Documenti di Didattica
Documenti di Professioni
Documenti di Cultura
Page 1 of 99
Note: All interested Bidders who have downloaded the RFP document
are advised to regularly visit the company website
www.gipcl.com AND https://gipcl.nprocure.com for any updates
/ clarification / amendments pertains to this RFP. All necessary
updates/notification shall be posted only on any of these
websites and will not be published in newspaper. Bidders shall
submit their Bids taking cognizance of the same. Bids
submitted without taking into consideration any such
amendment / notification / clarification prior to closing date
shall be treated as non-responsive and shall be liable for
rejection.
Page 2 of 99
Date: 18/08/2015
Page 3 of 99
VOLUME - I
REQUEST FOR PROPOSAL (BID) DOCUMENT
FOR
Page 4 of 99
INDEX OF VOLUME - I
Section
No.
Description
Page No.
II
10
III
26
IV
29
Scope of Work
43
VI
54
Page 5 of 99
SECTION I
NOTICE INVITING TENDER (NIT)
AND
REQUEST FOR PROPOSAL (RFP)
1.1
Gujarat Industries Power Co Ltd (GIPCL) invites offers under Two Part bidding system
from reputed firms having proven track record, execution capabilities and experience with
sound financial background as per Qualification Criteria mentioned in the tender for
Supply of Photo Voltaic (PV) Module for 2 X 1 MWp Distributed PV Solar Power Pilot
Project at Village Amrol (Dist. Anand) and at SLPP (Village Vastan Dist. Surat) in the
State of Gujarat. The RFP / Tender Document is uploaded on https://gipcl.nprocure.com
and can also be accessed from companys website www.gipcl.com.The last date for
submission of the Bid is 15/09/2015, up to 14:00 Hrs (IST).
1.2
(2)
The Bid shall be submitted on Two Part basis as per the instruction given in the RFP
Document.
Page 6 of 99
18/08/2015
To,
Prospective Bidder
Sub : Tender No: GIPCL/Solar-1/PVM/2015 for Supply of Photo voltaic (PV) Module for 2 X 1
MWp Distributed PV Solar Power Pilot Projects in the State of Gujarat
Dear Sir,
Gujarat Industries Power Company Limited (GIPCL) invites bids from prospective Bidders
having required capabilities, experience, proven track record and sound financials as per the
criteria laid down in this RFP for the subject item under "Two-Part Bid System complete in
accordance with the following details and terms & conditions as per enclosed RFP Document
for Supply of Photo voltaic (PV) Module for 2 X 1 MWp Distributed PV Solar Power Pilot Project
as per following details:1.0
BRIEF DETAILS
Table A
Sr.
No.
Description of Item
Particulars
PV modules having rating of 310 Wp or 315
Wp as per price bid for Site Locations as
indicated below :
1) 1 MWp at Amrol Dist.- Anand, Gujarat
2) 1 MWp at village Vastan, near our SLPP
site, Dist-Surat, Gujarat
3) Rooftop quantity for Vadodara and SLPP
as per price bid.
Details of Locations are given at Annexure-1
10 Weeks from the date of LOA per Clause
5.8 of Section-V of Vol-.I of the RFP.
Open Competitive in Single Stage Two Part
bidding.
Delivery Schedule
Mode of Tendering
Page 7 of 99
https://www.nprocure.com
or
https://gipcl.nprocure.com OR Bidder can
also view and download the RFP, from
GIPCL Website www.gipcl.com.
Tentatively on 27/08/2015 at 11:00 hrs. IST,
Shall be confirmed on website.
GIPCL
Corporate
Office
at
PO:
Petrochemicals - 391 346, Dist. Vadodara,
Gujarat, India OR as notified by GIPCL.
Date : 15/09/2015 Up to 14:00 hrs (IST)
Part- I (Techno-commercial Bid) (EnvelopII) along with Tender Fee and EMD
(Envelop-I) to be submitted in Physical form
in two separate sealed envelope addressed
to Bid Submission Address mentioned at Sr.
No. 12 of this table and also to be uploaded
on
website https://gipcl.nprocure.com on
or before due date and time in line with
instructions to Bidders as per RFP.
Part-II (Price Bid) is STRICTLY TO BE
SUBMITTED ONLINE on or before due
date
and
time
to
website
https://gipcl.nprocure.com
in
line
with
Instructions to Bidders as per RFP,
(n)procure guidelines and instructions and
subsequent clarification, amendment issued
thereof if any in this regard. Bid submitted
with Physical Price Bids Envelope shall
become liable for rejection.
10
11
12.
Date : 15/09/2015
Time : 14:00 hours (IST)
Venue: GIPCL Corporate Office,
PO:Petrochemicals - 391 346,
Dist.Vadodara.
Date : 15/09/2015
Time : 15:00 hours (IST)
Venue: GIPCL Corporate Office,
PO : Petrochemicals - 391 346,
Dist.Vadodara.
Mr. S. N. Purohit Addl. Gen. Mgr. (O&M)
Gujarat Industries Power Company Limited
PO:Petrochemicals-391346,
Dist.Vadodara, Gujarat, India
Tel.:+91-265-2230185
Fax:+91-265-2231236
Email: dspp@gipcl.com
13
14
Location of Project
15
Currency of Offer
16
Payment Terms
17
Contract Performance
Bank Guarantee (PBG)
18
Evaluation of Bids
19
Validity of Offer
20
21
22
23
Page 8 of 99
24
Page 9 of 99
SECTION II
Page 10 of 99
Page 11 of 99
CONTENTS OF SECTION - II
Clause
No.
2.1
2.2
2.3
2.4
2.5
2.6
2.7
2.8
2.9
2.10
2.11
2.12
2.13
2.14
2.15
2.16
Description
Information to Bidder
Bidders Eligibility Criteria
Bid Evaluation
Rights of Owner
Bid Form
Validity
Instructions for Submission of Bids
Method of Tendering / Signature of Bid
Disqualifications
Confidentiality
Force Majeure
Arbitration
Jurisdiction / Governing Laws
General
Submission Copies of Certificate /Documentary Proof
Pre-bid Meeting
Page No.
12
12
14
16
16
16
16
22
23
23
23
23
24
25
25
25
Page 12 of 99
SECTION-II
INSTRUCTION TO BIDDERS (ITB)
2.1
INFORMATION TO BIDDER
2.1.1
Bidders are required to furnish all information and documents as called for in this
document in English language. Any printed literature furnished by the Bidder in
another language will require to be accompanied by an English translation, which
shall govern in case of any variation.
2.1.2
Addenda to the tender document could be issued prior to the last date of
submission of the Bids to revise any of the tender condition.
2.1.3
All addenda, clarification, replies to pre bid queries etc. are to be considered an
integral part of the tender document and Bidder deemed to have taken in to
account while submitting its Bid irrespective of the fact that whether the
clarification, amendment, addenda issued is relevant to the query raised by him.
All such clarification/amendment etc. will be web hosted and can be viewed in
either
on
www.gipcl.com
or
https://www.nprocure.com
or
https://gipcl.nprocure.com. It is the responsibility of Bidder during the tendering
stage to regularly visit both web sites and keep himself updated on any such
postings prior to submission of the Bids. The Bidder shall be deemed to have
informed himself of all information, amendments and clarifications with respect to
the present tender document. Bids submitted without cognizance of any such
postings would be treated as non responsive and is liable to be rejected.
2.1.4
Bidder is required to take into account all addenda in his Bid received during the
bid period and to confirm / attach the same in the Bid.
2.1.5
Bidder should submit Bid in Two part with EMD: Part-I (Techno-commercial) in
Physical and soft form and Part-II (Price Bid) strictly online as per
instructions of clause 2.7 of Section II - Bid Submission. The technical and
financial evaluation will be carried out as stipulated in clause 2.3 of the RFP.
The decision of GIPCL regarding evaluation of the Bids and viability of the offer
will be final and GIPCL will be under no obligation to give any reply, justification
to any of the Bidder in any form. No communication in this regard shall be
entertained post submission of the Bid.
2.1.6
Bid should be filled in only with ink or typed. Any bid filled in by pencil or
otherwise shall not be considered.
2.1.7
2.1.8
2.1.9
2.2
2.2.1
Page 13 of 99
The Bidder should meet the eligibility criteria and requirements stipulated hereunder:A.
Technical Criteria
(i)
(ii)
(iii)
B.
Financial Criteria
(i)
(ii)
Bidder shall also submit the details as per Bid Response Sheet No: 4 attached
with this RFP Document
2.2.2
OTHER TERMS
(i)
(ii)
(iii)
(iv)
(v)
(vi)
Page 14 of 99
document, Audited Balance Sheet and Profit & Loss Account etc., along
with the Bid to establish experience / track record and financial
capabilities meeting Bid Evaluation Criteria.
The bidder or its Proprietor / Partner(s) / Director(s) of the Firm should not
have been convicted by a Court of Law for an offence involving moral
turpitude in relation to business dealings during the past seven (7) years.
The bidder should meet all the above eligibility criteria as on the bid due date.
The bids of only those bidders, who meet the Bidders Eligibility Criteria, will be
considered for further evaluation.
Notwithstanding anything stated above GIPCL reserves the right to verify all
statements/information submitted to confirm the Bidders claim on experience
and to assess the Bidders capability and capacity to perform the contract should
the circumstances warrant such an assessment in the overall interest of the
project.
Further, notwithstanding the above, GIPCL reserves the right to accept or reject
any BID and to annul the process of submission of BID and reject all or any BID,
at any time without incurring any obligation of intimation thereof to the bidders or
incurring any liability in respect thereof. GIPCL shall in no way be responsible or
liable for any loss, damage or inconvenience caused to the rejected Applicants
whatsoever. GIPCL shall be under no obligation to inform the affected Applicants
of the rejection and / or ground for rejection.
2.3
BID EVALUATION
2.3.1
2.3.2
2.3.3
2.3.4
Page 15 of 99
Illustration:
Step-1: Datasheet for PV Module.
Sr. No.
1
2
3
4
5
6
7
8
9
10
Particulars
Maximum Power @STC, Wp
Optimum operating Voltage, Vmp
Optimum Operating Current, Imp
Open Circuit Voltage, Voc
Short Circuit Current Isc
Module Efficiency
Power Temperature Coefficient
Temperature Coefficient for Voc
Temperature Coefficient for Isc
Quoted Price ( including taxes
duties, freight etc.) Rs.
Supplier -1
310
36.4
8.52
44.9
9.08
16.16%
-0.43 %/C
-0.34 %/ C
0.065 %/C
3 Cr./MW
Supplier-2
310
37.71
8.23
45.8
8.79
15.98
-0.44 %/C
-0.34 %/C
0.04 %/C
2.95 Cr./MW
Step-2 :
Above Data Evaluated through PVSyst software and annual generation for one
year will be generated for 1 MW Plant.
PVSYST Parameter and output:
Site
: Amrol, Tal: Anklav, District: Anand, Gujarat- India.
Geological Data
: NASA
Inverter
: 1 MW capacity, Make: Danfoss, Model: QLX1000
Modules in series
: 18 Nos.
Total Nos. of Array : 180
Seasonal Tilting Angle: 0 to 51 Deg.
Annual Generation : Supplier -1: 1812937 KWh
Supplier -2: 1791166 KWh
Step-3
Financial Evaluation:
Loss in Generation : 21771 KWh compared to supplier-1
Unit Rate
: 2.80 Rs. /KWh with 5 paisa escalation yearly.
NPV
: 6,26,159/-
2.3.5
Step-4
Final Evaluated Price :
Supplier - 1
Rs .3,00,00,000 per MW ( base being highest generation )
Supplier - 2
Rs. 2,95,000,00 + Rs. 6,26,159 = 3,01,26,159 per MW
NOTE : The above illustration is given for Amrol site. Similar methodology will be
followed for evaluation of bid for Vastan site where in irradiation data for Vastan
site will be considered.
In case of visibility of ranking of Bidders and prices online after opening of Price
Bid, shall not be treated as ranking for deciding the order. The quoted
prices
will be evaluated further for any financial loading for placement of order along
with other parameters outlined as per Bid Evaluation Methodology prescribed in
this tender/RFP document.
2.4
2.5
Page 16 of 99
RIGHTS OF OWNER
2.4.1
Bidders are informed that Owner is neither under any obligations to select any
bidder nor to assign any reason for either qualifying or disqualifying any bidder.
Owner is also not under any obligation to award the contract and proceed with
the project or any part thereof under this RFP. GIPCL reserves the right to split
the orders response and evaluations of the Bids in its best interest. GIPCL is not
bound to select lowest Bidder solely on the basis of price.
2.4.2
At any time prior to opening of price proposals, either on its own initiative or in
response to clarifications requested by any prospective bidder, Owner may
modify the document by issuing an amendment on website only.
2.4.3
Owner reserves the right to assess Bidders capability and capacity to perform
the work/contract to full satisfaction of the Owner.
2.4.4
Owner reserves the right to accept, prefer and reject any or all proposals without
assigning any reason thereto.
BID FORM
Bidders are required to sign the Bid Form enclosed as per Bid Response Sheet No: 3
of Vol.1 of this Section with the tender document, failing which their bid shall be liable for
rejection.
2.6
VALIDITY
The bid shall be valid for 120 days from the bid due date or extension if any without any
change in the quoted price and all terms and conditions.
2.7
A: Part :I Technical with Tender Fee and EMD in Physical form (In a separate
sealed envelope) to be submitted at the address mentioned below and to
be uploaded in electronic form on https://gipcl.nprocure.com.
Part I shall contain following:
Envelop I + Envelop II, both separately sealed and put in another sealed cover
super scribing Part I clearly as follows :
a) Envelope-I : Earnest Money Deposit (EMD along with Tender Fee)
The Earnest Money deposit (EMD) shall be placed in a separate sealed
envelope marked as EMD and Tender No:.GIPCL/SOLAR-1/PVM/2015
along with Tender Fee shall be placed in sealed envelope.
b) Envelope-II : Un-priced / Techno-commercial Bid including Bid eligibility
criteria :
Envelope II shall contain un-priced Techno-commercial Bid, which shall
include complete technical information about PV Modules offered along with
all the required details, Bid Response Sheets and all the documents as stated
in this RFP document.
Page 17 of 99
The Un-priced bid shall contain one duly signed and stamped on each and
every page of tender document and addenda, if any.
Price Schedule format with prices kept blank shall be submitted as a token of
acceptance of the same.
Necessary documents complete in all respect in support of meeting with Bid
Eligibility Criteria shall be furnished along with all other documents sought
under this tender document.
All Bid Response Sheets duly filled in and signed shall be submitted along
with the documents.
The respective envelopes are to be super scribed as EMD along with Tender
Fee, Un-priced Bid / Techno-commercial Bid (PART-I). All the above two
envelopes i.e. EMD along with Tender fee, and Un-priced / Techno
commercial Bid shall be put inside one single envelope, sealed and clearly
super scribed on the envelope.
BID DOCUMENT DO NOT OPEN
BID DOCUMENT (Part-I-Technical)
TENDER NO. : GIPCL/SOLAR-1/PVM/2015
DUE DATE : 15/09/2015 up to 14:00 hours IST
For understanding purpose, for Bid submission, a pictorial view for enclosing
Envelopes and submitting Technical Bid Part-I in physical form with EMD & Tender
Fee as per RFP is depicted below:
To,
Bid Submission address of GIPCL as per RFP
ENVELOPE PART- I (SEALED) (1 ORIGINAL + 1 COPY)
ENVELOPE I
(SEALED)
EMD WITH TENDER FEE
ENVELOPE II
(SEALED)
TECHNO-COMMERCIAL BID
Page 18 of 99
The bidder shall be required to fill the rates as provided in the Price Schedule.
Any incomplete details shall make the bid liable to be rejected at the outset
Bidder shall ensure that they submit the bid well before the "Due Date & Time of
Bid-Submission". GIPCL shall not be responsible for any delay in submission of
Bid and inability of a bidder to submit bids on "Due Date & Time of BidSubmission".
2.7.3
Bidder may go through the e tendering instruction for online Bid participation
through n-procure platform at clause 2.7.28 in this Section II for further details
and guidance for participation in the tendering process through e-tendering. In
case of any queries related to e-tendering system, Bidder may write/contact at
following details:
(n) Code Solutions A division of GNFC Ltd.
301 , GNFC Info tower, Bodakdev,
Ahmedabad 380 054 (India)
Tel: +91 79 26857316 / 17 / 18
Fax:+91 79 26857321
E-mail: nprocure@gnvfc.net
www.nprocure.com
Toll Free: 1800-233-1010(Ext. 501,512,517)
2.7.4
Bidder must submit Part I (Technical) Bid in Physical form with EMD and
Tender Fee with other supporting documents for qualification & Un-priced copy of
price schedule as per RFP format only to Correspondence Address. Also soft
copy of Technical Bid shall be uploaded to https://gipcl.nprocure.com
Part I (Technical) Bids in Physical form to be submitted to following address:
MR. S. N. PUROHIT
ADDL. GENERAL MANAGER (O & M)
Gujarat Industries Power Co Ltd
P.O Petrochemicals, Dist: Vadodara-391346
Phone
: +91-265-2230185
Cell
: +91-9909035311
Fax
: +91-265-2231236
Email
: dspp@gipcl.com
All Bidders may kindly note that all Pre Bid correspondences /clarification
/queries shall be raised /posted on https://www.nprocure.com or
https://gipcl.nprocure.com at relevant place designated/earmarked for this
Page 19 of 99
2.7.6
2.7.7
The EMD shall be in the form of Bank Draft or Original irrevocable Bank
Guarantee of equivalent amount as per Annexure-6 of Volume-I issued by
approved Bank listed at Annexure-9 of Volume-I in favour of Gujarat Industries
Power Company Limited valid for a period of 180 days from the due date of the
submission of the Bid.
2.7.8
EMD shall be non-interest bearing. Any bid, not accompanied with requisite EMD
shall be summarily rejected.
The EMD will be forfeited if the BIDDER (i) withdraws his tender after acceptance
or (ii) withdraws his tender before the validity date of the tender.
2.7.9
Owner shall not be responsible for any delay, loss or non-receipt of bids sent
through post / courier / or other means / reasons, whatsoever.
2.7.10
Part-I (un-priced Bid separately) of the Bids submitted by due date and time at
the above address shall be opened as per the Schedule mentioned in the Bid
Invitation Notice at Sr.No.11 Table A Section I Clause 1.0-Brief Details. Bidder
or any authorized representative of the bidders may attend the opening.
2.7.11
Owner may at its sole discretion, extend the bid submission due date / time.
2.7.12
Bid document may be checked before submission to ensure that all information/
documents required for qualification are included.
2.7.13
Transfer of bid document issued to one prospective Bidder to any other party is
not permissible.
2.7.14
2.7.15
The Bidder will be deemed to have independently obtained all the necessary
information for the purpose of preparing his bid.
2.7.16
It should be clearly noted that under no circumstances any time extension or any
Page 20 of 99
financial or any other kind of adjustment would be permitted for want of nonfamiliarity of work or work site, e-tendering procedure etc.
2.7.17
All costs towards site visit(s), conference(s), preparation and submission of bids
shall be borne by the Bidders themselves.
2.7.18
At any time, prior to last date of receipt of bids, Owner either on its own initiative
or in response to clarifications requested by a prospective Bidder, may
amend/correct
the
RFP
document
by
issuing
an
amendment/corrigendum/clarification by way of posting it on the website of the
company i.e. htpp://www.gipcl.com
or https://www.nprocure.com or
https://gipcl.nprocure.com from time to time. GIPCL will not issue any
clarification/amendment in newspaper and all information related to this RFP will
uploaded on above mentioned websites only. All prospective Bidders should
regularly
keep
updating
themselves
for
issue
of
any
such
corrigendum/amendment/clarification etc and other Bid related information. In
such cases, the Company may in its discretion extend the deadline for
submission of bids in order to facilitate the prospective Bidders for incorporating
the effect of the amendment in their bids. Bidders should submit their Bids taking
into consideration impact of any such clarification / amendment / corrigendum
etc. issued prior to closing date. Bids submitted in ignorance of any such
amendment or additional information shall be treated as non responsive and
liable to be rejected.
2.7.19
2.7.20
Failure to furnish all the information as required under the bid documents or
submission of a bid containing deviations from the contractual terms and
conditions, specifications or requirements shall be treated and rejected as being
non responsive.
2.7.21
Bidders are advised to submit offers strictly based on the terms and conditions
and specifications contained in the bid documents. For any terms and conditions
and for absolutely unavoidable reasons, the Bidder may indicate deviations only
in the format provided for the purpose. (Ref. Bid Response Sheet No:8)
Deviations mentioned anywhere else would simply be ignored without any
consequences.
2.7.22
The Bidder must quote the prices in line with the formats provided in the
document. Quoted rate / cost shall be entered in words as well as in figures.
These should not contain any additions, alterations, over-writings, cuttings or
corrections and any other markings, which leave any room for doubt. In case of
difference in figures and words, the amount written in words shall prevail and
shall be considered for evaluation.
2.7.23
A single authorized representative of the Bidder should sign and affix seal on
each page of the bid document. Proof for authorization for signing the document
shall be furnished by the Bidder.
2.7.24
Page 21 of 99
the date of receipt of acceptance of the bid, the full earnest money deposited
shall be forfeited.
2.7.25
2.7.26
Bidders shall declare that they have not been blacklisted or banned by any
Government or quasi Government agency and are not restricted in any manner
from participating in the bidding process. If yes, details to be given. (Bid
Response Sheet No.-9).
2.7.27
Bidders are required to give a declaration giving the names of other firms /
agencies / partnership firm / wholly owned subsidiary etc., where they are having
financial / professional stakes and also furnish a declaration / a certificate if any
such firm agency is participating in this tender.
2.7.28
Bidders who wish to participate in this tender will have to procure or should have
legally valid Digital Certificate (Class III) as per Information Technology
Act-2000, using which they can sign their electronic bids. Bidders can procure
the same from any of the license certifying Authority of India or can contact
(n)code solutions- a division of GNFC Limited, who are licensed Certifying
Authority by Government of India at address mentioned below .
All bids should be digitally signed. The bidders are required to contact at the
below mentioned address for detailed training on on-line tendering.
(n) Code Solutions - A division of GNFC Ltd.
301 , GNFC Info tower, Bodakdev,
Ahmedabad 380 054 (India)
Tel: +91 26857316 / 17 / 18
Fax: +91 79 26857321
E-mail: nprocure@gnvfc.net
www.nprocure.com
Toll Free: 1800-233-1010(Ext. 501,512,517)
2.7.29
Kindly note that, valid Digital Signature Certificates is a must for all the interested
bidders in the name of Authorized Bid Signatory. Online tendering process is not
possible without valid digital signature certificate. Interested bidders are also
requested to complete their procedure for taking digital signature certificate in
respect of filling of application form, supporting documents with necessary fees
at least 3 days before last date of tender submission.
2.7.30
2.7.31
(n)Code Solutions reserves the rights to issue digital signature certificate after
verification of application forms / supporting documents submitted by bidder.
(n)code solutions is fully authorized to issue digital signature certificate to
bidders.
2.7.32
All the bidders who have no facility to participate in on-line tenders are requested
to contact (n) code solutions for the same.
Page 22 of 99
2.7.33
2.7.34
2.7.35
2.8
GIPCL reserves the right to award / split the work among more than one
contractor at the stage of initial award of contract, reject or accept/prefer any
tender without assigning any reason whatsoever. The owner will not entertain
any claim from contractor as a result of such splitting up of the work.
2.8.2
2.8.3
2.8.4
2.8.5
2.8.6
The Bid must contain the name, residence and place of business of the person or
persons making the Bid and must be signed and sealed by the Bidder with his
usual signature. The name of all persons signing should also be typed or
printed below the
signature on each page.
Bid by a partnership must be furnished with full names of all partners and be
signed with
the partnership name, followed by the signature and designation
of one of the authorized partners or other authorised representative(s). A certified
copy of the power of attorney authorising such partner or representative shall
also be submitted. A copy of the partnership deed alongwith details of
registration shall also be furnished
Bids by a Corporation/Company must be signed with the legal name of the
Corporation/Company by the President, Managing Director or by the Secretary or
other person or persons authorised to Bid on behalf of such
Corporation/Company in the matter. A certified copy of the board
resolution/power of attorney authorising such partner or representative shall also
be submitted.
The Bidder's name stated on the proposal shall be the exact legal name of the
firm.
Erasures or other changes in the Bid Documents shall be initialed by the person
signing the Bid.
Bids not conforming to the above requirements of signing may be disqualified.
2.9
Page 23 of 99
DISQUALIFICATIONS
Owner reserves the right at its sole discretion to disqualify any Bidder or reject any Bid
on any of the following grounds :2.9.1 Found having indulged in corrupt or fraudulent practices in any bid process in the
past.
2.9.2 The Bid not being accompanied by any supporting documents or Annexures
required to be submitted in accordance with the RFP /tender document.
2.9.3 Submission by a Bidder of more than one Bid for this RFP.
2.9.4 Failure to comply with the requirements of Instructions to Bidders & RFP or the
Bid being found to be non-responsive to the requirements of the RFP.
2.9.5 If the Bid is not signed, sealed and marked as stipulated in the ITB or does not
contain all the information as required in this ITB or in the formats specified in the
ITB.
2.9.6 Any Bid not accompanied by a Bid Security / EMD or tender fee.
2.9.7 Any Bid received after the Due Date mentioned in the relevant Clause.
2.9.8 The Bidder shall be disqualified if any untrue statement, or misrepresentation is
made in the bid forms, attachments and other supporting documents submitted
by the Bidder.
2.9.9 Any other reasons or a circumstance which in the opinion of GIPCL requires that
the concerned bidder be disqualified.
2.10
CONFIDENTIALITY
Bidder shall treat Bid Documents and contents therein as private and confidential. If at
any time during bid preparation, bidder decides to decline the invitation to bid; all
documents must be immediately returned.
2.11
FORCE MAJEURE
Any delays in or failure of the performance of either parties hereto shall not constitute
default hereunder or give rise to any claims for damages, if any, to the extent such
delays or failure of performance are caused by occurrences such as acts of God or the
public enemy, expropriation or confiscation of facilities by Government authority,
compliance with any order or request of any Government authorities, acts of war
rebellion, sabotage, fire, floods, explosions riots earthquake, provided always that such
occurrences result in impossibility of performance of the contract. Only events of Force
Majeure which impedes the execution of the contract at the time of its occurrence shall
be taken into cognizance.
Provided however, that the party seeking protection of the Force Majeure conditions
shall intimate in writing to the other party of the existence of such circumstances and the
impact thereof on the ability of the party to perform its obligations on account thereof
2.12
ARBITRATION
All disputes or differences whatsoever which shall at any time arise between the parties
hereto touching or concerning the works or the execution or maintenance thereof of the
contract or the rights touching or concerning the works or the execution or maintenance
thereof of this contract or the construction meaning operation or effect thereto or to the
rights or liabilities of the parties or arising out of or in relation thereto whether during or
after completion of the contract or whether before or after determination, force closure or
breach of the contract (other than those in respect of which the decision of any person is
Page 24 of 99
by the contract expressed to be final and binding) shall after written notice by either party
to the contract to the other of them and to the Appointing Authority hereinafter mentioned
be referred for adjudication to a sole Arbitrator to be appointed as hereinafter provided.
For the purpose of appointing the sole Arbitrator referred to above, the Appointing
Authority will send within thirty days of receipt of the notice, to the contractor a list of
three names of persons.
The contractor shall on receipt of the names as referred select any one of the person
named therein to be appointed as a sole Arbitrator and communicate his name to the
Appointing Authority within thirty days of receipt of the names. The appointing Authority
shall there upon without any delay appoint the said person as the sole Arbitrator. If the
contractor fails to communicate such selection as provided above within the period
specified, the Appointing Authority shall make the selection and appoint the selected
person as the sole Arbitrator.
If the Arbitrator so appointed is unable or unwilling to act or resigns from his appointment
or vacates his office due to any reason whatsoever another sole Arbitrator shall be
appointed as aforesaid. The work under the contract shall, however continue during the
arbitration proceedings.
The Arbitrator shall be deemed to have entered on the reference on the date he issues
notices to both the parties fixing the date of the first hearing.
The Arbitrator may, from time to time, with the consent of the parties, enlarge the time
for making and publishing the award.
The Arbitrator shall give a separate award in respect of each dispute or difference and
shall give a reasoned and speaking award / awards.
The arbitration proceedings shall be conducted in English language. The venue of
arbitration shall be at Vadodara.
The fees, if any, of the Arbitrator shall, if required to be paid before the award is made
and published be paid in equal proportion by each of the parties. Without prejudice to the
same, the costs of the reference and of the award including the fees, if any of the
Arbitrator shall be in the discretion of the Arbitrator who may direct to and by whom and
in what manner, such costs or any part thereof shall be paid may fix or settle the amount
of costs to be so paid.
The award of the Arbitrator shall be final and binding on both the parties.
Subject to aforesaid, the provisions of the Arbitration and Conciliation Act 1996 or any
statutory modification or re-enactment thereof and the rules made there under, and for
the time being in force in India shall apply to the arbitration proceeding under the clause.
2.13
2.14
Page 25 of 99
GENERAL
Although details presented in this Bid Document have been compiled with all reasonable
care, it is Bidders responsibility to satisfy itself that the information / documents are
adequate and that there is no conflict between various documents / stipulations. No
dispute or claims will be entertained on this account. Bid proposal preparation is the
responsibility of the bidder and no relief or consideration can be given for errors and
omissions.
2.15
2.16
PRE-BID MEETING
2.16.1 Bidders desirous of attending the Pre-Bid Meeting must submit authorization
letter (Bid Response Sheet No. 7) at the time of Pre-Bid Meeting.
2.16.2 The Bidder is requested to submit any queries on https://www.nprocure.com or
https://gipcl.nprocure.com with a copy to (1) snpurohit@gipcl.com, (2)
nksingh@gipcl.com so as to reach GIPCL at least Three (03) days before the
pre-bid meeting. These queries shall be replied during the pre-bid meeting.
NOTE :
a) Bidders are requested to fill all Bid Response Sheets and Annexures as enclosed in
the Bid Documents. Bidders must sign all the attachments of the Bidding Documents.
b) Bidders may depute their authorized representative to attend the Un-priced Bid
Opening-Part I.
c) Any change in bid after the Due Date and Time of Bid-Submission of bid is not allowed.
d) Bidders are advised, in their own interest, to ensure that their bids are submitted well
before the Due Date and Time of Bid-Submission of the Bid document.
e) Bidders are required to submit their bids along with a covering letter under the firms /
companys letter head specifying the name and designation of the authorized person
signing the bid, complete postal address of firm / company, telephone number, fax
number, e-mail ID etc.
f) The RFP documents consist of Volume-I : RFP and Volume-II : GCC. The list of
approved banks will be as given in Annexure-15 of Volume-I.
Best Regards,
For & On Behalf of
Gujarat Industries Power Co. Ltd.,
(S. N. Purohit)
Addl. General Manager (O & M)
Page 26 of 99
SECTION III
PROFILE OF
GUJARAT INDUSTRIES POWER COMPANY LIMITED
(GIPCL)
AND
Page 27 of 99
PROFILE OF GIPCL
GIPCL was incorporated in 1985 as Public Limited Company under the auspices of Government
of Gujarat. The company is engaged in business of Electrical Power Generation. The total
present capacity of Vadodara and Mangrol plants is 815 MW. The company has a vision to
transform itself into a national level power sector enterprise. The company is having its
registered office at P.O. Petrochemical, Vadodara, Gujarat.
GIPCL is a profit making, dividend paying Company having gross assets and investments of
about Rs. 4000 Crores. The Companys financial parameters are strong with sound
fundamentals. The Company has just announced its financial result for the F.Y 2014-15 with a
post tax profit after tax of Rs.126.31 crores and Profit before tax of Rs.249.43 crores. The
present net worth of the company is Rs.1836 crores with a long term debt of Rs.537 crores in
the books. The weighted average cost of outstanding term loans borrowed by the Company at
present is 10.36%.
It commissioned its first power project; a 145 MW gas based Combined Cycle Power Plant in
February, 1992 at Vadodara.
The company expanded its capacity and commissioned 165 MW Naphtha & Gas based
Combined Cycle Power Plant at Vadodara in November, 1997 as Independent Power Producer
(IPP) with Power Purchase Agreement (PPA) with GUVNL.
It commissioned 250 MW Lignite based Power Plant at Nani Naroli, District Surat in November,
1999 as Independent Power Producer (IPP) with Power Purchase Agreement (PPA) with
GUVNL. It also has its own Captive Lignite Mines at Vastan, Mangrol & Valia for Surat Lignite
Power Plant.
2 x 125 MW SLPP Phase II has been commissioned in April 2010.
It Commissioned a 5 MW photovoltaic Grid connected Solar Power Station at Vastan Mines of
Surat Lignite Power Station in January 2012.
GIPCL has already awarded contract for setting up 51 MW Wind Power Project in the State of
Gujarat. As part of its green energy initiative and further step up its wind energy generation
portfolio, GIPCL intends to further add up to 250 MW capacity Wind Power Project in the state
of Gujarat .
For detailed profile of company and past financial results, bidders may visit our website:
www.gipcl.com
Page 28 of 99
Ministry of New and Renewable Energy (MNRE) has set ambitious target of 1,00,000 MW Solar
Power by the year 2022. Large Solar Parks require huge land, huge investment in HV/EHV
power Transmission and evacuation networks from such parks. A transformation loss in
stepping up and stepping down voltage again to reach the retail consumers is cost to economy.
Distributed solar generation of 1 MW to 4 MW at single location could be evacuated and directly
distributed through the existing 11 KV networks of the DISCOMS. This will eliminate the cost of
setting up Extra High Voltage (EHV) sub-stations and transmission system and also
transformation and transmission losses of 66 KV and above level will also get avoided.
Distributed Solar Plant requires comparatively smaller area of land but in large numbers
spreading over geographical region. Hence, a novel idea was floated to use the land for
agriculture production also besides solar power generation. By appropriately modifying solar
panel lay out and the design of module mounting structure, agricultural activities can be taken
up beneath solar arrays. As per opinion of agricultural experts, quite a good numbers of crop
can be produce under the solar panel. Hence, if this pilot project is implemented successfully
then it has a huge potential to replicate at many places by involving local farmers. Thus, the
land can be utilized for dual purpose i.e. for Solar Power generation as well as farming. Such
distributed Solar Plant with dual purpose will not only help achieve the target of Solar Power
generation, but also enable the use of the same land for agriculture, which otherwise remains
idle.
With the above objective, GIPCL has been nominated as Implementing Agency for two pilot
projects of 1 MW each at village Amrol, Taluka: Anklav, Dist: Anand in Central Gujarat and at
Village Vastan, Taluka : Mangrol, Dist: Surat, near our SLPP Plant in South Gujarat.
SECTION IV
Page 29 of 99
Page 30 of 99
CONTENTS OF SECTION - IV
Clause
No.
4.1
4.2
4.3
4.4
4.5
4.6
4.7
4.8
4.9
4.10
4.11
4.12
4.13
4.14
4.15
4.16
Description
Definitions & Interpretation
General
Document
Scope of Work
Performance Bank Guarantee (PBG)
Completion Schedule and Compensation for Delay
Extension of Time
Payment Terms
Payment Procedure
Rates to be Firm and Inclusive of all Taxes
Tests / Inspection
Defect Liability Period
Guarantee / Warranties
Progress Report & Project Review Meeting
Completion Certificate
Termination
Page No.
31
34
34
35
35
36
36
36
37
38
38
41
41
41
42
42
Page 31 of 99
SECTION - IV
SPECIAL CONDITIONS OF CONTRACT (SCC) FOR
SUPPLY OF PHOTO VOLTAIC ( PV ) MODULE
4.1
4.1.1
Acts / Codes shall mean, but not limited to the following, including the latest
amendments, and/or replacements, if any :1. Electricity Act, 2003 with amendments thereto if any.
2. A.I.E.E Test Codes.
3. American Society of Testing of Materials (ASTM Codes).
4. Relevant Standards of the Bureau of Indian Standards (IS Codes).
5. Arbitration and Conciliation Act, 1996 and Rules made there under.
6. Environment (Protection) Act, 1986 and Rules made there under.
7. Other approved Standards and/or Rules and Regulations touching the subject
matter of the Contract.
8. International Electro technical commission(IEC) code
9. IEEE code
4.1.2
Applicable Laws means any statute, law, regulation, ordinance, rule, judgment, order,
decree, restriction, directive, governmental authorizations, requirements of Applicable
Permits and any agreements, decisions, acts, instructions, requirements, directions
and notifications of the competent authority having jurisdiction over the matter in
question, whether in effect as of the date of Contract Agreement or thereafter.
4.1.3
4.1.4
Bid and Bid Document shall mean RFP Document, the proposal submitted by the
Bidder in response to this RFP in accordance with the terms and conditions hereof.
4.1.5
Bidder shall mean the Bidding Entity or the Bidding Consortium which has submitted a
proposal, in response to this RFP/ITB to Owner.
4.1.6
4.1.7
4.1.8
4.1.9
4.1.10
Completion Period shall mean the period by / during which the work shall be
completed as agreed herein between the Owner and the Contractor.
4.1.11
4.1.12
Commissioning Certificate shall mean the certificate issued by State Nodal AgencyGEDA / State Transmission Company, as the case may be, on successful
commissioning & interconnection with grid of solar project.
4.1.13
Commercial Operation Date (COD) means the date on which the entire Solar Plant is
synchronized with the Grid system and the system remains in operation thereafter
completing the load trial operation successfully.
4.1.14
Page 32 of 99
4.1.15
COMPLETION DATE shall mean the date on which the Solar Plant is successfully
commissioned by the Contractor as per scope of work and without any defect and
handed over to the GIPCL.
4.1.16
CONTRACT shall mean present bid document, Purchase Order, Work Order, Contract
and all attached exhibits and documents referred to therein and all terms and
conditions thereof together with any subsequent modifications thereto.
4.1.17
Contractor means the successful bidder who has been awarded the contract by the
Owner for supply and/or erection, commissioning etc. as per terms and conditions of
the Contract.
4.1.18
4.1.19
4.1.20
4.1.21
4.1.22
4.1.23
4.1.24
Effective Date / Zero Date shall mean the date of issue of Fax / Letter of Intent (LOI).
4.1.25
4.1.26
4.1.27
GIPCL/OWNER shall mean Gujarat Industries Power Company Limited having its
registered office at PO: Petrochemicals 391 346, Dist. Vadodara, Gujarat. India. The
term GIPCL includes successor, assigns of GIPCL.
4.1.28
GETCo: shall mean Gujarat Energy Transmission Co Ltd, state transmission utility
4.1.29
4.1.32
4.1.33
4.1.34
Metering Point means the point at which the State Power Utility / Electricity Board
measures the quantity of energy supplied to its grid.
4.1.35
4.1.36
Page 33 of 99
4.1.37
MNRE means Ministry of New & Renewable energy Sources, Government of India.
4.1.38
NABL means National Accreditation Board for Testing and Calibration Laboratories
4.1.39
Nodal Agency means Renewal Energy Corporation / Agency of the State i.e. GEDA.
4.1.40
4.1.41
4.1.42
Performance and guarantee tests shall mean all operational checks and tests
required to determine and demonstrate capacity, efficiency and operating
characteristics as specified in the Contract documents.
4.1.43
PLF shall mean Plant Load Factor ( Ratio of Generation from solar plant to Rated
Capacity ).
4.1.46
4.1.47
Project Life means the operational life of the Power Plant along with all equipments,
systems and evacuation facility.
4.1.48
4.1.49
4.1.50
4.1.51
Reactive Power shall mean the Reactive Power drawn from the grid and charged by
the Power utility from the Owner and measured in KVARh.
4.1.52
4.1.53
Page 34 of 99
4.1.59
4.1.60
4.1.61
4.2
GENERAL
4.2.1
4.2.2
4.2.3
Contract Agreement
Work Order
Letter / E-mail of Intent
Statement of Agreement Variations
Instruction to Bidder
Special Conditions of Contract
Technical Specifications
General Conditions of Contract
Any other document
Environmental Laws
The performance, rights and obligations under the present contract documents
shall be subject to all applicable environment codes, laws, rules and regulations
relating to actual or potential effect of the activities on and at the project
contemplated by executing this project on the environment, the disposal of
material, the discharge of chemicals, gases or other substances or materials into
the environment, or the presence of such materials, chemicals, gases or other
substances in or on the project site during the course of execution of the present
contract.
4.3
DOCUMENT
In this document unless otherwise stated :
i)
ii)
iii)
iv)
v)
4.4
Page 35 of 99
The headings and paragraph numbering are for convenience only and shall be
ignored in construing the agreement;
The singular includes the plural and vice versa;
References to natural persons include body corporate and partnerships;
References to any enactment, ordinance or regulation include any amendment
thereto or any replacement in whole or in part;
References to Articles, Clauses and Schedules, unless the context otherwise
requires, refers to Articles of, Clauses of and Schedules to this document.
SCOPE OF SUPPLY
The scope of supply and technical specifications covered in this tender shall be as
specified under Section-V of Scope of Supply, and as mentioned elsewhere in this Bid
document. It is, however, understood and confirmed by the Contractor that the scope as
described in the tender document is not limiting in so far as the responsibilities of the
Contractor shall include inter-alia, carrying out any and all works and providing any and
all facilities those are required in accomplishing an operating system, complying fully
with all requirements as are envisaged of it, complete in all respect and satisfying all
Performance and guarantee requirements stated or implied from the contents of the
tender document.
4.5
4.5.1
The Contractor shall furnish within Three weeks i.e. 21 days of Award of Contract
OR Letter of Award, a Performance Bank Guarantee equivalent to 10% (ten
percent) of accepted value of the contract.
The validity period of PBG should be for a total period up to 36 (Thirty Six)
months after issuance of completion certificate for Project. In case of nonsubmission of PBG as per format enclosed at Annexure-5 of Volume-I for the
above orders and the given timeline for submission of PBG, GIPCL reserves the
right to terminate the contract / cancel the LOA without being liable to pay any
compensation or incurring any liability in respet of the same and forfeit the EMD
amount.
4.5.2
The PBGs for Supply shall be liable to be encashed wholly or partly at the sole
discretion of the Owner, should the Contractor either fail to execute the work
within the stipulated period or fail to fulfill the contractual obligations or fail to
settle in full his dues to the Owner. In case of premature termination of the
contract, the PBG will be encashed and the Owner will be at liberty to recover the
loss suffered by it from the Contractor.
4.5.3
The Owner is empowered to recover from the PBG through invocation of PBG for
any sum due and for any other sum that may be fixed by the Owner as being the
amount or loss or losses or damages suffered by it due to delay in Performance
and/or non-performance and / or partial performance of any of the conditions of
the contract and / or non-performance of guarantee obligations.
4.5.4
4.5.5
In the event of full PBG is being encashed, the Owner at its discretion and
without prejudice to its any other rights, can terminate the contract.
4.6
4.6.2
4.7
4.8
Page 36 of 99
Completion time is the essence of the Contract and the same shall be firm and
binding. The Bidder shall supply all the material as per scope of work within
maximum 10 weeks from the date of award of LOA or Contract whichever is
earlier.
In case the material is not supplied within the stipulated time period from the date
of issuance of LOA and the delay is not due to force majeure or due to owners
default then the contractor shall pay the owner compensation for delay for the a
sum at the rate of 2.0% (two percent) per week of delay subject to a maximum
of 10% (ten percent) of the contract value The ascertainment of the cause of the
delay shall be done by the AGM (SLPP) / AGM (O&M) and his decision in this
regard shall be final.
The decision of the Owner / Engineer-in-Charge in regard to the amount to be
recovered from the Contractor will be final and binding on the Contractor. Liability
on account of Liquidated Damages as per clause for completion schedule and
compensation for Delay as per RFP shall be maximum 10% as mentioned
above. Bidder is liable to pay compensation over and above Liquidated damages
for shortfall in performance, guarantee /warrantee /defects etc., which are
applicable as per terms of RFP.
The said right of the Owner to levy damages on account of delay shall be without
prejudice to and in addition to the right of the Owner to get the concerned work
done from a third party at the complete risk and cost of the Contractor.
4.6.3
The Bidder shall indicate duration of all the activities in activity chart in conformity
with the overall schedule of the completion of project. Bidder shall submit the
activity chart in form of Bar Chart which shall be discussed and finalized and
shall be a part of Contract.
4.6.4
EXTENSION OF TIME
4.7.1
Failure or any delay by the Owner due to any cause whatsoever, shall in no way
effect or vitiate the contract or alter the character thereof or entitle the Contractor
to damages or compensation hereof provided that the Owner may extend the
time for completion of the work by such period as it may consider necessary or
proper.
4.7.2
If the Contractor shall desire an extension of the time for completion of the work
on the grounds of his having been unavoidably hindered in its execution or the
work has been materially increased by Owner or other such grounds, he shall
apply in writing to the Engineer In-charge within 10 (ten) days of the date of
occurrence of event on account of which he desires, such extension as
aforesaid, and the Engineer In-charge shall, if in his opinion (which shall be final)
reasonable grounds have been shown thereof, authorizes such extension of time
as may be, in his opinion be necessary or proper. Whenever such extension is
granted by the Engineer In-charge, this would be without prejudice to the
Owners right under this contract.
PAYMENT TERMS
Terms of payment shall be as per following for this contract.
Page 37 of 99
( 1 ) 10% of Ex-work price component as interest free initial advance shall be payable
against fulfillment of the following by the Bidder.
(i)
(ii)
PAYMENT PROCEDURE
Bidder shall submit RA Bills / Final Bill for claim in three copies to OWNER. Separate
invoices shall be submitted for each site to the respective controlling officer. After
verification and recommendation, the OWNER shall process verified bills for release of
payment.
All payments shall be released in 30 (Thirty) days by A/c payee cheque from date of
submission of clear invoice with required all supporting documents, which shall be
finalized at the time of issuance of order to the successful bidder.
In case Contractor fails to submit the invoice with all the required documents to process
payments, Owner reserves the right to hold the payment of Contractor against such bills.
The Contractor shall include all his claims in the Final Bill submitted by him and
accordingly the final bill submitted by the Contractor shall be deemed to be inclusive of
Page 38 of 99
all and whatsoever the claims that the Contractor may have from GIPCL. The Contractor
shall not be entitled to claim any amounts which are not mentioned in the Final Bill and
the Contractor shall be deemed to have waived any claims not mentioned in the Final
Bill and shall not be entitled to recover the same from GIPCL subsequent to the
submission of the Final Bill on any account and GIPCL shall stand absolved of all its
liabilities in respect of any such claims not raised by the Contractor in his Final Bill.
4.10
4.11
TESTS / INSPECTION
4.11.1
Contractor shall offer inspection and testing to measure the performance and
quality of the solar photovoltaic modules as per following.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
4.11.2
Page 39 of 99
facility of the Contractor as per latest edition of IEC 61215, IEC 61730,
IEC 61701 and any other applicable standard. Samples for testing shall
be drawn randomly in presence of GIPCL/ inspecting agency from the lot
offered for inspection.
Upon delivery of the photovoltaic modules on site, they shall be sampled
randomly and tested for performance through an MNRE approved testing
agency assigned by the Company. The result of such testing agency shall
be binding to both the parties and shall be considered final performance
measurement report for the guarantee / warrantee conditions of this
contract.
In case of underperformance or rejection of the photovoltaic modules
during above inspection or during operational life time of project, the
GIPCL shall notify the Contractor of such underperformance or rejection
by email or in writing.
Consecutively, Contractor shall immediately replace such PV modules by
supplying a new photovoltaic module of similar specification conforming
to the required performance criteria and warranty to the Company within a
period of 10 days from the date of intimation by email or written notice.
Upon receipt of the new module by the Company, the Company shall
then dispatch the rejected/defective photovoltaic module to the Contractor
at his cost.
The cost of transportation of the modules from the Supplier to the site of
the Company, and return shall be borne by the Contractor.
This initiation of supply of the photovoltaic modules by the Contractor to
the Company is to ensure modules of full capacity onsite all the time in
case the PV power plant needs to be commissioned immediately. The
cost for replacement of modules shall be borne by Contractor.
Liquidated damages clause shall apply to any delay in replacement of
defective modules which affect the generation from the solar plant.
Definition of Performance Ratio: The Performance-Ratio (PR) is a
measure of the quality of a PV plant that is independent of location and
insolation (insolation is a technical term to quantify the power in solar
irradiation), and therefore, often described as a quality factor. The
Performance-Ratio is stated as percent and describes the relationship
between the actual and nominal energy outputs. It thus shows the
proportion of the energy that is actually available for export to the grid
after deduction of energy loss (e.g. due to thermal losses and conduction
losses).
The procedure for performance monitoring shall be as per the standard
IEC 61724 Photovoltaic System Performance Monitoring: Guidelines for
measurement, data exchange and analysis.
The performance of the complete plant shall be demonstrated by GIPCL
at the time of PG test. PV Module Contractors representative shall also
be deputed to witness the test. PV modules, the main source for power
generation, performance shall be checked during PG test and the
Performance ratio of the complete plant shall be minimum 78%.
Page 40 of 99
After the award of work, the successful bidder shall furnish a complete list and
details of all tests to be conducted including above mentioned inspections.
4.11.4
The bidder shall also furnish a schedule of inspection / testing so that Owner may
appoint/associate his representative to witness the tests. The Contractor shall
also furnish copies of all test / inspection reports for records and reference of
Owner.
4.11.5
4.11.6
4.11.7
4.11.8
All the standard tests in accordance with the Standards adopted shall be carried
out so as to ensure efficient operation and satisfactory performance of all the
component / parts.
4.11.9
Any special test to be performed shall be mutually agreed upon between the
Bidder and Owner.
4.11.10 All supplied materials shall be further tested at site, wherever required, before
commissioning.
4.11.11 The work is subject to inspection at all times and at all places by Owner. The
Contractor shall carry out all instructions given during inspection and shall ensure
that the work is carried out according to the relevant codes of practice.
4.11.12 Decision of Owner in regard to the quality of work and materials and performance
to the specifications and drawings shall be final.
4.11.13 If any item is not found conforming to standards during test / inspection, the
same shall be replaced / rectified by Contractor without any cost to Owner and
shall be re-offered for inspection.
4.11.14 Contractor shall submit duly filled-up recording formats and quality inspection
reports periodically for GIPCLs approval throughput per day etc. shall be submitted.
For any deviations, formal approval shall be obtained from GIPCL before
Page 41 of 99
implementation.
4.12
4.13
GUARANTEE / WARRANTEE
4.12.1
Any material, equipment and/or accessories, which prove defective or which fail
to meet the design guarantee or Performance Guarantee during the defects
liability period of 25 (twenty five) years from the date of issue of completion
certificate by Owner, the Contractor shall replace / rectify at his own cost such
material, equipment and/or accessories. Extended guarantee shall have to be
provided for such replaced/rectified equipment/components.
4.12.2
Any damage or defect that may arise or lie undiscovered at the time of issue of
completion certificate, connected in any way with the equipment or materials
supplied by him or in the workmanship, shall be rectified or replaced by the
Contractor at his own expenses as deemed necessary by the Engineer-inCharge or in default, the Engineer-in-Charge may cause the same to be made
good by other workman and deduct expenses (for which the certificate of
Engineer-in-charge shall be final) from any sums that may be then or at any time
thereafter, become due to the Contractor or from his PBG.
The warranty/guarantee for the performance of the PV Modules is envisaged for
the complete plant life i.e. 25 years. Bidder shall give undertaking for the same.
Material Warranty is defined as: The manufacturer should warrant the Solar
Module(s) to be free from the defects and/or failures specified below for a period
not less than twenty five (25) years from the date of sale to the original customer
("Customer"):
Defects and/or failures due to manufacturing
Defects and/or failures due to materials
Non-conformity to specifications due to faulty manufacturing and/or
inspection processes.
If the solar Module(s) fails to conform to this warranty, the manufacturer will
repair or replace the solar module(s), at the Owners sole option
GIPCL reserves the right to replace the defective module(s) at risk & cost of
Contractor, if Contractor fails to replace the PV modules
4.12.3
4.12.4
4.12.5
4.12.6
4.14
4.15
Page 42 of 99
COMPLETION CERTIFICATE
4.14.1 The Contractor shall submit Completion Report to Owner. The Completion
Report shall consist of the following documents for each site(s) :
i)
ii)
iii)
iv)
v)
vi)
4.14.2 Owner shall issue Completion Certificate after verifying from the completion
documents and satisfying itself that the work has been completed in accordance
with details set out in the contract documents.
4.16
TERMINATION
A. The Owner shall be entitled to terminate this contract in event of the following:
i.
Contractor is adjudged as insolvent.
ii.
Contractor has abandoned the contract i.e. the Contractor fails to supply the PV
Modules under the contract for a period of One month.
iii.
Contractor fails to provide the PV modules as per the specifications set out in the
contract or as provided in his tender.
iv.
Any of the licenses, permissions, collaborations or registrations of the Contractor
as required under the applicable laws are discontinued/ cancelled or not renewed
in time.
v.
Contractor has neglected or failed persistently to observe or perform his
obligations under the contract or performs unsatisfactorily
vi.
The Contractor commits a breach of the contractual terms and conditions.
B. GIPCL shall give the Contractor a 15 days notice period to rectify the breach, failing
which the contract shall stand terminated on the last date of the notice period without
requiring any further notice from GIPCL in that behalf.
C. Upon such termination, the outstanding dues of the Contractor shall be settled subject to
the amounts recoverable by GIPCL under the contract from the Contractor.
D. The PBG shall be retained till completion of the defect liability period
SECTION V
SCOPE OF WORK
Page 43 of 99
Page 44 of 99
CONTENTS OF SECTION - V
Clause
No.
5.1
5.2
5.3
5.4
5.5
5.6
5.7
5.8
5.9
5.10
Description
Broad Scope Of Work
Technical Specifications
Warrantee against Performance Degradation
Documents To Be Submitted with Technical Bid
Transportation
Liability During Transit
Delivery Schedule
Documents To Be Submitted with Technical Bid
Documents To Be Submitted along with Supply of Material
Applicable Codes and Standards
Page
No.
45
46
50
51
51
52
52
53
53
53
Page 45 of 99
SECTION V
SCOPE OF WORK
5.1
Description
Option A
310Wp Module
Option B
315 Wp Module
3226 Nos.
3175 Nos.
104 Nos.
100 Nos.
20 Nos.
20 Nos.
3350 Nos.
3295 Nos.
250 Set
2 Nos.
TABLE 2 : Bill of Material for Vastan Site ( Taluka: Mangrol, Dist. Surat, Gujarat)
Required Quantity
Sr. No.
Delivery Point
Option A
310Wp Module
Option B
315 Wp Module
3226 Nos.
3175 Nos.
234 Nos.
230 Nos.
20 Nos.
20 Nos.
3480 Nos.
3425 Nos.
280 Set
2 Nos.
Page 46 of 99
Bidder can bid for either Option-A OR Option-B OR both the options as per suitability of
his product range.
5.2
TECHNICAL SPECIFICATIONS
5.2.1
(iii)
(iv)
(v)
(vi)
(vii)
(viii)
(ix)
(x)
(xi)
(xii)
(b)
(c)
The power output at STC for all photo voltaic (PV) modules shall not
be less than 97.0 % of rated power output at STC during the first
year after the date of completion.
The power output at STC for all the PV modules shall not drop
below 90% of rated power output at STC during the first 10 year
and it shall not drop below 80% during the subsequent 15 years
after the date of supply.
After first year of operation, degradation of power output at STC
shall not be more than 0.70 % of rated power output at STC per
year afterward up to the end of 25th year.
The above specifications are mandatory and no deviations on the inferior side
shall be accepted. However, GIPCL reserve the right to accept the product with
better specifications than the mandatory specifications mentioned above.
5.2.2
(iii)
Page 47 of 99
Modules shall be designed for maximum wind load 2400 Pa and snow
load of 5400Pa as per Safety standard IEC 61730
(iv)
Permitted module temperature on continuous duty shall be between 40C and +85C.
(v)
Modules shall consist of 72 solar cells, connected in series using 3 or
more busbars; the size of each solar cell shall be 156mm x 156mm (i.e.
6 x 6).
(vi)
Acceptable makes of PV cells: BHEL, Sun Earth Solar Power Company
Ltd., XL Energy, Green Voes, Tata BP, JA Solar Holding, Indo Solar, Top
Cell, Bosch, Q Cell, Motek, Suniva, Schott, Wuxi Suntech, REC, Del
Solar and Gintech.
(vii)
The front surface of the module shall consist of impact resistant, low iron;
high energy yield anti reflective and superior transmittance tempered or
toughened glass with minimum 3.2 mm thickness. It shall also have tough
multi layered polymer back sheet for environment protection against
moisture and provide high voltage electrical insulation.
(viii) The PV module front glass shall be such that it shall facilitate regular
cleaning by water as well as with powder or equivalent chemical.
(ix)
Frame design shall be unique & rugged with high mechanical strength for
easy installation.
(x)
The solar cell shall have surface with anti-reflective coating to help
absorb more light in all weather conditions.
(xi)
The PV module(s) shall be PID free. The PV module(s) shall support
negative earthing at inverter side or in the electrical system, without
affecting the performance of PV modules throughout plant life.
(xii)
Bidder to indicate in their bid for the type of earthing required positive or
negative pole to maintain the performance PV modules in entire life along
with detail technical explanation through proper documents.
(xiii) Suitable encapsulants and sealants shall be used to fix the frames and
junction box to protect the silicon cells from environmental effects. The
encapsulation arrangement shall also ensure complete moisture proofing
for the entire life of solar modules. The SPV modules should have
suitable encapsulation and sealing arrangements to protect the silicon
cells from environment. Construction of the module shall allow daily
washing without leakage of water inside the PV cell.
(xiv) The module frame shall be made of Aluminum ( with Anodize finish ),
which shall be electrolytically compatible with the structural material used
for mounting the modules with sufficient numbers of grounding/installation
points.
(xv)
Length of module shall be 1950+50mm; Width of module shall be
97030mm; Thickness of module shall be 4010mm.
(xvi) Weight of the module shall be between 20 and 28 kg.
(xvii) The Interconnected cells shall be laminated in vacuum to withstand
adverse environmental conditions
(xviii) Solar PV module shall have module safety class-II and should be highly
reliable, light weight and must have a service life of more than 25 years.
(xix) The bidder/OEM should provide the authorized module datasheet.
Page 48 of 99
(xx)
(iv)
5.2.4
Junction box shall consist of four terminals and three bypass diodes rated
for 15A and 45VDC.
Junction box shall be IEC-certified with IP67 or higher protection class.
Junction box shall consist of a semi-permeable membrane to allow entry/
escape of air in/ from the junction box but block the entry of moisture and
water. The Junction box shall be weather proof.
Module junction box made up of insulated material, PC or polyester (UV
resistant, free of halogen, and self-extinguishing to avoid fire propagation)
shall be designed for long life out door operation in harsh environment as
per relevant standard specification and protected against surges.
SOLAR DC CABLE:
(i)
(ii)
(iii)
The conductor in the solar DC cable shall have a cross section of 4mm2 or
higher as per standard.
The solar DC cable shall be resistant to UV, water, ozone, fluids, salt,
gasoline, and petroleum general weathering.
The length of each solar DC cable shall be
For Amrol Site: Variant 1: 725 mm cable length : 3246 Modules
considering 310W and 3195 modules considering 315W
modules
Variant - 2: 1200 mm Cable Length for 104 modules
considering 310W and 100 modules considering 315 W
modules
For Vastan Site: Variant-1 : 725 mm cable length:3246 modules
considering 310W and 3195 modules considering 315W
modules
Variant - 2: Minimum 1200 mm Cable Length for 234
modules considering 310W and 230 modules considering
315W modules
(iv)
5.2.5
The cable shall be rated for system voltage of 1000VDC and current of
25A.
5.2.6
Page 49 of 99
The connector shall be rated for system voltage of 1000VDC and current of
25A.
The connector shall be MC4 or MC4-compatible.
The contact resistance for the connectors shall be less than 5m.
The connector shall be rated for IP65 / IP67 or higher in closed condition.
The connector shall be rated for more than 50 mating cycles.
LABELLING:
Each module shall carry the following information on its lablein a clear manner:
(i)
Name of manufacturer with optional company logo.
(ii) Information including Pmax, Voc, Isc, Vmp, Imp.
(iii) Type and model number for module.
(iv) Unique serial number with RF identification tag.
(v) Date and place of manufacturing of module.
(vi) Date and year of obtaining IEC certificates.
(vii) Name of test laboratory issuing IEC certificates.
(viii) Polarity information of each terminal (colour-coding is permissible).
5.2.7
Each PV module used in any solar power project MUST use a RF identification tag. The
following information must be mentioned in the RFID used on each module (This can be
inside or outside the laminate, but must be able to withstand harsh environmental
conditions.)
(i)
(ii)
(iii)
(iv)
(v)
Page 50 of 99
The module must mandatorily meet the requirement laid by SECI/,MNRE or any other
designated agency appointed by Government of India or Government of Gujarat
The SPV modules used in the grid solar power projects must qualify to the latest edition
of the following IEC PV module qualification test or equivalent BIS standards.
Crystalline Silicon Solar Cell Modules IEC 61215 ( 2nd Edition) : Design qualification
and type approval
IEC 62804(draft std.) or equivalent TUV RheinLand std-PID ( Potential Induced
Degradation) free Module
IEC 62176-Ammonia corrosion resistant test.
In addition, SPV modules must qualify to IEC 61730 part-1 & 2 for safety qualification
testing at 1000V DC or higher.
5.2.9
(ii)
(iii)
(iv)
(v)
(vi)
5.3
Page 51 of 99
(C)
(D)
(v)
(vi)
(vii)
(viii)
Installation Manual
The Bidders shall submit all the documents listed in Annexure 2 along with Technical
Bid.
5.5
Transportation
The Contractor shall at its own risk and expense transport all the materials to the
Site by the mode of transport that the Contractor judges most suitable under all the
circumstances.
Transportation of the PV modules along with connectors/lugs shall be at two different
site locations; (1) Amrol Site, Taluka- Anklave, Dist.- Anand & (2) Vastan Site, TalukaMangrol, Dist.- Surat. ( Near Surat Lignite Power Plant )
The quantity of the PV modules to be delivered at each site shall be as per Clause 5.7
of this section.
Upon dispatch of each shipment of the material, the Contractor shall notify the Owner by
courier, electronic data interchange, by post or by tele-fax followed by post confirmation
of the description of material, the point and means of dispatch, and the estimated time
Page 52 of 99
and point of arrival at the Site. The Contractor shall furnish to the Owner the relevant
shipping documents to be agreed upon between the parties.
The Contractor shall be responsible for obtaining, if necessary, approvals from the
authorities for transportation of material to the Site. The Owner shall use its best
endeavors in a timely and expeditious manner to assist the Contractor in obtaining such
approvals, if requested by the Contractor. The Contractor shall indemnify and hold
harmless the Owner from and against any claim for damage to roads, bridges or any
other traffic facilities that may be caused by the transport of the material to the Site.
5.6
5.7
DELIVERY SCHEDULE :
Delivery schedule and Delivery Point shall be as per following.
Sr. No.
Item
Quantity
Delivery
Period
3350 Nos.
( For 310 Wp)
OR
3295 Nos.
( For 315 Wp)
10 Weeks
250 Set
10 Weeks
Amrol Site
2 Nos.
10 Weeks
Amrol Site
3480 Nos.
( For 310 Wp)
OR
3425 Nos.
( For 315 Wp)
10 Weeks
Vastan
Site**
280 Set
10 Weeks
Vastan Site
2 Nos.
10 Weeks
Vastan Site
Complete set of
connector along with
lugs for connecting
array/string to
Array/string junction
box
Suitable crimping tools
for each type connector
for lugging supplied
above
Multi Crystalline Photo
Voltaic (PV) Modules
Complete set of
connector along with
lugs for connecting
array/string to
Array/string junction
box
Suitable crimping tools
for each type connector
for lugging supplied
above
Delivery
Point
Amrol Site*
Page 53 of 99
5.9
5.10
SECTION VI
Page 54 of 99
Page 55 of 99
Bid
Response
Sheet No.
1
2
3
4
5
6
7
8
9
10
11
12
Description
List of Enclosures
Bidders General Information
Bid Form
Bid Eligibility Criteria Form
Technical Specifications of PV module offered by Bidder
Power of Attorney for signing of Tender
Letter of Authority
Proforma for exception and deviations
Declaration
Agreed terms and conditions
Schedule of Price
General Check List
Page No.
56
57
60
63
64
66
69
70
71
72
75
78
Page 56 of 99
LIST OF ENCLOSURES
Bidders are requested to enclose this sheet above the copy of the Bid submitted and mention
Y in the Yes column if the respective document is enclosed in its Bid.
Sr.
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
Enclosures
Bidders General Information ( Bid Response Sheet No. 02 )
Bid Form ( Bid Response Sheet No. 03 )
Bid Eligibility Criteria Form ( Bid Response Sheet No. 04 )
Documentary Evidence Showing The Bidders Claim Of Meeting
Eligibility Criteria As Mentioned In Tender
GA drawing of PV module as per Clause 5.4 (i) of Section- V
Datasheets for electrical and mechanical properties Clause 5.4
(ii) of Section- V and Specifications of module as per Bid
Response Sheet No. 05
Performance data at STC as well as NOTC as per Clause 5.4
(iii) of Section- V
Graphs/Curves as per Clause 5.4 (iv) of Section- V
Efficiency V/s. Temperature
Efficiency V/s. Incident Irradiation
I-V Curves at different Temperatures
I-V Curves at different Incident Irradiation
Temperature V/s. Power at different Irradiation
IEC Certificates as per Clause 5.4 (v) of Section- V
Delivery Schedule Clause 5.7 of Section- V
Power Of Attorney For Signing Of Tender ( Bid Response
Sheet No. 6 )
Letter of Authority as per ( Bid Response Sheet No. 7 )
Proforma For Exceptions and Deviations. ( Bid Response
Sheet No. 8 )
Declaration ( Bid Response Sheet No. 9 )
Agreed Terms and Conditions ( Bid Response Sheet No. 10 )
General Check List ( Bid Response Sheet No. 12 )
Schedule Of Price with Price Blank ( Bid Response Sheet No.
11 )
Bank guarantee for Earnest Money Deposit (EMD) as per
Annexure 6
E.C. Policy copies of previous order
Copy of Income Tax Permanent account No (PAN), TIN/VAT of
the firm.
Bid document in hardcopy with sign and seal on each page.
Attached
Yes (Y)
No (N)
Page 57 of 99
-----------------------------------------------------------------------------------
2.
3.
------------------------------------------
4.
----------------------------------------------------------------------------------------------------------------------------
5.
Operational Address:
[If different from above]
----------------------------------------------------------------------------------------------------------------------------
6.
------------------------------------------
7.
------------------------------------------
8.
Manufacturing capacity :
Description
of product
9.
Capacity per
Annum
(in MWp)
Plant Details:
a)
Location
b)
Description
Last
Year
Current Orders
on hand
(in MWp)
Second
Last
Year
-----------------------------------------------------------------------------------
Signature of Bidder
Company Seal
Page 58 of 99
Details of PV modules manufactured & supplied during last 3 years in format shown below
on Bidders official letterhead.
Sr.
No.
Name
of
Client
Details of
Project &
Location
Capacity
of the
Plant
(MWp)
Year of
Compl
etion
Delivery
as per
contract
Actual
Delivery
Reason
for
Delay, if
any
Details of PV modules manufactured & supplied since inception for 1 MWp or higher
capacity in format shown below on Bidders official letterhead.
Sr.
No.
Name
of
Client
Details of
Project &
Location
Capacity
of the
Plant
(MWp)
Year of
Compl
etion
Delivery
as per
contract
Actual
Delivery
Reason
for
Delay, if
any
12.
13.
Describe Quality Control Organization, if any, and give the organization chart.
a)
b)
c)
14.
Are goods offered subject to batch test, random sampling, or full 100% test for
Quality check?
Are tests carried out by factory employees or by a separate testing agency?
Are independent quality Control Organization checks made and certificates
issued?
----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Page 59 of 99
Schedule for furnishing technical data and certified drawings after receipt of orders.
16.
Bidder shall provide Quality Assurance Plan Manufacturing details for Photo Voltaic
(PV).
Signature of Bidder
Company Seal
Page 60 of 99
a) Description of works
b) Earnest money
c) Time of completion
2.
Should this tender be accepted, I/We hereby agree to a Contractor by and fulfil the terms
and provisions of the said conditions of Contract annexed hereto so far as they may be
applicable or in default thereof to forfeit and pay to GIPCL (Gujarat Industries Power Co.
Ltd. ), Vadodara the amount mentioned in the said conditions.
3.
Till formal Agreement is executed, this tender together with written acceptances thereof,
shall constitute a binding contract between the Owner and the Contractor.
4.
We accept and agree to the fact that you are not bound to accept the lowest or any tender
you may receive.
Page 61 of 99
5.
If our tender is accepted we shall obtain guarantee from Bank listed in Annexure-9 only, to
jointly and severely bound with us amounting 10% of the Contract Value (including earnest
money deposit) of the above named sum or any modification thereof as may be mutually
decided at the time of signing the contract, being called the Contract Value, for the due
performance of the contract under the terms of a Bond.
6.
i)
ii)
7.
i)
ii)
8.
OR
Person having Power of Attorney to sign the contract. (Certified true copy of the Power of Attorney
should be attached.)
Yours faithfully
Signature of Bidder
Witnesses :
1) Name :
Signature :
Page 62 of 99
Address :
2) Name :
Address :
PLACE :
DATE :
Signature :
Page 63 of 99
Sr. No.
Description
2
3
Note : The above data shall be furnished by the bidder with supporting documents like Unpriced copy of Orders, details of sites, customer certificates, contact information of customer,
etc.
FINANCIAL INFORMATION
FINANCIAL DATA FOR LAST THREE AUDITED FINANCIAL YEAR
Sr.
No.
1
2
3
4
5
6
7
8
9
Description
FY 2012-13
FY 2013-14
FY 2014-15
Current Assets
Current Liabilities
Working Capital (1-2)
Annual Turnover
Paid up share capital
Free Reserves and Surplus
Net Worth of Bidder Funds
Profits Before Taxes
Return on Equity
Attached are copies of the last three audited balance sheets, including all related notes, and
income statements as indicated above, complying with the following:
i)
ii)
iii)
IV)
Company Seal
Signature of Bidder
Page 64 of 99
1
2
3
4
5
6
7
8
9
10
Manufacture
Make of PV Cell with country of origin
Model
Type (Type of Technology)
Annual manufacturing capacity
Annual Manufacturing/importing capacity for cell supplier.
Annual Booked capacity complete
Annual booked capacity for offered model
Last year MW sell of the modules of Above offered model
Quantity of Modules 1. For 310 Wp
2. For 315 Wp
Power rating under standard testing conditions(STC) i.e.
AM 1.5, 1000 W/m2, 25OC of cell temperature
Power rating under PTC( PVUSA (Photovoltaic Utility
scale application)Test condition)
Tolerance in power rating
Rated Power per Square meter (watts) of module
Module Efficiency at STC
Temperature co-efficient of power (%/OC)
Permitted module temperature under continuous duty
Module efficiency under irradiance of 200 W/m2, 25 OC
and AM 1.5
Power rating at Normal Cell Operating Temperature (OC)
Series Fuse Rating (amps)
General Electrical Characteristics under STC
Voc (Open circuit voltage at STC)
Isc (Short circuit current at STC)
Vmp (Voltage at maximum power point at STC)
Imp (Current at maximum power point at STC)
Individual cell voltage, current ,power & efficiency
No of Bus bar in module
Open-Circuit Voltage Temperature
Coefficient (mV per degree C)
Short-Circuit Current Temperature
Coefficient (mA per degree C)
Fill factor(Shall be 0.75)
Guaranteed overall design specifications
General module configuration
Maximum system voltage
Maximum reverse current
Structural strength for sustaining wind/snow load
11
12
13
14
15
16
17
18
19
20
B.
1
2
3
4
5
6
7
8
9
C.
1
2
3
4
Information to be
filled in by the Bidder
5
6
7
8
9
D.
1
2
3
4
5
E.
1
2
3
4
5
6
F.
1
2
3
4
5
G
1
2
3
4
5
6
7
8
9
10
11
12
H
1
2
3
4
5
Page 65 of 99
Company Seal
Signature of Bidder
Note: Bidder shall also submit all the documents as indicated in Annexure-2.
Page 66 of 99
Page 67 of 99
For..........................................................................
Name:
______________________________
Address:
___________________________
___________________________
___________________________
___________________________
Phone: _________________________
Witnesses:
1.
2.
Accepted
Notarised
Name:
______________________________
_______________________________
Address:
____________________________
____________________________
Page 68 of 99
____________________________
____________________________
Phone: __________________________
Notes:
1. The mode of execution of the Power of Attorney should be in accordance with
the procedure, if any, laid down by the applicable law and the charter documents
of the executant(s)and when it is so required, the same should be under common
seal affixed in accordance with the required procedure.
2. Wherever required, the Contractor should submit for verification the extract of the
charter documents and documents such as a board or shareholders resolution/
power of attorney in favour of the person executing this Power of Attorney for the
delegation of power hereunder on behalf of the Contractor.
3. For a Power of Attorney executed in India, it must duly notarised.
For a Power of Attorney executed and issued overseas, the document will also have to
be legalised by the Indian Embassy and notarised in the jurisdiction where the Power of
Attorney is being issued. However, the Power of Attorney provided by Contractors from
countries that have signed the Hague Legislation Convention, 1961 are not required to
be legalised by the Indian Embassy if it carries a conforming Appostille certificate.
Page 69 of 99
Ref:
Date:
SHRI S. N. PUROHIT
ADDL. GENERAL MANAGER ( O & M ),
M/s.Gujarat Industries Power Co. Ltd.,
PO: Petrochemicals
Dist. Vadodara-391 346
Gujarat, India.
Sub : Tender No. GIPCL/SOLAR-1/PVM/2015 for Supply of Photo Voltaic (PV) Module
for 2 X 1MWp Distributed Solar Pilot Projects at 2 locations in the State of Gujarat.
Dear Sir,
I/We, ----------------------------------- hereby authorize the following representative(s) for
attending any 'Negotiations' / 'Meetings', 'Un-priced Bid Opening', 'Price Bid Opening'
and for any subsequent correspondence / communication against the above Bidding
Documents:
[1]
Name & Designation
:
--------------------------------Signature
:
--------------------------------Phone/Cell
:
--------------------------------Fax
:
--------------------------------E-mail
:
--------------------------------[2]
:
:
:
:
:
-----------------------------------------------------------------------------------------------------------------------------------------------------------------
Page 70 of 99
Sr. No.
Clause No.
Description
Tender
as
per Deviation
Bidder
taken
by
Remarks
Notes:
i)
ii)
iii)
iv)
GIPCL reserves the right to reject any bid with deviation and load any financial
implications arising out of such deviations as per sole discretion of GIPCL during
Evaluation of Bid.
Attach separate sheet (duly signed), if necessary.
Information given in this Response Sheet shall be treated as final. Any variations
observed elsewhere in the bid shall be ignored while evaluating the bid.
Bidder should clearly indicate Technical & Commercial deviations separately with
Clause, Section, Point number and Page number of RFP against each of such deviation
if any.
Company Seal
Signature of Bidder
Page 71 of 99
We hereby confirm that we are not under any 'liquidation', any 'court receivership' or similar
proceedings and 'bankruptcy' and we agree that if any such proceedings are initiated or are
found to be pending, our Bid may be rejected / terminated.
In case the bidder has any dispute in court of law of any kind which can affect the supply of
Photo Voltaic (PV) modules, in such case the bidder shall furnish the status of all cases along
with all relevant documents.
Signature of Bidder
Company Seal
Page 72 of 99
Bidders Confirmation
i)
Signature of Bidder
Company Seal
Page 73 of 99
10
11
12
13
14
Signature of Bidder
Company Seal
Page 74 of 99
Signature of Bidder
Company Seal
Page 75 of 99
SCHEDULE OF PRICES
All Schedules of Prices to be submitted online only to
the following web site on or before Bid Submission
Due Date : 15/09/2015
https://www.nprocure.com
or
https://gipcl.nprocure.com
(As per Bid Submission Instruction of RFP)
Page 76 of 99
Qty.
Unit Rate
In INR
Total
Applicable
Total Value
Taxes/duties with taxes
6830
Nos.
530
Nos.
4 Nos.
Qty.
Unit Rate
In INR
Total
Applicable
Total Value
Taxes/duties with taxes
6720
Nos.
530
Nos.
4 Nos.
Note :
(1)
Bidder can either quote price for Option A OR Option B OR for both the Options as per
suitability of his product range. In case Bidder quotes for both the options then both the options
will be evaluated separately as per Bid Evaluation Method.
(2)
(3)
(4)
(5)
(6)
(7)
(8)
Page 77 of 99
Quantities shown in above Schedule of Price are total of quantities required at two different
Locations namely: (1) Amrol Site, Taluka: Anand, Dist.: Vadodara & (2) Vastan Site,
Taluka, Mangrol, Dist. Surat
All rates shall be quoted in INR ( Indian Rupees only).
Above Rates shall be inclusive of packing, forwarding, transportation, loading, insurance,
insurance up to COD, deputation of representative at site, warranty/guarantee and any other
charge that may be incurred by the contractor towards supply of modules at site as per this RFP.
Delivery points and quantities shall be as per Clause 5.7 Delivery Schedule of Section V
of this RFP Document.
Bidder shall indicate clearly all types of Taxes and duties applicable on above rates. However,
Taxes and Duties shall be paid at actual as per statutory provision.
If any Statutory Rebate / concession / benefit in taxes and duties is available in lieu of Solar
Power Policy shall be passed on to GIPCL.
Quantities indicated above are indicative and there may be some variation in actual quantity
during finalization.
GIPCL reserves the right to award / split the work among more than one contractor at
the stage of initial award of contract, reject or accept/prefer any tender without assigning
any reason whatsoever. The owner will not entertain any claim from contractor as a
result of such splitting up of the work.
Page 78 of 99
Particulars
Compliance
Company Seal
Page 79 of 99
ANNEXURES
Annexure
No.
1
2
3
4
5
6
7
8
9
10
Description
Details of Site Locations
Documents to be submitted along with technical bid
Documents to be submitted after award of contract
Applicable Standards and Codes
Proforma for Performance Bank Guarantee
Proforma for Bank Guarantee for Earnest Money Deposit
(EMD)
Proforma for Bank Guarantee for Advance Payment
Contract Agreement
List of Approved Banks
Disclaimer
Page No.
80
82
83
84
85
88
91
94
97
98
Page 80 of 99
ANNEXURE- 1
Address : Mahatma Gandhi Institute for Integrated Rural Energy & Development
(MGIIRED)
Village : AMROL, Taluka : Anklav, District : Anand
Gujart
Coordinates : Latitude : 22O 22 48.7 N
Lontitude : 73O 03 03 E
Distance from Vadodara : 26 km
Key Map
(2)
Key Map
Page 81 of 99
Page 82 of 99
ANNEXURE 2
Documents to be submitted along with the technical bid
The bidder shall submit supporting documents for the product offered by him in the bid as per
following list. The bid will be considered as incomplete and liable for disqualification in case such
supporting documents are not submitted.
(1)
(2)
(3)
(4)
c.
d.
(5)
(6)
(7)
Page 83 of 99
ANNEXURE 3
Documents to be submitted after award of Contract in Soft copy and Hard Copy :
(1)
(2)
(3)
(4)
c.
d.
(5)
(6)
(7)
Installation Manual
(8)
List of Sr. No. / RFID as per details mentioned in Clause 5.2.7 of Section V in soft copy
and hard copy separate for each site.
(9)
(10)
O & M Manual
Page 84 of 99
ANNEXURE 4
Page 85 of 99
ANNEXURE 5
Date
To: ......................
TO,
MR. S. N. Purohit
ADDL .GENERAL MANAGER ( O & M ),
GUJARAT INDUSTRIES POWER COMPANY LTD.,
P.O.- Petrochemicals,
DIST: Vadodara-391346.
Dear Sir,
In consideration of the Gujarat Industries Power Company Limited (herein after referred
to as the Owner which expression shall unless repugnant to the context/or meaning
thereof include its successors, administrators and assigns) having awarded to M/S.
.............. ................. ....... ....... having its Registered Office/ Principal Office at (address)
......... ..... ...... ...... ......... ............. ...... ............. (here in after referred to as the
Contractor which expression shall unless repugnant to the context or meaning thereof
include its successors, administrators, executors and assigns) an Order by issue of
Owners Letter of Award No ...... ......... ........ .... dated ........................... and the same
having been unequivocally accepted by the Contractor dated .................. valued at
Rs. ........... ..... ..... ................. (Rupees .................................Only) for Supply of Photo
Voltaic (PV) Modules for the 2 x 1 MW Distributed Solar Photovoltaic grid connected
Pilot Power Project at 02 different locations 1) Village : Amrol, Tal : Anklav, Dist : Anand
2) Village : Vastan (Near Surat lignite power Plant)
Tal: Mangrol, Dist.: Surat, by
Gujarat Industries Power Company Ltd. and the Contractor having agreed to provide as
a condition precedent for performing the Scope of Work an unconditional and
irrevocable Bank Guarantee, for the faithful performance of the entire Contract,
including for the quality of the works and/or workmanship and satisfactory performance
of PV Modules and satisfactory services rendered during the guarantee/warrantee
period of 36 Months from the date of issue of completion certificate under the said
contract equivalent to 10% of the said value of the order to the Owner.
Page 86 of 99
The Owner shall have the fullest liberty without affecting in any way the liability of the
Bank under this guarantee from time to time to extend the time for performance of the
Order by the Contractor. The Owner shall have the fullest liberty, without effecting this
guarantee, to postpone from time to time the exercise of any powers vested in them or
of any right which they might have against the Contractor, and to exercise the same at
any time in any manner, and either to enforce or to forbear to enforce any covenants,
contained or implied in the Order between the Owner and the Contractor or any other
course of or remedy or security available to the Owner. The Bank shall not be released
of its obligations under these presents by any exercise by the Owner of its liberty with
reference to the matter aforesaid or any of them or by reason or any other acts of
omission or commission on the part of the Owner or any other indulgence shown by the
Owner or by any other matter or thing whatsoever which under law would, but for this
provision, have the effect of relieving the Bank. The Bank also agrees that the Owner at
its option shall be entitled to enforce this Guarantee against the Bank as a principal
debtor, in the first instance without proceeding against the Contractor and
notwithstanding any security or other guarantee that the Owner may have in relation to
the Contractors liabilities.
Notwithstanding anything contained herein above our liability under this guarantee is
restricted to Rs ............................... .............................. and it shall remain in force upto
and including........... ............ ......... .............. unless a written demand to enforce any
Page 87 of 99
claim under this Guarantee is lodged with us within six months from the above
mentioned expiry date, the Bank will be discharged from its liabilities under this
Guarantee. This Guarantee shall be extended from time to time for such period as may
be desired by ........................................................ ........................... ............ ........... on
whose behalf this guarantee has been given.
Signature: ___________________________
Designation
with
__________________
Bank
Stamp:
Name:
_____________________________________________
Address: __________________________________________
_____________________________________________________
_________________________________________________
Seal of the Bank:
_________________________________________________
_________________________________________________
Phone:
_________________________________________
Dated:
Note: The stamp papers of appropriate value shall be purchased in the name of Guarantee
issuing Bank.
Note :
-
The validity of the Bank Guarantee shall be extended till completion of 36 months after
over the date of issue of completion certificate by Owner.
As per this tender, the comprehensive warranty/Guarantee period is 25 years after issue
of completion certificate by Owner, however Performance Bank Guarantee period
envisaged is 36 months after issue of the completion certificate by Owner. Bidder to
submit the undertaking for providing comprehensive warranty/Guarantee for period of
25 years.
The Bank Guarantee by the Bidder shall be given from the any of the Banks listed in
Annexure -9.
Page 88 of 99
Annexure 6
Ref.
Date
To:
Dear Sirs,
In accordance with your Request for Proposal under your specification and dated
M/S. ... having its
Registered/Head
Office
at...................................
(herein
after called the Contractor) wish to participate in the said Tender for Supply of Photo
Voltaic (PV) Modules for the 2 x 1 MW Distributed Solar Photovoltaic grid connected
Pilot Power Project at 02 different locations 1) Village : Amrol, Tal : Anklav, Dist : Anand
& 2) Village : Vastan (Near Surat lignite power Plant)
Tal: Mangrol, Dist.: Surat, by
Gujarat Industries Power Company Ltd. An unconditional and irrevocable Bank
Guarantee against Tender guarantee for an amount of Rs.15,00,000/- (Rupees Fifteen
Lakh Only) valid for 180 (One Hundred Eighty) days from ____________ 2015 required
to be submitted by the Contractor, as a condition precedent for participation in the said
Tender, which amount is liable to be forfeited on the happening of any contingencies
mentioned in the Tender Documents.
Page 89 of 99
We,
the
Bank
at
................................................................................. (local address) having
our Head Office at ............................................ .
guarantee and undertake to pay immediately on written demand by Gujarat Industries
Power Company Limited (herein after called the Company) Rs. 15,00,000/- (Rupees
Fifteen Lakh only) without any reservation protest, demur and recourse. Any such
demand made by the Company shall be conclusive and binding on us irrespective of
any dispute or difference raised by the contractor. It shall be conclusive and enough for
enforcement of Bank Guarantee on the bank if the Company invokes the Bank
Guarantee stating only that the default has been committed by the Contractor, thus far
and no further.
This guarantee shall be irrevocable and shall remain valid up to 180 (One Hundred
Eighty) days from the date of issuing the Tender. If any further extension of this
guarantee is required, the same shall be extended to such required period on receiving
instructions from .. on whose behalf the
guarantee is issued.
In witness there of Bank, through its authorized Officer, has set its hand and stamp on
this day of
2015 at
..................................
Signature: ___________________________
Name: _____________________________________________
Address: __________________________________________
_________________________________________________
_____________________________________________________
_________________________________________________
_________________________________________________
Phone: _________________________________________
Page 90 of 99
Dated: .........
Notes:
1. The Guarantee validity should 180 days.
2. The stamp papers of appropriate value shall be purchased in the Name of
Guarantee Issuing Bank.
Note : The Bank Guarantee by the Bidder shall be given from the any of the Banks listed in
Annexure 9.
Page 91 of 99
Annexure 7
2. In accordance with the terms of the said Contract, you have agreed to make an
advance payment of Rs ......................... being 10% of the Contract Value on the
Contractor, furnishing you with an unconditional and irrevocable Bank Guarantee
to be valid till the date of receipt of the material covered by your above
mentioned Contract. For this purpose, you have agreed to accept our guarantee.
4. This guarantee shall be valid till the date of receipt of the said equipment by you
and in any event shall expire on ....................................
Page 92 of 99
5. You shall have the right to file/make a claim on us under this guarantee for a
period of six months from the date of expiry.
6. This guarantee shall not be revoked without your express consent and shall not
be affected by your granting time or any other indulgence to the Contractor,
which shall include but not be limited to, postponement from time to time of the
exercise of any powers vested in you or any right which you may have against
the Contractor and to exercise the same in any manner at any time and either to
enforce or forbear to enforce any covenant contained or implied in the said
Contract or any other course or remedy or security available to you, and our
Bank shall not be released from its obligations under this guarantee by your
exercising any of your rights with reference to matters aforesaid or any of them
or by reason of any other act or forbearance or other acts of omission or
commission on your part or any other indulgence shown by you or by any
other matter or thing whatsoever which under law would, but for this provision
have the effect of relieving our Bank from its obligation under this guarantee.
7. We also agree that you shall be entitled at your option to enforce this guarantee
against our Bank as a principal debtor, in the first instance, notwithstanding any
other security or guarantee that you may have in relation to the Contractors
liabilities in respect of the premises.
8. This guarantee shall not be affected by any change in the constitution of our
Bank or the Contractor or for any other reason whatsoever.
Signature: ___________________________
Name: _____________________________________________
Page 93 of 99
Address: __________________________________________
_________________________________________________
_____________________________________________________
_________________________________________________
_________________________________________________
Phone: _________________________________________
WITNESSES :
1.
2.
Note: The stamp papers of appropriate value shall be purchased in the name of
Guarantee issuing bank.
Note : The Bank Guarantee by the Bidder shall be given from the any of the Banks listed in
Annexure -9.
Page 94 of 99
Annexure 8
CONTRACT AGREEMENT
ARTICLES OF AGREEMENT made on the
day of _________________
BETWEEN
Gujarat Industries Power Company Ltd., PO- Petrochemicals, Dist- Vadodara- 391346,
Gujarat, INDIA (hereinafter called "the Owner") on the one part
AND
(hereinafter called "the Contractor") on the other part.
AND WHEREAS the said specifications and the schedule of items/quantities have been
signed by or on behalf of the parties hereto.
AND WHEREAS the Contractors has agreed to execute upon and subject to the
conditions set forth herein and to the conditions set forth in the Special Conditions and in
the schedule of items/quantities and conditions of contract (all of which are collectively
hereinafter referred to as "the, said conditions") the works shown upon the said drawings
and/or described in the said specification and included in the schedule of items/quantities
at the respective rates therein set forth amounting to the sum as therein arrived at or such
other sum as shall become payable there under (hereinafter referred to as "the said
contract amount")
NOW THIS DEED WITNESSETH and it is hereby agreed and declared as follows:
1.
In consideration of the said contract amount to be paid at the times and in the
manner set forth in the said conditions the Contractor shall upon and subject to the
said conditions execute and complete the work shown upon the said drawings and
described in the said specifications and the schedule of items/quantities.
2.
The Owner shall pay the Contractor the said contract amount or such other sum as
shall become payable, at the times and in the manner specified in the said
conditions.
3.
The said conditions and Appendices thereto shall be read and construed as forming
part of this Agreement, and the parties hereto shall respectively a Tenderer by,
submit themselves to the said conditions and perform the Agreements on their part
respectively in the said Conditions contained.
Page 95 of 99
4.
The agreement and documents mentioned herein shall form the basis of this
contract.
5.
This contract is neither a fixed lump sum contract nor a piece work contract but is a
contract to carry out the construction work in respect of Supply of Photo Voltaic
(PV) Modules the 2 x 1 MW
Distributed Solar Photovoltaic grid connected
Pilot Power Project at 02 different
locations 1) Village : Amrol, Tal : Anklav,
Dist : Anand and 2) Village : Vastan (Near Surat lignite power Plant)
Tal:
Mangrol, Dist.: Surat, by Gujarat Industries Power Company Ltd. to be paid
according to actual measured quantities at the rates contained
in
the
schedule of items / quantities and probable quantities or as provided in
the said
conditions.
6.
The Contractor shall afford every reasonable facility for the carrying out of all works
in the manner laid down in the said conditions, and shall make good any damages
done to walls, floors, etc., after the completion of such works.
7.
The Owner reserves to itself the right of altering the drawings and nature of the work
by adding to or omitting any items of work or having portions of the same carried out
without prejudice to this contract.
8.
Time shall be the essence of this contract and the Contractor hereby agrees to
supply the material as per scope of work, delivery schedule and all the terms and
conditions of the work ordder / LOA.
9.
All payments by the Owner under this contract shall be made only at Vadodara
/Surat.
10. All disputes arising out of or in any way connected with this Agreement shall be
deemed to have arisen at Vadodara and only courts of Vadodara shall have
jurisdiction to determine the same.
11. Owner shall not be liable for damages for breach of contract or otherwise to the
Contractor and the Contractor shall not be entitled to any claims, compensation, and
damages for breach of contract by the Owner.
That the several parts of this contract have been read by the Contractor and fully
understood by the Contractor
1)
2)
Page 96 of 99
Page 97 of 99
Annexure 9
Page 98 of 99
Annexure 10
Disclaimer
The information contained in this Request for Proposal (RFP) or subsequently provided to
Contractor(s), in documentary or in any other form, by or on behalf of GIPCL, hereinafter
referred to as Company or any of their employees or advisors, is provided to Contractor(s) on
the terms and conditions set out in this RFP and such other terms and conditions subject to
which such information is provided.
This RFP is not an agreement and is not an express offer but is an invitation offer by the
Company to the prospective Contractors or any other person. The purpose of this RFP is to
provide interested parties with information that may be useful to them in the formulation of their
Tender for qualification pursuant to this RFP (the Tender/RFP). This RFP includes statements,
which reflect various assumptions and assessments arrived at by the Company or their advisors
or employees or agents, in relation to the Project. Such assumptions, assessments and
statements do not purport to contain all the information that each Contractor may require. This
Tender may not be appropriate for all persons, and it is not possible for the Company, their
employees or advisors to consider the investment objectives, financial situation and particular
needs of each party who reads or uses this Tender.
The assumptions, assessments, statements and information contained in this Tender may not
be complete, accurate, adequate or correct. Each Contractor should therefore, conduct its own
investigations and analysis and should check the accuracy, adequacy, correctness, reliability
and completeness of the assumptions, assessments, statements and information contained in
this Tender and obtain independent advice from appropriate sources.
Information provided in this Tender to the Contractor(s) is on a wide range of matters, some of
which depends upon interpretation of law. The information given is not an exhaustive account of
statutory requirements and should not be regarded as a complete or authoritative statement of
law. The Company would not have any responsibility for the accuracy or otherwise for any
interpretation or opinion on law expressed herein.
The Company, their employees and advisors make no representation or warranty and shall
have no liability to any person, including any Contractor or Contractor(s), under any law, statute,
rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any
loss, damages, cost or expense which may arise from or be incurred or suffered on account of
anything contained in this Tender or otherwise, including the accuracy, adequacy, correctness,
completeness or reliability of the Tender and any assessment, assumption, statement or
Page 99 of 99
information contained therein or deemed to form part of this Tender or arising in any way with
prequalification of Contractors for participation in the Tendering process.
The Company also accept no liability of any nature whether resulting from negligence or
otherwise howsoever caused arising from reliance of any Contractor upon the statements
contained in this Tender. The Company may, in their respective absolute discretion but without
being under any obligation to do so, update, amend or supplement the information, assessment
or assumptions contained in this Tender.
The issuance of this Tender does not imply that the Company is bound to select and short-list
prequalified Tenders for Tender Stage (the Tender Stage) or to appoint the selected
Contractor, as the case may be, for the Project[s] and the Company reserves the right to reject
all or any of the Tender or Tenders without assigning any reasons whatsoever.
The Contractor shall bear all its costs associated with or relating to the preparation and
submission of its Tender including but not limited to preparation, copying, postage, delivery
fees, expenses associated with any demonstrations or presentations which may be required by
the Company or any other costs incurred in connection with or relating to its Tender proposal.
All such costs and expenses will remain with the Contractor/Applicant and the Company shall
not be liable in any manner whatsoever for the same or for any other costs or other expenses
incurred by a Contractor in preparation or submission of the Tender proposal regardless of the
conduct or outcome of the Tendering process.