revised tender bid documents’ office/gsecl_pnp_rev... · annexure-iii hbd for ccpp-i and ccpp-ii...

45
Signature of Tenderer Company's Round Seal Date: Place: Page 1 of 45 Revised Tender Bid Documents’ For Installation of Integrated Solar Combined Cycle Power Plant of suitable capacity for integration of solar generated steam at required point in the existing HRSGs of CCPP-I and CCPP-II of Dhuvaran power station on BOOT basis. Tender No. GSECL/PP/PMI/CCPP-I & II/ISCC/DTPS (These ‘revised tender bid documents’ supersede the original tender and subsequent discussions /clarifications/record notes etc. thereof ) ISSUED BY Gujarat State Electricity Corporation Limited (GSECL) PROJECT & PLANNING DEPARTMENT, VIDYUT BHAVAN, RACE COURSE, VADODARA 390 007 Ph. No: 0265 – 6612131 / 6612154 / 6612133, FAX No: 0265 – 2341588 Website: www.gsecl.in Email: [email protected] ; [email protected] ; [email protected]

Upload: others

Post on 25-Mar-2020

20 views

Category:

Documents


0 download

TRANSCRIPT

Signature of Tenderer Company's Round Seal Date: Place:

Page 1 of 45

‘Revised Tender Bid Documents’

For Installation of Integrated Solar Combined Cycle Power Plant of suitable capacity for integration

of solar generated steam at required point in the existing HRSGs of CCPP-I and CCPP-II of Dhuvaran power station on BOOT basis.

Tender No. GSECL/PP/PMI/CCPP-I & II/ISCC/DTPS

(These ‘revised tender bid documents’ supersede the original tender and subsequent discussions

/clarifications/record notes etc. thereof )

ISSUED BY Gujarat State Electricity Corporation Limited (GSECL)

PROJECT & PLANNING DEPARTMENT, VIDYUT BHAVAN, RACE COURSE, VADODARA 390 007

Ph. No: 0265 – 6612131 / 6612154 / 6612133, FAX No: 0265 – 2341588 Website: www.gsecl.in

Email: [email protected]; [email protected]; [email protected]

Signature of Tenderer Company's Round Seal Date: Place:

Page 2 of 45

INDEX Section

No. Description

Section-1 Notice Inviting Tender(NIT)

Section-2 Invitation to Tenderers (Bidders) and Instruction to the Tenderers (Bidders) (IT & IT )

Section-3 General Conditions of the Contract and Broad Scope of

Works/Services on BOOT Basis and obligations of GSECL

Section-4 Format of Price bid to be submitted by bidder in a separate Cover

Attachments to the tender bid documents: ANNEXURE-I Plot plan of Dhuvaran showing the area

identified for solar thermal power plant in the south of CCPP-I /CCPP-II

ANNEXURE-II Schematic Diagram showing the point of

integration of steam in existing CCPPs and point of water intake to solar power plant

ANNEXURE-III HBD for CCPP-I and CCPP-II

ANNEXURE-IV Details/Design Parameters of CCPP-I and CCPP-II

ANNEXURE-V Summarised list of technical Details /Data

to be furnished by bidder alongwith technical bid

ANNEXURE-VI Indicative DNI for information purpose

ANNEXURE-VII Quality of solar steam and recommended quality of Feed water.

ANNEXURE-VIII Format for BG for EMD

Section-5

ANNEXURE-IX Daily water Analysis Report of Dhuvaran CCPP

Signature of Tenderer Company's Round Seal Date: Place:

Page 3 of 45

Section-1 Notice Inviting Tender

Signature of Tenderer Company's Round Seal Date: Place:

Page 4 of 45

Gujarat State Electricity Corporation Limited An ISO-9001-2008 Certified Company

Regd. Office: Vidyut Bhavan, Race Course, VADODARA – 390 007. Tel: 0265-6612131/6612154/ 6612133 , Fax: 0265-2341588, Web: www.gsecl.in

E-Mail: [email protected]; [email protected]; [email protected]

Section-1 Notice Inviting Tender

SUB: “Installation of Integrated Solar Combined Cycle Power Plant of suitable capacity for integration of solar generated steam at required point in the existing HRSGs of CCPP-I and CCPP-II of Dhuvaran power station on BOOT basis”.

Sealed Tenders/ Offers are invited on behalf of GSECL under three envelop method (Envelop-A EMD Plus Tender Fee; Envelop-B Technical Bid, Envelop-C Price Bid) from the eligible / qualified indigenous/global solar technology providers/firms/companies and/or Bidding Consortium and or any Consortium Member thereof (“Bidders”) to bid to Design, Finance, Build, Own, Operate and Maintain, Transfer (BOOT) basis inrespect of the Integrated Solar Combined Cycle Power Plant of suitable capacity for integration of solar generated steam at required point in the existing HRSGs of CCPP-I and CCPP-II of Dhuvaran power station. All the relevant documents of tenders shall be submitted physically by Registered Post A.D. or Speed Post only addressed to: The Chief Engineer (P&P), Gujarat State Electricity Corporation Ltd, Corporate Office, Planning & Project Department, Vidyut Bhavan, Race Course, VADODARA- 390007 superscribing the envelope with Tender No. and Description. “NO COURIER SERVICE OR HAND DELIVERY” shall be considered for submission of tenders. Moreover soft copy of Technical Bid (Unpriced) in the CD format is also required to be enclosed in the technical Bid offer. Tender No. GSECL/PP/PMI/CCPP-I & II/ ISCC/

DTPS

Tender Fees Amount (Non-Refundable) Rs. 15000.00 Earnest Money Deposit Amount Rs. 60,00,000.00 Date and Time of Receipt of Offer at GSECL Corporate Office , Vadodara.

30/11./2012 , upto 14.00 Hrs.

Date of opening of technical bids/ offers and Tender fee, EMD cover

30/11/2012, at 16 .00 Hrs. (If Possible)

Tentative date of opening of price bid Shall be intimated

All the relevant documents as per requirement of the tender shall be submitted physically along with

the Tender Fee and EMD in sealed cover so that the same is received in this office on or before the

due date and time. All such documents should be strictly submitted by RPAD / speed post only.

Otherwise the offer will not be considered and no any further communication in the matter will be

entertained.

GSECL reserve the rights to accept/reject any or all tenders without assigning any reasons thereof. Be in touch with GSECL’s Websites till opening of the price bid, to know the latest status. Yours faithfully, For and behalf of Gujarat State Electricity Corporation Ltd., -- sd--- (P.M. Parmar) Chief Engineer (P&P) GSECL, CO, Vadodara.

Installed

Signature of Tenderer Company's Round Seal Date: Place:

Page 5 of 45

Section-2 Invitation to

Tenderers(Bidders) and

Intstruction to the Tenderers(Bidders)

[ IT & IT ]

Signature of Tenderer Company's Round Seal Date: Place:

Page 6 of 45

SECTION-2 Invitation to Tenderers(Bidders)

and Instructions to the Tenderers(Bidders) [ IT & IT ]

1.0 INTRODUCTION / INTENT OF GSECL:

1.1 Gujarat State Electricity Corporation Limited (hereafter named as GSECL), formed in August 1993, a wholly owned Govt. of Gujarat company, is authorized to generate electricity energy in the state through different power plants which includes Thermal, Hydro,Gas based PP and also renewable source of energy like Solar, Wind etc.

Amongst them, Dhuvaran power station is Gas based power plant located at Dhuvaran Dist: Anand (Gujarat) where combined cycle power plants CCPP-I and CCPP-II are under operation and CCPP-III is under construction as detailed here under :

Details of Generating Capacity Sr.No. Unit No.

Gas Turbine Steam Turbine

Total

Operating Since

1 CCPP-I 67.850 MW 38.767 MW 106.617 MW 28.01.2004

2 CCPP-II 72.510 MW 39.940 MW 112.450 MW 01.11.2007

3 CCPP-III 240.00 MW 136.10 MW 376.1 MW Under construction

At present, due to shortage of Gas and other reasons beyond control of GSECL,

above referred CCPP-I & CCPP-II are not able to operate at their rated designed

capacity . Moreover day by day the cost of gas is on increasing trend. To mitigate

above problems, GSECL intent to install Integrated Solar Combined Cycle (ISCC)

Power Plant of suitable capacity on BOOT ( Design, Finance, Build, Own, Operate

and Maintain, Transfer) basis at Dhuvaran Dist: Anand (Gujarat) and

integration/supply of generated steam of required parameters at the required point

in HRSGs of existing CCPP-I and CCPP-II, payable charges to be on usable

steam enthalpy basis. Based on this, the agency shall be finalized through

competitive bidding process. The integration point of solar steam in existing

HRSG of CCPPs and the point of feed water intake to solar power plant from

existing CCPPs have been fixed and shown elsewhere in these tender bid

documents. Schematic Diagram for the above is attached herewith at Annexure-II.

Accordingly bidder is required to install solar thermal power plant having capacity

of steam generation to meet the requirement equivalent of 5 (FIVE) MW Electrical

power generation on BOOT basis.

1.2 The additional electricity thus generated shall be sold to GUVNL as per the terms and condition agreed upon with the respective companies.

Signature of Tenderer Company's Round Seal Date: Place:

Page 7 of 45

1.3 GSECL invites offer from the eligible / qualified indigenous/global solar technology

providers/firms/companies and / or Bidding Consortium and or any Consortium

Member thereof (“Bidders”) to bid to Design, Finance, Build, Own, Operate and

Maintain, Transfer (BOOT) basis inrespect of the Integrated Solar Combined Cycle

Power Plant of suitable capacity for integration of solar generated steam at

required point in the existing HRSGs of CCPP-I and CCPP-II of Dhuvaran power

station from the qualified companies and/or Bidding Consortium and or any

Consortium Member thereof (“Bidders”) for Selection of Successful Bidder(s) for

installation of integrated solar combined cycle power plant of suitable capacity on

BOOT Basis at Dhuvaran Dist: Anand (Gujarat) and integration/supply of

generated steam of required parameters at the required point in HRSGs of existing

CCPP-I and CCPP-II, payable charges to be on per Tonnage of usable steam

basis through a competitive bidding process. The responsibility of the Successful

Bidder(s) would be to supply steam at the integrated point in the existing CCPP-I

and CCPP-II on per Tonnage of usable steam basis i.e useful heating value in

Kcal/Kg basis. . The integration point of solar steam in existing HRSG of CCPPs

and the point of feed water intake to solar power plant have been fixed and shown

elsewhere in this tender bid documents. Schematic Diagram for the above is

attached herewith at Annexure-II. Accordingly, the agreement will be signed

between GSECL and Successful Bidder(s) for 15(Fifteen) years. Please refer

clause No 1 of Section-III for detail scope of work.

1.4 TECHNOLOGY:

1.4.1 The Bidder has to offer the appropriate and proven solar technology to GSECL for

meeting the requirement of steam to integrate with existing system as suggested

elsewhere in this tender bid documents.. However for solar technology offered

by the bidder, it is proposed to promote only commercially established and

operational technologies manufactured in India or imported to minimize the

technology risk and to achieve the commissioning of the projects in state. MoU or

any type of agreement with technology provider shall to be submitted alongwith

offer alongwith technology Partner‘s details.

1.4.2. Bidder has to submit the following details also with the offer to GSECL.

i) Details of final Solar Thermal technology selection.

ii) Order copy/agreement copy, with Technology Provider/ supplier for supply

of equipments for said technology.

iii) A certificate from the project / client that the technology supplied by the

Manufacturer /Technology Provider has been in successful operation

anywhere in the world.

iv) Audited copy of last financial year profit and loss and balance sheet.

v) Comprehensive Description of complete project covering all the aspects as

to how GSECL’s requirements shall be addressed.

Signature of Tenderer Company's Round Seal Date: Place:

Page 8 of 45

1.4.3 Bidder have to familiarise themselves with the present scenario of CCPP-I and

CCPP-II vis-à-vis the locations/gradient and area of existing land identified for

Solar project at Dhuvaran and furnish the complete project plan to meet GSECL’s

objectives alongwith following details(unpriced) in the technical bid

(Techno-commercial bid) for integration point in the existing steam circuits

compatible with the solar technology offered by bidder.

(1) DNI considered for the purpose of arriving at guaranteed steam generation

per annum:

(2) Bidder have to furnish minimum, maximum and guaranteed average steam

availability during the year with submission of steam generation curves

with respect of DNI. Bidder shall also indicate the intraday variation in

solar steam as per DNI in Technical bid (Un priced) for this project. Bidder

have to indicate the parameters of steam with quantity at different point

of day.(Availability factor shall be considered as 95 % for Solar Plant).

Sr.No

Point of

integration

in the

existing

steam

circuit of

GSECL’s

CCPP-I

and

CCPP-II

Relevant

Steam

Parameters

at

integration

point

(pressure in

kg/cm2,

temperature

in 0C.)

Enthalpy of

Steam

corresponding

to the

integration

point at

option in

Column

(2)**

Maximum

and

Minimum

Quantity

of Solar

Steam

Generation

on Daily

basis in

Ton

Average

Quantity

of Solar

Steam

Generation

on Daily

basis in

Ton

Maximum

and

Minimum

Quantity of

Solar

Steam

Generation

per annum

in Ton

considering

feed water

to solar

plant from

BFP

Discharge

Total steam

generation

per annum in

Ton at

proposed

steam

pressure and

temp as

indicated at

column (3)

and

considering

feed water to

solar plant

from BFP

Discharge

1 2 3 4 5 6 7 8

1

** (1) Evaluation Criteria for technically acceptable bid would be INR per 100 KCAL

(2) Enthalpy would be verified and corrected if found deviating from the standard

steam table/chart.

Signature of Tenderer Company's Round Seal Date: Place:

Page 9 of 45

2.0 QUALIFYING REQUIREMENTS FOR BIDDERS (QR):

(A) TECHNICAL QUALIFYING REQUIREMENTS :

(a) The bidder should have designed/ engineered / got manufactured/

erected/supervised erection and commissioned /supervised commissioning of

atleast one (01) number of CSP parabolic trough /any other technology based

solar thermal power plant with the installed capacity of at least one (1) MW

which should be in successful operation for at least one year as on the date of

bid opening.

OR

(b) The bidder can be Consortium which collectively meet the following

requirements stipulated at b.1 and b.2. Alternatively , the bidder can also be a

consortium of two or more firms such that one of the firm meet the requirements

stipulated at b.1 and b.2

(b-1): Any partner of the consortium or consortium should have designed/

engineered/got manufactured/erected/supervised erection and

commissioned /supervised commissioning of atleast one (01) number of

CSP parabolic trough /any other technology based solar thermal power

plant with the installed capacity of at least one (1) MW which should be in

successful operation for at least one year as on the date of bid opening.

(b-2) : Any partner of the consortium or consortium should have designed at

least one (01) number of CSP parabolic trough /any other technology

based solar thermal power plant (Consisting Solar Block, heat transfer

fluid system and steam generating heat exchangers along with associated

auxiliary equipments) with the installed capacity of at least one (1) MW

which should be in successful operation for at least one year as on the

date of bid opening.

OR

(c) The bidder can be Consortium, such that:

(c-a) : One of the firm in the consortium should be an Engineering , Procurement & Construction(EPC) contractor who has executed contract on EPC basis in the area of power, steel, oil and gas, petrochemical, fertiliser, mineral, water and/or any other process industry having value of atleast INR 60 Crores (or equivalent in any foreign currency). For purpose of conversion, the TT Selling Rate of respective foreign currency as declared by State Bank of India on the date of bid opening shall be considered and such work shall be in successful operation for atleast on year as on the date of opening.

Signature of Tenderer Company's Round Seal Date: Place:

Page 10 of 45

(c-b) : The other firm(s) in the Consortium should have designed/ engineered/got manufactured/ erected/ supervised erection and commissioned /supervised commissioning of at least one (01) number of CSP parabolic trough /any other technology based solar thermal power plant (Consisting Solar Block, heat transfer fluid system and steam generating heat exchangers along with associated auxiliary equipments) with the installed capacity of at least one (1) MW which should be in successful operation for at least one year as on the date of bid opening.

(c-c) : In addition to the above, the Consortium members as at (c-a) or (c-b) above should have designed/ engineered/got manufactured/ erected / supervised erection and commissioned / supervised commissioning of at least one (01) number of Steam Generating Set of a Thermal Power Plant Capacity of the installed capacity of at least one (1) MW which should be in successful operation for at least one year as on the date of bid opening.

(B) FINANCIAL QUALIFYING REQUIREMENTS :

(a) The average annual Turn over of the bidder, in the preceding three (3)

financial years as on the date of bid opening shall not be less than INR 60 Crores or in equivalent foreign currency. For purpose of conversion in INR, the TT Selling Rate of respective foreign currency as declared by State Bank of India on 31st March of respective preceding financial year shall be considered

(b) The consortium shall have necessarily to identify one of the partners as lead partner

(c) In case of consortium, the bid security and in the event of award, the performance Bank Guarnatee shall be in the name of all the partners of the Consortium.

(d) In case of Consortium, the turnover shall be considered on the basis of the lead partner.

(e) If the lead partner of the Consortium is a group of companies, then the annual Turn Over of the lead partner on stand alone basis, shall be considered for its core/main business as mentioned in audited books of accounts. The bidder shall require to submit the copies of annual reports of consortium partner/partners as well.

3.0 ENSURING MEETING PRE-QUALIFICATION REQUIREMENTS :

3.1 The Bidder shall submit sufficient data/documents in his technical bid (Techno-commercial bid) to justify and prove that he is meeting with the pre-qualifying requirements stipulated in the tender specifications. However, the price bids of such of the bidders would be considered to be opened by GSECL as, in its opinion prima-facie satisfy the pre-qualification requirement.

3.2 If GSECL finds, after opening of Technical bid (Techno-commercial bid) and before opening price bid of a Tenderer that a particular Tenderer is not meeting pre-qualification requirements or suffers for lack of resources, lack of know how, lack of capacity, lack of experience etc., GSECL reserves the right to reject such tenderer’s price bid without assigning any reason and also without giving any intimation.

Signature of Tenderer Company's Round Seal Date: Place:

Page 11 of 45

4.0 ISSUE OF TENDER DOCUMENTS TO BIDDERS AND TENDER FEE: Based on discussions in the meetings, record notes and clarifications/reply

issued by GSECL on earlier tender bid documents, these are the revised tender bid documents. Accordingly these tender bid documents now supersede earlier tender bid documents and all the earlier discussions in the meetings, record notes and clarifications/reply issued from time to time by GSECL on original tender bid documents. These ‘revised tender bid documents’ are uploaded in GSECL’s web site www.gsecl.in . Bidders have to download these tender bid documents from above referred GSECL’s website for further needful actions from their end. The bidders meeting the qualification requirements described in this tender separately and wishes to submit their proposal on BOOT basis as per GSECL’s requirements shall have to pay non-refundable tender fee of Rs. 15000.00 (Rupees Fifteen thousand only) in the separate envelop in the form of a demand draft in favour of ‘Gujarat State Electricity Corporation Limited, VADODARA’ payable at Vadodara while submitting the offer to GSECL .

The tender fee and tender bid offers are to be submitted in name of the Bidding company/lead member of Bidding Consortium only.

5.0 METHOD/ MODE OF RECEIPT OF OFFERS FROM THE BIDDER :

Bidder shall promptly send the offer so as to reach at the address and time/date as stipulated separately in this documents. For physical form of offer, no courier services are acceptable and the same are to be sent on through RPAD/Speed Post only. GSECL, under no circumstances, be held responsible for late delivery or loss of documents so mailed. Moreover soft copy of Technical Bid (Unpriced) in the CD format is also required to be enclosed in the technical bid offer

6.0 SUBMISSION OF OFFERS BY THE BIDDER TO GSECL,VADODARA:

Three separate sealed covers shall be submitted in the main cover. Each and every covers should be superscribed properly showing its purpose.

(A) Main Cover :

All the three sealed covers as specified hereunder shall be submitted in this main cover. This cover should be superscribed as ‘specify ‘ Do Not Open’ and Tender No. GSECL / PP/ PMI/ CCPP-I & II / ISCC / DTPS for Installation of Integrated Solar Combined Cycle Power Plant of suitable capacity for integration of solar generated steam at required point in the existing HRSGs of CCPP-I and CCPP-II of Dhuvaran power station on BOOT basis.

Name of the bidder alongwith address and contact number is also required to be written at the bottom of the cover so as to identify the name of bidder who has submitted the offer.

Signature of Tenderer Company's Round Seal Date: Place:

Page 12 of 45

Following address should be mentioned on this cover and should be dispatched through RPAD/Speed Post so as to reach this office well within the stipulated time/date:

To: The Chief Engineer (P&P)

Gujarat State Electricity Corporation Limited (GSECL), Corporate Office, Vidyut Bhavan, Race Course, Vadodara-390007(Gujarat).

(B) Cover No.1 (Tender Fee and EMD):

This cover should be superscribed as “(Tender Fee and EMD)”

Crossed Demand Draft on banks specified at clause No.11 hereunder, payable at VADODARA in favour of ‘Gujarat State Electricity Corporation Limited, VADODARA’ for the Tender Fee and EMD shall be submitted as per

the requirements described in this tender separately. (C) Cover No.2 (Techno-commercial bid) (Technical bid):

This cover should be superscribed as “(Techno-commercial bid) (Technical bid)” All information regarding technical and commercial aspects of your offer are to be furnished in the bid. Bid shall also include un-priced price schedules. If the tenderer wishes, he may familiarize himself with the site conditions at Dhuvaran Power Plant at dist; Anand (Gujarat) The GSECL reserves the right to accept or reject any or all tenders without assigning any reason thereof or rescind the tender process.

(D) Cover No.3 (Price bid):

This cover should be superscribed as “(Price bid)” This cover should include priced price schedules showing the prices quoted by the bidder as per GSECL’s requirements. Price bids of only those bidders shall be opened whose technical bid is found qualified and is found responsive, suitable in accordance with the tender

requirements.

The GSECL reserves the right to accept or reject any or all tenders without assigning

any reason thereof or rescind the tender process.

7.0 PRE-BID DISCUSSION REGARDING THE TENDER:

No pre-bid discussion is envisaged for these revised tender bid documents.

Signature of Tenderer Company's Round Seal Date: Place:

Page 13 of 45

8.0 TIME AND DATE OF RECEIPT OF TENDERS AND TIME OF OPENING OF TECHNICAL BIDS (TECHNO-COMMERCIAL BIDS):

The time limit for submission of tender bid offer by the bidder has been extended up to 30.11.2012 upto 14.00 Hrs.. Accordingly the time and date of submission of tender and date of opening Technical Bids are as under:

Tender No. GSECL/PP/PMI/CCPP-I & II/ISCC/DTPS

Tender Fees Amount (Non-Refundable)

Rs. 15000.00 (Rs. Fifteen Thousand)

Earnest Money Deposit Amount Rs. 60,00,000.00 (Rs. Sixty Lacs )

Date and Time of Receipt of Offer at GSECL Corporate Office , Vadodara.

30/11/2012 upto 14.00 Hrs.

Date of opening of tender fee, EMD cover and technical bids/ offer

30/11//2012, at 16.00 Hrs. (If Possible)

Tentative date of opening of price bid Shall be intimated

Technical Bids (Techno-commercial bids) and Price Bids will be opened in the office of The Chief Engineer (P&P), Gujarat State Electricity Corporation Limited, Vidyut Bhavan, Race Course, Vadodara – 390007 on the date and time specified above in presence of those tenderers or their authorized representatives who wish to remain present.

9.0 DELAYED AND LATE TENDER:

No tender shall be accepted / opened in any case which are received after due date and time of receipt of tender irrespective of delay due to postal services or any other reasons and GSECL shall not assume any responsibility for late receipt of tender. CORRESPONDENCE IN THIS MATTER WILL NOT BE ENTERTAINED.

10.0 EVALUATION OF PROPOSAL :

(A) OFFER TO BE MADE ACCORDING TO TENDER DOCUMENTS:

Offer / Tender / Bid must be in accordance with and must be responsive to this invitation to tender and all documents appended hereto. Incomplete tender, amendments & additions to tender received after the bid dead line, amendments & additions to tender received prior to bid dead line but which are not in sealed covers & superscribed as stipulated above are likely to be rejected.

(B) EVALUATION OF PROPOSAL :

The technical proposal shall be evaluated on the basis of the facts and documentary evidences for establishing the qualification requirements specified in this tender and also the Bidders’ responsiveness against the scope of works/services on BOOT Basis and other terms and conditions specified in this tender.

Signature of Tenderer Company's Round Seal Date: Place:

Page 14 of 45

Price bid of those bidders shall be opened who are found technically qualified and GSECL shall select the lowest rates quoted in the price bid for supply of useful steam with required parameters at the point of integration considering the feed water intake to solar plant as suggested by GSECL.

(C) SAMPLE EVALUATION TEMPLATE FOR UNDERSTANDING PURPOSE:

Sr.

No.

Location

of Integration Point with

Details

Steam Pressure

in Kg /

Cm2

Steam Temperature

in 0 C

Enthalpy of

Steam in

KCal/kg corresponding

to steam

parameters

at

integration

point in

Column No.2

Enthalpy

(KCal/Kg)

of

Feedwater

at BFP

discharge

(114 kg/cm2

and 112 oC)

for

evaluation

purpose

(*)

Useful

Enthalpy

(KCal/Kg)

of steam to

be

considered

for

evaluation

and

payment

purpose

Rate

of

Useful

Steam

in

INR

per

Kg.

Rate in

INR for

100 KCal

of steam

for Useful

Enthalpy

(1) (2) (3) (4) (5) (6) (7)

=(5)―(6)

(8) (9)

=[(8)/(7)]x100

1 At Main

Steam

Line

after

HRSG

MSSV

107

ata

5350 C 824

KCal/kg

112 KCal/kg 824 ―112

=712

KCal/kg

Rs.2.00

per Kg

Rs. 2.00 x100

712

= Rs. 0.28

Note:- ( * ) Enthalpy of steam at BFP discharge for Evaluation purpose : 112 KCal/kg. Evaluation Criteria for technically acceptable bid would be INR per 100 Kcal

11.0 EARNEST MONEY DEPOSIT:

EMD of Rs. 60,00,000/- only (Rs. Sixty Lacs) will be accepted either in the form of crossed Demand Draft on following banks payable at VADODARA in favour of ‘Gujarat State Electricity Corporation Limited, VADODARA’. Cheques are not acceptable , or in the form of BG on following banks with one time validity of 12 months from the date of offer which may be extended as per GSECL’s requirements as per the format attached herewith at ANNEXURE-VIII.

• All Nationalized Banks including the Public Sector Bank-IDBI Ltd. and

• Private Sector Banks authorized by RBI to undertake State Government Business (at present-AXIS Bank, ICICI Bank and HDFC Bank).

EMD shall be submitted in separate envelope in the main cover of the offer. It should be superscribe properly as described separately in this tender. If the bidder deviates from his offer for the reasons not attributable to GSECL, the EMD may be forfeited by GSECL. The Earnest Money Deposit will be released in accordance with the following conditions:

• In case of the successful tenderer, the Earnest Money Deposit will be refunded after the tenderer has furnished Security Deposit.

Signature of Tenderer Company's Round Seal Date: Place:

Page 15 of 45

• In case of unsuccessful tenderer, the Earnest Money Deposit will be refunded after payment of Security Deposit by the successful tenderer.

If the successful tenderer withdraws his tender within the validity period or fails to submit the required Security Deposit within 30 days time, he shall be liable for any difference by which the cost of procuring the consultancy services exceeds the amount of his tender and the Earnest Money Deposit shall be made available towards off-setting such difference.

Tenders submitted without Earnest Money Deposit shall be rejected.

12.0 SECURITY DEPOSIT CUM PERFORMANCE BANK GUARANTEES

(SD cum PBG):

� The successful bidder shall pay SD cum PBG deposit within one week from the date of issue of LOI.

� The successful bidder shall be required to submit Bank Guarantee of an amount of Rs. 600 Lacs (Six hundred lacs rupees) as a SD cum PBG.

� Bank Guarantee from the following Bank will be acceptable.

• All Nationalized Banks including the Public Sector Bank-IDBI Ltd. and

• Private Sector Banks authorized by RBI to undertake State Government Business.

(at present-AXIS Bank, ICICI Bank and HDFC Bank).

The Bank Guarantee submitted should have the initial validity of 2 years, which shall be further extended either straightly up to the end of contract period or in phase-wise each of two years interval. If by any reason the contract period is extended, bidder shall undertake to renew the Bank Guarantee at least one month before the expiry of the validity failing which GSECL will be at liberty to encash the same.

13.0 VALIDITY OF OFFER :

Validity of your offer shall be 1 (one) year from the date of opening of the Techno-commercial Bid. Tenders without confirming to this validity will be rejected. In exceptional circumstances, GSECL may solicit the consent of bidder to extend the validity period of the offer.

14.0 PRICES:

The GSECL expects to award this work on FIRM price basis. Therefore, only firm priced offers are acceptable. Offers with price variation are liable for rejection. Prices shall remain firm till the period of completion of the agreement to be signed for BOOT. (In this case, 15 years from successful commissioning of the project.) Bidder has to quote the rates in INR per Kg of useful steam (i.e useful enthalpy) (as per the format of price bid attached herewith) to be supplied at integration point suggested by GSECL and as felt technologically feasible and suitable/compatible by bidder in accordance to the solar technology offered vis-à-vis the requirements of GSECL. GSECL shall select the bidder at its own discretion considering the technology offered to meet the intent of GSECL and/or accordingly the comparison of the price/rate of different bidders offered for useful enthalpy per kg of steam.

Signature of Tenderer Company's Round Seal Date: Place:

Page 16 of 45

The above rates shall be the base for payment on the basis quantum of net useful steam supplied in accordance to its enthalpy (useful heating value). No other payment /price shall be paid to the bidder, as the above quoted rate shall include all the expenses whatsoever it may be. No separate cost other than above shall be paid to the bidders. Cost towards O&M and any other incidental charges shall not be paid by GSECL to the bidder during whole of the contract period. Note: If the evaluated price of the lowest bidder is not viable /acceptable for whatsoever reason, the bid of the bidder shall be rejected without assigning any reason and EMD shall be refunded to bidders. GSECL is not liable for any type of financial implication /cost incurred by bidders till then. There is no right of any type of claim by the bidder for such rejection.

15.0 TAXES AND DUTIES:

The price quoted shall be inclusive of all applicable taxes, duties, levies, service tax, WCT etc.

16.0 BENEFITS / EXEMPTIONS TO THE SUPPLIES FOR SOLAR THERMAL POWER PROJECTS:

Supplies of goods for this package shall not be eligible for the bebefits/exemptions as per the provisions of relevant notifications of the Govt. of India. No Benefits regarding subsidy /CDM/any other benefits etc. shall be passed on to the bidders.

17.0 PAYMENT TERMS:

(a) No advance payment shall be made and no documents shall be accepted through Bank.

(b) The start date for the payment purpose shall be the date of commissioning of proposed solar plant. The event of commissioning shall be the date at which GSECL accepts the commissioning and verifies the optimum availability of useful steam from the same at integration point on sustainable basis .

(c) The payment for the above (b) and onwards shall be made on monthly basis on actual supplied steam quantity and useful enthalpy for the same.

(d) Bidder will have to take-up full responsibility of design and performance of solar power plant for meeting the requirements of existing plant equipments. Payment shall be made to bidder only in the case where steam generated by solar power plant is accepted by turbine, HRSG etc. without any abnormality in existing performance and operation of plant as a whole.

(e) On fulfillment of above condition at (d) by the bidder, if GSECL is unable to accept the steam generated from Solar plant on account of outage of existing CCPP, the shortfall from guaranteed average steam supply on annual basis shall be considered as ‘deemed supply’ of steam. Availability of solar plant shall be 95%.

Signature of Tenderer Company's Round Seal Date: Place:

Page 17 of 45

(f) MODE OF PAYMENT:

Invoices complete in all respects is to be raised by the bidder to ‘The Chief Engineer (Gen), Dhuvaran’ who shall process the same after due verification and the payment shall be paid through RTGS/NEFT (Format for details/data to be furnished by the bidder is enclosed) within 30 (Thirty) Days from the date of receipt of the invoice.

18.0 PRICE BREAK-UP:

The price breakup shall be furnished as per format given in price schedule of tender specification.

19.0 COMPLETION PERIODS:

(a) Completion Period shall be as under :

(i) The whole project of solar thermal power plant alongwith its integration with the existing CCPP-I and CCPP-II of Dhuvaran shall be completed in all respect within 18 months of date of issue of NTP (Notice To Proceed).

(ii) The completion period of Commissioning of Solar Plant for steam generation at required parameters shall be 15 Months from the date of issue of NTP

However the penalty for delay in completion of period shall be imposed for commissioning of the solar plant for steam generation at required parameters within 15 months from the date of NTP as per the rate specified in the tender at clause no. 20.0(A) of this section.

(b) Extension of Time : (1) In pursuant to this Contract, any period within which a bidder , fails to complete

any action or task, shall be extended for a period equal to the time during which such Party was unable to perform/ carry out activities as a result of Force Majeure.

(2) Non performance of the activity/ work as per the timelines agreed, beyond the capability of the bidder in-spite of earnest efforts may be considered by the GSECL based on the merit of the case.

(c) Force Majeure : The force majeure events shall mean presence of any one or combination of more than one or all the circumstances enumerated below:- (1) Act of God, epidemic, extremely adverse and inhuman conditions, earthquake, landslides, volcanic, flood, cyclone, lightening, radioactive or chemical

contamination and any other unforeseen natural disaster beyond the control of human beings.

(2) An act of war or war like situation (declared or undeclared) invasion, armed

conflict or any other activity of foreign enemy, blockage, embargo, riots insurrection, terrorist attack, military action and politically motivated bandhs.

Signature of Tenderer Company's Round Seal Date: Place:

Page 18 of 45

(3) Strikes or boycotts (other than involving the contractor or his employees attributable to the omissions and acts of the contractor or his employees) adversely affecting the operation (s) of the work.

(4) Any order or judgment of the court of competent jurisdiction or statutory

authority made against either party to the contract or the contractor/ successful bidder in any of the proceedings for reasons other than:

(a) Failure of the successful bidder to comply with any law applicable and governing the conditions of the contract. (b) Breach of any law applicable and governing the conditions of the contract. (c) Enforcement of any agreement or vital condition of the contract.

(5) Any other events or circumstance of a nature analogous to any of the foregoing.

(d) Breach of Contract against Force Majeure : The failure of a Party to fulfill any of its obligations under the contract shall not be considered to be a breach of, or default under this Contract insofar as such inability arises from an event incidental to Force Majeure, provided that the Party affected by such an event (a) has taken all reasonable precautions with due care, diligence and reasonable alternative measures in order to carry out the terms and conditions of this Contract, and (b) has informed the other Party as soon as possible about the occurrence of such an event.

20.0 GUARANTEE /PENALTY FOR DELAYS IN COMPLETION OF PROJECT AND PERFORMANCE SHORT FALL:

(A) Guarantee for Completion of Project and Penalty for delay in Completion of project thereof : The completion period of Commissioning of Solar Plant for steam generation at required parameters shall be 15 Months from the date of issue of NTP. For the delay in completion of the project as per the above schedule, the penalty at the rate of Rs. 5.00 Lacs per day shall be recovered suitably from the monthly payment to be made to bidder. This is subject to the ceiling of Rs. 6.0 Crores.

(B) Guarantee and Penalty of shortfall in performance of project : (i) Bidder shall specify guaranteed average steam availability during the year

with submission of steam generation curves with respect of DNI. (ii) Bidder shall have to furnish the efficiency of the solar thermal plant, that is the conversion rate from received solar radiation to solar steam generation.

(iii) Based on the DNI measuring instruments installed by bidder at site (Dhuvaran), the annual DNI will be measured and considering this DNI, the solar plant that can generate the steam from the DNI shall be worked out. For any shortfall in steam generation (Annual Average) from calculated steam generation based on actual DNI recorder at site minus actual steam generated from the solar plant, the difference of steam generation (short fall) will attract the penalty on annual basis at the rate of 1% of quoted rate by the bidder, subject to 10% of ceiling value for the same.

Signature of Tenderer Company's Round Seal Date: Place:

Page 19 of 45

(iv) For measurement of actual Average DNI per year, bidder has to commission the measuring instruments for the same with required precision as per standard practices. The commissioning and O & M for the above system shall also be in bidder scope & at the time of handing over of the plant , the said instruments along with all related system are to be handed over to GSECL in good condition.

21.0 PRINTED TERMS AND CONDITIONS WILL NOT BE CONSIDERED:

Printed terms and conditions of the tenderer will not be considered as forming part of his tender / offer. This shall be strictly adhered to. Deviations, if any, should be provided separately along with clause numbers of GSECL’s tender documents.

22.0 CANVASSING NOT PERMITTED:

Tenderer should not canvass their offer personally or otherwise by approaching the Chairman or the Directors of the Board of directors of GSECL. If any tenderer wants to make any representation regarding the offer, he should write to the Chief Engineer (P&P) with copies to the Chairman or Directors, if he desires, but personal and oral representations are not permitted. Inspite of the above clear instructions, if any Tenderer is found to canvass his offer or against his competitor’s offer through personal approach to the Chairman or the Directors of the Board of directors of GSECL, his offer will be rejected without assigning any reason and the firm may even be blacklisted.

23.0 ADDITIONAL INFORMATION AND DOCUMENTS TO BE FURNISHED WITH OFFER:

23.01 Full address of office with Fax / Telephone numbers and Email ID of responsible

persons with whom correspondence shall be made. 23.02 Name of the Senior Officers with designations and Telephone Numbers (Residential as

well as office) who can be contacted for any follow up. 23.03 Name of the directors with their Bio-data indicating qualifications and experience. Also,

state whether the firm is a Pvt. Ltd., Public Enterprise or proprietary etc. 23.04 Audited Annual reports of last three years accounts i.e. profit & loss account and

balance sheet. 23.05 Banker’s name and reference of Bankers regarding firm’s performance. 23.06 Details of manpower employed indicating numbers of Executives involved in Technical

and Engineering management, Administrative management and financial management alongwith Curriculum of personnel involved in execution, design, engineering etc.

23.07 Experience, indicating list of order executed, brief scope, date of the orders and completion date of the same, value of each order, copy of performance certificate from the customers etc.

23.08 Details of the orders on hand / under execution indicating brief scope, dates of the orders, value of the orders and contractual completion period and type of work ordered.

23.09 The bidder shall submit PF code number allotted by Regional PF Commissioner. Failure to do so is likely to result in the offer being rejected.

23.10 All other information as called for under various schedules forming part of the tender documents and / or the specification shall also be invariably furnished.

Signature of Tenderer Company's Round Seal Date: Place:

Page 20 of 45

24.0 ARBITRATION:

All questions, disputes, differences, whatsoever, which may at any time arise between the parties to this contract in connection with the contract or any matter arising out of or in relation thereto, shall be in first instance resolved through discussions or mediation and if not resolved, referred to the Sole Arbitrator as per provision of Indian Arbitration to conciliation Act 1996 as updated from time to time.

25.0 CONTRACT AGREEMENT:

As per the GSECL's rules, Bidder shall enter into an agreement with the GSECL. This agreement shall be on stamp paper of Rs. 100/- and shall be signed within one week of receipt of the order. The agreement shall be signed by the Bidder or his authorized representative and GSECL affixing seal of the Bidder and GSECL. The cost of stamp fee shall be borne by the Bidder. The contract shall comprise of the tender with the detailed scope of work, schedules, bidder's offer, all correspondence done till issue of detailed order.

26.0 JURISDICTION:

All questions, disputes or differences arising out of or in connection with the tender/contract if concluded shall be subject to the exclusive jurisdiction of the court under whose jurisdiction the place from which the tender/ acceptance of tender is issued/ is situated i.e. Vadodara ,Gujarat (India).

27.0 INSURANCE:

The Contractor at his cost shall arrange, secure and maintain all insurance as may be pertinent to the Works and obligatory in terms of law to protect his interest and interests of the GSECL against all perils detailed herein.MCE (Marine cum Erection comprehensive) insurance for the plant and equipment under contractor’s scope shall be effective from the date of mobilization of site by the contractor. The form and the limit of such insurance as defined herein together with the underwriter in each case shall be as acceptable to the GSECL . However, irrespective of such acceptance the responsibility to maintain adequate insurance coverage up to commercial Operation date shall be the Contractor's full responsibility. The Contractor's failure in this regard shall not relieve him of any of his contractual responsibilities and obligations. The insurance policies to be taken by the Contractor shall be in a joint name of the GSECL and the Contractor. The Contractor shall, however, be authorized to deal directly with Insurance Company or Companies and shall be responsible in regard to maintenance of all insurance covers. Any loss or damage to the equipment during handling, transportation, storage or by any other means will be contractor’s liability. The contractor shall be responsible for taking Third Party insurance to protect / safeguard GSECL personnel and property.

Signature of Tenderer Company's Round Seal Date: Place:

Page 21 of 45

28.0 CANCELLATION / TERMINATION OF CONTRACT:

(i) Suspension:

GSECL may by written notice of suspension to the Bidder, suspend all payments to the Bidder hereunder if the Bidder fail to perform any of their obligations under this contract, including the carrying out of the work and O & M, provided that such notice of suspension (i) shall specify the nature of the failure, and (ii) shall request the Bidder to remedy such failure within a period not exceeding thirty (30) days after receipt by the Bidder of such notice of suspension.

(ii) Termination :

(1) Termination by GSECL :

GSECL may terminate the Contract, by not less than thirty (30) days‟

written notice of termination to the Bidder, to be given after the occurrence of any of the events specified in paragraphs (a) through (c) of this Clause and

sixty (60) days‟ in the case of the event referred to in (d):

(a). If the Bidder do not remedy a failure in the performance of their obligations under the Contract, within thirty (30) days of receipt after being notified or within such further period as the Client may have subsequently approved in writing;

(b) If the Bidder (or any of their Members) become insolvent or bankrupt; (c) If the Bidder, in the judgment of the Client has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. For the

purpose of this clause: “corrupt practice” means the offering, giving, receiving or soliciting of anything of monetary value or otherwise to influence the action of a public official in the selection process or in contract execution.

(d) On operation of any law / by law/rules under which the project is prejudicial to the interest of the GSECL.

(2) Cessation of Rights and Obligations :

Upon termination of this Contract pursuant to Clause 28.0 , or upon expiration of this Contract, all rights and obligations of the Parties hereunder shall cease, except : (a) such rights and obligations as may have accrued on the date of termination

or expiration;

(b) The Bidder‟ obligations to permit inspection, copying and auditing of their

accounts and records set forth in Clause 29.0 hereof; and (c) any right which a client may have under the Applicable Law.

(3) Disputes in the Events of Termination:

If either Party disputes whether an event specified in paragraphs (a) through (d) of Clause 28.0 (1) hereof has occurred, such Party may, within forty-five (45) days after receipt of notice of termination from the other Party, refer the matter to arbitration pursuant to Clause No. 30 hereof, and this Contract shall not be terminated on account of such event except in accordance with the terms of any resulting arbitral award.

Signature of Tenderer Company's Round Seal Date: Place:

Page 22 of 45

29.0 ACCOUNTING, INSPECTION AND AUDITING

The Bidder (i) shall keep accurate and systematic accounts and records in respect of the contract, herein under, in accordance with internationally accepted accounting principles and in such form and detail as will clearly identify all relevant time charges and cost, and the basis thereof; (ii) shall permit the GSECL or its designated representative periodically, and up to three year from the expiration or termination of this Contract, to inspect the same and make copies thereof as well as to have them audited by auditors appointed by the Client. In case the records and documents are required by audit/ any enquiry commission beyond the period stated shall be preserved by the bidder or handed over to client as per the specific directions from the client. The bidder shall comply with the Audit, Access and Reporting Schedules put-forth by GoI/GoG. The bidder shall, on request, allow access to the GoI/GoG and its nominees to all information which is in the possession or control of the bidder, which relates to proposed work as set out in the Audit, Access and Reporting Schedule and is reasonably required to comply with the terms of the Audit, Access and Reporting Schedule.

30.0 SETTLEMENT OF DISPUTES

(a) Amicable Settlement : The Parties to this agreement shall use their best efforts to settle all disputes arising out of or in connection with this Contract or the interpretation thereof amicably through conciliations.

(b) Dispute Settlement: Any dispute between the Parties as to matters arising pursuant to this Contract which cannot be settled amicably by conciliations within thirty (30) days after receipt by one Party of the other Party's request for such amicable settlement may be submitted by either Party for settlement in accordance decision of MD, GSECL.

Signature of Tenderer Company's Round Seal Date: Place:

Page 23 of 45

Section-3 General Conditions of the Contract

and

Broad Scope of Works/Services on BOOT Basis and obligations of

GSECL

Signature of Tenderer Company's Round Seal Date: Place:

Page 24 of 45

SECTION-3 General Conditions of the Contract and Broad Scope of Works/Services

on BOOT Basis and obligations of GSECL:

As described in the previous sections, GSECL ‘in principle’ have decided to implement the project of installation of Integrated Solar Combined Cycle (ISCC) Power Plant of suitable capacity on BOOT basis at Dhuvaran Dist: Anand (Gujarat) and integration/supply of generated steam of required parameters at the required point in HRSGs of existing CCPP-I and CCPP-II, payable charges to be on enthalpy of usable steam basis. Based on this, the agency shall be finalized through competitive bidding process. Considering the above, bidder is required to install solar thermal power plant having capacity of steam generation to meet the requirement of 5 MW Electrical power generations.

1.0 Broad Scope of Works / Services:

The prospective bidder is required to perform the following functions/activities as set out expressly in this tender and any other activities which may be essential and incidental thereto for the successful implementation of the proposed project and meeting the intent of broad scope of works/services on BOOT basis. Bidder is required to install solar thermal power plant having capacity of steam generation to meet the requirement of 5 MW Electrical power generation.

(1) Design, Build, Finance, Own, Operate and Transfer of Integrated Solar Combined Cycle Power Plant of suitable capacity on BOOT basis at Dhuvaran Dist: Anand (Gujarat) and integration/supply of generated steam of required parameters at the required point in HRSGs of existing CCPP-I and CCPP-II, the charges for which is payable on per Tonnage of usable steam and its useful heat value (Enthalpy)basis. Designed parameters (Annexure-IV) and HBD of existing CCPPs (Annexure-III) are attached herewith Also Schematic Diagram showing the point of integration and point of water intake to solar power plant is attached herewith at Annexure-II.

(2) This would involve but not limited to: (a) Design and Develop appropriate Solar Thermal Technology to generate solar

steam energy and supply the required steam at point in the existing steam circuit of CCPP-I and CCPP-II of Dhuvaran. Schematic Diagram showing the point of integration and point of water intake to solar power plant is atttched

herewith The designed project should have minimum project life of 25 years, although the contract is to be kept operative for 15 years from the date of its commissioning .

(b) Design appropriate engineering architecture for efficient and effective installation, management, operation and maintenance of the offered Solar Technology project.

(c) The design of solar thermal plant shall be proven and best and shall complying the Indian standards/ international standards whichever applicable for various equipment, systems etc..

Signature of Tenderer Company's Round Seal Date: Place:

Page 25 of 45

(3) Preparation of necessary technical documentation for procuring required Hardware / software for operationalising Solar technology, with the objectives of optimum effectiveness and efficiency in implementation of this project.

(4) Carry out engineering, procurement and construction as per design(s); which

shall be proven and best and shall complying the Indian standards/ international standards whichever applicable for various equipment, systems etc..

(5) Follow all quality control procedures as per BIS codes and/or industry standard

international codes as and when required e.g. ASME,BS,DIN,ISO etc.

(6) Establish fully equipped site laboratory for conducting tests at site during construction as well as during O&M. The site laboratory is to be maintained and documented as per the guidelines on the subject at par international standards till Project life. GSECL shall provide available facility for testing of Feed water/DM water/steam for quality analysis at the existing laboratory on ‘as available’ basis.

(7) Arrange material testing by the third party for materials which can not be tested at site. All the inspection (s) is/are required to be conducted at bidder’s cost.

(8) Operation and Maintenance of Solar Technology Project to generate the required steam on enthalpy basis and its integration with existing units of CCPP-I and CCPP-II of Dhuvaran and ensure compliance of all orders / instructions / guidelines issued by GoI/GoG/GSECL/GPCB/CPCB during the project life of 25 years. Bidder has to forward necessary compliance report if sought by any of the governing body as enumerated above.

(9) Bidder shall arrange all the clearances/ permissions are obtained from concerned departments including GoI/GoG/GSECL/GPCB/CPCB and deposit the requisite fees. The fee so paid shall not be reimbursable by the GSECL at any point of time and shall be borne by the bidder. GSECL provide necessary support for the same.

(10) Maintain records and submit annual, quarterly, monthly, fortnightly and weekly progress reports indicating actual required steam on enthalpy basis fed in CCPP-I and CCPP-II system. The annual and monthly reports shall be duly verified from GSECL and submitted to appointed authority at GSECL.

(11) The bidder shall ensure that there is no contradiction about quantum of steam and its enthalpy supplied by solar power plant to GSECL steam system. The quantum of steam and its enthalpy supplied by solar power plant to GSECL which is verified by GSECL shall only be presumed as steam supplied by the Solar Power Plant. Any other parameters and measurement shall not be accepted. The Steam thus supplied shall be the basis for the adjustment of power generation there of between GSECL and GUVNL (regarding GSECL’s power bill).

(12) Arrange workshops/ seminars/ on site training for Capacity building of the personnel of GSECL for handling of Solar Technology for mutually agreed duration, but shall not be less than one month.

(13) Construction of Administrative block on the project site to ensure smooth administrative control of the plant. The administrative block shall include a room for GSECL, conference room, room for contractor and the laboratory. Construction of boundary wall of area of which possession is given to bidder. All other civil/electrical /mechanical/instrumentation/ computer/ electronics etc.

Signature of Tenderer Company's Round Seal Date: Place:

Page 26 of 45

works required for the establishment of proposed plant, accessibility to different units, proper lighting of area, roads within the area.

The details of requirements of boundary wall is as under:

The existing plant boundary wall is @ 3 meter Height. If there is no specific requirement for solar field same height is to be considered. The same boundary wall shall be constructed with RCC (M200) column footing considering 1.5 meter foundation depth, footing L x B (1.5 meter x 1.5 meter), having Ground Beam ( cross section area 0.45 meter depth & 0.35 meter width), above Ground RCC column having cross section area 0.35 meter x 0.35 meter at 2.4 meter C/C, & height 2.4 meter. The 23 cm. in width & 2.4 meter height fly ash brick masonry compound wall may be considered, above Ground beam. At top of Compound wall 10 cm. in height RCC (M200) coping is proposed. Both side 15 mm. thick Cement Plaster (1:3) with painting is proposed. The Y shape 50 x50 x 5 mm. M.S. Angle with one coat of Red oxide & two coats of oil paint is proposed at 3 meter C/C , erection & grouting with RCC column. The entire boundary wall is to be provided with 900 mm. dia. concertina G.I wire fencing. Appropriate M.S. gate for in & out is proposed.

(14) The bidder shall ensure that the provisions of labour welfare laws are complied.

GSECL shall not be held accountable and responsible of violation of the labour laws as applicable.

(15) The bidder has to create all necessary infrastructure/ facilities so that

“Renewable Energy Certificate‟ for solar power production can be obtained.

The REC is the property of the GSECL and no benefit for such certificates shall be passed on to bidder.

(16) The Bidder shall perform the work and carry out their obligations hereunder with due diligence, efficiency and economy, in accordance with generally accepted sound professional techniques and practices, and shall observe best management practices, and employ appropriate advanced technology and safe and effective equipment, machinery, materials and methods. The Bidder shall always act, in respect of any matter relating to this Contract or to the Services, as faithful advisers to the GSECL, and shall at all times support and safeguard the GSECL's legitimate interests in any dealings with Third Parties.

(17) Bidder shall obtain all the required permissions/clearances from GUVNL/Forest/ GPCB/any GoI Department/ any GoG Department/ Local body, as may be mandatory/desirable for consent, establishment and O&M of Solar Power Plant (this project]. All the fee / compensation towards cutting of trees/ any other expenses etc. shall be deposited by bidder. Bidder is advised to load this aspect and all other uncertainties accordingly in its Financial Proposal / Price bid.

(18) The clear land shall be provided for the establishment of solar power plant, which is indentified to be on the south side of CCPP-I and CCPP-II admeasuring the approximate area of 600 meters x 180 meters (@ 10.80 Hacters). If any major structure above the ground level shall be observed, the same shall be removed by GSECL .. The land is to be allotted to bidder on ‘as and where basis’ after removal of structures ,trees etc. above the ground level. Necessary area grading and adjustment works to make the available land compatible to the offered technology to get optimum output there from, are to be carried out bidder at his own cost. AutoCAD drawings for the above is

Signature of Tenderer Company's Round Seal Date: Place:

Page 27 of 45

available at GSECL office which can be made available on demand for the same by the bidder. Plot plan of Dhuvaran showing the area identified for solar thermal power plant in the south of CCPP-I /CCPP-II is attached herewith.

(19) The indicative DNI for the reference purpose only is provided as indicated at

“Annexure- VI” attached herewith Bidder will have to take-up the responsibility of design etc. irrespective of correctness of this figure.

(20) Integration point of solar steam with the existing CCPPs and intake point of

water from the existing CCPPs for solar steam generation shall be as under . Schematic Diagram showing the point of integration and point of water intake to solar power plant is attached herewith at Annexure-II. (a) The integration of solar steam with HRSG shall be at Main Steam Line

after HRSG MSSV (Main Steam Stop Valve). i.e. between HRSG MSSV and Turbine inlet MSSV. The scope of solar bidder shall include engineering for integration, materials supply, erection and commissioning etc. up to the integration point and modifications of existing HP headers/lines to limit the thermal loads due to piping connected from solar plant. All valves, fittings, instrumentation required for local monitoring, remote control and monitoring of steam flow, pressure and temperature at the integration point shall be in the scope of solar bidder. Instrumentation, control, development of logics for equal distribution, diversion to single unit in case of one unit trip, of entire solar plant including steam and feed water piping up to the integration point is also in the scope of bidder.

The parameters of Solar steam at the integration point shall be 107 ata ,

5350C. Both CCPPs are running on constant pressure mode. Solar bidder have to arrive at steam parameters at steam generator outlet taking into consideration of pressure drop in pipe line, valves, instrumentation from solar steam generator up to the hook up/integration point. Any minor change of this parameter during contract stage shall be taken care of by solar bidder without time and commercial implication

(b) Feed Water for generation of solar steam shall be given from BFP Pump

discharge of both units. The parameters for the above shall be @110-114 kg/cm2 , 105 – 112 0C (With Condensate PreHeater in Service). Bidder have to make necessary arrangements for increase/decrease in the parameters of said water as per requirements considering different conditions during the entire period of day time operation as well as seasons of the respective year. Further routing of this condensate along with all isolation, control, monitoring instrumentation etc is in the scope of Solar bidder. The scope of solar bidder shall include engineering for the above, materials supply, erection and commissioning etc. up to the point /points of water intake to solar power plant and modifications of existing headers/lines due to piping connected from solar plant. All valves, fittings, instrumentation required for local monitoring, remote control and monitoring of water flow at the available pressure and temperature at the intake point(s) shall be in the scope of solar bidder. Instrumentation, control, development of logics for equal distribution, diversion from single unit in case of one unit not available, including their connected steam and feed water pipings etc. is also in the scope of bidder.

Signature of Tenderer Company's Round Seal Date: Place:

Page 28 of 45

(21) Based on tender requirements at different clauses of the tender, a Summarised list of technical Details /Data required to be furnished by bidder alongwith technical bid is attached herewith at Annexure-V.

(22) Bidder shall be fully responsible for the complete execution of solar plant on BOOT bases. (Build, Own, Operate and Transfer). The transfer of plant period is after 15 years. At the time of handing over of the plant to GSECL, all the auxiliaries/system/ instruments etc. shall have to be fully functional efficiently and in good condition.

(23) Bidder should quote useful enthalpy of steam basis and evaluation would be carried out KCal/Kg basis of heating value of solar steam supplied .The template format for the sake of understanding is attached herewith elsewhere in the tender. The auxiliary consumption shall be as per the International standards.

(24) It is suggested to bidders that integration of steam to existing HRSG shall be as per the schematic diagram attached herewith at Annexure-II . The proposed pressure and temperature of the integrated steam shall remain constant during steam supply period. Feed water intake to Solar power plant is also indicated in the said schematic diagram. The bidder has to quote the rate for the above conditions accordingly.

(25) The utilization of equipments of existing plants will not be entertained unless the same has been explicitly agreed upon by GSECL.

(26) The quality of steam production from solar shall match with the existing parameters of steam at integration point of HRSG. The Bidder is responsible for the chemical property (Steam quality) of solar steam and should meet the existing water chemistry of HRSG. Failing to comply the above requirements may attract suitable recovery / penalty from the bidder. Any mishaps / damages to the existing equipments/HRSG etc. of GSECL encountered due to mismatching of the solar steam with the existing steam or for any other reasons, the bidder shall be responsible for the all the consequences thereof. The quality of the steam to be maintained is attached at Annexure-VII. The recommended feed water quality is also covered in Annexure-VII. Based on the above water quality, Solar bidder have to decide the chemical dosing, deaeration requirement etc. suitable for solar steam generator as well as to maintain above referred the steam purity at hook up/integration of CCPP.

(27) Bidder have to ensure that the quality of materials for piping system and its related system for integration purpose shall match the existing materials and bidder shall also ensure that solar piping and their related system shall be able to withstand the cyclic excursions of thermal/fatigue/creep stresses developed due to frequent starting and stoppage of plant on daily basis. There should not be any failure of piping system at any stages of above referred thermal/fatigue/creep stresses. Similarly valves are to be selected /designed to withstand daily and frequent opening/closing for its 100 % isolation and performance of the ISCC.

(28) Bidder has to provide complete system with details for Engineering, Procurement, commissioning & Operation. The necessary approval shall be obtained from GSECL. The statutory approval for this project from government or any other statutory body is in Bidder’s scope.

Signature of Tenderer Company's Round Seal Date: Place:

Page 29 of 45

(29) The safety of the solar plant is the responsibility of the Bidder. Bidder is responsible for the accidents due to solar steam from solar plant to integration point.

(30) GSECL representatives can visit plant during execution, operation, commissioning etc at any stage.

(31) The increased steam flow rate provides an increase in the output of the Rankine cycle. During cloudy periods and at night, the integrated plant operates as a conventional combined cycle facility with existing efficiency.

(32) Bidder has to arrange for measurement/calculations of useful enthalpy at HRSG integration point. Bidder is responsible for necessary calibration/calculations of useful Enthalpy. The necessary approval from GSECL is mandatory. The calculated Enthalpy shall be considered for the acceptance of the guaranteed performance of the system. GSECL shall provide available facility for testing of DM/Feed Water /Steam for quality analysis at the existing laboratory on ‘as available’ basis.

(33) The BOOT period of the contract shall be 15 years from the date of commissioning of the solar plant including completion of work integration of solar steam with existing plant. During this period Bidder have to put all out efforts for maintain the availability of solar power system to @ 95%. Bidde has to operate and maintain the plant efficiently for the entire 15 years of period of contract. During this period Bidder has to put all the efforts for maintaining the availability of solar power system to @ 95%.

(34) The operation and maintenance of the solar plant may be reviewed on completion of contractual period. However GSECL reserve right for the final decision of the contract.

(35) It is the bidder’s responsibility and scope to do the modification/alteration in the existing system to integrate the steam. All necessary changes in the existing system which includes all type of mechanical, electrical ,civil, C&I work( design, engineering, supply, erection, commissioning, testing etc) is also in the bidder’s scope.

(36) The steam generated from the Solar Thermal Plant shall have to be integrated in both CCPP-I and CCPP-II (Schematic Diagram showing the point of integration and point of water intake to solar power plant is attached herewith ). Design of integration is to be done such that at any point of time, GSECL can utilise full steam generated from Solar Thermal Plant in any of CCPP-I and/or CCPP-II.

(37) For measurement of actual Average DNI per year, bidder has to commission the measuring instruments for the same with required precision as per standard practices at appropriate location at Dhuvaran. This instruments/system shall be capable to measure DNI on hourly/Half hourly basis .The commissioning and O & M for the above system shall also be in bidder scope & at the time of handing over of the plant, the said instruments along with all related system are to be handed over to GSECL in good condition.

(38) Bidder has to indicate Solar Thermal Plant efficiency in their technical bid. (39) Bidder shall have to indicate useful area of Solar Modules which will convert

sun heat in to thermal heat. (40) Total C&I works including logics etc. related to solar plant is in bidder’s

scope. DCS signals are to be terminated /connected at the point suggested by BHEL/ GSECL.

Signature of Tenderer Company's Round Seal Date: Place:

Page 30 of 45

(41) Bidder have to design the solar plant such that the time required for providing the rated steam parameters at the point of integration after every initial start up of the solar plant , minimum to the extent possible. Bidder have to indicate minimum time required for the above in the technical bid.

2.0 TECHNICAL PERFORMANCE OPTIMIZATION:

With a view to encourage technology development, bidders are expected to utilize the state of the art technology to set up the project. He is expected to use large capacity and higher steam output in terms of quantity and enthalpy available for the specific technology used in setting up the large capacity solar power projects. Qualification of CSP modules, to be used solar power plants, in accordance the standards issued by BIS or applicable clause/certification for CSP technology, or other international Certification on qualification of solar modules will be necessary. Bidder shall provide GSECL the copies of such certificates before installation of such modules. Non-compliance of this requirement will result in disqualification. The electronics, cables, controls, structures etc. must qualify to latest BIS or International standards which are acceptable to utilities and which fulfill all safety norms for grid/off grid power projects. The bidder will provide a copy of the test certificate(s)/ report(s) latest with the proposals. The bidder is required to optimize generation of steam quantity and its enthalpy from the solar power plant installed vis-à-vis available solar radiation at the site (may be obtained through use of efficient electronics, lower cable losses, maximization of steam generation by enhancing incident radiation by optional methods like seasonally /constantly tracking of the sun throughout the day , seasons etc). Bidder will be required to maintain and provide to GSECL, the technical information on daily solar radiation availability, hours of sunshine, duration of plant operation and the quantum of steam generation alongwith its enthalpy fed to GSECL. The bidder will install suitable instruments, meters and data loggers for this purpose. This information will be provided at the time of commissioning. This will help in estimation of steam generation against the capacity installed at the site.

3.0 BIDDER NOT TO BENEFIT FROM COMMISSIONS, DISCOUNTS ETC:

The remuneration of the Bidder to be paid as per the price quoted for useful steam supplied on enthalpy basis in the price bid hereof shall constitute the Bidder's sole remuneration in connection with this Contract and the Bidder shall not accept for their own benefit any trade commission, discount, subsidy or similar payment in connection with activities pursuant to this Contract. The carbon credits for this project under CDM/ any other suitable GHG reduction mechanism shall be claimed by the GSECL separately and bidder shall have no claim over that.

Signature of Tenderer Company's Round Seal Date: Place:

Page 31 of 45

4.0 PROHIBITION OF CONFLICTING ACTIVITIES:

The Bidder shall not engage, and shall neither cause their Personnel as well as their Sub- Bidder and their Personnel to engage, either directly or indirectly, in any of the following activities: (a) During the term of this Contract, any business or professional activities in

GSECL/GOI which would conflict with the activities assigned to them under this Contract; and

(b) After the termination of this Contract, such other activities as may be specified in the contract.

5.0 CONFIDENTIALITY:

The Bidder and its Personnel shall not, either during the term or within two (2) years after the expiration of this Contract, disclose any proprietary or confidential information relating to the Project, the Services, this Contract or the Client's business or operations without the prior written consent of the GSECL

6.0 BIDDERS ACTIONS REQUIRING GSECL’S PRIOR APPROVALS:

The bidder shall obtain GSECL’s prior approval in writing before taking any of the following actions: (a) Substitution of any Key Personnel approved by GSECL (b) Any other actions that may be specified in this tender documents.

7.0 REPORTING OBLIGATIONS :

The Bidder shall submit to the GSECL the reports and documents specified by GSECL hereto, in the form, in the numbers and within the time periods set forth by GSECL.

8.0 DELIVERABLES :

The Bidder shall also deliver to GSECL, the following for initial development, customization & enhancement and also for subsequent enhancements: 1. Project Work Plan including resource mobilization and manpower deployment

plan. In case of any slippage, revised work plan.

2. System Requirement Specification (SRS) Document.

3. System Design Document (SDD).

4. Executable Programs of the Project Setup programs.

5. User Manuals, Training Manuals, System Admin Manual and Troubleshooting Manuals.

6. Delivery of revised SDD along with modified Setup programs after completion of one-year period.

7. Training Material.

Signature of Tenderer Company's Round Seal Date: Place:

Page 32 of 45

9.0 INTELLECTUAL PROPERTY RIGHTS: GSECL will have all the intellectual property rights for the above mentioned

deliverables. 10.0 DOCUMENTS PREPARED BY THE BIDDER TO BE THE PROPERTY

OF THE GSECL: All plans, drawings, specifications, designs, reports, other documents and software prepared by the Bidder for the GSECL under this Contract shall become and remain the property of the GSECL, and the Bidder shall, not later than upon termination or expiration of this Contract, deliver all such documents to the GSECL, together with a detailed inventory thereof. The Bidder may retain a copy of such documents and software. Future use of these documents and software, if any, warrants prior approval from the GSECL.

11.0 BIDDER' PERSONNEL AND SUB-BIDDERS :

(a) General : The Bidder shall employ and provide such qualified and experienced Personnel and Sub-Bidder as are required to carry out the work. The Bidder shall provide a full time project manager who would be responsible for onsite operations and Project Management. The Project manager shall have required skills in order deliver projects effectively in time and also authority to take decision on the manpower resources of the project to meet timelines as agreed with GSECL. The composition of the team including team leaders, analysts, administrator, technical and quality assurance personnel, will be as agreed upon between GSECL and the Bidder, based on the proposed team composition by the Bidder. The Bidder shall also deploy additional personnel, if required for faster rollout of the application or data conversion.

(b) Approval of Personnel:

The Bidder shall submit to the GSECL for review and approval a copy of their biographical data of key Personnel which the Bidder proposes to use in the carrying out of the work. If the GSECL does not object in writing (stating the reasons for the objection) within twenty-one (21) calendar days from the date of receipt of such biographical data, such Key Personnel shall be deemed to have been approved by the Client.

(c) Leave by Personnel:

Any Personnel taking leave shall be subject to the prior approval by the Bidder who shall ensure that absence for leave purposes will not delay the progress and adequate supervision of the work. The bidder shall apprise to the client about the status of manpower and monthly progress of the proposed work.

Signature of Tenderer Company's Round Seal Date: Place:

Page 33 of 45

(d) Removal and/or Replacement of Personnel:

(a) Except as the GSECL may otherwise agree, no changes shall be made in the Key Personnel. If, for any reason beyond the reasonable control of the Bidder, it becomes necessary to replace any of the Personnel, the Bidder shall forthwith provide as a replacement a person of equivalent or better qualifications, subject to the prior written approval by GSECL.

(b) If the GSECL (i) finds that any of the Personnel has committed serious misconduct or has been charged with having committed a criminal action, or (ii) has reasonable cause to be dissatisfied with the performance of any of the Personnel, then the Bidder shall, at the GSECL's written request specifying the grounds therefore, forthwith provide as a replacement a person with qualifications and experience acceptable to the Client.

12.0 OBLIGATIONS AND RESPONSIBILITY / INPUTS BY GSECL: 1. Assistance :

GSECL shall assist to the bidder to get all necessary permissions/clearances to establish and operate and maintain the proposed power generation plant. However it shall be on the part of bidder to get all these permissions.

2. Services, Facilities and Property of the Client : The GSECL shall make available to the Bidder and its Personnel, for the purposes of the work land free of any charge, the services, facilities and property agreed upon with GSECL, at the times and in the manner agreed upon, provided that if such services, facilities and property shall not be made available to the Bidder as and when so specified, the Parties shall agree on any time extension that it may be appropriate to grant to the Bidder for the performance of the Services.

3. GSECL shall provide land to bidder on ‘as and where’ basis. GSECL will remove old structures, trees and any major obstacles above ground level. The required grading and finishing etc. of land for execution of project is in the Bidder Scope.

4. Necessary technical support of BHEL and GSECL may be provided on as available / as required basis . However bidder will have to take-up full responsibility of design and performance of solar plant alongwith its integration to existing system as per requirements.

5. GSECL shall provide Feed Water for Solar plant operation from BFP Discharge line . The necessary extension of lines, modification / augmentation in existing plant if required, are in Bidder Scope.

6. GSECL shall provide available facility for testing of DM/Feed Water /Steam for quality analysis at the existing laboratory on ‘as available’ basis. The Requirement of DM water is to be indicated in the technical bid by Bidder. It will be suitably loaded at the rate of Rs. 100/M3, while evaluating tender at par with other bidders. Any excess consumption of DM watershall be chargeable at the Rate of Rs.100/ M3 and at escalation of 5% per annum. The excess DM water consumption shall be evaluated for 15 YEARS. ( For example for the first year Rs 100 per M3, for 2nd Year Rs 105 per M3, for third year Rs. 110.25 per M3 and so on). The DM Water shall be supplied to the bidder from BFpump

Signature of Tenderer Company's Round Seal Date: Place:

Page 34 of 45

discharge line with the existing parameter of respective units.. The further increase of Feed Water parameters as per requirements at integration point shall achieved and maintained by bidder.

7. GSECL shall provide preliminary details of Geotechnical & Topography study report of solar field in general , which is as under: The proposed land for solar field is with good soil in the slope of @ 3 meter in 600 meter length and is shadowless. The adjacent land of CCPP I & II has SBC of soil @ 18 to 20 T/M2 at 3 meter depth. Bidder shall arrange soil testing if required at his cost for installation of solar thermal power plant.

8. The service water/Raw Water shall be provided at single point by GSECL as

per norms Free of Cost.

9. The residential facilities shall be provided on chargeable basis as per the availability and as per GSECL norms.

10. GSECL shall provide only the available parameters/details of steam of CCPP–I & II, DTPS and shall provide land plot plan to bidders what so ever the detailed parameters , documents required for designing of the solar plant shall have to be availed from the available history /records of the units . Non-availability of the required inputs from GSECL shall not be an excuse for improper designing /failure to meet the objective of solar power plant installation.

11. Other facilities like air, workshop, crane etc. which may be available can be spared on ‘as available’ basis on chargeable basis. In view of above, all utilities like cooling water, cleaning water, instrument air requirement and any other requirements for solar plant may be informed by solar bidder to enable GSECL to check for availability as additional margins in the system already existing. Solar bidder to indicate the quantity of blow down from solar plant/boiler to enable GSECL to check the make up water system availability

12. All the measuring instruments and protection and control system to meet the objective of GSECL is in the scope of bidder.

13. Necessary permission / consent from the OEM shall have to be availed by Bidder. GSECL shall assist for furnishing the required details for the same.

14. The utilization of equipments of existing plants will not be entertained, except explicitly permitted/agreed upon by GSECL

15. The electrical power for construction, erection and commissioning as well as for Operation & Maintenance of the solar thermal power plant shall be provided to bidder at a Single point and on chargeable basis as per MGVCL rules. Further extensions of power supply for Solar steam plant shall be in bidder scope. Necessary support, if required, for getting Electrical Connection shall be provided by GSECL. Bidder has to indicate his power requirements in his technical bid.

Signature of Tenderer Company's Round Seal Date: Place:

Page 35 of 45

16. The storage area for project material during execution of solar project in adjacent to the identified site shall be provided on availability basis. The Bidder has to manage the storage facility depends on site condition.

17. The site shall be handed over to bidder after removal of structures, trees etc above ground level.

18. The details of Recommended parameters for Feed water Quality, Boiler water Quality & Steam purity is indicated in “Annexure-VII” attached herewith for reference

19. Daily water Analysis Report of CCPP of DTPS is indicated in “Annexure-IX” attached herewith for reference purpose.

12.0 BIDDERS TO NOTE:

1) Though adequate care has been taken while preparing this tender bid documents, the Bidder shall satisfy himself 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 days from the date of issue of the bid documents, it shall be considered that the bid document is complete in all respects and has been received by the Bidder.

2) The Gujarat State Electricity Corporation Limited (GSECL) may modify, amend or supplement these tender documents.

3) Please see regularly our website www.gsecl.in for latest up-date. All modification / amendment / clarification / information etc., if any, shall be given in our website only.

4) While these tender documents no. GSECL/PP/PMI/CCPP-I & II/ ISCC/ DTPS / has been prepared in good faith, neither the GSECL nor their employees or advisors or procurer(s) or their employee 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 tender documents, even if any loss or damage is caused by any act or omission on their part.

Signature of Tenderer Company's Round Seal Date: Place:

Page 36 of 45

Section-4 Price bid / Schedule of

Prices

Signature of Tenderer Company's Round Seal Date: Place:

Page 37 of 45

Section-4 Price bid /Schedule of Prices

From: _________________________ _________________________ _________________________ To: The Chief Engineer (P&P)

Gujarat State Electricity Corporation Limited (GSECL), Corporate Office, Vidyut Bhavan, Race Course, Vadodara-390007(Gujarat). SUB: Price bid(Financial Proposal) for Installation of Integrated Solar Combined

Cycle Power Plant of suitable capacity for integration of solar generated steam at required point in the existing HRSGs of CCPP-I and CCPP-II of Dhuvaran power station on BOOT basis

Sir, We, the undersigned, bid for the above subject matter in accordance with the tender as under : Sr.

No.

Point of

integration

in the

existing

steam

circuit of

GSECL’s

CCPP-I and

CCPP-II

Relevant

Steam

Parameters

at

integration

point,

Steam

Pressure in

Kg / cm2

Relevant

Steam

Parameters

at

integration

point,

Steam

Temperature

in 0 C

Enthalpy

in

Kcal/kg

for

steam at

ref. in

Column

No. 2

Enthalpy in

(KCal/Kg)

for Feed

water at BFP

discharge

(114 kg/cm2

and 112 oC)

for

Evaluation

purpose*

Useful

Enthalpy

In Kcal/kg

for

evaluation

and

payment

purpose

Rate

of

Useful

steam

per Kg

Rate in INR for

100 Kcal of

steam for

useful enthalpy

(In words as

well as in

figure)

(1) (2) (3) (4) (5) (6) (7)=(5) –(6) (8) (9)=[(8) /(7)] x100

1 Integration

location :

MS LINE

after

HRSG

MSSV

Note: - ( * ) Enthalpy of steam at BFP discharge for Evaluation purpose : 112 KCal/kg.

(1) Evaluation Criteria for technically acceptable bid would be INR per 100 Kcal (2) Enthalpy would be verified and corrected, if found deviating from standard

steam table/Charts.

Signature of Tenderer Company's Round Seal Date: Place:

Page 38 of 45

The evaluation of bid shall be made in accordance with the template as shown separately for reference purpose only. This Price Bid / Financial Proposal has been submitted after considering all the conditions of tender including payment clauses for contract on BOOT Basis. Our financial proposal/ price bid shall be binding upon us subject to the modifications resulting from contract negotiations, up to expiration of the validity period of proposal. We undertake that in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws on the contract management, guidelines issued by the Central Vigilance Commissioner on Procurement of Stores and Services. We understand GSECL is not bound to accept any proposal it receives. We remain, Yours Sincerely, Authorised Signatory Name and Stamp of the bidder and Address.

Signature of Tenderer Company's Round Seal Date: Place:

Page 39 of 45

Section-5 Following are the

Attachments to the tender documents:

Attachment to the tender documents: Remarks ANNEXURE-I Plot plan of Dhuvaran showing

the area identified for solar thermal power plant in the south

of CCPP-I /CCPP-II

Attached separately

ANNEXURE-II Schematic Diagram showing the point of integration of steam in existing CCPPs and point of

water intake to solar power plant

Attached separately

ANNEXURE-III HBD for CCPP-I and CCPP-II Attached separately

ANNEXURE-IV Details/Design Parameters of CCPP-I and CCPP-II

Attached herewith

ANNEXURE-V Summarised list of technical Details /Data to be furnished by bidder alongwith technical bid

Attached herewith

ANNEXURE-VI Annexure- A –Indicative DNI for information purpose

Attached herewith

ANNEXURE-VII Annexure III –Quality of solar steam and recommended

quality of Feed water.

Attached herewith

ANNEXURE-VIII Format for BG for EMD Attached herewith

ANNEXURE-IX Daily water Analysis Report of Dhuvaran CCPP

Attached herewith

Signature of Tenderer Company's Round Seal Date: Place:

Page 40 of 45

Section-5

ANNEXURE -IV

Steam / Feed Water Parameters for supplying the steam by installing solar thermal power plant at Dhuvaran

Details for Dhuvaran Sr. No.

Description

CCPP-I CCPP-II

1 Installed Capacity in MW :

― Date of Commisssioning 28.01.2004 01.11.2007

a Generation through Gas Turbines

67.850 x 1= 67.850 MW 72.51 x 1 = 72.51 MW

b Generation through Steam Turbines

38.767 x 1 = 38.767 MW 39.940 x 1 =39.940 MW

TOTAL (a + b) 106.617 MW 112.45 MW

2 Details of Steam Parameters of existing plant :

a Please provide Heat Mass Balance Diagram (HMBD) of the plant

Attached Separately Attached Separately

b Main Steam (Pressure (ata), Temp.(oC) , Flow (TPH), Enthalpy(KJ/Kg.), (Designed)

106 / 537 / 113.1 / 3460.2 107 / 542 / 118.2 / 3474.91

c IP Steam (Pressure (ata), Temp.(oC) , Flow (TPH), Enthalpy(KJ/Kg.) (Designed)

29 / 260 /8.7 / 2885.1 29 / 260 / 8.3 / 2887.79

d LP Steam (Pressure (ata), Temp.(oC), Flow (TPH), Enthalpy(KJ/Kg.) (Designed)

5 / 200 /7.5 / 2849.7 5 / 200 /6.6 / 2850.4

3 Details of Feed Water Parameters :

a Feed Water Pressure Kg/Cm2/ Temp.(oC)/Flow in TPH (at BFP Outlet )

127.40 / 105 / 130.40 127.40 /105 /133.10

Signature of Tenderer Company's Round Seal Date: Place:

Page 41 of 45

ANNEXURE -V

Summarised list of technical Details /Data

to be furnished by bidder alongwith technical bid

(1) Complete project plan to meet/achieve GSECL’s objectives. i.e. Comprehensive

description of complete project covering all the aspects as to how GSECL’s

requirements shall be addressed.

(2) DNI considered for the purpose of arriving at guaranteed steam generation per

annum:

(3) Minimum, maximum and guaranteed average steam availability during the year

with submission of steam generation curves with respect of DNI.

(4) Bidder shall also indicate the intraday variation in solar steam as per DNI in

Technical bid (Un priced) for this project. Bidder have to indicate the parameters

of steam with quantity at different point of day.

(5) Details to be submitted as per the format at Clause No. 1.4.3.(2) of Section-2

(6) Solar Thermal Plant efficiency is to be indicated in their technical bid, that is the

conversion rate from received solar radiation to solar steam generation.

(7) The Requirement of DM water.

(8) Solar bidder to indicate the quantity of blow down from solar plant/ boiler to

enable GSECL to check the makeup water system availability .

(9) Total power requirements.

(10) Requirements for all utilities like cooling water, cleaning water, instrument air

requirement and any other requirements for solar plant may be informed by solar

bidder to enable GSECL to check for availability as additional margins in the

system already existing.

(11) Minimum time required to provide the rated steam parameters at the point of

integration after every initial start up of the solar plant .

(12) Any other data /details required to be furnished as stipulated in the different

clauses of tender bid documents.

Signature of Tenderer Company's Round Seal Date: Place:

Page 42 of 45

ANNEXURE -VI

INDICATIVE VALUES OF DNI

Sr.No. Month DNI (KWH/M2/Day)

1 January 6.5 – 7.0 2 February 7.0 – 7.5 3 March 7.0 – 7.5 4 April 6.5 – 7.0 5 May 6.5 – 7.0

6 June 5.0 – 5.5 7 July 2.2 – 2.5 8 August 2.5 – 3.0 9 September 4.5 – 5.0

10 October 6.5 – 7.0 11 November 6.0 – 6.5 12 December 5.5 – 6.0

Note: - The above values of DNI depicts model estimates of annual average

direct normal irradiance(DNI) at 10 km resolution based on hourly estimates of radiation over 7 (seven) years, (2002 – 2008). The inputs are visible imagery from geostationary satellites, aerosol optical depth, water vapour and ozone.

Signature of Tenderer Company's Round Seal Date: Place:

Page 43 of 45

ANNEXURE-VII

Recommended parameters for Feed water Quality, Boiler Water Quality & Steam purity

(B)Recommended Boiler Water Quality : Description Unit HP IP LP

Total Dissolved Solids (Max) ppm 100 200 200

pH at 250C 9.1-9.8 9.8-10.1 9.8-10.1

Silica (max) ppm 1.0 4.0 4.0

Phosphate residual ppm 5-10 10-20 10-20

Specific Electric Conductivity at 250C (max) µmho/cm 200 400 400

(C) Recommended Steam Purity at hook up/integration of CCPP:

Description Unit Detail

Silica as SiO2 (Max) ppm 0.02

Specific Electrical Conductivity measured at 25 0C after passing through a cation column

µS/cm 0.2

Sodium(Max) ppm 0.01

Total IRON(Max) ppm 0.02

Total Copper(Max) ppm 0.003

The above values specific to the Contract and these values are to be maintained for trouble free operation of the HRSG.

(A) Recommended Feed Water Quality : Description Unit Limits

Hardness (Max) ppm Nil

pH at 250C (For Copper alloy pre-boiler system) 8.8-9.2

pH at 250C (For Copper free pre-boiler system) 9.0-9.4

Dissolved Oxygen (max) ppm 0.007

Total Iron (max) ppm 0.01

Total Copper (max) ppm 0.01

Total Silica as SiO2 (max) ppm 0.02

Conductivity at 250C measured after Cation Exchanger in H++ form after CO2 removal (max)

µS/cm 0.2

Hydrazine Residual ppm 0.01-0.02

Total Organic carbon ppm 0.2

Signature of Tenderer Company's Round Seal Date: Place:

Page 44 of 45

ANNEXURE-VIII (On non judicial stamp Paper of Rs.100/-)

BANK GUARANTEE FORMAT FOR EMD WHEREAS Messers----------------------------------------------------(Name and Address of the firm) having their registered office at ------------------------------------------------------------------- ( address of firm’s registered Office) ( hereinafter called the ‘ Tenderer’ ) wish to participate in the Tender No.-------------------------------------------------for ---------------------------------------------------( supply / Erection / Supply and Erection / work) of -----------------------------------------------(Name of the material / equipment / work) for --------------------------Gujarat State Electricity Corporation Ltd. ( hereinafter called the “ Beneficiary”) and

WHEREAS a Bank Guarantee for Rs.----------------- (Amount of E.M.D.) valid till -------------------------------(mention here date of validity of this guarantee which will be 3 months beyond initial validity of Tenderer’s offer), is required to be submitted towards the Earnest Money Deposit by the Tenderer alongwith the tender. We,---------------------------------------------------------------------------(Name of the Bank and address of the Branch giving the Bank Guarantee) having our registered Office at ------------------------------( Address of Bank’s registered Office) hereby give this Bank Guarantee No.-------------------Dated------------------------and hereby agree unequivocally and unconditionally to pay within 48 hours on demand in writing from the Gujarat State Electricity Corporation Ltd. or any officer authorized by it in this behalf any amount not exceeding Rs.-----------------( amount of E.M.D.) (Rupees.--------------------------------------------------------) to the said Gujarat State Electricity Corporation Ltd. on behalf of the Tenderer. We,---------------------------------------------------(Name of the Bank) also agree that withdrawal of the tender or part thereof by the tenderer within its validity or non-submission of Security Deposit by the Tenderer within one month from the date of tender or a part thereof has been accepted by the Gujarat State Electricity Corporation Ltd. would constitute a default on the part of the tenderer and that this Bank Guarantee is liable to be invoked and enchased within its validity by the beneficiary in case of any occurrence of a default on the part of the Tenderer and that the encashed amount is liable to be forfeited by the beneficiary. This agreement shall be valid and binding on this Bank upto and inclusive of ------------------------------------------------------------------------( mention here the date of validity of Bank Guarantee) and shall not be terminated by notice or by change in the constitution of the Bank or the firm of Tenderer or by any reason whatsoever and our liability hereunder shall not be impaired or discharged by any extension of time or variations or alterations made, given, conceded with or without our acknowledge or consent by or between the Tenderer and the Gujarat State Electricity Corporation Ltd.. NOTWITHSTANDING anything contained hereinbefore our liability under this Guarantee is restricted to Rs.--------------(amount of E.M.D.) ( Rupees:------------------------------------------------------------(in words). Our guarantee shall remain inforce till---------------------(date of validity of the guarantee). Place: Date : Signature of the Bank’s authorized Signatory with official seal.

Signature of Tenderer Company's Round Seal Date: Place:

Page 45 of 45

ANNEXURE- IX

DAILY WATER ANALYSIS REPORT OF CCPP-DTPS , (Date : 13.07.2012)

(A) D M STORAGE TANK Lim. Value D.M. STORAGE # 1 D. M. STORAGE #2

1 Conductivity @ 25 0C µS/cm < 1.0 0.93 0.96

2 pH @ 25 0 C unit 6.2-7.2 6.50 6.50

3 Silica as SiO2 ppm <0.02 < 0.02 <0.02

(B) CONDENSATE WATER Lim. Value H.W.#1 H.W.#2

1 Conductivity @ 25 0C µS/cm 2.5-3.5 2.76

2 pH @ 25 0 C unit 8.8-9.2 8.80 NIS

3 Silica as SiO2 ppm <0.02 0.02

(C) FEED WATER Lim. Value H.P.#1 H.P.#2

1 Conductivity @ 25 0C µS/cm 2.5.-3.5 2.86

2 pH @ 25 0 C unit 8.8-9.2 8.81 NIS

3 Silica as SiO2 , ppm 0.02 0.02

(D) BOILER DRUM WATER. Lim. Value HP-1 HP-2 Limit IP-1 IP-2 Limit LP-1 LP-2

1 Conductivity @ 25 0C µS/cm 200 22.60 400 41.33 400 39.00

2 pH @ 25 0 C unit 9.1-9.8 9.69 9.8-10.1 9.83 9.8-10.1 9.83

3 Chloride as Cl. ppm As low as 1 NIS As Low 1 As Low 1 NIS

4 Phosphate residual, ppm 3.0-10 5.46 10-20 11-18

NIS

10-20 10.96

5 Silica as SiO2 , ppm (Max) 1 0.2 4.0 0.20 4.0 0.30

6 Load / Press.Kg/cm2

7 C.B.D. position

(E) SUPERHEATERED STEM HP-1 IP-1 LP-1 HP-2 IP-2 LP-2

1 Conductivity @ 25.0 µS/cm 2.5-3.5 2.93 2.85 2.78

2 Ph @ 250 C unit 8.8-9.2 8.82 8.81 8.80 NIS NIS NIS

3 Silica as SiO2 , ppm <0.02 <0.02 <0.02 <0.02

(F) COOLING WATER RECIRCULATION Unit # 1 Unit#2 (G) RESIDUAL CHLORINE, ppm :Lim.02-0.5

Make up chloride, ppm 8700 Cooling Tower #1 0.20

Cooling Tower Chloride, ppm 11700 NIS Cooling Tower #2 NIS

C.O.C Limiting Value : 1.6 / 3.0 1.34

(H) Daily Chemical Consumption Kg. Daily Chemical Consumption K.G. D.M. WATER CONS.

1 Hydrochloric Acid 0 6 Tri Sodium Phosphate 0.05 D.M. WATER CONS. #1 94.90

2 Caustic Soda Lye 0 7 Sulphuric acid 725 D.M.Water Cons. #2 03.92

3 Hydrazine hydrate 0.37 8 Liquid Chlorine 40 D.M.Water Cons.(Total) 98.82

4 Ammonia 0.074 9 Anti Scalant 0

5 Sodium meta-bi-sulphite 0.000