b) Ambient Temperature c) Module Temperature d) Meteorological Parameters ( GHI, wind speed etc) e) Binary Input Module f) All the breakers and relays

(ii) The design shall be such as to minimize interruption of signals. It shall ensure that a single failure anywhere in the media shall cause no more than a single message to be disrupted and that message shall automatically be retransmitted. Any failure or physical removal of any station/module connected to the system bus shall not result in loss of any communication function to and from any other station/module.

(iii) Built-in diagnostics shall be provided for easy fault detection. Communication error detection and correction facility (ECC) shall be provided at all levels of communication. Failure of one bus and changeover to the standby system bus shall be automatic and completely bump less and the same shall be suitably alarmed/logged.

Page 215: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 76

(iv) Data transmitting speed shall be sufficient to meet the responses of the system in terms

of displays, control etc. plus 20% spare capacity shall be available for future expansion.

(v) Contractor shall employ redundant Fiber optic backbone for data communication between Inverter rooms and main control room.

(vi) The Contractor shall furnish details regarding the communication system like communication protocol, bus utilization calculations etc.

18.8 Operator Interface Displays/Logs/Reports

Suitable Operator Interface Displays/Logs/Reports for control operation & monitoring shall

be provided. The details shall be furnished and finalized during detailed engineering stage.

18.9 Historical Storage and Retrieval System (HSRS)

(i) The HSRS shall collect, store and process system data from man-machine interface system and plant information system (MMIPIS) data base. The data shall be saved online on hard disk and automatically transferred to erasable long-term storage media once in every 24 hours periodically for long term storage. Provision shall be made to notify the operator when hard disk is certain percentage full. The disk capacity shall be sufficient to store at least 30 days data.

(ii) The data to be stored in the above system shall include alarm and event list, periodic plant data, selected logs/reports. The data/information to be stored and frequency of storage and retrieval shall be finalized during detail engineering stage.

18.10 Control and Power Supply Scheme

Contractor shall provide the UPS/DC Power supply of suitable rating to cater all the load

requirements of SCADA system and its auxiliaries. The power backup for the entire system

should be at least for 02 hours.

18.11 Control Cabinets / Panels / Desks at Main Control Room

(i) The cabinets shall be IP-22 protection class. The Contractor shall ensure that the temperature rise is well within the safe limits for system components even under the worst condition and specification requirements for remote I/O cabinets.

(ii) The cabinets shall be totally enclosed, free standing type and shall be constructed with minimum 2 mm thick steel plate frame and 1.6 mm thick CRCA steel sheet or as per supplier's standard practice for similar applications.

18.12 Software Licenses

The Contractor shall provide software license for all software being used in Contractor’s System. The software licenses shall be provided for the project and shall not be hardware/ machine-specific.

18.13 Hardware at Main Control Room

Page 216: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 77

(i) The Hardware as specified shall be based on latest state of the art Workstations and Servers and technology suitable for industrial application & power plant environment.

(ii) All the peripherals shall conform to the following minimum requirement but the exact make and model shall be as approved by Employer during detailed engineering. The LAN to be provided shall support TCP/IP protocol (Ethernet connectivity) with OPC RDI for interface with PLCs/other systems and shall have data communication speed of min. 100 Mbps. All network components of LAN and Workstations shall be compatible to the LAN, without degrading its performance.

18.14 Factory Acceptance Test (FAT) FAT procedure shall be submitted by bidder for approval. SCADA shall communicate with all third devices which are part of solar plant and same shall be demonstrated during the FAT.

19. ILLUMINATION

The Area Light system and plant peripheral lighting shall be designed generally in line with

design guidelines for Plant. Height of the poles should be chosen so as not to affect working of

Solar panels.

19.1 Standards and Codes

Processor 64 Bit

Hard disk 1 TB - RAID 1

Memory 8 GB RAM upgradable to 16 GB

Monitor

Min 22” LED Flat Monitor with non-interfaced refresh rate min. 75 Hz. Communication port-2 Serial bus, one parallel Dual 10/100/1000 Mbps. Ethernet Graphic Memory=16 MB Expansion slot=3

Screen display unit Min 50” LED Flat Monitor with wall mounted arrangement for the display of SCADA screen

Removable bulk storage drive (DVD / DAT)

6 GB (minimum)

Removable Bulk Storage Media for above (with each server/ work-station)

10 nos.

DVD R/W 16x or higher

Intelligent UPS (on line) with Remote monitoring for each workstation/ server

1 no. with 30 mints. Battery backup on machine load

Keyboard ASCII

Pointing Device Mouse

Colour Laser Printer Heavy duty type with resolution of 600 dpi Resolution

Page 217: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 78

LED luminaires shall be tested at independent laboratory as per the following test standards.

Standard/Code Description

LM79-08

Electrical and Photometric Measurements of Solid-State Lighting

Products

LM 80-15:

Measuring Luminous Flux and Color Maintenance of LED Packages,

Arrays and Modules

19.2 General specification

19.2.1 This specification covers design, supply and installation of uniformly Illumination system along the peripheral & internal roads, main control room & inverter rooms, switchyard and other facilities including entry points/gate(s) inside the plant area.

19.2.2 All indoor LED luminaires shall be supplied with proper diffuser to avoid direct visibility of LED with thermal management for longer life.

19.2.3 The contractor shall furnish Guaranteed Technical Particulars of the LED luminaires, from

renowned brands available in the market for approval of Employer. 19.2.4 All outdoor lighting system shall be automatically controlled by synchronous timer or photocell.

Provision to bypass the timer or photocell shall be provided in the panel. 19.2.5 Lighting system shall work on the auxiliary supply and same shall be incorporated in auxiliary

loads. Contractor shall provide minimum 20% of total lighting points as emergency lighting points, fed from UPS DB or DCDB as per scheme adopted by the Contractor. Indoor and outdoor emergency lights shall be provided at each inverter room, main control room, security room and main gate.

19.2.6 GI Lighting pole of suitable diameter capable of withstanding system and wind load as per IS 875 considering prevailing soil/ site condition ad considering all accessories mounting on pole. , shall be provided with average Zn coating thickness of 80micron. The street light poles shall have loop in loop out arrangement for cable entry and light fixture / wiring protected with suitably rated MCB. The poles shall be hot-dip galvanized as per relevant IS2629/ IS2633/ IS4759.

19.2.7 Lighting panels shall be earthed by two separate and distinct connections with earthing system.

Switch boxes, junction boxes, lighting fixtures, fans, single phase receptacles etc. shall be earthed by means of separate earth continuity conductor. Cable armour shall be connected to earthing system at both the ends. Proper earthing of street light poles shall be ensured.

19.2.8 Junction box for lighting shall be made of fire retardant material. The degree of protection shall

be IP55 for outdoor JB. 19.2.9 Cables, wherever exposed to direct sunlight, shall be laid through Double Wall Corrugated

(DWC) HDPE conduits.

19.3 Lighting Levels

Page 218: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 79

19.3.1 The average LUX level of 10 lm is to be maintained in Array area/switchyard. However, a lux level of 20 lm ((10+10) additional switchable on requirement only) is to be maintained in switchyard on transformer (if applicable).

19.3.2 The lighting system for outdoor and indoor areas of solar power plant shall be designed in such

a way that uniform illumination is achieved. Average LUX level to be maintained in different areas shall be as under:

Area LUX

Control Room and equipment rooms 500

Office 300

Battery & other rooms 150

Other areas including periphery wall 10

H – pole and metering point 10

19.3.3 The lighting level shall take into account appropriate light output ratio of luminaires, coefficient of utilization maintenance factor (of 0.7 or less) to take into account deterioration with time dust deposition.

19.4 LED Luminaire

19.4.1 LED luminaires shall meet the following parameters:

Parameter Specified Value

Input voltage 170-260 V

Input Frequency 50 HZ +/-2 HZ

Power Factor 0.95 (Minimum)

Power Efficiency >96%

LED chip efficacy >130 lumens per watt

Luminaire efficacy >90 lumens per watt

Dispersion Angle Minimum 120°

Total Harmonic Distortion < 15 %

Working Temperature -5° to +50° C

Working Humidity 10% - 90% RH (Preferably Hermetically sealed unit)

Degree of Protection Minimum IP 65 (for Outdoor fixtures)

Luminaire Casing Powder coated metal / Aluminium.

Colour Temperature 5700o K (cool day light)

Colour Rendering Index >75

Electrical Connector Lead wire with 2 meter long – or as required by the

customer at site.

Moisture protection in case of casing

damage

IP 65 (driver unit shall preferably be totally

encapsulated)

19.4.2 General

Page 219: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 80

Bidder shall provide data sheet for LED lights, along with their offer as per Guaranteed

Technical Particular Data Sheet

(i) The LED luminaire housing, heat sink, pole mounting bracket, individual LED reflectors and front heat resistant tempered glass should be provided.

(ii) The LED luminaire housing should be made of non-corrosive high pressure die cast aluminium and the housing should be power coated grey, so as to ensure good weatherability. Each individual LED source should be provided with an asymmetrical distribution high reflectance aluminized reflector, which should ensure that the light distribution of the luminaire is suitable for road lighting applications (wide beam distribution) and should ensure high pole to pole spacing.

(iii) The luminaire should be provided with in built power unit and electronic driver. The luminaire should be should be so constructed to ensure that the driver and LED modules are replaceable, if required.

(iv) The luminaire should be suitable for both standard street light poles with a typical pole diameter of 50 mm – 60 mm and should be suitable for side entry and bottom entry (post top).

19.4.3 Warranty

All luminaires shall be warranted for minimum of 5 years against all material/ manufacturing

defects and workmanship.

19.4.4 Approval

Documents/ drawings

(i) Lux level calculations (ii) Building and street lighting layout (iii) Luminaire data sheet (iv) Test certificates

20. WEATHER MONITORING SYSTEM

As a part of weather monitoring system, the Contractor shall provide the following measuring

instruments with all necessary software and hardware required to integrate with SCADA.

20.1 Pyranometer

(i) The Contractor shall provide minimum 4 (four) number of secondary standard pyranometers (ISO 9060 classification) along with necessary accessories for measuring the incidental solar radiation at horizontal and inclined plane of array.

(ii) Specification of the pyranometer shall be as follows.

Parameter Specification

Page 220: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 81

Spectral Response 0.31 to 2.8 micron

Sensitivity Minimum 8 micro-volt/W/m2

Time response (95%) Maximum 15s

Nonlinearity ±0.5%

Temperature Response ±2%

Tilt error <±0.5%

Zero offset thermal radiation ±7 W/m2

Zero offset temperature change ±2 W/m2

Operating temperature range 0°C to +80°C

Uncertainty (95% Confidence Level) Hourly Max-3% Daily Max-2%

Non-stability Maximum ±0.8%

Resolution Minimum +/- 1W/m2

Input Power for Instrument & Peripherals

230V AC (If required)

(iii) Each instrument shall be supplied with necessary cables. Calibration certificate with calibration traceability to World Radiation Reference (WRR) or World Radiation Centre (WRC) shall be furnished along with the equipment. The signal cable length shall not exceed 20m. The Contractor shall provide instrument manual in hard and soft form.

20.2 Temperature Sensor

The Contractor shall provide minimum 6 (six) temperature sensors (1 (one) for ambient

temperature measurement with shielding case and 5 (five) for module temperature

measurement). The temperature sensor shall be Resistance Temperature Detector (RTD)/

Semiconductor type with measurement range of 0oC to 80oC. The instrument shall have valid

calibration certificate.

20.3 Anemometer

Contractor shall provide minimum one no. ultrasonic wind sensor (no moving parts) for wind

speed and direction monitoring.

Details Values

Velocity range with accuracylimit

0-60m/s with +/-2% accuracy @12 m/s; Resolution:0.01m/s

Wind direction range with 0 to 360o (No dead band) with

+/-2o accuracy @12 m/s;

accuracy limit Resolution: 1o

Page 221: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 82

Mounting Bracket Anodized Aluminium bracket to reduce corrosion, all

mounting bolts of SS

Protection Class IP66

Output RS232 and RS485

20.4 Data logger and Data Acquisition System

Data logger for the weather monitoring station should have the following features:

20.4.1 Provision for analog, digital and counter type inputs for interfacing with various type of sensors: (i) Analog Input

Adequate nos. for all analog sensors with redundancy Provision for operation in different current and voltage ranges as per connected

sensors Accuracy of +/-0.1% of FS

(ii) Digital Inputs

Adequate no. of Digital inputs and outputs for the application

(iii) Provision for RS232 and RS485 serial outputs

(iv) Built-in battery backup

(v) Connectivity and Data transmission:

Built-in GSM/ GPRS modem for wireless data transmission to SCADA/ cloud

server (procurement of GPRS enabled SIM Card and connection subscription to be

the responsibility of Contractor). It should be possible to remotely communicate

with the device for configuration settings.

RS485 MODBUS interface for data collection and storage on SCADA

Web interface with provision for user login to enable viewing and downloading of

weather data in XLS/ CSV format

Communication protocol should support fast data transmission rates, enable

operation in different Frequency bands and have an encryption based data

security layer for secure data transmission

(vi) Display Settings: Graphic LCD screen which should be easily accessible and should display

relevant details like all sensor values, battery strength, network strength etc.

(vii) Provision of Time synchronization from telecom time or server time

(viii) Data Storage: Provision for at least 2 MB internal Flash Memory and at least 8 GB Micro

SD card (expandable)

(ix) Protection level: IP65

21. FIRE ALARM & FIRE FIGHTING SYSTEM `

21.1 Standards and Codes

Page 222: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 83

21.2 In addition to the above specifications, the installation of firefighting system shall follow all applicable OISD standards, IS/IEC standards. Fire extinguishers and sand buckets, as per the regulations of the Fire safety department of the state, shall be supplied and commissioned at the power plant. GAIL approval shall be obtained for locations at which they shall be kept

21.3 Contractor shall ensure the compliance of fire detection and alarm system as per relevant

standards and regulations. The installation shall meet all applicable statutory requirements and safety regulations of state/central fire department/body or any other competent authority in terms of fire protection.

21.4 Fire alarm system of each plant shall be integrated to existing fire alarm system of GAIL Vijaipur.

21.5 Firefighting system for the proposed power plant for fire protection shall be consisting of but not limited to:

(i) Sand buckets (ii) Portable fire extinguishers (CO2 and dry powder type) (iii) Microprocessor based fire alarm panel (iv) Multi sensor smoke detectors (v) Hooter cum strobe (vi) Manual call points (vii) Cables from sensor to fire Panel.

21.6 Make: Zicom/ Notifier /Ravel or any other reputed equivalent as shall be approved by GAIL.

21.7 Minimum two numbers of fire extinguishers (CO2 and Foam type each, of capacity 10 kg having

BIS certification marking as per IS: 2171) shall be provided at every building/ enclosure,

SMB/PV Array. However, contractor must comply with existing building code for fire protection

and relevant IS codes.

21.8 Sand buckets inside the building shall be provided at strategic locations as decided during

detailed engineering.

21.9 Digital output from the fire detection system shall be integrated with SCADA

21.10 Contractor shall submit fire alarm layout/scheme along with the detailed BOM to GAIL for

approval

22. TESTING INSTRUMENTS

The Contractor shall provide the following set of instruments for each 1MW &0.8MW (AC) Solar plants separately, for on-site testing.

22.1 Earth resistance tester-1 no.

Standard/Code Description

IS 2189 Selection, Installation and Maintenance of Automatic Fire Detection

and Alarm System Code of Practice

IS 2171 Portable Fire Extinguishers, Dry Powder (Cartridge Type)

IS 8149 Functional requirements for twin CO2 fire extinguishers (trolley

mounted)

IS 2546 Galvanized mild steel fire bucket

Page 223: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 84

Parameter Specification

Display Backlit LCD or LED display

Range Earth Resistance: up to 2000 Ω

Earth Voltage: 200 V

Accuracy ± (2% + 5)

Safety Ratings IP 56

Programmable Limits setting Enabled

Accessories

Earth Ground Stakes (4 Nos)

Three cable reels with cable length up to 20 m

Carry Case-1 (capable of handling tester along with accessories)

1 set of spare battery

22.2 Array tester – (2 no.)

Parameter Specification

Display Backlit LCD or LED display

Functionality All electrical tests required by IEC 62446-1:2016

Memory Up to 200 records & USB downloadable to Computer

Accessories

A set of two, 4mm fused leads for extra protection during installation tests.

Leads which enable the array tester to connect directly to PV arrays

1 set of spare battery

22.3 Insulation tester-(2 No.)

Parameter Specification

Display Backlit LCD or LED display

Insulation Test Range 0.1 MΩ to 10 GΩ

Test Voltage 250V, 500V, 1000V, 5000V

Test Voltage accuracy +20% on positive side only no negative variation is allowed

Insulation Test Current 1 mA nominal

Auto Discharge Discharge time< 0.5 Second for C = 1

Open Circuit test Voltage >4 V, <8 V

Accessories

Heavy duty Test Lead Set – 4 Nos.

Carry Case with sufficient space for accommodating accessories.

22.4 Digital Multimeter( 2 NOS )

Parameter Specification

Display Backlit LCD or LED display;

Page 224: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 85

Minimum resolution: 5 ¾ places for DC , 4 ¾ places for AC

Measuring Category 1000V CAT III as per IEC Standard 61010-1; wave shape independent RMS measurement (True RMS) suitable for operation in the site conditions.

Additional Functions Resistance (Ω), Temperature (°C ), Continuity, Diode , Capacitance, Frequency, Duty cycle measurement

Accessories

Temperature Probe

Silicon Test Lead

Alligator Clip

Carry Case with sufficient space for accommodating accessories.

22.5 Clamp meter( 2 NOS )

Parameter Specification

Display Backlit LCD or LED display

Measuring Category 1000V CAT III as per IEC Standard 61010-1; wave shape independent RMS measurement (True RMS) suitable for operation in the site conditions.

Current Range AC&DC Current up to 1000A/400 A

Voltage range AC&DC Voltage up to 1000V

Additional Functions Resistance, continuity, diode and non-contact voltage detection, Active, Reactive and Apparent Power, THD,PF

Accessories

Test leads

Electrical test leads

Probe light & extender

Carry Case with sufficient space for accommodating accessories.

22.6 Infra-red thermal imaging camera-1 No.

Parameter Value

Spectral response 8 μm to 14 μm (LW)

Temperature-sensitivity and calibration range –20 °C to +120 °C

Atmospheric air temperature -10 °C to +40 °C

Thermal sensitivity NETD ≤ 0.1 K at 30 °C

Geometric resolution 640 x 480 pixels

Photo camera resolution Approx. 30 times of IR camera resolution

Absolute error of measurement < ± 2 K

Adjustable parameters Emissivity, ambient temperature

Adjustable functions Focus, temperature level and span

Measurement functions Measuring spot, measuring area with average and maximum temperature

Page 225: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 86

Calibration

The measuring system (Camera, lens, apertureand filter): The camera has to be traceably calibrated at least every two years. The calibration has to be documented. If the camera is not compliant, it has to be readjusted by the manufacturer.

Documentation Storing of the infrared picture with the radiometric data

22.7 Digital lux meter -1 no.

Parameter Specification

Range 0 – 1000 lux

Accuracy ± (2% + 5)

Resolution 1 lux

Display 3½ digits, Backlit LCD/LED

22.8 All testing equipment shall possess valid calibration certificate issued from approved NABL labs.

22.9 Instruments of superior rating are allowed after seeking consent of the Employer. Make / model number etc shall be approved by GAIL prior to procurement.

22.10 Maintenance, calibration, up keeping, repair & replacement of these tools will be in the scope of the Contractor during 10 years of O&M.

22.11 It is Contractor’s responsibility to arrange for tools, tackles, logistics, test kits, manpower, experts etc. required for trouble free operation of Plant.

23. TOOL KITS

Vendor shall supply the following tool kits for each 1MW & 0.8 MW Solar plants separately and

any other tools required to operate solar plants shall also be provided by contractor.

Prior to procurement, vendor shall obtain approval from GAIL for the make and specification of the items. Tool kit should have insulated tool for battery, fuse puller for every type fuse.

1 Double ended spanner Set of sizes 10-11, 12-13, 14-15, 16-17, 17-18 4 Nos each

2 Crimping tool with Dye range 50-400sq-mm cable, mechanical gear power, hand operated 1 Set

3 Screwdriver Set 2 Set

4 Crimping tool up to 6 sq-mm cable 2 set

5 Drilling machine AC, hand operated, with bit size up to 20 mm 1 set

6 Measuring Tape, 5m 2 Nos

7 Measuring Tape, 50 m 1 Nos

8 Allen Key set 2 Set

9 Adjustable spanner 2-inch size 2 No

10 Hammer 2 Nos

Page 226: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 87

11 Cutting Pliers 2 Nos

12 Rough file kit 1 Set

13 Nose Pliers 2 Nos

14 Blowers for cleaning the panels 1 No.

15 Platform balance, 50Kg range, 100g accuracy 1 No

16 Vacuum cleaner, of industrial type, for control room sweeping / cleaning. 1 No

24. OFFICE FURNITURE Vendor shall supply and install the following, for each 1MW & 0.8 MW Solar plants separately and any other furniture required to operate solar plants shall also be provided by contractor.

Executive table, wooden type, complete with draws and side racks

1 set

Chairs, swivel type, with arm rest 4 Nos

PC table with chair 1 sets

Storage almirahs 1 Nos

Filing cabinets 1 Nos

Aqua Guard or approved make water purifiers 1 Nos.

Make: Godrej or reputed equivalent as shall be approved by GAIL. GAIL approval shall be obtained, for the type of office furniture, for which catalogue with model numbers, sizes / dimensions etc shall be submitted to GAIL.

25. PERSONAL PROTECTIVE EQUIPMENTS Vendor shall supply the following, for each 1MW & 0.8 MW Solar plants separately and any other PPE required for solar plants shall also be provided by contractor.

Gas Mask 4Nos

Hand Gloves 33 KV for GOS operation 2pairs

Hand Gloves 1KV for Maintenance of SMB 2pairs

Discharge rod 2Nos

Safety Helmet 4Nos

Rain Coat 4 Nos

First Aid Box with essential medicines and bandage cotton, antibiotic cream, Dettol, etc. 2 set ARC Flash protection suit for 33 KV 1 no.

Dust Mask for panel cleaning. 2 no.

26. POWER EVACUATION SYSTEM

26.1 The contractor has to do the power evacuation and integration with the designated substation via underground cables at specified grid voltage with all necessary infrastructure such as protection switchgears and metering systems as per the requirement of the Employer.

Page 227: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 88

26.2 The power evacuation system for the plant shall be as per the GAIL’s requirement and appropriate approval. The contractor shall get the route approval from the Employer/PMC or concerned authorities prior to start of the construction. Any changes in the route or scheme introduced by GAIL at any point of the time prior to commissioning shall be complied without any additional cost to the Employer.

26.3 The power evacuation is planned with underground cable for plant internal evacuation and the cable shall be approved by the Employer/PMC. The ROW for the UG cable shall be obtained prior to the construction of the line from the concerned authorities. Total length for the power evacuation system is 1 km (approx.) of UG cable for both plants. UG cable shall also cross existing gas pipe lines of GAIL Plant, so additional measures should be taken by contractor in guidance of plant authorities.

26.4 The contractor shall design the detail Power Evacuation Scheme for the 1 MW (AC) & 0.8 MW (AC) Ground mount grid connected Solar Power Plants which will be approved by EIC before commencement of the project. However, following evacuation scheme may be referred:

26.4.1 Plant-A (0.8MW (AC)) Solar Power Plant : situated at Colony

Power evacuation for this plant has been proposed at LT level. Output from central inverter(s)

is stepped up to 415V through Low Voltage transformer. Transformer is located next to Central

Inverter inside the control room building. Power is then fed to the existing LT Panel by making

necessary modifications like bus bar extension etc. in this panel located at SS#4. The

approximate distance from proposed solar plant to existing SS-4 is around 300 mtr. LT cable of

size 3.5Cx300sq.mm,Al, XLPE shall be laid in underground to evacuate the power.

26.4.2 Plant-B (1MW (AC)) Solar Power Plant: situated near CISF Security Gate.

Output from central inverter(s) is stepped up to HV (33 KV) through inverter transformer.

Inverter transformer is located next to Central Inverter inside the control room building. HV

power is then fed to the 33 kV Isolating Breaker Panel. Power from the 33 KV panel shall feed

overhead 33KV feeder through Under Ground HT Cable, which will be tapped at nearby Double

pole structure, by converting it into four pole structure using RS Joist/H-Beams.

Design, supply and installation of 33 kV transmission poles, Cable Trenches/Trays, Structure &

accessories required for this work shall be designed following latest guidelines of MPPKVVCL/

REC (Rural Electrification Corporation) and got approved before execution. Approved copies of

these designs & drawings shall be submitted to the employer for reference and record.

Refer Single Line Diagrams (SLD) of the proposed plants provided in annexures of this section.

26.5 Important Notes: 26.5.1 Additional Protection System shall be provided to Ensure No Power Tripping

at GAIL Substation due To Solar System. The protection system shall include but not limited to the following:

a) Suitable modification, testing and stability checking to be considered at feeder in accordance with incoming feeder.

b) Suitable alarm / monitoring facility to be provided at proposed Sub-stations end regarding status of solar system.

c) Transformer incipient protection feature to be considered and taken care at new HT panel installed.

Page 228: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 89

d) The contractor shall submit the detailed design of this additional protection system for the approval of EIC.

26.5.2 Short circuit calculation, relay coordination settings, detailed protection philosophy, Complete load flow study, fault level calculation, transient study and under frequency study to Gail existing substation-1, to be carried out by contractor for power to be fed to proposed Substation and should be reviewed and vetted by the organizations such as EIL, NTPC, TCS (Tata), ABB, Siemens etc.

26.5.3 The bidder shall carry out the fault level calculation using state-of-art software such as ETAP etc. The calculations shall be vetted by the organizations such as EIL, NTPC, TCS (Tata), and ABB etc.

26.5.4 Any modifications required in Solar control room / Electrical equipments / Switchgears of Solar PV Plant A, as recommended by organizations as a result of Short circuit calculation, relay coordination settings, detailed protection philosophy, Complete load flow study, fault level calculation, transient study and under frequency study, shall be in contractor’s scope.

26.5.5 Any testing and stability checking in existing GAIL feeders/ switchgear panels/ existing protection scheme if required as recommended by vendor/ third party, shall be in the scope of contactor and prices for the said job (if any) shall be considered included in total contract value. No additional payment shall be done by GAIL in this regard.

26.5.6 Although the Solar panel and solar panel structure shall be designed to with stand the wind load of 180 Km/hour, if any solar panel or panel structure damages, shifts from its original location, dismounts from its support or plucks out during heavy wind load or wind storm of equal to or less than 180 Km/hour during EPC contract and O&M period, the contractor shall rectify, replace or install new panels and panel structures in place of such panels at free of cost.

27. PERFORMANCE MEASUREMENT PROCEDURE

27.1 Performance Ratio (PR) & Capacity Utilization Factor (CUF) PR test & CUF for Operational Acceptance of the plant shall be performed as

per the procedure attached in Annexure-PG Test Procedure.

_____________________________________________________________________________________________________

Page 229: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 90

III. Detailed Specifications: Civil & Mechanical Important Note: Proposed sites contain underground gas pipe lines so contractor in consultation with Plant

authorities, do prior survey for exact location of pipe lines. Control Room Building must be

40mtr away from the pipe lines. Any foundation for Module Mounting Structure should be 5mtr

away from the pipe lines.

1. General Requirement

This section of Technical Specifications describes detailed technical and functional

requirements of all civil and structural works included in the scope.

1.1 Standards &Codes All design and construction of civil works shall conform to relevant and up to date Indian standards such as BIS, OISD, IRC, MORTH, NBC, CPWD etc.

(i) Design of steel structures shall conform to IS: 800, 801 or 802 as applicable. Design of concrete structures shall conform to IS: 456. For design of liquid retaining structure IS: 3370 shall be followed. Only in case of non-availability of Indian standard, equivalent American or British standard may be used for design with prior approval of the Employer and the contractor shall submit proper justification for the same along with his request to the Employer review and approval, and the decision of the Employer shall be final and binding.

(ii) All the design/ drawings shall be prepared/ approved either by in-house Engineering Team of the contractor (or by his Engineering Consultant) with qualified engineering staff with relevant experience in successful design of solar SPV plants.

(iii) The design calculations for MMS, RCC structure, Steel structure, Foundation system, Road work, Drainage work, etc. shall be submitted for prior approval of Employer before commencement of construction.

(iv) As per project requirements, the Employer may ask for approval of all civil designs and drawings by a Chartered Civil/ Structural Engineer.

The design calculations shall be supplemented with a neat sketch showing the structure

geometry, node and member nos., lengths of various typical members, support points and type

of supports, types of materials & type of sections with properties considered in analysis &

design. There port shall also include back-up calculations for various loads adopted in design,

brief write-upon primary load cases and design load combinations considered and conclusions

on design results (with supporting sketches) for easy reference and clarity. Where a computer

program (other than STAAD) is used for analysis and design, the contractor shall include a

write-upon the computer program used along with examples for validation check. Design Input

(format suitable to the Programme used and also in STAAD format) and output file shall also be

given in the design report and in soft copy to facilitate its review and approval by the Employer.

Page 230: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 91

1.2 The methodology for construction of MMS and its foundations, Road & drainage works and Procedure for pile load test shall also be submitted for prior approval of Employer before start of these works.

2. Topographical Survey

2.1 The contractor shall be responsible for detailed Topographical Survey of the proposed project site. The work shall be carried out through an agency with relevant experience and qualified survey team.

2.2 The Topographical survey shall be conducted at 20m x 20m grid, or as directed by the Employer, with the help of digital surveying instruments like Total Station.

2.3 The Contractor shall carry the Bench Mark from nearest GTS Bench mark or any other established source like Railway station, Permanent PWD/ WRD structure etc. as approved by the Employer, by fly-levelling and establish two permanent bench marks (PBM) at site. All subsequent transfer of levels shall be carried out with respect to these PBMs. The work shall also include constructing permanent reference pillars (RP) at suitable locations as directed by the Employer. These reference pillars shall be labelled permanently with their respective coordinates and reduced levels for future use. The Permanent Bench Marks (PBM) and reference pillars (RP) shall be shown on the survey drawings.

2.4 While carrying bench mark to the project site, levels shall also be established on the permanent objects like culverts etc. at least on one object in every 1 (one) km if available along with route with adequate description about the objects. These levels shall be maintained at site & also mentioned in the survey report to facilitate locating these objects later on.

2.5 The survey work shall be carried out in UTM grid system. The contractor shall also establish the latitudes and longitudes of all the corners of the project site. At least 50m width of the adjoining plots and surrounding areas shall also be covered in the survey for correlation with adjoining plots and facilities. The grids for the survey work shall be established in N-S & E-W direction (corresponding to Geographical North or Plant North) as directed by the Employer.

2.6 Positions, both in plan and elevation, of all natural and artificial features in the area like waterways, railway tracks, trees, cultivation, houses, fences, pucca and kaccha roads including culverts and crossings, foot tracks, other permanent objects like telephone posts and transmission towers etc. are to be established and subsequently shown on survey maps by means of conventional symbols (preferably symbols of survey of India Maps). All hills and valleys within the area/areas are to be surveyed and plotted on maps by contours. Any unusual condition or formation on the ground, locations of rock outcrops (if visible on the surface) and springs /falls, sand heap/ dune, possible aggregate deposits etc. shall also be noted and plotted on contour maps.

2.7 The record of measurement of all Reduced Levels (RL) shall be submitted in digital format, (in x, y, z coordinate system) along with preliminary contour plan of the site, for Employer/PMC’s review before submission of final contour map. The contour interval shall be as required for proper representation of the topography however it shall not be more than 0.5m. The Contractor shall submit survey maps of the site in 1:10,000 scale indicating grid lines and contour lines, demarcating all permanent features like roads, railways, waterways, buildings, power lines, natural streams, trees, sand dunes etc. Present use of the site i.e. mining, quarrying, agriculture etc., existing drainage pattern of the site, possibility of water logging and high flood level of the area shall also be captured in the document. The project plot boundary with

Page 231: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 92

coordinates of all corner points along with coordinate grid of 50m x 50m interval shall be marked on the contour map.

3. Geo technical Investigations

3.1 The contractor shall be responsible for detailed Geotechnical investigations at the proposed project site for the purpose of foundation design for various buildings, structures, HT lines, MMS etc. and other design/planning requirements. The investigation work shall be carried out through any Govt. approved/ NABL accredited agency. The contractor shall submit the credentials of the proposed agency along with relevant certificates in support thereof for verification/ approval of the Investigation Agency by the Employer.

3.2 The scope of work includes execution of complete soil exploration including boring and drilling, standard penetration test (SPT), collecting disturbed (DS) and undisturbed samples (UDS), collecting ground water samples, trial pits, electrical resistivity tests (ERT), field & laboratory CBR tests, conducting laboratory tests on collected samples of soil & ground water and preparation and submission of report. SPT shall be carried out in all types of soil deposits and in all rock formations with core recovery up to 20% met within a borehole. SPT test shall be conducted at every 1.5m interval or at change of strata. The starting depth of SPT shall be 0.5m from ground level. UDS shall be collected at every 1.5m interval or at change of strata.

3.3 The field investigations shall mainly include drilling of min. 5m deep boreholes (50% of total No. of boreholes shall be 10m deep), conducting SPT and collecting Disturbed (DS) and Undisturbed samples (UDS), conducting in-situ CBR test for approach road to the plant, internal road s & peripheral road; Trial pits and ERTs. Number and location of bore holes, CBR tests and Trial pits shall be decided as per the project layout, site topography and soil conditions in consultation with the Employer. There shall be minimum 1 nos. of Bore hole per 2 (TWO) acres of the area (However, total number of bore holes shall not be less than 2), 3nos. of Trial pits, 3 nos. of CBR test & ERT, 3 nos. of Ground water samples for laboratory investigations for each site of proposed 1MW & 0.8 MW Solar plants. The soil/rock samples for laboratory investigations shall be collected from each bore hole and trial pit in sufficient nos. (Note-In case the project plot is divided in to number of discrete blocks separated from each other, min. 3 nos. of bore holes, 2 trial pits, 2 ERT and 2 CBR tests shall be taken per such block).

3.4 The proposed geo technical investigation plan indicating proposed locations of trial pits, Bore Holes, CBR test & ERT shall be submitted to the Employer/PMC for review and approval before start of work.

3.5 Laboratory tests shall be conducted on DS & UDS samples and ground water samples shall include, Soil classification, Grain size analysis including Hydrometer analysis, determination of Bulk and dry density, Specific gravity, Natural moisture content, Atterberg limits, Tri-axial shear tests (UU), Un drained shear test, Consolidation tests, Unconfined compression tests, Free swell index, chemical analysis of soil and water samples to determine the carbonates, sulphates, chlorides, nitrates, pH, Organic matter and any other chemicals harmful to concrete and reinforcement/ steel. Laboratory tests on rock samples shall be carried out for Hardness, Specific Gravity, Unit Weight, Uni axial Compressive Strength (in-situ & saturated), Slake Durability etc. Laboratory CBR test on soaked samples shall also be conducted on min. 5 no. of soil samples to ascertain the suitability of soil for sub-grade and requirement of any treatment of subgrade soil in case of CBR <2% as per IRC requirements.

3.6 After completion of field and laboratory work, the contractor shall submit a Geotechnical Investigation Report for Employer’s approval. All bore log details and lab test results shall be

Page 232: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 93

presented in the report as per provisions of relevant BIS standards indicating BH coordinates, Existing GL, Depth of water table, Method of drilling etc. The report shall include a Map showing the locations of various field tests including coordinates, calculations and recommendations for foundation type and safe bearing capacity (SBC) for various Plant buildings (ICR, MCR etc.) and Open installations, Switch Yard structures & Sub-Station, Transformer foundation(as applicable), HT lines (as applicable), MMS foundation etc. corresponding to settlement of 25mm.

3.7 The report shall also include ground water analysis (water sample collected from bore well)to ascertain its suitability for construction purposes, recommendations for type of cement, grade of concrete & minimum cement content as per prevalent soil characteristics with respect to presence of aggressive chemicals and environment exposure conditions as per relevant BIS specifications.

3.8 In case the contractor wishes to adopt concrete pile foundation for MMS supports the Geo- tech. report shall also include the calculations for safe pile capacity under direct compression, later al load and pullout. The report shall include recommendations about type of pile, its depth and dia. to be used.

3.8.1 The contractor shall carry out field trials for initial load test on pile to verify the pile design to confirm the safe load carrying capacity under direct compression, Lateral load and Pullout.

3.8.2 The nos. of piles to be tested under each category shall be finalized corresponding to geotechnical characteristics at site, plot area etc. However, minimum 5 nos. of piles shall be tested (min. 3 nos. in each block if the plant site is divided in discrete blocks separated from each other) under each category of load.

3.8.3 The locations of test piles shall be distributed over the plant site and to be finalized in consultation with Employer. In case of MMS column being anchored with base plate-anchor bolt assembly, the adequacy of provided pile reinforcement in job (working) pile corresponding to the set of test loads shall be reviewed by the contractor for any additional requirement of reinforcement and the same shall be provided in the pile to be cast for initial load test.

3.8.4 In case the Contractor proposes to embed the Column leg in the pile for fixing, the test pile shall be provided with embedded column leg as per approved design and any dowels as required for application of test load. The drawing for the Test pile shall be submitted to Employer/PMC for approval before casting the test pile. The load test on pile shall be conducted after min. of 28 days from the date of casting. In case the contractor desires to conduct the test earlier than 28 days, he may use suitable higher grade of concrete or if there is substantial evidence from earlier cube test results on design grade concrete to demonstrate the early gain of required compressive strength prior to application of the test load.

3.8.5 However, under no circumstances the test shall be conducted before 15 days of the date of casting the pile. All the dial gauges and hydraulic jack assembly shall be properly calibrated as per the requirements of relevant BIS standards and valid calibration certificate to this effect from Govt. / NABL accredited Test agency shall be submitted to the Employer before use.

3.8.6 The contractor shall submit detailed methodology for conducting the tests in line with IS: 2911 (Part 4) for Employer’s approval before commencement of any test. After completion of these tests the contractor shall compile the test results and submit the report in a proper format as specified in the BIS standard with recommendations/conclusions for Employer’s approval. The pile work shall start only after approval of the final pile design duly verified/ confirmed with initial load test results.

Page 233: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 94

3.8.7 Soil Electrical Resistivity: For designing the earthing system for the project it is necessary to find out the electric resistivity of the soil at some representative locations of the project site. Test shall confirm to the standards of IS: 3043-1987/ OISD and their latest amendments if any. Unless otherwise specified, the contractor shall use the Wenner method (four pins equally spaced) for measuring soil electrical resistivity. Pin (probe) spacings of 1, 2, 4, 8, 16 and 32 m shall be used. Testing at each site shall involve a sequence of measurements in two directions perpendicular to each other i.e. in a cross formation. The number of the test points shall be increased if the test results obtained in different locations show a significant difference.

3.8.8 All buildings/ Open installations (MCR, ICR etc.), shall have levelled ground. No foundation for MMS, Buildings, Switch yard equipment & structures, Sub- stations, HT Line Towers, Transformer etc. shall rest on filled up ground. However, minor structures like cable trench, cable rack, pipe pedestal etc. may rest in filled up soil with max. safe bearing capacity for design consideration not more than 3T/m2.

4. Other Investigations

4.1 The contractor shall also obtain and study other input data at proposed project site for design of the project from metrological department/ local govt. authorities. This shall include data related to Rainfall, Maximum & Minimum ambient Temperature, Humidity, HFL etc.

4.2 The contractor shall carry out Shadow Analysis at proposed site and accordingly design strings and array layout with optimum use of space, material and man power. In case of large variations in topography (So to the horizontal) the study shall also include the effect of topographical variations on array layout and MMS structure design adequacy and stability. The contractor shall submit all the details/ design to the Employer for review/ approval.

4.3 The contractor shall also identify potential quarry areas for coarse and fine aggregates to be used for concrete and shall carry out the concrete mix design for different grades of concrete to be used before start of concrete work. The concrete mix shall be designed for each source of cement and aggregates as per provisions of relevant BIS Standard. The concrete mix design shall be carried out through NABL accredited Laboratory or any Govt. agency approved by the Employer. In case the contractor proposes to use RMC, he shall submit the Concrete mix design report from the RMC supplier for review and approval by the Employer. (Reports for periodic cube tests from the supply batch shall also be submitted for review and record)

5. Area Grading and Land Development

5.1 The Finished Grade Level (FGL) of the proposed plant shall be fixed with reference to the highest flood level (HFL) and surrounding ground profile at proposed site to avoid flooding of plant site. The data regarding HFL at proposed site shall be obtained from the metrological department by the contractor. In case of absence of this data, the contractor shall assess the required information through local site reconnaissance. The area at and around all buildings/ open installations (ICR, MCR etc.), transformer yard and switch-yard shall be uniformly levelled at suitable RL to be finalized considering topography and HFL at site. The minimum plinth level of all buildings/ open installations shall be 450mm above FGL. Module mounting structure foundation/ Pile cap or any other pedestal shall be min. 200mm above FGL.

5.2 A detailed drawing for site levelling and grading (if necessary) shall be submitted by the contractor before commencement of grading and area development works. The estimated volume of cutting and filling shall also be marked on the Grading drawings for reference. The final grade levels to be adopted for different blocks shall be clearly marked on the Plant Layout/Module Layout drawing.

Page 234: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 95

5.3 The contractor is responsible for making the site ready and easily approachable by clearing bushes, felling of trees (mandatory permissions /licenses /statutory clearances from competent authorities if required for cutting of trees, disposal of waste material like logs and branches etc. shall be obtained by the contractor and as per instruction of EIC). While felling the trees contractor has to follow the corresponding acts like Indian Forest Act/State forest acts and Local body rules.

5.4 Cutting, filling with selected excavated earth or borrowed earth including identifying borrow areas. Except in exceptional cases (with approval of the Employer), filling shall be made up of cohesive non-swelling material. The filling for levelling/ reclaiming the ground/ area shall be done in layers not more than 150mm of compacted thickness in case of cohesive (clayey) soils and 250mm compacted thickness in case of granular (sandy) soils with compaction up to 95% (of modified proctor density) and 80% (of relative density) respectively. The slope at edge of graded areas shall not be steeper than 1:1.5 (1 Vertical: 1.5 Horizontal) in cutting and 1:2 (1 Vertical: 2 Horizontal) in filling. In case of filling with rock material, the edges shall be provided in line with provisions of relevant BIS standard.

5.5 It shall be ensured that the land is graded or levelled properly for free flow of surface run-off and the grade levels shall be fixed with respect to high flood level at site, drainage pattern and system requirements. It shall be ensured that the land is used optimally to have maximum solar power generation considering full utilization of the plot areas. It is advisable to follow he natural flow of water at the ground as far as possible for drainage design.

5.6 In case the filled up earth is brought from outside the plant or borrow areas (when the material inside plant area is not found suitable for grading work or if directed by the employer/PMC), the contractor shall carry out all required soil investigations to ascertain the suitability of the borrowed soil for land development and filling purposes. Contractor’s scope shall also include arranging land lease, getting all necessary statutory approvals for mining, payment of necessary challan etc. Excess earth, if any, shall be disposed of properly at location as directed by the Employer.

6. Roads

6.1 Suitable approach road (as applicable) from nearest public road up to plant Main gate, Access road from Main gate to Main control cum office room (MCR), Internal access roads connecting MCR and other facilities/buildings etc. and Internal peripheral road along the boundary fence / Internal roads in between PV arrays shall be provided for safe and easy transportation of men, material and equipment during construction and maintenance.

6.2 The Approach road connecting nearest public road and the Main gate shall be of 5m wide carriage way with 0.5m wide shoulders on either side. The access road connecting Main gate and MCR and internal access road(s) connecting MCR to various facilities/ buildings shall be of 3.5m wide carriage way with 0.5m wide shoulders on either side while the peripheral road shall be of 2.5m wide carriage way with 0.5m shoulders on either side. The top of road (TOR) elevation shall be minimum 200 mm above FGL to avoid flooding of roads during rains. The roads shall be provided with alongside drains as per design requirements of drainage system to avoid flow of storm water over the road. The roads shall be designed as per IRC SP-20 and critical field CBR value. Shoulder shall be of min. 150mm thickness.

6.3 The approach road to Main gate and Main Control Room preferably PCC Road/Bituminous Road and all other roads are preferably WBM type.

6.4 However, following minimum road section details shall be followed:

Page 235: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 96

(i) Topping: wearing course of 20 mm thick pre-mix carpet or surface dressing, compacted

75mm thick with murrum blended with WBM Grade-III, as applicable.

(ii) WBM (CBR>100%): compacted 75mm thick, Grade-III

(iii) WBM (CBR>100%): compacted 100 mm thick, Grade-II

(iv) Granular sub-base (CBR>15%): compacted 225 mm thick,

(v) Compacted sub grade: 300mm thick, compacted up to 98% of standard proctor density

(vi) Shoulders: compacted 150mm thick, murrum blended with WBM Grade-III.

6.5 Soaked CBR value of sub-grade shall not be less than 2%. Where the CBR of the sub grade is less than 2 per cent a capping layer of 100 mm thickness of material with a minimum CBR of 10 percent is to be provided in addition to the sub-base required for CBR of 2 percent. When the sub grade is silty or clayey soil and the annual rain fall of the area is more than1000mm, a drainage layer of 100 mm over the entire formation width should be provided conforming to the gradation given in Chapter 6 of IRC SP-20. This layer will form a part of the designed thickness of sub-base.

6.6 The construction of road shall conform to relevant IRC/ MORST standards.

6.7 Drain, cable or any other crossing shall be provided with RCC box or precast concrete pipe culvert. The culvert design shall conform to relevant IRC standard. Except for module cleaning system the pipes for road culverts shall be of minimum class NP3 conforming to IS 458 with min. soil cover of 750mm above the pipe. In case of soil cushion less than 750mm suitable concrete (M20) bedding/encasement shall be provided. Water supply pipe for module cleaning and service/ drinking water shall be taken through Medium class GI steel pipe conforming to IS:1161.

6.8 Minimum dia. of casing pipe to be used for crossing any facility like electric cable, water pipe line etc. shall be 150mm.

6.9 Maintenance pathways of min. 1.0mtr width shall be provided between SPV arrays for easy movement of maintenance staff, tools, equipment and machinery, washing of modules etc. The pathway area shall be generally levelled and well compacted manually/ mechanically. Areas of depression, valley zones or wherever there is noticeable change in topography, shall be levelled by laying min. 100mm thick PCC M10 (nominal mix 1:3:6)/ precast concrete paver blocks (min. 60mm thick, Grade M50) matching top surface with ground topography/ grade to avoid accumulation of water in the region and allowing its free flow to keep the area devoid of mud/ sludge. All pathways shall be laid with 50mm thick well compacted murrum layer at top for ensuring easy movement of motor bike and to minimise ground erosion.

6.10 The design and drawings for approach road, all internal roads and culverts shall be submitted to the Employer for approval before execution.

7. Surface/ Area Drainage

7.1 The contractor shall design and construct storm water drainage network for smooth disposal of storm water from the plant to the nearest available drainage outlet.

7.2 The storm water drainage system shall be designed and planned to ensure no water stagnation in the plant.

7.3 The plant drainage system shall be designed for maximum hourly rainfall intensity and relevant time of concentration.

7.4 The design shall conform to the provisions of IRC SP 42 and best Industry practices. (The design rainfall shall be taken as max. hourly rainfall at 25 years return period at project site as

Page 236: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 97

provided in the Isopluvial map of the relevant sub zone annexed with Flood Estimation Reports of Central Water Commission (CWC).

7.5 The coefficient of run-off for estimation of design discharge shall be considered as per catchment characteristics; however it shall not be less than 0.6.

7.6 The drainage scheme shall be designed considering the plant plot area and the surrounding catchment area contributing to the plant area drainage as per the topography.

7.7 The storm water drainage system shall be a network of open surface drains (with rectangular or trapezoidal cross section) and shall generally be designed to follow the natural flow of water and ground contours.

7.8 Suitable size plant peripheral drain as per design (min. 500mm wide x 500mm deep) along inside of plant boundary wall/ fence shall be provided for smooth channelisation of outside storm water and flooding in the plant.

7.9 The trapezoidal drains shall be lined with either brick or RR masonry/ concrete or stone slabs as suitable to the site conditions. The min. Thickness of the lining shall be 115mm for brick masonry, 75mm for concrete slabs, 150mm for RR masonry and 100mm for stone slabs. The lining shall be in CM (1:4) and the joints shall be raked and pointed with CM (1:3), however, the joints in lining of plant peripheral drain may be left without pointing.

7.10 In case of rectangular drain, the thickness of the wall shall be checked against structural stability. Min. thickness shall be 230mm for brick wall, 300mm for RR masonry and 125 mm for RCC wall, except for garland drain around buildings where the min. wall thickness can be 115mm, 200mm and 100mm respectively for brick masonry, RR masonry and RCC wall.

7.11 The structural design of drains shall be as per provisions of relevant BIS standards and good industry practice.

7.12 The drain out fall shall be connected to the nearest existing natural drain(s)/water body outside plant premises and it shall be ensured that the drainage water shall not encroach/ flood in the adjacent property/ plot.

7.13 The proposed drainage scheme along with design calculations and drawings shall be submitted to the Employer/PMC for review/ approval before start of construction.

7.14 The contractor shall also explore for providing rain water harvesting system for water conservation by constructing suitable collection wells along the drains or through provision of detention ponds etc. The scheme for rain water harvesting along with design calculations shall be submitted for approval.

8. Peripheral Boundary Fence

8.1 The plant peripheral boundary shall be provided with Chan link as specified.

8.2 The boundary fence shall be provided along the Solar PV plant boundary to demarcate the plant boundary and to keep away the unauthorised access to the plant. The fence shall be provided with Main entry gate. The fencing shall be with 1.5m height above grade level. The main gate shall be min. 5.5m wide (clear) (4m carriage way+1.5m wicket gate).

Page 237: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 98

9. Chain link fencing

9.1.1 The fencing shall be of Chain link (GI or poly coat GI as applicable) mesh fabric with internal, corner and stay posts of RCC (min 200mm x 200mm size, M30 grade) or MS angle (min. ISA 65x65x6 mm), as applicable, along with 230mm thick brick/ 300mm thick RR masonry toe wall, with suitable foundation & 150mm height above GL.

9.1.2 The brick masonry toe wall shall be plastered with 15mm thick CM (1:4) plaster on both faces and shall have min. 50mm thick PCC (1:2:4) coping finished smooth and projecting 40mm on either side of the wall with top sloping inwards.

9.1.3 Spacing of intermediate posts shall not be more than 2.5m. Every 10th intermediate post shall be provided with a stay post while every corner post shall be provided with two stay posts.

9.1.4 Joints in RR masonry shall be properly raked and pointed with CM (1:3). In case of pond/drain area suitable grid of MS angles of min. Size 505 x 50 x 6 mm shall be provided in place of toe wall for smooth flow of water.

9.1.5 The GI chain link mesh fabric (40x40 mm with min. wire gauge 3.15mm, both ends twisted) shall conform to IS: 2721. Poly coat GI chain link mesh (50x50mm) shall conform to ASTM 668.

10. Main Gate

10.1.1 The Main entry gate (2.5m height) shall of rugged design with solid MS steel sections (25x25mm). The spacing of vertical members shall not be more than 150mm.

10.1.2 The gate shall be complete with MS flat guide track, castor wheel(s), GI fittings & fixtures like hinges, aldrop, locking arrangement, posts etc.

10.1.3 The main gate shall have 4.5m wide Gate for vehicular movement and adjacent 1.5m wide wicket gate for pedestrian movement.

10.1.4 The gate shall be provided with the Project name plate (2.5mx 1m, 3mm thick MS plate).The gate shall be painted with 2 coats of epoxy paint over 2 coats of suitable primer.

10.2 All design and drawings for peripheral boundary fence and Main gate shall be submitted for Employer’s approval before execution.

11. Plant Layout

11.1 The contractor shall submit drawing showing proposed Project Plant and SPV module Layout.

11.2 The Plant and SPV module layout shall be a comprehensive drawing showing various requirements of the project like, Reference coordinate grid, Geographical and Plant North, Layout of boundary fence including coordinates of all corner points, Location of main entrance gate and any other access gates as per project needs, Block wise FGL, Layout of main approach road to the plant, Internal and peripheral roads, all Buildings and Open installations with coordinates, Temporary Storage yard/ facility to be used by the contractor during construction, proposed Array layout, Lightening arrester, UG/Over ground Water Tank(s), Storm water drains, Corridor for buried cables etc.

11.3 The cable corridor shall be laid through clear gap between arrays and shall not be laid below modules for easy maintenance.

11.4 All the facilities and buildings shall be presented with suitable Legend.

11.5 The drawing shall be in suitable scale to have proper representation of the information.

Page 238: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 99

11.6 The Plant & SPV module layout drawing shall be submitted by the contractor for review/ approval by the Employer/PMC.

12. Design Loads

12.1 Unless otherwise specified elsewhere, Dead load, Live load, Wind load and Seismic load for buildings and structures shall be considered as per provisions of relevant BIS standards.

12.2 The following minimum imposed load as indicated for some of the important areas shall, however be considered for the design. If actual expected load is more than the specified minimum load, then actual load is to be considered.

Area Imposed (Live) Load

Roof 1.50kN/ Sqm

Building floors (GF) & Grade Slab 10.00 kN/ Sqm

RCC Floors (General) 5.00 kN/ Sqm

Outdoor platforms, Stairs, Landing and Balconies, Walkway, Chequred plate & Grating (except cable trench cover)

5.00 kN/ Sqm

Road culverts & allied structures over drain & pipe crossings subjected to vehicular traffic

Design for Class – ‘AA’ loading (Wheeled & Tracked both) and check for Class – ‘A’ loading as per IRC Standard

Underground structures such as Sump, Pit, Trench, Drain, UG tank etc.

In addition to Earth pressure and Ground water table at FGL, a surcharge of 10kN/Sqm shall also be considered.

The structure shall be designed for following criteria – (a) Inside empty with outside fill+ surcharge and water table at GL & (b) inside water with no fill & water table out side

Pre-cast and chequred plate cover over cable trench

4.00 kN/ Sqm

Main access & Internal Roads As per IRC SP 20 corresponding to vehicular traffic of 150 commercial vehicles per day and critical in-field CBR

12.3 Primary Loads

(i) Dead Load(DL) (ii) Live Load (LL) (iii) Wind Load (WL) – Both along X & Z horizontal direction (iv) Seismic Load (EL) – Both along X & Z horizontal direction

12.4 Basic wind speed (Vb) at project site shall be taken as per IS: 875 (part-3) unless otherwise

specified elsewhere.

12.5 To calculate the design wind speed (Vz), the factors K1 (probability factor or risk coefficient), K2 (terrain roughness and height factor) and K3 (topography factor) shall be considered as per

Page 239: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 100

IS 875 (Part-3). Provisions of IS: 15498 shall also be followed to ensure general safety of the structure.

12.6 To calculate the design wind pressure, ‘pd’, factors ‘ka’ and ‘kc’ shall be taken as 1.0.

12.7 The Seismic Load shall be considered corresponding to Earth quake zone at site as per IS: 1893 (Part- 4) with Importance factor 1.5. Ductile detailing as per IS 13920 shall be followed in concrete structures.

Notes for MMS design:

1) WL shall be considered as detailed below for estimation of WL (±X, ±Z direction) under primary loads

2) Load due to fair (positive pressure) wind direction on design tilt angles of MMS members for wind acting in X, Z direction

3) Load due to adverse (negative pressure) wind direction on design tilt angles of MMS members for wind acting in X, Z direction

4) Load due to wind on side (exposed) face of respective MMS members (Drag force) for wind acting in X & Z direction to be considered along with (i) & (ii) above.

12.8 Design Load combinations

(i) Appropriate Load factors in LSM design for concrete structures and appropriate Factor of safety in WSM design (ASD) for all steel structures including MMS shall be considered as per relevant BIS standard. No increase in permissible stress is permitted in design of MMS

(ii) Following load combinations shall be considered in design: 1) DL+LL 2) DL+LL ± WLx 3) DL +LL± WLz 4) DL+LL ±ELx 5) DL+LL ±ELz

(iii) All buildings, structures and foundations shall be designed to withstand loads corresponding to worst design load combination.

13. Foundations (General)

13.1 Contractor shall design all foundations for buildings, equipment, HT line Structures, Switch yard structures, Transformer, MMS & other structures as per relevant BIS standards and recommendations of Geotechnical investigation report.

13.2 All foundations of one building shall be founded at same RL (Reduced level) with respect to foundation depth below lowest NGL (Natural ground level) in the building area. The Levels shall be obtained with reference to the already established TBM using digital survey instrument such as Total Station.

13.3 All design & drawings shall be submitted to the Employer for approval before execution.

14. MMS Foundation:

14.1 Module mounting structure (MMS) may be supported on isolated/ strip footing or pile foundation.

14.2 Bored cast-in situ, Driven precast or under reamed Concrete pile

Page 240: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 101

(i) In case the contractor proposes to provide pile; the type, dia. and length of pile shall be as per recommendations of Geotechnical investigation report corresponding to prevalent soil characteristics at site. However the min. dia. and depth of the pile shall be 300mm and 1800mm respectively except when very hard strata/ rock (N>100) is encountered at a higher level, the pile shall be extended in to the hard strata minimum 1.5 times the diameter of the pile with total depth of the pile not less than 1200mm.

(ii) As specified above, the MMS support shall project minimum 200mm above FGL (Finished grade level) to avoid any damage to the MMS column/sub support due to direct contact of rain water/ surface run-off. This shall be ensured through either single stage construction of entire pile length including portion above FGL or by providing a collar (to be cast in second stage) which shall project min.75mm in plan beyond the pile face and shall extend min. 250mm below GL.

(iii) The surface of first stage concrete shall be made rough by trowelling and cleaning out laitance and cement slurry by using wire brush on the surface of joint immediately after initial setting of concrete and to clean out the same immediately thereafter. The prepared surface should be in a clean saturated surface dry condition when fresh concrete is placed against it. The prepared surface shall be applied with a suitable bonding agent before construction of pile cap/ collar as required.

(iv) In case the column post/stub is supported through base plate-anchor bolt assembly, the same shall only be provided through RCC pile cap to be designed as per provisions of relevant BIS standard.

(v) In case of collapse of foundation strata during drilling of the pile bore, removable steel liner shall be used to maintain design depth and diameter of the pile for proper concreting. The design &installation of piles shall conform to IS: 2911. The bore shall be free from water before poring of pile concrete. For under water concreting tremie shall be used.

14.3 Helical/ Screw Pile:

a) The design, manufacture, testing and installation of Helical/ Screw pile shall conform to ICB- 2009 and Practice Note 28- Screw Piles: Guidelines for Design, Construction & Installation, ISSN 1176-0907 October 2015 (IPENZ Engineers New Zealand)

b) The design of pile shall be undertaken and verified by a suitably qualified geotechnical or structural Chartered Engineer with experience in the design of helical/screw piles.

c) The piles hall be designed and manufactured in accordance with accepted engineering practice to resist all stresses induced by installation into the ground and service loads.

d) The steel grade for pile shaft, helix plates and other accessories shall be with min. Fy350MPa. Min. thickness (BMT) of shaft and helix plate shall be 6 and 8mm respectively in case of coastal installations and soils containing aggressive chemicals and at other project sites it shall be respectively 5 and 6mm. Cap plate and col base plate shall be min. 12mm thick and of min. grade E-250 conforming to IS:2062

e) All materials shall be hot dip galvanized conforming to relevant BIS with min. thickness of galvanization 80 microns.

f) Wherever the pile shaft is required to be in filled with concrete, the same shall be min. grade M30

Page 241: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 102

g) The allowable axial design load (Direct compression & Pull out), Pa ,of helical piles shall be the least of the following values:

(i) Sum of the areas of the helical bearing plates times the bearing capacity of the soil or rock comprising the bearing stratum.

(ii) Capacity determined from well-documented correlations with installation torque.

(iii) Load capacity determined from initial load tests.

(iv) Axial capacity of pile shaft.

(v) Axial capacity of pile shaft couplings.

(vi) Sum of the axial capacity of helical bearing plates affixed to pile.

h) The lateral allowable load capacity of the pile shall be calculated using P-Y analysis and shall be verified with field trials. The allowable design lateral load shall be equal to the min. of (i) the total lateral load producing max. lateral deflection of 5mm and (ii) 50% of the total lateral load at which the lateral displacement increases to12mm.

1) Dimensions of the central shaft and the number, size and thickness of helical

bearing plates shall be sufficient to support the design loads.

2) The Design Report shall include following details: Design loads Geotechnical Strength Reduction Factors and supporting methodology List of design standards Design methodology and how specific loads such as seismic, lateral and

settlement are addressed Founding stratum Estimated length Connection design and details between pile shaft & pile cap plate and Col

base plate Pre-production and production load testing to support design including

acceptance criteria.

i) Helical piles shall be installed to specified embedment depth and torsional resistance criteria as per design. The torque applied during installation shall not exceed the maximum allowable installation torque of the helical pile

j) Special inspections shall be performed continuously during installation of helical pile foundations. The information recorded shall include installation equipment used, pile dimensions, tip elevations, final depth, final installation torque and other pertinent installation data as required.

k) The installation of piles shall be done by an agency having adequate experience in helical pile construction.

l) The method statement for pre-production load testing (initial test) and construction for helical Pile shall be submitted for review and approval. The method statement shall comply following requirements:

(i) Helical pile pre-production load testing:

Page 242: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 103

The Piling Contractor shall provide a method statement for the pre-production load testing. The method statement shall be submitted 2 weeks prior to pile installation for testing and shall contain the following information (as a minimum): Programmeofthetesting,detailingthetimingandsequenceofeachloadtestincluding any

additional investigations proposed The general arrangement of the equipment

A method for measuring the displacement at the head and toe of each test pile

Template for the Pile load test report

Confirmingthecriteriafordeterminingtheacceptabilityofthecompression,tensionand lateral load tests

A contingency plan in the event that a load test is deemed not acceptable

A procedure for verifying the capacity for each individual pile, this may include correlating the installation torque for each pre-production pile with the load test results

All pile load tests shall be supervised by suitably experienced personnel, who are competent to operate, monitor and record each test throughout its duration. Each pile load test shall be continuously monitored throughout its duration.

(ii) Helical Pile Construction:

The contractor shall provide a method statement for each piling operation to be undertaken in executing the Works. The method statement shall describe all proposed equipment, and detail the construction sequence. The method statement shall be submitted with the tender and shall contain the following information (as a minimum): Programme of the works, detailing the timing and sequence of individual portions of

the works Full details of the installation plant to be used, including manufacturer’s information

and proof of servicing/recent upkeep and calibration Proposed phasing of excavation/filling operations such that the design stresses in

the piles (and any supporting frames) are not exceeded The contingency plan to be adopted, to minimize disruption and delay, in the event

of encountering obstructions Anticipated noise levels (measured in dB) and vibration levels (measured in

mm/sec) arising from piling operations (if applicable)

(iii) The Piling Contractor shall nominate a suitably experienced, professionally qualified engineer, as the “Piling Supervisor”.

m) Unless specified else were, the field trials for initial load tests on concrete and helical/ screw pile shall conform to IS: 2911 (Part 4) & Practice Note-28 (IPENZ Engineers New Zealand) as applicable. The no. and location of such tests shall be as per the provisions stipulated under Cl. No. 4 above.

n) Contractor shall also carry out routine tests on 0.5 % of the total no. of working/ job piles as per provisions of IS: 2911 (Part 4). In case of unsatisfactory results, min. no. of routine tests may be increased up to 2% of the total no. of working/ job piles as per the directions of the Engineer-in-charge.

Page 243: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 104

15. Module Mounting Structure (MMS)

15.1 The ground mounting structure design shall generally follow the existing land profile. The top of the table shall be in one plane and shall not have inclination more than 5o to the horizontal.

15.2 Module Mounting Structure shall be seasonal tilt and shall be tilted at angles at which maximum energy can be generated.

15.3 In case of topographical variations more than 5o, the contractor shall carry out detailed study of its effect on array layout and structural stability of MMS.

15.4 The structure shall be designed to allow easy replacement of any module and shall be in line with site requirements.

15.5 The MMS stub/ column, rafter, purlin, ties and bracing members shall conform to following Indian standards

IS: 2062 – Hot rolled Medium and High tensile structural steel IS: 811 – Cold formed light gauge structural steel sections IS: 1161 – Steel tubes for structural purposes IS: 4923 – Hollow steel sections for structural use Minimum grade of steel for sections conforming to IS: 811 & IS: 4923 shall be

E350 conforming to IS: 2062 and YSt 310 conforming to IS: 1608 respectively. The contractor can also propose new light gauge structural steel or structural aluminum sections other than specified in IS: 811 subject to approval of the Employer. In this case the contractor shall submit his proposal stating the technical advantages of the proposed sections for Employer’s review along with supporting literature and sample design calculations conforming to present specifications at the time of bidding. The minimum thickness excluding anti corrosive treatment (BMT) of various elements of MMSMMS structure shall be as following:

Stub/ column –3.15mm,

Rafter – 2.5mm&

Purlin & other members –2.0mm

15.6 The primary loads and load combinations for design of MMS structure shall be as specified under Cl. No. 9. The design shall be done by Working stress method and no increase in allowable stress shall be permitted.

15.7 The maximum permissible deflection/ side sway limits for various elements of MMS under serviceability conditions shall be as following:

Lateral deflection/ side sway for Column – Span/240

Vertical deflection for Rafter and Purlin – Span/180

Lateral deflection for Purlin –Span/240

15.8 For fundamental time period T0 >1.0 Sec, the design of the MMS structure shall be checked against dynamic effects of wind as per provisions of IS–875(Part-3) using gust factor method.

15.9 The purlins shall be provided with min. following 10mm dia. GI sag/ tie rods:

1 no. in each middle span 1 no. diagonal tie rod at each corner in end spans

15.10 Lateral restraint to compression flange if any due to PV panels is not permitted in purlin design.

Page 244: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 105

15.11 The vertical diagonal bracing shall be provided in end spans of each unit (table) of MMS.

15.12 MMS shall support SPV modules at a given orientation & tilt and shall absorb and transfer the mechanical loads to the ground properly.

15.13 Welding of structure at site shall not be allowed and only bolted connections shall be used.

15.14 The MMS structure shall be hot dip galvanized with minimum GSM 610 kg/ sq.m and/or minimum coating thickness of 80 microns for protection against corrosion. Galvanization shall conform to IS-2629, 4759 & 4736 as applicable.

15.15 It is to ensure that before application of this coating, the steel surface shall be thoroughly cleaned of any paint, grease, rust, scale, acid or alkali or any foreign material likely to interfere with the coating process.

15.16 The bidder shall ensure that inner side is also provided with galvanization coating.

15.17 The galvanization shall be done after fabrication of members and cutting of holes to ensure galvanization of all cut/ exposed edges.

15.18 In case the proposed section is made up of Aluminum, anodized coating shall be Gr. AC25 and shall conform to IS: 1868.

15.19 The array structure shall be so designed that it will occupy minimum space without sacrificing the output from SPV panels at the same time.

15.20 All fasteners and washers (2 round + 1 spring) for MMS connections and fixing of PV Module shall be adequately protected from atmosphere and weather prevailing in the area.

15.21 Fasteners and washers to be used for erection of mounting structures and those for fixing Module over MMS shall be of stainless steel grade SS 304 & SS 316 with property class A2- 50 and A2-70 respectively conforming to relevant ISO standard and must sustain the adverse climatic conditions to ensure the life of the structure for 25 years.

15.22 Min. diameter of bolt for MMS connections shall be 10mm except for column-rafter connection where it shall not be less than 12mm (not less than 16mm in case of single bolt connection)

15.23 Modules shall be clamped & bolted with the structure properly. The material of clamps shall be Al/SS having weather resistant properties. Clamp-bolt shall use EPDM rubber and shall be designed in such a way so as not to cast any shadow on the active part of a module.

15.24 MMS column post shall generally be supported with base plate secured to foundation using anchor bolts for easy maintenance/ repair/ replacement during operation stage. The anchor bolts shall be galvanized high strength “J” bolts conforming to specifications of IS: 4000/ IS:1367 and relevant IS code Installation of foundation bolts and embedment of column leg in foundation concrete shall be done by using template to ensure proper alignment. The underside of base plate shall be provided with anti- shrink grout.

15.25 In case the contractor proposes to embed the column leg in the pile/ pedestal as an alternate fixing arrangement, the column member shall be extended for full depth of the pile/ pedestal (100mm bottom cover) with an end plate of min. 4mm thickness to be fixed at the bottom of column leg.

Page 245: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 106

15.26 The array structure shall be grounded properly using maintenance free earthing kit.

15.27 The bidder/manufacturer shall specify installation details of the PV modules and the support structures with appropriate diagram and drawings.

15.28 The Bidder should design the structure height considering highest flood level at the site and the finished grade level. The minimum clearance between the lower edge of the module and the finished grade shall be the higher of (i) Highest flood level + 100mm and (ii) 500 mm, as applicable.

15.29 The length of single table shall not be more than 20m.

15.30 The contractor shall submit the foundation & structural design basis for MMS along with the list of reference standards in his Bid duly certified by a Chartered Engineer having adequate successful experience in similar works which shall be finalized with the prospective bidder during pre-award.

15.30.1 Although the Solar panel and solar panel structure shall be designed to with stand the wind load of 180 Km/hour, if any solar panel or panel structure damages, shifts from its original location, dismounts from its support or plucks out during heavy wind load or wind storm of equal to or less than 180 Km/hour during EPC contract and O&M period, the contractor shall rectify, replace or install new panels and panel structures in place of such panels at free of cost.

15.31 The contractor shall submit the detailed design calculations and drawings for MMS structure, bill of materials and their specifications/ standards to the Employer for approval before start of fabrication work as per the engineering work program (L2 schedule) as finalized during kick- off meeting.

16. Concrete Works

16.1 All RCC works shall be using approved design mix as per IS 456 and the materials used viz.

Cement, coarse & fine aggregate, Reinforcement steel etc. shall conform to relevant BIS

standards.

16.2 The contractor shall carry out concrete mix design well in advance prior to construction

through NABL accredited laboratory/ Govt. Institutes.

16.3 The minimum grade of RCC shall be as specified above. Unless otherwise specified elsewhere in

this specifications, PCC shall be of min. grade M10 (nominal mix 1:3:6) except for mud mat, back

filling of ground pockets or leveling course which shall be of grade M7.5 (nominal mix 1:4:8).

16.4 Reinforcement steel shall be of high strength TMT bars of grade Fe500 D conforming to IS:

1786. Ductile detailing in accordance with IS: 13920 shall be adopted for super structure and

sub-structure of all RCC buildings and structures.

16.5 Unless specified otherwise for grouting works anti shrink ready mix grout of approved make or

cement mortar (CM) grout with non-shrink compound shall be used. The grout shall be high

strength grout having min. characteristic strength of 35 N/ mm2 at 28days.

17. Miscellaneous Steel Works

17.1 Unless otherwise specified elsewhere, all structural steel work shall be designed as per

provisions of IS: 800 with working stress method of design (WSD).

Page 246: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 107

17.2 Structural steel hot rolled sections, flats and plates shall conform IS: 2062, structural Pipes shall

be medium (M)/ high (H) grade conforming to IS: 1161, chequered plate shall conform to IS:

3502 and Hollow steel sections for structural purposes shall conform to IS:4923.

18. Control Room Building

18.1 General Requirement

18.2 Plant buildings/ open installations are required to be constructed for housing the electrical

equipment/panel/office cum store (Main Control Room Building - MCR) for operation and

maintenance of Photovoltaic Solar Power Plants of 1MW & 0.8 MW Plants separately.

18.3 Unless otherwise specified elsewhere, all buildings shall have RCC framed structure. Brick

partition walls shall be provided for Battery room and Toilet units. For other rooms AL Glass

partitions shall be provided. The equipment area shall be designed with OEM requirements to

ensure all satisfactory operations.

18.4 All buildings shall have provision of adequate windows for natural light & ventilation, Fire

safety provisions and shall be designed as per provisions of National building code (NBC).

18.5 The contractor shall submit the proposed layout drawings to the Employer for approval before

development of Architectural drawings. The building layout, exterior elevations shall be

aesthetically designed following good architectural practices to get a pleasant look. Horizontal/

vertical bands through projections/ groves in external plaster may be provided to break the

monotony. Roof slab shall have projection of 500mm beyond external walls with RCC parapet

wall of 450 mm clear height all-around which shall form a projected band at roof level. For

weather protection all doors and windows shall be provided with 450mm wide RCC chajja.

However, chajja for rolling shutter shall be 750mm wide.

18.6 Functional requirements

18.7 MCR Building

For operation & maintenance of SPV Plant, unless otherwise specified elsewhere, Control room cum office area of MCR building shall provide following facilities:

Transformer/Inverter/ Switchgear, equipment room(s) as per requirements

Supervisor/Operator cabin and office area (approx. carpet area 20m2)

Store cum record room (approx. carpet area 15m2)

Battery room as per requirement

Toilet block with wash room facilities (approx. total carpet area 12m2)

Suitable provision for passage (for smooth movement of O & M personnel), cable trenches,

operating area etc. (min. clear width 1500mm)

There shall be suitable provision for easy/smooth passage for O & M personnel, cable trench,

operating area etc.

Office cum Control room area shall be separated by a brick wall with provision of internal

entry door towards equipment rooms.

MCR building shall have separate main entry to office area plus a provision of fire exit door

Air conditioned area (with provision of split A/C unit of adequate capacity) for SCADA room

(approx. carpet area 12m2) & Office room ( approx. carpet area 20 sq.m).

If any OEM requires AC for their equipment like Central Inverters, vendor shall procure the

Page 247: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 108

same without any additional cost to employer.

SCADA room shall be provided with Work station, Monitor, CPU, Table and Chairs of standard

manufacturer. Office, Passage and SCADA room shall have False Ceiling of Gypsum board tiles

with Armstrong suspended channel system.

Control room shall have sufficient number of Lighting Point/ACDB/MCB board along

with fans, exhaust fans and Lights of standard make

19. Flooring, Skirting and Dado

19.1 Store area, Equipment Room:

40 mm thick Cement concrete (IPS) flooring (1:2:4), aggregate size 10 mm down, conforming to

IS 2571 with 2mm thick Heavy duty epoxy coating (Industrial grade) of approved make on top

as per manufacturer specifications and 10mm thick matching skirting of 100mm height.

19.2 SCADA Room, Control cum Office Room, Supervisor Room and Lobby:

40 mm thick Heavy duty vitrified tile (8mm thick) flooring with matching skirting of 100mm height.

19.3 Battery Room: Acid/ Alkali resistant tile flooring and 2100 height dado, Floor and dado tiles - 20mm and 12 mm thick respectively. However in case of maintenance free batteries, vitrified tile (8mm thick) flooring and dado shall be provided

19.4 Toilet: 40 mm thick Ceramic tile (8mm thick) flooring and glazed tile (6mm thick) 2100 height dado.

19.5 Passage/Corridor: 40 mm thick Heavy duty vitrified tile (8mm thick) flooring with matching skirting of 100mm height.

19.6 Steps Kota stone – 20 thick/ 50 thick cement concrete (IPS) flooring conforming to IS 2571

19.7 All items shall be of reputed make. Only Items with approved samples by the employer shall be used.

20. Doors and Windows

20.1 Doors, windows and ventilators shall be made of AL sections (minimum average thickness

2.5mm), industrial grade, anodized (grade AC25, min. thickness 25 micron conforming to IS:

1868) or with polyester powder coating (Total DFT 50 microns conforming to IS: 13871) and

shall be approved make & colour shade. All sections, fittings and fixtures shall be anodized

(min. thickness of coating 20 micron). The window and door shutters shall be of clear float/

wired glass as per design/ functional requirements. However, the doors in toile area shall be of

steel frame with solid core (MDF) flush shutter, 35mm thick, with laminated finish conforming

to IS: 2202.

20.2 The area of the openings shall be designed to have adequate ventilation and natural light and to

meet functional requirements. AL Louvers, duct/ ventilation openings shall be provided as per

functional requirement.

Page 248: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 109

20.3 All doors, windows and ventilators shall be provided with all necessary fittings and fixtures like

handles, tower bolts, wind stays, hinges etc. of heavy duty anodized AL. All doors shall be

provided with hydraulic door closure of required capacity.

20.4 All windows shall be provided with suitable AL grill of anodized sections with adequate

thickness for security purposes.

20.5 Clear float glass for window and door shutter shall be of min 4mm and 6mm thickness

respectively. Wired glass where provided shall be of min thickness6mm.

20.6 Entrance door and door in passage shall be min. 1.5m wide (double leaf) x 2.1 m height while

door for Conference room and Store room shall be min. 1.2m wide x 2.1m height. All other

doors shall be min. 1.0m widex2.1m height except for WC which may be of 0.8mwidth.

20.7 Rolling shutters: Rolling shutters shall be of required size and shall be made of cold rolled steel

strips with shall be of required size and shall be made of cold rolled steel strips with all fixture,

accessories, paintings etc. all complete and shall be mechanically operated type.

21. Roofing

21.1 The roof of all buildings shall be provided with min. slope of 1:100 for effective drainage of rain water. The slope shall be achieved either by application of screed concrete of grade 1:2:4 (with 12.5mm down coarse aggregate) with min. 25mm thick CM 1:4 layer on top to achieve smooth surface to facilitate application of water proofing treatment.

21.2 The corners at parapet wall and slab shall be provided with 50 thick fillet/ golla in CM 1:3 with neat finish.

21.3 Required no. of rain water down take pipes min. 100mm dia. PVC pipes (UV resistant), with

450x450mmx15mm deep khurra and MS grill at inlet shall be provided for rain water disposal.

22. Plinth protection and Drain

22.1 750mm wide plinth protection with min. 75mm thickness of PCC (1:3:6) over 75 mm thick bed

of dry brick ballast, 40mm nominal size well rammed and consolidated and grouted with fine sand, shall be provided around all the buildings.

22.2 A peripheral drain of min. internal size 250mm x 250mm with brick walls in CM 1:6 over 75mm thick PCC (1:3:6) bedding shall be provided along the periphery of the plinth protection for collection and disposal of rain water from building roof including 12mm thick plaster in CM 1:5 and 25thk PCC (1:3:6) coping at top.

23. Plinth filling for Buildings

23.1 Plinth beam, when provided, shall be taken minimum 200mm below FGL. The plinth filling below Ground floor (GF) for all buildings shall be provided with following specifications;

(i) Well compacted sub-grade (ii) Minimum of.235 thick or above, well compacted bounder soling with interstices

filled with sand. (iii) 75mm thick PCC 1:3:6 over(ii) (iv) 100mm thick PCC 1:2:4 over(iii) (v) 40mm thick floor finish over(iv)

24. Anti- termite Treatment:

In case presence of termites at the project site, an anti-termite treatment shall be provided for all foundation pits and building plinth in MCR building conforming to IS: 6313 to control entry

Page 249: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 110

of termites 25. Plumbing& Sanitary Works

25.1 Toilet block (with separate wash room facilities for both Genders) in MCR building. 25.2 Wash rooms shall have following min. fittings:

Wall mounted WC (Western type) 390 mm high with toilet paper roll holder, low

height flushing tank and all fittings A set of 2 wall mounted Urinals (430 x 260 x 350 mm size) with flushing tank and all

fittings (Gent’s wash room only) Wash basin (550 x 400 mm) above platform with all fittings including 2-pillarcocks

Bathroom mirror (600 x 450 x 6 mm thick clear float glass) with hard board backing

CP brass towel rail (600 x 20 mm) with C.P. brass brackets

Soap holder and liquid soap dispenser

Ventilators – Mechanical exhaust facility

Overhead PVC water storage tank – Capacity 1000 liters (common for both wash rooms)

25.3 All sanitary ware, fittings and fixtures shall be of reputed Make and Type and approved by the Employer. All fittings, fastener, grating shall be of CP brass conforming to relevant BIS standards.

26. Painting Painting and white wash/ colour wash for the buildings shall conform to relevant BIS standards. The make and colour shade of the finish shall be as advised and approved by the Employer/PMC.

Internal Walls except toilets & battery room

Acrylic emulsion (for MCR)

Battery room Acid/ Alkali resistant tiled dado of 2100 mm height & Chlorinated rubber paint above dado (Vitrified tile flooring dado in case of maintenance free batteries)

Toilet Oil bound distemper External Walls All weather proof cement based acrylic emulsion paint,

exterior grade

MMS foundations/ Earthpit Enclosure

Cement paint

Underside of roof slab White wash

Air conditioned areas Underside of roof slab- Under deck insulation with 50mm thick mineral wool, min. density 45 kg/ m3 and Gypsum board false ceiling with GI grid/ Gypsum tile (600x600mmx12 thick) false ceiling with AL grid as per manufacturer’s details

27. Air conditioning & Ventilation for MCR and Other Buildings

27.1 Building shall be equipped with appropriate numbers of fans for effective heat dissipation.

Page 250: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 111

27.2 In MCR building, the supervisor room and SCADA room shall have split type air conditioning units as per requirement.

28. Fire Extinguishers

28.1 Building shall be installed with required no. of fire extinguishers as per relevant OISD/ BIS

standard and NBC. Liquefied CO2/ foam/ ABC type fire extinguisher shall be upright type of capacity 10kg conforming to IS: 2171, IS: 10658.

28.2 The fire extinguisher shall be suitable for fighting fire of Oils, Solvents, Gases, Paints, Varnishes, Electrical Wiring, Live Machinery Fires, and all Flammable Liquid & Gas.

29. Sign Boards and Danger Boards

29.1 The sign board containing brief description of major components of the power plant as well as complete power plant in general shall be installed at appropriate locations of the power plant as approved by Employer/PMC.

29.2 The Signboard shall be made of steel plate of not less than 3 mm. Letters on the board shall be with appropriate illumination arrangements.

29.3 Safety signs, building evacuation plan and direction signs, assembly points shall also be placed

at strategic locations.

29.4 The Contractor shall provide to the Employer, detailed specifications of the signboards.

29.5 Danger boards should be provided as and where necessary as per IE Act. /IE rules as amended up to date.

30. Masonry Work

30.1 The masonry work shall be of bricks, laterite blocks (as per site conditions) or concrete blocks.

30.2 All external walls of buildings shall be 230mm and internal walls shall be 230mm or 115mm as

per requirements

30.3 All concrete block masonry walls shall be min. 200mmthick.

30.4 Brick work shall be in cement mortar (CM) 1:6 & 1:4 for 230 mm and 115 mm thick brick wall respectively unless specified.

30.5 Unless otherwise specified elsewhere, Bricks shall be of class designation 7.5 conforming to IS:

1077, IS: 2212 & IS: 3495.

30.6 All concrete blocks shall be of min. compressive strength of 7.5 N/mm2 and shall be of Grade A conforming to IS: 2185.

30.7 The laterite blocks shall conform to IS: 3620.

30.8 All buildings shall be provided with suitable damp proof course (DPC). The DPC shall be with

PCC (1:2:4) using 6 down coarse aggregate and water proofing admixture. The min. thickness of DPC shall be 40mm.

30.9 The construction of brick masonry shall conform to IS: 2212. Construction of Concrete block

Page 251: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 112

masonry shall conform to IS:2572.

31. Plastering, Pointing & Coping Works

31.1 All brick masonry work shall be provided with plaster.

31.2 Wall and ceiling plaster shall be in cement mortar (CM) 1:6 and 1:3 respectively.

31.3 Thickness of plaster shall be 18mm and 12mm for rough and smooth surface of the brick wall respectively. The ceiling plaster shall be 6mm thick.

31.4 All joints in stone masonry shall be raked and pointed in cement mortar (CM) 1:3 except

specified otherwise.

31.5 Exposed top surface of brick or stone masonry shall be provided with 25 mm thick plain cement concrete (PCC) coping (1:2:4) with trawl finish. All exposed coping shall be provided with suitable slope and projection for easy drainage of water.

31.6 All door and window chajja shall be provided with 10mm wide drip course.

32. Building Water Supply & Plumbing Works

32.1 C-PVC pipes shall be used for all internal building water supply works while all external water

supply pipes shall be uPVC conforming to relevant BIS standard.

32.2 Rain water pipe shall be of PVC conforming to relevant BIS standard.

32.3 All sewerage, waste water and ventilation pipes shall be of HDPE conforming to relevant BIS standard.

32.4 MCR building shall be connected to Sewage treatment facility including all associated works

like Manholes etc.

32.5 Sewage Treatment facility:

32.5.1 The Contractor shall design & provide soak pit and RCC Septic tank for treatment of sewage and waste water from MCR building. However, in case of ground water within 1.5m of finished grade level or the soil strata being of low permeability (permeability ≤10-6 m/s) where septic tank and soak pit arrangement is not effective suitable packaged sewage treatment plant of reputed make/manufacture shall be provided. The sewage treatment facility shall be of required capacity and of proven design.

32.5.2 The sewage treatment facility shall be designed for total of 15 people.

32.5.3 The design and drawings shall be submitted for approval prior to execution.

33. Pipe & Cable Trenches

33.1 All trenches inside the building and transformer area shall be of RCC. The min. wall and base slab thickness shall be 100mm for depth ≤ 850mm and 150mm for depths >850mm.

33.2 The trench shall be designed for lateral load due to external soil fill, ground water table at FGL and 50 KN/ Sqm surcharge. External trenches shall be kept min. 100mm above FGL to avoid entry of rain water. In case of straight length of the trench being more than 40m, suitable

Page 252: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 113

expansion joints with PVC water stop shall be provided.

33.3 Internal trenches (inside buildings) shall be provided with chequred plate (min.8mm thick plus stiffening angle as required) covers while external trench shall have precast concrete covers.

33.4 Min. thickness of precast cover shall be 50mm. Both bearing edges of the cable trench and all

edges of pre-cast covers shall be provided with min. 50x50x6 mm edge protection angle with lugs.

33.5 The trench cover (chequered or pre – cast both) shall be provided with suitable lifting hooks.

33.6 As required suitable MS insert plates shall be provided on trench wall to support the cable

rack/ pipe.

33.7 The trench bed shall have a slope of approx. 1(V):250(H) along and 1(V):50(H) across the length of the trench. The cable trench shall have a dewatering sump (s) of size 450x450x450 mm depth at suitable location to facilitate collection & pumping out of rain water from the trench.

33.8 The external buried cables shall be laid in excavated trench as specified under specifications for Electrical works. The sand for filling shall be of Grade – IV conforming to IS: 383.

34. Water Supply & Cleaning of Modules

34.1 The contractor shall design and install the effective module cleaning system.

34.2 A regular supply of suitable quantity of water shall be ensured by the contractor to cater day

to-day requirement of drinking water and for cleaning of PV modules during entire O&M period.

34.3 The Contractor shall estimate the water requirements for cleaning the photovoltaic modules at least once in two week or at closer frequency as per the soiling conditions prevailing at site, in order to operate the plant at its guaranteed plant performance. Also, the contractor is required to plan the water storage accordingly with provision of a tank of suitable capacity for this purpose. However, min. consumption of 2 Ltr / Sqm of surface area of SPV module shall be considered in estimation of required quantity of water storage.

34.4 Water used for drinking & PV module cleaning purpose shall be of Potable quality and fit for cleaning the modules with TDS generally not more than 75 PPM. In case of higher salt contents, the water shall be thoroughly squeezed off to prevent salt deposition over module surface. However, water with TDS more than 200 PPM shall not be used directly for module cleaning without suitable treatment to control the TDS within acceptable limits. The water must be free from any grit and any physical contaminants that could damage the panel surface.

34.5 If required, for settlement of any grit/ unacceptable suspended particles in the water a settling tank shall be installed before the inlet of the storage tank. Suitable arrangement for discharge/ disposal of sediment/ slush shall be provided in silting chamber by gravity disposal in surface drain or with provision of sludge sump and pump of adequate capacity.

34.6 The module cleaning system shall include construction of RCC tank or supply and installation of Ground mounted PVC tank (s) of required storage capacity, pumps (including 1 No. standby pump), water supply mains and flexible hose pipes, taps, valves (NRV, Butterfly valve, Ball valve, Gate valve, PRV, scour valve etc.), Water hammer arrester(s), pressure gauge, flow meter

Page 253: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 114

etc. as per the planning & design.

34.7 In case of over ground water storage tank, the contractor shall check its effect on plant performance through shadow analysis. The PVC storage tank shall conform to IS: 12701. The valves shall conform to IS: 778. A suitable metal sheet canopy for protection from direct sunlight shall be provided over the tank area.

34.8 The water supply mains could be either of GI, uPVC or HDPE, however, the vertical pipe connecting supply main to the discharge point shall be of GI.

34.9 Masonry chamber shall be provided for Main gate valve at pump end. Whereas, as per requirement s, at other locations a masonry or GI/ HDPE pipe chamber may be provided.

34.10 Module cleaning procedure and pressure requirement at discharge point shall be as per the recommendation of PV module manufacturer. However, discharge pressure at outlet shall not be less than 50kg/cm2 (5 MPa).

34.11 All the pipes thus laid shall be buried in ground at least 150mm below FGL or taken above ground clamping on suitable concrete support blocks. In case of above ground piping GI pipes shall be used. At road and drain crossings they shall be taken through a casing pipe as specified above.

35. Underground/ Over ground Water Tank

35.1 The top of the UG tank shall be 250 mm above FGL.

35.2 The tank shall have clear free board of 300mm above MWL.

35.3 The tank bottom shall have a slope of 1:100 towards drainage sump (500x500x500 mm deep). The slope shall be provided either in structural slab or in screed concrete (1:2:4) trawl finished. 1000x1000 mm size Manhole in roof slab and 20 mm MS rung ladder shall be provided for easy access to the storage tank and silting chamber for periodic cleaning. The manhole shall be covered with RCC precast cover. 50x50x6 mm MS angles shall be provided around precast cover and tank slab opening for edge protection. Rungs shall be painted with 2 coats of epoxy paint over 2 coats of primer.

35.4 The underground RCC tank shall be designed for following load conditions: External earth pressure + hydrostatic pressure due to ground water table (to be

considered at FGL for design purposes) + Surcharge of 2 T/ Sq.m and Tank Empty.

Tank full up to MWL and no external loads

35.5 The design shall conform to IS: 3370 with maximum crack width of 0.1mm for wall, bottom slab and roof slab. Min. grade of concrete shall be M30 (M35 in coastal areas, marshy and saturated soils) conforming to IS: 456. Suitable construction joints shall be provided as per provisions of IS: 3370 (Part 1). Water proofing admixture conforming to relevant BIS standard and of approved make shall be added to concrete as per manufacturer’s recommendations.

35.6 The underground water tank shall be tested for water tightness as per the provisions of IS 3370 (Part-4). In case any leakage is noticed the same shall be repaired by injection of cement grout installing suitable nozzles around affected areas. Outside face of water tank in contact with water and soil and underside of roof slab shall be painted with 2 coats of epoxy paint.

Page 254: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 115

36. Miscellaneous structures:

36.1 Support structure for weather monitoring device:

36.1.1 Weather monitoring device shall be mounted on tubular steel pole of required height. The pole shall conform to IS: 2713.

36.1.2 The pole shall be secured to an independent RCC foundation structure through Base plate and Anchor bolt assembly.

36.1.3 200mm long 20mm dia. rods shall be welded to the pole at 300 mm C/c for access to the device for maintenance purpose.

36.1.4 The support structure shall be hot dip galvanized.

36.2 Support structures for SMU

36.2.1 SMU shall not be supported from MMS and shall have an independent structural steel supporting frame of ISMC 75, secured to an independent RCC foundation structure.

36.2.2 The support structure shall be of adequate height to ensure either min. ground clearance of1.2m to SMU unit or HFL + 100mm, whichever is higher.

Page 255: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 116

IV. Quality Assurance and Inspection of Civil Works

1. Introduction

1.1 This part of the specification covers the sampling, testing and quality assurance requirement (including construction tolerances and acceptance criteria) for all civil and structural works covered in this specification.

1.2 This part of the technical specification shall be read in conjunction with other parts of the technical specifications, general technical requirements & erection conditions of the contract which covers common QA requirements. Wherever IS code or standards have been referred they shall be the latest revisions.

1.3 The rate for respective items of work or price shall include the cost for all works, activities, equipment, instrument, personnel, material etc. whatsoever associated to comply with sampling, testing and quality assurance requirement including construction tolerances and acceptance criteria and as specified in subsequent clauses of this part of the technical specifications.

1.4 The QA and QC activities in all respects as specified in the technical specifications/drawings/ data sheets / quality plans / contract documents shall be carried out at no extra cost to the owner.

1.5 The contractor shall prepare detailed construction and erection methodology scheme which shall be compatible to the requirements of the desired progress of work execution, quality measures, prior approvals from statutory authorities etc. if any and the same shall be got approved from the Employer/PMC.

1.6 If required, work methodology may be revised/ reviewed at every stage of execution of work at site, to suit the site conditions, work progress commensurate with project schedule by the contractor at no extra cost to the Employer

2. QA and QC Man power:

2.1 The contractor shall nominate one overall QA coordinator for the contract detailing the name, designation, contact details and address at the time of post bid discussions.

2.2 All correspondence related to Quality Assurance shall be addressed by the contractor’s QA coordinator to Employer/Consultant.

2.3 Employer/ Consultant shall address all correspondence related to Quality issues to the contractor’s QA coordinator. The contractor’s QA coordinator shall be responsible for co- ordination of Quality activities between various divisions of the contractor and their sub- vendors on one hand & with Employer/ Consultant on the other hand.

2.4 The contractor shall appoint a dedicated, experienced and competent QA & QC in-charge at site, preferably directly reporting to the Project Manager, supported as necessary by experienced personnel, to ensure the effective implementation of the approved QAP.

2.5 The contractor shall finalize and submit a deployment schedule of QA & QC personnel along with their details to Employer/ Consultant for approval/ acceptance and further shall ensure their availability well before the start of the concern activity.

3. Laboratory and Field Testing:

3.1 The contractor shall make necessary provisions to provide all facilities required for QA & QC activities by setting up a field laboratory for QA and QC activities in line with the indicative field

Page 256: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 117

QA & QC laboratory set-up.

3.2 The Laboratory building shall be constructed and installed with adequate facilities to meet the requirement of envisaged test setup. Temperature and humidity controls shall be available wherever necessary during testing of samples.

3.3 The quality plan shall identify the testing equipment/ instrument, which the contractor shall deploy and equip the field quality laboratory for meeting the field quality plan requirements.

3.4 The contractor shall furnish a comprehensive list of testing equipment/ instrument required to meet the planned/scheduled tests for the execution of works for Employer acceptance/ approval.

3.5 The contractor shall mobilize the requisite laboratory equipment and QA & QC manpower at least 15 days prior to the planned test activity as per the schedule of tests.

3.6 In case contractor desires to hire the services of any established laboratory nearby then he shall ensure that the subject laboratory is well equipped with all requisite testing facilities and qualified QA & QC staff and this shall not affect in anyway the work progress.

3.7 All equipment and instruments in the laboratory/ field shall be calibrated before the commencement of tests and then at regular intervals, as per the manufacturer’s recommendation and as directed by the Employer. The calibration certificates shall specify the fitness of the equipment and instruments within the limit of tolerance for use. Contractor shall arrange for calibration of equipment and instruments by an NABL / NPL accredited agency and the calibration report shall be submitted to Employer.

3.8 The tests which cannot be carried out in the field laboratory shall be done at a laboratory of repute. This includes selected IITs, NCB, CSMRS, reputed government / autonomous laboratories / organizations, NITs and other reputed testing laboratories. The test samples for such test shall be jointly selected and sealed by the engineer and thereafter these shall be sent to the concerned laboratory through the covering letter signed by Engineer-in-charge. Test report along with the recommendations shall be obtained from the laboratories without delay and submitted to Employer/PMC.

3.9 Based on the schedule of work agreed with the Engineer-in-charge and the approved FQP, the contractor shall prepare a schedule of tests and submit them to the Engineer-in-charge and organize to carry out the tests as scheduled/agreed.

4. Sampling and Testing of Construction Materials:

4.1 The method of sampling for testing of construction materials and work / job samples shall beas per the relevant IS / standards / codes and in line with the requirements of the technical specifications / quality plans.

4.2 All samples shall be jointly drawn, signed and sealed wherever required, by the contractor and the engineer or his authorized representative.

4.3 The contractor shall carry out testing in accordance with the relevant IS standards/ codes and in line with the requirements of the technical specifications / quality plans. Where no specific testing procedure is mentioned, the tests shall be carried out as per the best prevalent engineering practices and to the directions of the Engineer-in-charge.

4.4 All testing shall be done in the presence of Engineer-in-charge or his authorized representative in a NABL accredited / Govt. Laboratory acceptable to Employer.

4.5 The test samples shall be jointly selected and sealed and signed by the Site-in-charge and thereafter these shall be sent to the concerned laboratory.

4.6 The test report along with the recommendations shall be obtained from the laboratory without

Page 257: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 118

delay and submitted to Employer.

5. Purchase and Service:

5.1 All structural steel shall be procured from main steel producers like SAIL, TISCO, RINL, Essar

Steel, Ispat Industries, JSW Steel, Lloyds Steel Industries, Jindal Steel & Power for rounds (15-

105 mm), flats (45-120 mm width & 4.75-28 mm thick), hex rods (15.5-42 mm) and wire rods

(5.5-38 mm). In case of non-availability of some of the sections with main steel producers

listed above, the contractor may propose to procure the sections from the re-rollers of the main

steel producers, the name of such re-rollers will have to be cleared by the Employer for which

details such as BIS approval, main steel producer’s approval, past experience for production of

sections of specified material, details of machines, plant, testing facilities etc.

5.2 Confirmation that the process control and manufacturing of steel sections by re-rollers shall be same as that of main steel producers, that billets for re-rolling will only be sourced from main steel producers shall be furnished with regard to re-roller.

5.3 For Module Mounting Structures (MMS), sources of steel other than those specified under this clause may also be used subject to the condition that they otherwise meet the requirements of the Technical Specifications / Bid documents. Even after clearance of re-rollers, induction of billets with identified and correlated Mill test certificates (MTC) in the process of re-rolling, sampling of steel, quality checks thereof and stamping of final product for further identification and correlation with MTC prior to dispatch shall be the responsibility of the contractor and these shall be performed in presence of the authorized representative of the main Contractor.

6. Field Quality Plan

6.1 Well before the start of the work, the contractor shall prepare and submit the Field Quality

Plans to Employer for approval, which shall detail out for all the works, equipment, services,

quality practices and procedures etc. in line with the requirement of the technical specifications

to be followed by the contractor at site.

6.2 This FQP shall cover all the items / activities covered in the contract / schedule of items

required, right from material procurement to completion of the work at site.

7. General QA Requirements

7.1 The contractor shall ensure that the works, BOIs and services under the scope of Contract,

whether manufactured or performed within contractor’s works or at his subcontractor’s

premises or at the project site or at any other place of work, are in accordance with Technical

specification, applicable standards / codes, approved drawings / data sheets / quality plans and

BOQ. All the works, BOIs and services shall be carried out as per the best prevalent engineering

practices and to the directions of the Engineer.

Equipment UOM Approx. Qty.

Cube moulds for cement testing nos. 8

Sieve shaker nos. 1

Sieve for sand, coarse and fine aggregate Set 1

Sieve for coarse aggregate Set 1

Page 258: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur, Guna(M.P)

Page | 119

Slump testing equipment nos. 3

Oven nos. 2

Physical balance nos. 1

Thermometer nos. 4

Burret nos. 2

Measuring cylinder nos. 6

Measuring flask nos. 3

Compression testing machine Set 1

Cube mould for concrete nos. 12

Mechanical weighing machine nos. 1(100kg capacity)

Drum type concrete mixer (for trial mixes) nos. 1

Proctor testing equipment Set 1

8. Notes:

(i) The equipment listed above is indicative and minimum required. Additional equipment, if any, required for successful completion of work shall be provided /arranged by the contractor.

(ii) All test reports/ inspection reports shall be submitted in soft copy also and shall be available at site for easy access to the Engineer-in-charge/Employer.

(iii) Based on the schedule (L2/L3 Network), Quality control & Quality Assurance Work plan shall be finalized by the contractor and the same shall be submitted to Employer for acceptance/approval.

Page 259: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

Page | 1

Section-VI (A)

ANNEXURES &

ENCLOSURES

List of Annexure:

1. Annexure-1 Bill of Material (BOM) (Indicative only) 2. Annexure-2 Make List 3. Annexure-3 PG Test Procedure 4. Annexure-4 Pre-Commissioning Inspections, Checks & Tests

List of Enclosures:

1. Enclosure-1: Location Map of Project Sites

2. Enclosure-2: Single Line Diagram-0.8 MW(AC) G.M. Solar PV Power Plant-A

3. Enclosure-3: Single Line Diagram-1 MW(AC) G.M. Solar PV Power Plant-B

4. Enclosure-4: Layout of 0.8 MW(AC) G.M. Solar PV Power Plant-A

5. Enclosure-5: Layout of 1MW(AC) G.M. Solar PV Power Plant-B

(*Details & Drawings provided in this section are tentative and for tender purpose only)

Page 260: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

Page | 2

Annexure-1

Indicative Bill of Quanties

Name of Work : Detailed survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and 10 Years of Comprehensive Operation & Maintenance of 1.0 MW & 0.8 MW Ground Mount Solar PV Power Plants:

S.No Description of Item Units

Quantity Total

Quantity Plant-A (0.8 MW)

Plant-B (1.0 MW)

Part-A :Design& Drawigs

Survey and Design

1 Conducting detailed Topographical survey,Contouring at 1meter level,Fixing of benchmark and survey points on the ground and map,Trees with an inventory -tree type,height and girth,as per relevant IS Standards including preparation of drawings as per relevant IS codes.

Job 1 1 2

2 Detailed Geotechnical investigation of the sites through govt.approved laboratory for design of any civil/mechanical/electrical related structures & analysis of the both solar plants,as per relevant IS codes

Job 1 1 2

3 Detailed design,drawings and calculations of the Foundations/Structures considering the weight and distribution of the Civil/Mechanical,Eelctrical structure and assembly according to local wind speed and Seismic factors of the sites. ( STADD PRO DESIGN CALCULATIONS ) as per relevant IS codes

Job 1 1 2

4 Shadow Analysis at the sites to design strings and arrays layout considering optimal usage of space, material and labour. Including landscaping design, Layout and specification of sub-systems,MPPT Design,PV System design,analysis & Simulation by using latest applications and as per industry standards as per relevant MNRE/ICE Standards.

Job 1 1 2

6 Study of Existing Power System,Electrical load & Fault Level calculations,Design and Drawings,SLDs,Sizing and Selection of Cables,Busbar, Inverters, Transformers, HT &LT Switchgear,Panels,LAs etc,Earthing and Lightning Protection schemes,Structural & Sectional layouts, Evacuation System, Integration and Synchronisation with Existing Power System as per relevant IS codes.

Job 1 1 2

Page 261: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

Page | 3

7 Design, Drawing, prepration of reqiste application ,obtaining all associated statutory and regulatory compliances, Consents, permits, approvals and/or licenses from all local, state or national government authorities or public service undertakings for successful construction, commissioning and operation of plant.

LS 1 1 2

Part-B: Supply & Istallation: (Solar PV Plant & Power Evacuation)

PV Block

Units

Quantity Total

Quantity S.No Description of Item Rating & Specs Plant-A

(0.8 MW) Plant-B

(1.0 MW)

1 Solar PV Modules ≥325 watt* ,Mono/Poly Cry-Si Make: Canadian Solar/Sunpower/ REC/ Trina or equivalent indian make

Nos 2740 3430 6170

2 Module Mounting Structures including fasteners and clamps

HDGI, fasteners in connections of MMS members shall be SS 316 Class A-70 MT 36 45 81

Power Block

3 Array Junction Boxes FRP Enclousure,with SPD & SCADA Monitoring along with mounting structure, IK 07/ IP67 Nos 8 10 18

4 Solar PV Cable 1Cx 6 Sqmm, Cu,Flexible UV Protected, 1.8KV,EBXL XLPO/XLPO, ZH-FRLS as per TUV 2 Pfg specs. Mtrs 4000 5000 9000

5 DC Cable ( AJB to PCU) 1C x 50 sq.mm, Cu,flexible, 1.8KV, EBXL XLPO/XLPO, ZH-FRLS as per TUV 2 Pfg specs. Mtrs 1600 2000 3600

6 Power Conditioning Unit (PCU/Inverter) Indoor Type, 630 KVA, Central Make: SMA/ABB/Hiatchi/ Toshiba-Mitsubishi Nos 2 2 4

7 LV ACB Switchgear Panel (PCU to Transformer)

Indoor Type, with 1200amp ACB, including Solar Generation Meter,CT, VT, HRC Fuses, Metering, DMFM,MCCB, Relays, Contactors, Transducers etc..

Nos 2 2 4

8 Power Transformer Indoor type,33/0.300-0.330 kV, 1250 KVA, Dy11, ONAN, +5% to -5% in steps of 2.5%) Nos 0 1 1

9 Low Voltage Transformer Indoor type,.315-315/433V, 1000 KVA, Nos 1 0 1

Page 262: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

Page | 4

10 Auxilary Distribution Transformer with kwh meter with sealing arrangement

Indoor type,25 KVA,315/433 V Nos 0 1 1

11 33KV VCB Indoor type 33 KV rated extensible type H.T. VCB for 33 KV feeder protection and Power Transformer HT side protection, with SCADA compatible panel board totally enclosed and fully compartmentalized, dust and vermin proof cubical segregated cable termination suitable for current ratings, 1Rx3CX185 sqmm

Nos 0 1 1

12 Battery & Battery Charger Battery Set (Maintance free VRLA) 110 V,100 Ah,Battery Charger 110V, 100 Ah (with float cum boost charger working on 230V 1ph AC supply along with integral DCDB with sufficient no.of O/G feeders as per specifications)

Nos 1 1 2

13 LT Cable with Accessories for AC side power connections from PCUs to LV side of transformer

1.1KV,3C x 300 Sq.mm Al, XLPE insulated

Mtrs 90 90 180

14 Lighting Arrester for solar array field with earthing set

ESE TYPE, Protection Range as per design Set 2 2 4

Power Evacuation

15 LT Cable with Accessories 1.1KV,3C x 300 Sq.mm Al, XLPE insulated,300 mtr distance approx. Mtrs 1500 0 1500

16 LV ACB Switchgear Panel Indoor Type, with 2000amp ACB,including Solar Generation Meter,CT, VT, HRC Fuses, Metering, DMFM,MCCB, Relays, Contactors, Transducers etc..

Nos 2 0 2

17 Modifictation in Existing LT Panel Busbar extension etc...as per final design,for power evacuation at LT Level Job 1 0 1

Page 263: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

Page | 5

18 Conversion of existing DP to 4P Structure for tapping with HT Cbale, with 13 mtr, 152x152mm H-Beams, Isolator, LAs, Top channels,Clamps,Earthing,,Cable Termiation Arrangemet usig GI Pipes & clamps, Disc and Pin Insulators, Clamps & Connectors, Conducto etc…in complete as per design

Job 0 1 1

19 33KV HT 3Cx185sq.mm Al xlpe Cable 33KV,3Cx185sq.mm,Al.xlpe,300mtr distance approx.,on cable trays required Jointing and End termination with all acceessories for power evacuation as per requirement and approved design

Job 0 1 1

Communication & Remote Monitoring

20 Complete plant SCADA with SCADA server having string level monitoring capabilities over remote server with UPS,OFC/RS-485 Cables,PC, accessories and software,RTU for communication with SLDC,Data Logging system etc..as per requirement and approved design

Job 1 1 2

21 Weather Monitoring System contains Solar radiation/ Pyranometer, PV Temperature sensor , Ambient Temperature & Humidity sensor,Rain bucket, Irradiance Sensor etc.. with SCADA interface as per requirement and approved design

Job 1 1 2

Solar Plant Earthing System

22 Earthing system including Insulated flexible Copper Cables, Earthing electrodes, GI flats, copper strips, copper earthing cables (green) of min 25sq mm, CPVC pipes, Earth chamber, Insulation bushes, heat shrinkable sleeves for control room copper strip earthing and all related miscellaneous hardware as per requirement and approved design with relevant to BIS & OISD Standards.

Job 1 1 2

Illumination system

0

23 Illumination system complete for indoor lighting like control room building and outdoor lighting like Switchyard, road,Peripheral lighting etc. with wiring and provision of AC supply,pole pipes, lamps, lamp fittings, CPVC pipes,junction boxes, cables, cable lugs, glands,cable conduits, related accessories, hardware and foundation item etc...as per requirement and approved design with relevant to BIS & OISD Standards.

Job 1 1 2

Miscellaneous items & Others

Page 264: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

Page | 6

24 Supply of MC4 connectors, cable ties, HDPE DWC pipes with couplers/ joints/ bends etc. for 1C x 6sq.mm copper cable, GI pipes for road crossings, cable lugs, cable glands, ferrules, nuts, bolts, hardwares, for control room and its associated solar array as per IEC/BIS Standards

Lot 1 1 2

25 Miscellaneous items such as cable tags, danger boards, cable markers,hoarding board, sign boards, display boards, electrical insulation mat,Discharge Rods, checkered plates, air conditioners, tool kits, measuring instruments, office furniture etc… with relevant to BIS & OISD Standards.

Lot 1 1 2

26 Fire protection and Fire fighting system in buildings and PV Array Feild including fire detection & alarm system, fire extinguishers, safety gadgets and others works as per technical specification, norms of OISD & BIS and any other applicable standards.

Job 1 1 2

27 Supply and delivery of Testing Instruments, Office Furniture, PPE and Tools&Tackles etc as required and as per Technical Specifications. Lot 1 1 2

PART-C : Civil Design & Construction Work

S.No Description of Item Units

Quantity Total

Quantity Plant-A (0.8 MW)

Plant-B (1.0 MW)

1 Detailed survey of both sites , cleaning , Felling trees of different sizes of girths,average 15-30cm measured above ground level, including cutting of trunks and branches, removing the roots and stacking the serviceable material and disposal of unserviceable material (if required with appropriate approval from the concerned authority), Clearing and uprooting of shrubs,bushes,rank vegetation,grass and brushwood etc..and removal of boulders,any obstacles and rubbish upto a lead and location as per standrads and as decided by Engineer-in charge.

Job 1 1 2

2 Levelling of the site (wherever required) graded and leveled properly for the water to drain out of the project site, any earth filled land packets must be well compacted,grade and dressing,dumping of excess material complete as per specifications and directions of the engineer in both dry and wet condition in all kinds of soil by meachanical/manual means as per standradsand as decided by Engineer-in charge.

Job 1 1 2

3 Design, Providing & fixing of Chain-Link/suitable Fencing along the periphery of the plant as per site conditions, Height of fence shall be 1.5 m minimum above the final ground level.as per relevent technical specifications and as decided by Engineer-in charge.

Job 1 1 2

Page 265: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

Page | 7

4 Design, Providing and fixing Main gate of structural steel material suitably secured to the fencing poles/pillers and shall be provided with lock and key, design as approved by Engineer-in charge and according to relevent technical specifications.

Job 1 1 2

5 Design, engineering,Supply and construction of Control room of adequate size,with RCC Structure: Control Room building will accommodate all types of electrical switchgear, Transformers, Inverters, Control Panels, Battery Set, SCADA, Stores & Office Room and Toilets with Brick/AL Glass partitions,Internal/external Electrification, adequate windows for natural light & ventilation,Air ducts/Exhaust fan holes, Fire safety provisions, Suitable provision for passage (for smooth movement of O & M personnel), cable trenches, operating area etc...shall be designed as per provisions of National building code (NBC),OISD & BIS and as per relevent technical specifications. (walls shall be double walls with air gap in between for cooling effect)

Job 1 1 2

6 Design,Supply and Laying of Suitable approach road (as applicable) from nearest main road up to plant Main gate, Access road from Main gate to Main control cum office room (MCR), and Internal/peripheral road along the boundary fence wall shall be provided for safe and easy transportation of men, material and equipment during construction and maintenance. as per relevent standards,approved design and relevent standards.

Job 1 1 2

7 Design, Supply and erection of Module cleaning system such as construction of borewell (If necessary), Installation of submersible pumps (for bore wells), booster pumps, ball valves, non-returnable valves, water storage tanks, laying of pipelines (with required pressure pumps, spray by nozzles),.from bore wells/Source point to solar array field through water storage tanks or using tankers and tractors for wet wash of modules as per relevent technical specifications and standards.

Job 1 1 2

8 Design,Supply and Laying new water supply line for potable water distribution to the Solar Plants from nearby source point , Providing and fixing G.I. pipes(not lessthan 40mm dia/medium) complete with G.I.fittings, including labour, testing of joints, cost of pipes,specials and jointing materials all complete. Pipes and sockets conforming to IS-1239/2011 Part-II, trenching and refilling in soil and bituminous road (external work) and all allied civil works etc. in complete ,as per approved design and relevent standards and as decided by EIC.

rmt 400 1500 1900

9 Surface/ Area drainage: Design, Supply and Construction of storm water drainage network for smooth disposal of storm water from the plant to the nearest available drainage outlet as per standrad practises and normas and as decided by EIC.

Job 1 1 2

10 Weed/Vegetation management: Supply and execution of Mowing or Using Herbicides or laying mixture of Stone Crusher dust& cement as per standrad practises and normas and as decided by EIC. Job 1 1 2

Note: The above BOM is indicative only; however Contractor shall submit his own BOM based on final designof solar plants.

Page 266: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

Page | 8

Annexure-2

PROPOSED MAKE LIST

S No.

COMPONENT SUPPLIER

1 PV Modules Canadian Solar/REC/Sun Power/TRINA equivalent Indian make

2 Central Inverter ABB, Hitachi, SMA, TMEIC, Siemens Gamesa.

3 HV & LV Switchgears /Breakers

L&T, Siemens, Schneider ABB, Crompton Greaves,

4 DC Cables Uniflex, Polycab, RR, Havells

5 Jointing Kits / RPG, Raychem, 3M

6 MC4 Connectors ELMEX,ELCOM

7 AC Cables Finolex, Havells, Polycab, Universal

8 SCADA Components L&T, ABB, Siemens, GE Fanuk, Schneider, Rockwell, Honeywell

9 Transformer CGL, Voltamp,AREVA,MEHI

10 String Monitoring Boxes Hensel, L&T, Statcon, ABB , Trinity, Schneider Electric

11 Weather Monitoring System Kipp, MetOne, ambient weather and Zonen

12 Lightning Protection System ABB,JEF Techno, INGESCO, SABO

13 Power evacuation System including HT Under Grounding Cable

As per MPPKVVCL and CPWD approved vendor list

14 HT / LT cables Universal, Havells, KEI, Polycab

15 CCTV System Bosch, Pelco, Sony, Panasonic

16 Lighting System Bajaj, CGL, Philips, Havells

17 UPS Emerson, Hi-Rel, Delta, Power One, APC

18 DC Charger Amara Raja, HBL, Caldyne, Chhabi

Page 267: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

Page | 9

Annexure-3

Performance Guarantee Measurement Test Procedure

1. INTRODUCTION

This document lays down the procedures and requirements for conducting Performance Guarantee

tests including scope of the tests, procedures for the tests, Reporting Formats and process for

determining test results in accordance with the Tender Specifications, Applicable standards and best

practices.

Performance Guarantee (PG) test period would be continuous measurement of 30 consecutive days.

The procedure of PG testing is described further in Section 5.

The report shall contain all the measured energy and Met data values, calculations, results and

conclusions.

2. PERFORMANCE RATIO

The Efficiency or performance ratio (PR) of the PV Plant is calculated as follows (according to IEC

61724 Ed.2)

Performance Ratio: PR = (YA/YR) x [ 1- α (T avg– Tcell)

YA = Eac/ PNom

YR= IR Site/ IR STC

Where,

YA= Final PV system yield (representing the number of hours that the system would need to

operate at its rated output power (PNom) to contribute the same energy to the grid as was

monitored.

YR = Reference yield (representing the number of hours during which the solar radiation would

need to be at STC irradiance levels in order to contribute the same incident energy as was

monitored).

Eac = AC energy injected into the grid during a clearly specified amount of time (kWh).

PNom= Installed nominal peak power of modules (Nameplate rating at STC) (kWp);

IRSite = Irradiation on the module plane of array during a clearly specified amount of time

(measured with a pyranometer installed on the plane of array, POA) (kWh/sq. m)

IRSTC = Irradiance at STC (kW/ sq. m); 1000W/m2

Tavg = Average cell/ module temperature (°C) over a period of time

Tcell = STC cell/ module temperature (°C); 25°C

α = temperature coefficient of power (negative sign) corresponds to the installed module (%/°C) (as

Page 268: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

Page | 10

per PV Module Datasheet)

3. GENERAL REQUIREMENT

(i). The PG test of power supply facility shall be carried out for a period of 30 consecutive days.

(ii). These tests shall be binding on both the parties to the contract to determine compliance of the

equipment with the guaranteed performance parameters.

(iii). The test will consist of guaranteeing the correct operation of plant individually over 30 days, by

the way of the performance ratio based on the reading of the energy produced and delivered to

the grid and the average incident solar radiation.

(iv). PR is calculated as per the formula given in Clause no. 2 and recorded as per the format

provided at Annexure 1.

(v). All the end of each day, the filled-in format shall be signed by both the parties and each party

will keep one copy for record. The same will continue for 30 consecutive days and at the end of

PG test period, the average of all the days will be calculated.

(vi). During this PG test, equipment failure/interruption of any kind will be considered and that day

or part thereof will not be part of PG test period. The test will be continued once the complete

system will be rectified and working properly. The test will extend exactly as number of

breakdown days.

4. Pre-PG TEST

The EPC Contractor shall perform the PG start-up tests incorporating both visual inspection and

functional testing. Such testing shall be conducted under the Employer’s/PMC’s supervision. The test

results shall be recorded as part of a signed-off commissioning record.

Preliminary Test Check:

The preliminary checks includes all the warranty certificates for the major equipment, pre –

commissioning test reports, field quality checklists verified through the FQP documents of all

equipment and works along with the calibration reports of all the instruments and sensors, wherever

applicable.

Visual /Mechanical Test

Visual checks shall be done on all the components that form part of the plant including the grid

connection equipment in compliance with the field quality plans. The following critical elements as a

minimum shall be subjected to visual inspection:

Module mounting structure and foundations.

PV module and DC installation.

Inverters.

Transformers.

Switchgear.

Lightning protection systems.

Earthing protection systems.

Electrical protection systems, junction boxes and cabling.

Grid connection compliance protection and disconnection systems.

Monitoring systems (including meteorological sensors).

Page 269: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

Page | 11

Electrical Tests

Subsequent to mechanical completion and visual testing of the plants, following functional electrical tests shall be performed. These tests also referred as start-ups tests shall be the first step for PG guarantee of the plant. These tests shall essentially include: Open circuit voltage (VOC) test. This test verifies that strings are properly connected (module and string polarity) and that all

modules are producing the expected voltage according to the module data sheet. To measure Voc, the

following procedure shall be used;

DC string combiner box is opened; fuses leading to the sub main junction box are removed.

The voltage is measured with a calibrated, industry accepted instrument from the negative bus

bar to the string positive lead.

Performance Guarantee Test for shall commence immediately after all issues arising from the

functional/ start-up test have been rectified.

DC Side Voltage Drop: Maximum voltage-drop at full power from the PV modules to inverter should

be less than 1.5% (including diode voltage drop). The detailed measurements and calculations shall

be provided by the EPC Contractor.

Note:

a) All measurement(s) procedure should be carried out taking proper safety precaution.

b) Also it should be ensured that to avoid any loose connection at the terminal points for which

measurement procedure is conducted.

c) Ensure proper functioning (e.g. Multimeters shall be calibrated) of all measuring instruments

before conducting above measurement procedure.

d) The above test procedure shall be conducted in presence of site in-charge.

5. PG TEST PROCEDURE

The date of commencement of the PG Test Procedure shall be communicated in advance and agreed

upon by both parties i.e. Employer and EPC Contractor. Any consecutive 30 Days period (excluding

interruptions that last entire day on account of grid outage or as per hindrance record maintained at

site only) for the purpose of conducting performance guarantee test shall be mutually discussed and

agreed between EMPLOYER and EPC Contractor. It shall comprise of the following procedures:

Pre-test Procedure

1. Before the commencement of PG test, the plant shall have achieved visual/mechanical/Electrical

completion and DC Voltage Drop functional requirements as per Clause 4 above and SCADA

system and WMS shall be fully commissioned and functional.

2. Trial Run: The PG Test for Plant Facilities shall commence with a trial run for 7 consecutive days.

The EPC Contractor shall provide the data in requisite formats (specified elsewhere in the

document) to EMPLOYER. EMPLOYER shall vet the data for any discrepancies and systemic

errors and revert within 3 working days. If and once the 7 day trial run is passed, the 30 day PR

test will commence after communication from EMPLOYER in this regard. If the trial run fails, the

Page 270: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

Page | 12

trial run will start again after rectification and restoration of the system. The practice for trial

run can follow for 3 times before the PR to continue. In case the contractor fails to achieve even

trial run, the further action shall be taken as per the provisions of contract.

3. Pyranometer Tilt Angle & Cleanness: The Pyranometers & Tilt Angle shall be verified before the

test commences and then visually inspected at regular intervals for cleanliness during the tests.

4. All the calibration certificates for each measuring instruments which shall be used for PG test

shall be checked and ensure that these certificates are up to date.

Following the completion of the pre-test procedures, Performance Guarantee Test of plant shall

commence in accordance with the procedures, conditions and requirements provided in the next

section.

General Procedure for the PG Test

Data Collection:

PV Power Plant test related parameters are collected in one-minute and 15min. intervals for the 30

(Thirty) days (consecutive) reference period. The data shall consist of the following at a minimum:

Irradiance at Collector’s (i.e. PV Module) POA; (Source: SCADA, Temporal Resolution: 1minute)

Other Met Data received from installed WMS ; (Source: SCADA, Temporal Resolution: 1minute)

Energy generated at Plant (kWh) (Source: Plant MFM Meter from SCADA, Temporal

Resolution: 1 minute)

Energy injected into grid (kWh) (Source: Plant ABT Meter at GSS/injection point, Temporal

Resolution: 15 minute)

PV Module Temperature recorded from the temperature Sensors (oC) (Source: SCADA,

Temporal Resolution: 1 minute)

Data Filtering:

The data shall be filtered so that the data set is free of nuisance data points and bad data that exhibit a

high degree of error (such as errors caused by faulty instrumentation. The EPC Contractor shall

document data which is to be eliminated along with reasons. The following criteria shall be excluded

from the dataset used for this test:

Nuisance or bad data – Nuisance data points or bad data that clearly exhibit a high degree of

error including required meteorological measurement equipment that is identified as being out

of calibration or requiring adjustment. A 15 minute time-block shall be explicitly flagged through

a flag parameter on account of this factor after recording reasons thereof.

(Note: no filtration shall be done at site level). The same shall be corroborated /verified by

EMPLOYER.

Time blocks with insufficient (less than equal to 10) 1-minute records.

Grid Interruptions – Time periods (in 15 minute time blocks) of the grid interruptions at the

utility substation, recorded manually jointly by EPC Contractor and EMPLOYER representatives

shall be eliminated. Grid outage period, if any, shall be verified from SCADA.

Page 271: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

Page | 13

Any Force majeure condition

Radiation Criteria – Radiation on Plane of Array (POA) less than 200 W/m2

Shutdown explicitly demanded by the Owner/DISCOM/STU.

As per the hindrance record maintained at site.

6. DETERMINATION OF PG TEST

Daily PR shall be calculated as the average of valid 15minute time blocks for the 30 day duration. If

the EPC Contractor is not able to demonstrate PG test during these this period they will be given one

more chance to demonstrate the PG test after incorporation of suitable corrective measures. In that

case the steps for PG test shall be repeated again as above.

The test shall be repeated for 30 days in case of any outage of following equipment for more than 1 day.

Power Transformer Power Conditioning Unit

SCADA and data logger combined

Tilted pyranometer

Other WMS sensors.

Page 272: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

Page | 14

7. RAW DATA FORMATS AND REPORTS

The EPC Contractor shall submit to EMPLOYER raw data from the Plant SCADA on a daily basis in the following format, at a minimum.

7.1 Temporal Resolution: 1 Minute:

7.2 Temporal Resolution: 15 Minute (Every 15th Min record from the 1 Min Data at 7.1):

* Explicit Removal Flag: 0 indicates time block considered; 1 indicates time block not considered.

PR Test Report shall be generated from the Raw Data (Sample Report provided below after data filtering as per criteria laid out in para-5. The

Report shall be contain the signature of both representatives (Employer & EPC Contractor).

(format) Date & Time Dd/mm/yyy

y hh:mm:ss

Wind Speed (m/s)

Module Temp. (° C)

Ambient Temp.

(° C)

POA Radiation

(K-Wh/m²)

POA Irradian

ce (W/m²)

Horizontal

Irradiance (W/m²)

Humidity (%)

Wind Directio

n (°)

Generation

(KW-h) (Source:

MFM)

(format) Date & Time Dd/mm/yyy

y hh:mm:ss

Wind Speed (m/s)

Module Temp. (° C)

Ambient Temp.

(° C)

POA Radiation

(K-Wh/m²)

POA Irradian

ce (W/m²)

Horizontal Irradiance

(W/m²)

Humidity (%)

Wind Direction

(°)

Generation (KW-h) (Source:

MFM)

Generation (KW-h)

(Source: ABT Meter)

Explicit Removal

Flag* (0 or1)

Remarks

Page 273: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

Page | 15

REPORTS

1. Project Overview

S. No. Parameter Details

1 Solar PV plant Co ordinates Latitude Longitude

2 Plant AC capacity

3 Plant DC Capacity

4 PV Module Fixing Configuration

5 PV Module Tilt Angle

6 PV module Pitch Details

7 Solar PV Module Ratings

8 No of PV Module in Series per String

9 Total no of Strings

10 No of SMB

11 String Monitoring Box Configuration

12 Solar Inverter Technology

13 Solar Inverter Ratings

14 EPC Contractor

Page 274: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

Page | 16

Annexure-4

Pre-Commissioning Inspection

Pre-Commissioning Inspections / Checks / Tests and Coordination with Concern Departments for

necessary approvals and clearances for commissioning, synchronisation with Grid and Post-

Commissioning Operation of the Plant:

(A) Vendor shall carry out following minimum pre-commissioning checks:

1) Verification of firmness of terminations in all electrical equipment:

SMBs, PCUs, LT/VCB panels, transformers, 4P structure items (GOS, Lasetc), SCADA stations, weather monitoring equipment and PV array earthing.

2) Verification of earthing for all these electrical equipment.

3) Measurement and verification of parameters at string monitoring boxes at solar array field:

4) String current, voltage, combined SMB output current, module temperature, SMB

temperature.

5) Measurement and verification of parameters on DC input side of PCUs:

6) DC current and voltage; Vendor shall support the PCU engineer on these tests.

7) Insulation resistance measurements (megger tests) for all the electrical equipment of control

room, inverter room and switchyard.

8) Functional checks for PCUs: Vendor shall support the PCU engineer during the pre-

commissioning tests.

9) Functional checks for transformer marshalling box: a) Availability of AC/DC power supply,

b) Responses of the relays at VCBpanels, C&R panels and corresponding indications at

annunciation panel by simulating the alarm / trip of Buchholz, PRV, WTI, OTI, LOLA at

marshaling box.

10) Functional checks for VCB panels and C&R panels: a) Availability of AC/DC power supplies b) VCB on/ off,

c) Spring charging,

d) LED indications,

e) functioning of electromagnetic and numerical relays,

f) responses at VCB/C&R panels to operations from C&R panels/SCADA

g) Indications on windows, alarm accept/reset operations /SCADA.

h) Verification of interlock operations related to incomer and outgoing VCBs.

11) Verification of parameters at SCADA station: a) DC/AC parameters fromSMBs, HT panels, ACDB panels, Metering panels,

b) Status of ACB/VCB Breakers and Transformer protection relays,

c) Weather monitoring parameters.

12) Functional checks on SCADA software: mimic diagrams, trend graphs, remote accessibility etc.

Page 275: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

Page | 17

13) Earth resistance measurements at the electrode chambers for solar array, control room panels and switch yard equipment.

(B) Pre-commissioning tests on transformers, CTs, PTs, Lightning arrestors, GOS switches,

vacuum circuit breaker, relays, etc:

1) Usually performed tests are indicated as below.

However, exact type of tests required to be conducted at site prior to commissioning shall be in

line with CEA/CEIG/SECI etc., requirements.

a) Transformers: IR tests, ratio tests, excitation current measurement, magnetic balance test on HV, short circuit test, excitation test LV side, vector group test.

b) 33KV vacuum circuit breaker panels and C&R panels: IR tests and continuity tests for panels, IR values for CTs/PTs, excitation test on CTs, primary injection tests for CTs, ratio test for PTs.

c) Auxiliary transformers: IR tests, ratio tests. d) Relays in C&R panels: open/close, tripping, and primary injection tests. e) Lightning arrestors: IR tests f) GOS switches: IR and contact resistance tests.

2) Appropriate testing agency shall be arranged for the tests.

3) Vendor shall coordinate / liaison with concerned departments to fix up tests Schedules and

witness by their representatives.

4) Vendor shall prepare and submit the reports to with concerned departments /MRT/CEIG etc..

and obtain their approval through necessary liaison activities.

(C) Vendor shall coordinate and liaison with CEIG etc., prepare and submit the applications with

necessary enclosures on behalf of GAIL and obtain their approval:

a) Approval for GAIL drawings b) Approval for synchronization of plant with grid. c) CEIG inspection of power plant d) Provisional CEIG clearance to proceed with commissioning

(D) Vendor shall implement corrective steps on the observations of CEIG, follow-up with them and

obtain final clearance for licensed operation of the plant on a continuous basis.

Page 276: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

Page | 18

Enclosure-1(A)

1. Location of Proposed Solar PV Plant-A of 0.8 MW(AC) Capacity-GAIL Colony Area

Page 277: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

Page | 19

Enclosure-1(B)

2. Location of Proposed Solar PV Plant-B of 1 MW(AC) Capacity-GAIL Plant Area

Page 278: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

Page | 20

Enclosure-2

Single Line diagram of 0.8MW(AC) GM Solar PV Power Plant (Tentative only)

Page 279: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

Page | 21

Enclosure-3

Single Line diagram of 1MW(AC) GM Solar PV Power Plant (Tentative only)

Page 280: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

Page | 22

Enclosure-4

Proposed Layout of 0.8 MW(AC) Soalr PV Power Plant-A (Tentative only)

Page 281: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

Page | 23

Enclosure-5

Proposed Layout of 1 MW(AC) Soalr PV Power Plant-A (Tentative only)

Page 282: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

Page | 1

GAIL (India) Limited (A Govt. of India Undertaking)

(A Maharatna Company)

Section – VI

Schedule of Rates (SOR)

Ref No: GAIL/C&P/VH/19/C077/ELECT/RC/8000015999

Date: 22.11.2019

E-Tender No. 8000015999

Prepared and Issued by

GAIL (INDIA) LIMITED

P.O. GAIL COMPLEX, VIJAIPUR

DIST. GUNA (M.P.) - 473 112

PH.07544 - 274444, FAX. 07544 - 274600

Page 283: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

Page | 2

Name of Work: Check Survey Re-design, Engineering, Procurement, Supply, Construction,

Erection, Testing, Commissioning and Comprehensive Operation &Maintenance for 10 Years

of 1MW & 0.8 MW(AC) Ground mount Grid Tied Solar PV Power Plants at GAIL Complex,

Vijaipur, Distt.Guna, Madhya Pradesh.

Tender No GAIL/C&P/VH/19/C077/ELECT/RC/8000015999 [E-Tender No.…8000015999]

Schedule of Rates (SOR)

INDEX

1. Preamble

2. Schedule of Lumpsum Price SOR-1

3. Schedule of Yearly break up of O&M Price SOR-2

Page 284: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

Page | 3

Name of Work: Check Survey Re-design, Engineering, Procurement, Supply, Construction,

Erection, Testing, Commissioning and Comprehensive Operation &Maintenance for 10 Years of

1MW & 0.8 MW(AC) Ground mount Grid Tied Solar PV Power Plants at GAIL Complex,

Vijaipur, Distt. Guna, Madhya Pradesh.

Tender No. GAIL/C&P/VH/19/C077/ELECT/RC/8000015999 [E-Tender No. 800001599]

Preamble to Schedule of Rates

1. Bidder’s quoted prices shall be strictly as per various FORMS included under Schedule

of Rates (SoR). Bidder shall quote LUMPSUM (LS) PRICE for entire scope of work

including Check Survey, Re-design, Engineering, Procurement, Supply, Construction,

Erection, Testing, Commissioning and Comprehensive Operation &Maintenance for

10 Years of 1MW & 0.8 MW(AC) Ground mount Grid Tied Solar PV Power Plants in

FORM SOR –1.

2. All the Columns of quoted items in the Schedule of Rates including currency must be

filled with required information, as applicable.

3. Bidder must quote the price in enclosed Schedule of Rates formats only. The formats

shall not be Changed and/or retyped. For any deviation to the price schedule format,

offer is liable for rejection.

4. Bidder to note that Plant wise breakup of Lump sum price is to be provided for

assessment of Evaluated Bid Value (EBV), however total price payable under the

Contract shall be restricted to the Lump sum Price/ Contract Price only.

5. Bidder to note that total price payable under the Contract shall be restricted to the Lump

sum Price/Contract Price only.

6. The LUMP SUM PRICE AS PER “FORM SOR-1” shall be considered as Contract Price

which Employer agrees to pay and the Contractor agrees to accept as full compensation

for the Contractor’s full performance of the Work in accordance with the provisions of

the Contract Documents. Contract Price shall not be subjected to any adjustment except

in case of Change Order or Statutory Variations (as per Clauses of SCC/ITB) in

accordance with the provisions of the Contract.

7. The price quoted shall be Lump sum price on turnkey basic. Unless the basic parameter

changes or additional/ extra requirements are made, total payments to be made to the

contractor shall be limited to Lump sum price indicated, irrespective of the progressive

payments made during execution based on the split up of price.

8. Lump sum Prices quoted by the Bidder shall include cost of any other supplies/work(s)

not specifically mentioned in the Bidding Document but necessary for the efficient,

trouble free commissioning & operation of the Plant and to make this package job

complete. Quoted price are firm and fixed till complete execution of the entire order.

9. Bidder shall furnish following Forms of Schedule of Rates:-

a) SOR-1 comprises of the Schedule of Lump sum Price (EPC and O&M) for both plants

b) SOR -2 comprises of the yearly Breakup of the O&M price of both plants for 10 years

period.

Page 285: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

Page | 4

10. INR = Indian Rupees

11. Bidder confirms that he has noted the contents of the Preamble to the Schedule of Rates,

schedule of rate, bid document, material requisition and quoted his prices accordingly

without any deviation.

12. A copy of preamble of schedule of rates, schedule of rates (unpriced part i.e. with prices

blanked out and “Quoted” written against each entry where prices have been quoted in

price bid) shall be submitted along with unpriced part of their bid.

Page 286: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

Page | 5

SCHEDUL OF RATES (SOR-1)

Name of Work: Check Survey Re-design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and Comprehensive

Operation &Maintenance for 10 Years of 1MW & 0.8 MW(AC) Ground mount Grid Tied Solar PV Power Plants at GAIL Complex, Vijaipur, Distt.Guna,

Madhya Pradesh.

Tender No. GAIL/C&P/VH/19/C077/ELECT/RC/8000015999 [E-Tender No. 8000015999]

Sl.

No. Description UNIT

AMOUNTS (INR)

Quantity Amount in INR

(Figures)

Amount in INR

(Words)

A TOTAL LUMPSUM PRICE-EPC

Check Survey, Design, Detailed Engineering, Procurement, Supply of all materials

/equipment’s as specified in the Technical Section, Transportation, Fabrication,

Erection, Installation, mandatory spares, Testing, Commissioning and conducting

Performance Guarantee Test Run including, spares for construction / start- up/

commissioning, and establishing a fully functional and operative GRID

CONNECTED GROUND MOUNT SOLAR PV POWER PLANTS-A & B OF

EACH 1.0 MW & 0.8MW (AC) CAPACITY, including all taxes, duties, levies,

etc. complete as per scope of Work/supplies detailed in various sections of Bidding

Document, drawing, specifications and other provisions of the Bidding Document

and directions of Engineer-in Change.

Fill the amount in

LS

1

A.1 EPC Cost for Solar Plant-A of 0.8MW(AC) Excluding GST

A.2 EPC Cost for Solar Plant-B of 1 MW(AC) Excluding GST

A.3 Total EPC Cost for Solar Plant-A&B Excluding GST (A.1 +A.2)

A.4 Applicable GST on A.3

A.5 Total EPC Cost for Solar Plants-A&B Including GST

= (A.3+A.4)

Page 287: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

Page | 6

B PRICE FOR 10 YEARS O&M

Total Amount for 10 Years of Comprehensive Operation & Maintenance for GRID

CONNECTED GROUND MOUNT SOLAR PV POWER PLANT-A & B OF

EACH 1.0 MW & 0.8MW (AC) CAPACITY.

LS 1

B.1 O&M Cost for Solar Plant-A of 0.8MW(AC) Excluding GST

B.2 O&M Cost for Solar Plant-B of 1 MW(AC) Excluding GST

B.3 Total O&M Cost for Solar Plant-A & B Excluding GST (B.1+B.2)

B.4 Applicable GST on B.3

B.5 Total O&M Cost for Solar Plants-A&B Including GST

= B.3+B.4

GRAND TOTAL /LSTK Value i.e. (EPC + O&M )=( A.5 + B.5)

Page 288: Notice Inviting e- Tender · Notice Inviting e- Tender GAIL (India) Limited (A Govt. of India Undertaking) (A Maharatna Company) E-TENDER NO. 8000015999 BIDDING DOCUMENT FOR Check

Tender for Check Survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and including 10 Years O&M of 1 MW (AC) & 0.8 MW (AC) Solar PV Power Plants at GAIL Complex, Vijaipur,Guna(M.P)

Page | 7

SCHEDULE OF RATES (SOR-2)

PRICE FOR YEARWISE OPERATION & MAINTENANCE

Name of Work :

Detailed survey, Re-Design, Engineering, Procurement, Supply, Construction, Erection, Testing, Commissioning and 10 Years of

Comprehensive Operation & Maintenance of 1.0 MW & 0.8 MW Ground Mount Solar PV Power Plants:

S.No Description of Item Units

Rate for Comprehensive

O&M including all taxes

(each year “O&M Contract Price”)

(INR) (IN FIGURES)

PLANT-A

0.8MW(AC)

PLANT-B

1 MW(AC)

TOTAL PRICE

(PLANT-A +

PLANT-B)

1 Operation & Maintenance of the Solar PV Plant for 1st Year Job

2 Operation & Maintenance of the Solar PV Plant for 2nd Year Job

3 Operation & Maintenance of the Solar PV Plant for 3rd Year Job

4 Operation & Maintenance of the Solar PV Plant for 4th Year Job

5 Operation & Maintenance of the Solar PV Plant for 5th Year Job

6 Operation & Maintenance of the Solar PV Plant for 6th Year Job

7 Operation & Maintenance of the Solar PV Plant for 7th Year Job

8 Operation & Maintenance of the Solar PV Plant for 8th Year Job

9 Operation & Maintenance of the Solar PV Plant for 9th Year Job

10 Operation & Maintenance of the Solar PV Plant for 10th Year Job

TOTAL AMOUNT (INR)

Total Price for Comprehensive

O&M Contract including all taxes PLANT-A+PLANT-B (IN WORDS) :