Clarification to the RFP
12 December 2018
RFP No. KREDL/07/50MWAC/EPC/PAVAGADA-903/RFP/2018/ dated 06 Dec 2018
The clarification to the RFP for selection of Engineering, Procurement and Construction (EPC) Contractor for design, engineering, procurement,
supply, construction, erection, testing and commissioning of 50 MWAC (2*10 MWAC + 2*15 MWAC) solar photovoltaic (PV) power plant with associated
transmission system and comprehensive Operation & Maintenance (O&M) for 10 (ten) years at Pavagada Ultra Mega Solar Park of Tumakuru
District in Karnataka, received during the pre-bid meeting and after that, is mentioned below:
Clarification for the queries received from the Bidders until 12 December 2018
Sr. No.
Ref. No. Tender Specification Bidder’s Query KREDL’s Clarifications
1. Volume II, Chapter 1, II. 1.2 Pg 176/333
The PV modules to be employed shall be of minimum 72 cell configuration with rated power of module ≥ 320 Wp as certified for solar PV module power performance test as prescribe by latest edition of IEC 61215 and IEC 61730 and as tested by IEC / MNRE recognized test laboratory. No negative tolerance in the rated capacity of solar PV module is allowed.
320 Wp module wattage require poly crystalline solar cell with 16.5% module efficiency of 72 cell. As per tender 17% module efficiency works out to be 330Wp module. Kindly revise the requirement to 320 Wp module wattage poly crystalline solar cell with module efficiency 16.5%. Alternatively please consider 16% PV module efficiency with wattage above 310 Wp. This will enable to source PV modules from BHEL and other reputed Indian module vendors. This will also be towards achieving “Make in India” policy of Indian Government and encouraging Indian cell and module manufacturers.
The PV module wattage remains as mentioned in the RFP and an addendum will be issued for PV module technology for using polycrystalline/ monocrystalline/ thin film.
2. Volume II Chapter 1 II.1.5 Pg 176/133
The certified module efficiency shall be more than 17% for crystalline with minimum fill factor of 0.75. The temperature co-efficient of power for the modules shall not be more than 0.40%/ °C.
3. Volume II Chapter 1 II.1.5 Pg 176/333
The certified module efficiency shall be more than 17% for crystalline with minimum fill factor of 0.75. The temperature co-efficient of power for the
As per industry standards please accept temperature co-efficient of power for the modules of -0.43% / Deg. C
An addendum will be issued in this regard related to temperature coefficient of power for the modules and module efficiency.
Sr. No.
Ref. No. Tender Specification Bidder’s Query KREDL’s Clarifications
modules shall not be more than 0.40%/ °C.
4. Volume II Chapter 1 II.1.1 Pg 176/333
All solar PV module under supply as per relevant IEC / relevant BIS standards
Please accept PV Modules which have all type test completed and awaiting BIS mark
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
5. Volume II Chapter 1 II.1.6 Pg 176/333
The glass used to make the crystalline silicon modules shall be toughened low iron glass with minimum thickness not less than can be 3.2 mm (with support bars)/ 4.0 mm (with support bars) for 72 cell module
As per industry standards please accept glass with 3.2 mm thickness
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
6. Volume II Chapter 1 II.1.5 Pg 176/133
The certified module efficiency shall be more than 17% for crystalline with minimum fill factor of 0.75. The temperature co-efficient of power for the modules shall not be more than 0.40%/ °C.
As per industry standards please accept please accept fill factor of 0.73
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
7. Volume II Chapter 1 II.1.15 Pg 177/333
Each module used in the Project shall use a RFID tag bearing the following details: The RFID must be placed outside the lamination of the PV module.
Please accept RFID tags inside or outside the PV Module
An addendum will be issued in this regard.
8. Volume II Chapter 1 II.1.17 Pg 180/333
The PV modules should be insured through a reputed insurance company which is registered under Indian Insurance Law. All the expenses in relation to such insurance for the 10 years of the project will have to be borne by the Bidder. It should be insured in the name of the Client (KREDL).
Please consider Insurance or Bank Guarantee in lieu of insurance for PV Module Performance Warranty
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
Sr. No.
Ref. No. Tender Specification Bidder’s Query KREDL’s Clarifications
9. Volume II Chapter 1 II.1.17 Pg 180/333
The Bidder shall source the solar PV module from anywhere in the world. The Bidder should arrange for factory inspection & testing of modules for acceptance to KREDL & its representative’s using random sampling test method for PV modules as per IEC standards before dispatch of materials. The final Inspection shall be conducted either at Factory level or NABL / MNRE approved labs in India, the cost incurred towards testing will be under Bidder scope. In case, the performance test fails during factory / lab testing, the entire lot will be rejected. The Inspection of modules either at factory level or in NABL / MNRE approved labs will be subjected to KREDL discretion.
Please clarify the costs to be considered for testing
An addendum will be issued in this regard.
10. Volume II Cl 2.5 Pg 175/333
The final meter reading & energy generation guarantees (CUF & PR) provided by the Bidder will be considered energy pumped at 400 / 220 kV PGCL substation (Energy reading at respective KSPDCL 220 / 33 kV s/s. minus transmission losses declared by SRLDC / KSPDCL between 400 / 220 kV s/s. & respective 220/33 kV KSPDCL s/s.)
Please mention the transmission losses between 400 / 220 kV s/s. & respective 220/33 kV KSPDCL s/s. Energy generation commitment and thus DC capacity sizing needs to be done including this energy loss.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
11. Volume II Cl 1.3 Pg 176/333
IEC 62716 Based on location of site, this requirement may not be applicable. Hence, request for waival of this clause.
No change in the terms and conditions.
Sr. No.
Ref. No. Tender Specification Bidder’s Query KREDL’s Clarifications
This certification on Ammonia Corrosion is required only if the Solar power plant is near to any chemical / fertilizer industry or poultry farm.
Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
12. Volume II Cl 25.9 Pg 318/333
The Contractor shall have to assume the worst case radiation data base amongst the databases from NASA, Meteonorm, SolarGIS, IMD.
Please specify the Radiation Data base to be referred for the CUF guarantee. This will ensure uniform design criteria and also help M/s. KREDL to compare and evaluate the Generation capacity committed by Bidders over a common platform. This will provide a level playing ground for all Bidders.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
13. Volume II Cl 2.14.0 Pg 183/333
Inverter should have master slave configuration.
Please also accept single composite unit PCUs instead of modular (master slave) configuration. Modular system based PCU manufacturers are very limited in the industry.
An addendum will be issued in this regard.
14. General Plot Layout Please furnish the ACAD drawing of the SPV plant sites indicating the proposed location of the sub-station along with transmission line route. This will be required to assess the land area available and also to estimate the transmission line length.
An addendum will be issued in this regard.
15. General ROW for the transmission line It is presumed that there will not be any ROW issues for the transmission line. Bidder may please be facilitated to carry out only works related to transmission line and ROW issues if any shall be resolved by M/s. KREDL. Confirmation required.
KREDL will resolve the ROW issues along with KSPDCL on a best effort basis.
16. Volume II Cl 3.2 Pg 187/333
The minimum clearance between the lower edge of the module and the ground shall be above highest flood level at the site or minimum 800 mm,
Please revise the minimum clearance between the lower edge of the module and the ground shall be above highest flood level at the site or minimum 400 mm, whichever is higher.
An addendum will be issued in this regard.
Sr. No.
Ref. No. Tender Specification Bidder’s Query KREDL’s Clarifications
whichever is higher is considered.
800 mm clearance shall the wind load on the structure and thus design will be complicated.
17. Volume II Cl 5.3.2 Pg 194/333
Earth Grid resistivity shall be maintained less than 1 Ohm and for every 100 mtrs minimum one number of earth pit shall be provided.
The number of earth pits shall be decided as per the calculation in order to achieve desired earth resistance value of 1 ohm. Number of earth pits shall be depending on the soil resistivity and hence shall be designed for achieving the desired resistance value as per the standard.
An addendum will be issued in this regard.
18. Volume II Cl 4.1 (c) Pg 190/333
Portable Solar radiation measurement instrument (Brand shall be decided by the Client).
Please specify the brand required. This will be required to estimate correctly.
An addendum will be issued in this regard.
19. Volume II Cl 5.2.2 Pg 194/333
String monitoring box should with DC Breaker, Surge protection fuse Protection and reverse blocking diode with measurements of V-A-kW-kWh, the temperature of the PV cell, the air temperature, the power of solar irradiation and the speed of the wind.
The requirement of reverse blocking diode may please be removed. Diodes lead to additional continuous power loss. Each string shall dissipate power of about 7.0 W. About 2700 string shall exist for 15.0MW (AC) plant. Hence a total loss will be about 20 kW considering an average solar radiation of 5.2 kWh / Sq M, about 100 Units of energy will be lost daily. By providing sharp acting DC fuse in each string, the issue of mismatch in string can be addressed.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
20. Volume II Cl 5.2.2 Pg 194/333
Please accept DC on load isolator instead of DC breaker. Industry Standard practice which is readily available with all the vendors
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
21. Volume II Cl 5.2.2 Pg 194/333
The measurement of kWh, the temperature of the PV cell, the air temperature, the power of solar irradiation and the speed of the wind shall be at the plant level.
An addendum will be issued in this regard.
Sr. No.
Ref. No. Tender Specification Bidder’s Query KREDL’s Clarifications
At the SMB level these measurements is very difficult and are not available.
22. Volume 1 2.3.6.2 of Pg 24/172
The format of the Bank Guarantee shall be in accordance with the form of Bid Security included in the RFP. Bid Security shall remain valid for a claim period of 30 (thirty) Days beyond the expiry period of 180 (one hundred and eighty) Days from the original date of submission of Techno-Commercial Bid and beyond any extension of Bid Validity subsequently requested under ITB sub-clause 2.3.7.2.
We understand that the Bid Security shall remain valid for a claim period of 30 (thirty) Days beyond the validity period of 180 (one hundred and eighty) Days from the original date of submission of Techno-Commercial Bid and beyond any extension of Bid Validity subsequently.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
23. Volume 1 2.6.3.3 of Pg 34/172
Time of completion: 06 months We request KREDL to kindly extend the completion time to 12 months.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
24. Volume 1 2.6.5.1 of Pg 34/172
Performance Security: .... the successful Bidder shall furnish Performance Securities for ten percent (10%) of Contract Price for all the Contracts and in the form provided in the section “Forms and Procedures (Part 3 of 3)” of the RFP.The Performance Security (“PBG”) shall be submitted in three (3) parts of 20% (twenty percent) of Contract Price (“PBG1”), 40% (fourty percent) of Contract Price (“PBG2”) and 40% (fourty
We understand that the PBG1 is 20% of the total PBG (of 10 % of the contract price), PBG2 is 40% of the total PBG (of 10 % of contract price), PBG3 is 40% of the PBG (of 10 % of contract price).
An addendum will be issued in this regard.
Sr. No.
Ref. No. Tender Specification Bidder’s Query KREDL’s Clarifications
percent) of Contract Price (“PBG3”).
25. Volume 1 Cl 1 of pg 39/172
….. From the above ranking, the qualified Bidders shall be selected for further participation in the E-Reverse Auctioning for capacity up to first 100 MWAC…..
We understand that there is a typographical error.
An addendum will be issued in this regard.
26. Page Nos. 91,92,97,98,99,100,101,102,103,104,105
Error! Reference source not found
We understand that it is typographical error. We request KREDL to kindly provide the correct text, if any.
Addendum-1 was already issued in this regard.
27. Volume 1 page 116/172
Technical QR by Charted accountant
We request KREDL to waive the requirement of charted accountant for this purpose as being a short-term tender, it is difficult to get the same from CA. Bidder shall certify the same.
An addendum will be issued in this regard.
28. Volume 1, Page 121, 122/172
Financial QR by charted accountant
We request KREDL to waive the requirement of charted accountant for this purpose. Bidder shall certify the same.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
29. Volume 1, Cl. 3.5.7.2 Pg 76/172
The Facilities Manager or their designated representatives shall be entitled to attend the aforesaid Test and Inspection, provided that Contractor shall bear all costs and expenses incurred in connection with such attendance including, but not limited to, all traveling and boarding & lodging expenses.
We kindly request you that KREDL will bear all cost and expenses incurred in connection with test and inspection including, but not limited to, including boarding, travelling, lodging expenses for KREDL personnels. Kindly accept
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
30. Volume 1 Cl. 3.6.1.1.2 Pg 81/172
The maximum liability of the Bidder under Delay Liquidated Damages will be limited to 10% (ten percent) of the total
We kindly request you to limit the LD for delay to maximum 5% of the total contract price.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP,
Sr. No.
Ref. No. Tender Specification Bidder’s Query KREDL’s Clarifications
Contract Price, agreed in the Final Price Bid.
Addendum and Corrigendum as published from time to time.
31. Volume 1 Section IV, Cl 4, Pg 143/172
KREDL will make payment within 45 (forty five) Days from the date of receipt of invoice in complete respect.
We kindly request to amend the clause as follows: KREDL will make payment within 21 (twenty one) Days from the date of receipt of invoice in complete respect.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
32. Volume 1 Section IV, Cl 6, Pg 143/172
The Contractor shall maintain a separate account with a Scheduled Bank at Site for the purpose of receiving all the payments under the Contract(s) and for utilization of payments received from KREDL for disbursement to sub-contractors, sub-vendors, PRW’s etc., of the Contractor. The Contractor shall maintain separate books of accounts for all payments under this Contract and the Facilities Manager shall have access to these at all times
BHEL being a PSU of Govt. of India shall operate only through Corporate/Single account only. However: (a) It will be ensured that the payments received by KREDL will be passed on to the sub-contractors, sub-vendors, PRW's etc. as per BHEL payment terms stipulated against respective vendors (b) If KREDL insists for any adhoc payment to be released by the main contractor. The same shall be made on merit and on case to case basis upon satisfaction of all requirements by the agencies. Moreover KREDL shall also to have release substantial payment as ad-hoc payment apart to main contractor from regular payment in line with the contract price.
An addendum will be issued in this regard.
33. Volume 1 Section IV, Cl 6, Pg 143/172
Account tracking mechanism In case the Contractor wants to withdraw funds from the above bank account for any purposes other than the Contract, he shall be required to submit an undertaking to the Facilities Manager certifying that all due statutory payments, labor payments and payments to all his sub-contractors have been disbursed corresponding to the total payment received by him
An addendum will be issued in this regard.
Sr. No.
Ref. No. Tender Specification Bidder’s Query KREDL’s Clarifications
under the Contract. For tracking of payments received from KREDL, the Contractor shall also submit a monthly statement by 7th of every month certifying the transactions pertaining to the above account along with the purpose of such transactions. In case the Contractor transfers funds for any purposes other than the Contract, without prior consent of KREDL, it will constitute a breach of Contract by the Contractor.
34. Volume 1 Terms of Payment Cl. 142/172
Installation Services: 1. On achievement of Installation Services and Testing of Plant and Equipment of relevant MW certified by KREDL - 60 % of Contract price for Installation services 2. On Operational Acceptance by KREDL-30 % of Contract price for Installation services 3. One (1) Year after the date of Operational Acceptance- 10 % of Contract price for Installation Services
We kindly request you to change the payment terms as follows: 1. 10% interest free advance of contract price for Installation services 2. 75% of Installation services on completion of installation of equipment on pro-rata basis. 3. 10% of total installation price on operational acceptance by KREDL. 4. 5% of total installation price after one year from the date of operational acceptance
An addendum will be issued in this regard.
35. Volume 1 Terms of Payment Cl. 142/172
Installation Services: 1. On achievement of Installation Services and Testing of Plant and Equipment of relevant MW certified by KREDL - 60 % of Contract price for Installation services 2. On Operational Acceptance by KREDL-30 % of Contract
We kindly request you to change the payment terms as follows: 1. 10% interest free advance of contract price for Installation services 2. 75% of Installation services on completion of installation of equipment on pro-rata basis. 3. 10% of total installation price on operational acceptance by KREDL. 4. 5% of total installation price after one year from the date of operational acceptance
An addendum will be issued in this regard.
Sr. No.
Ref. No. Tender Specification Bidder’s Query KREDL’s Clarifications
price for Installation services 3. One (1) Year after the date of Operational Acceptance- 10 % of Contract price for Installation Services
36. Volume 1 Clause 3.5 Tech Spec Pg 188 of 333
The array structure shall be so designed that it will occupy minimum space without sacrificing the output from Solar PV panels at the same time it will withstand severe cyclonic storm with wind speed up to maximum 200 kmph.
We kindly request that the MMS will be designed w.r.t wind speed as per relevant IS. Kindly confirm
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
37. Volume 1 Cl. 2.3.6 Pg 24 of 172
Amount of Bid Security: INR 50,000,000/- (Indian Rupees five crore) only for aggregate capacity of 50 MWAC.
BHEL being a CPSU kindly request you to exempt CPSU from submitting the Bid Security. Kindly accept.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
38. Volume 1 Cl 3.1, Tech Spec. Pg 285 of 333
The contractor is responsible for making the site ready and easily approachable by clearing of bushes, felling of trees (if required with appropriate approval from concerned authority)
We kindly request you that tree felling to be included in scope of KREDL and necessary approvals from concerned authority for the same to be taken by KREDL.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
39. Volume 1 Cl 25.3 Tech Spec Pg 317/333
PERFORMANCE GUARANTEE-CUF Calculation
Kindly inform how the other factors like low insolation, grid unavailability etc will be factored in the CUF calculation. We kindly request you to change the formula considering the above so that CUF take into account of factors not in control of Bidder and c desired CUF aty the end of year to be changed accordingly.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
40. Volume 1 Cl. 2.6.1 clause 4 Pg 39/172
The Bidders need to quote the Quoted Price. It shall be noted that the Bidder shall not change the minimum AC CUF of 24%
We kindly request you to limit the CUF to 19%. No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP,
Sr. No.
Ref. No. Tender Specification Bidder’s Query KREDL’s Clarifications
(twenty-four percent) as required by KREDL and it shall remain firm during the entire bidding event
Addendum and Corrigendum as published from time to time.
41. -- General Applicable taxes & duties on contract cancellation charges shall be on account of employer.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
42. Attachment 2:, Page 110 of 172
COST OF RFP We request you to provide the details of cost of RFP and the form it has to be submitted.
Please refer Clause 1.2.6.5, Clause 2.3.5.
43. 25.9, 146 Contractor is expected to make their own study of solar profile and other related parameters of the area & make sound commercial judgment about the Performance Ratio. It shall be the responsibility of the Contractor to assess the corresponding solar insolation values and related factors of solar plant along with expected grid availability
We request KREDL to indicate the values of reference Solar Insolation in kWh/m2 to be considered, which will enable us to submit our competitive price.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
44. 1.2.2.1 & 1.2.6.1.6, Page 2 of 172 & Page 5 of 172
Single circuit 33 kV underground cables including provision of any cable tray support structures along the road side from the solar plant to the 220/ 33 kV KSPDCL pooling substation, bay area at 220/33 kV KSPDCL pooling substation & The Bidder shall provide the interconnection to the allocated substation(s) for each block at the voltage level of 33 kV (Point of Injection) of the
We preseume that the Right of way for 33 kV TL/UG cable is in KREDL Scope. Kindly confirm.
KREDL will resolve the ROW issues along with KSPDCL on a best effort basis.
Sr. No.
Ref. No. Tender Specification Bidder’s Query KREDL’s Clarifications
corresponding 220/ 33 kV KSPDCL pooling substation.
45. 1.2.6.1.3, Page 5 of 172
The details of the blocks are given.
We request you to kindly share the Layout in Autocad format.
An addendum will be issued in this regard.
46. Section I, 1.2.6.1.1, 4
The Bidder should be a body incorporated in India under the Companies Act, 1956 or 2013 or under an equivalent law abroad (in case of foreign Bidders) including any amendment thereto, engaged in the business of power/ energy/ renewable energy/ solar PV plant development/ construction of solar PV plant. In this regard, a copy of Certificate of Incorporation, Income tax returns, Memorandum of Association (MOA) and Article of Association (AOA) or equivalent documents (in case of foreign Bidders) shall be furnished along with the Bid in support of above. The MOA and AOA shall highlight the provisions relating to construction or generation or sale of power/ energy/ renewable energy/ solar PV plant development. In case of consortium, the members of the consortium can collectively meet the Qualification Requirement and number of members in a Consortium would be limited to 03 (three) including the Lead Member and 02 (two) other members.
…..In case of consortium, meeting the technical QR, evaluation of the any partner lead or member should be considered.
Please refer Clause 1.2.6.1.1 of the RFP. In case of consortium, the members of the consortium can collectively meet the Qualification Requirement and number of members in a Consortium would be limited to 03 (three) including the Lead Member and 02 (two) other members.
Sr. No.
Ref. No. Tender Specification Bidder’s Query KREDL’s Clarifications
47. Request / Modification,
Addition in QR
Please allow the bidder having experience as: The bidder should have executed at least one (1) Electrical Sub-station of 33 kV or above voltage level, consisting of equipment such as 33kV or above voltage level circuit breakers and Power transformer, either as developer or as EPC Contractor which should be in successful operation for at least one (1) year prior to the date of techno-commercial bid opening.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
48. SLDs, SLD for 10 MW & 15 MW Solar plant
-- Please confirm the terminal point and clearly demarcate the area under bidder's scope of work.
The SLD is an indicative diagram and the Bidder shall prepare the SLD based on the requirement during the detailed design phase. Each capacities from the blocks shall be terminated at the respective 220/33 kV KSPDCL substations through single circuit 33 kV underground cables including provision of any cable tray support structures along the road side from the solar plant to the 220/ 33 kV KSPDCL pooling substation. Also, the Bidder shall provide the foundation of metering cubicle, metering cubicle, main meter and check meter along with associated equipment for creating the metering infrastructure. No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
49. SLDs, -- We understand that the equipment rating as mentioned in 10 MW & 15 MW plant Single
Yes, the understanding is accurate.
Sr. No.
Ref. No. Tender Specification Bidder’s Query KREDL’s Clarifications
SLD for 10 MW & 15 MW Solar plant
Line diagram (SLDs) are indicative and for bidder's reference only. The equipment rating & selection criteria shall be done by bidder meeting specification technical requirement. Please confirm.
50. SLDs / clause No 1.2.2.5. page 2 of 173 & Clause 1.8., page No-52
SLD for 10 MW & 15 MW Solar plant: Construction of pre-engineered type outdoor inverter room with power conditioning units associated with LT and HT switchgear for central inverter, as required. & Transformer connections LV side – Cable Box, MV Side – Cable Box
We understand the 2*10 & 2*15 MW Solar plant 33 kV outgoing switchgear / Switch yard design shown in SLD is indicative and reference only. Bidder can use its own design with outdoor type Metal clad switchgear. Please confirm.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
51. SLDs / clause No 1.2.6.1.6. page 2 & 3 of 173 & CHAPTER – 1: TECHNICAL SPECIFICATION FOR SOLAR PV POWER PROJECT: Clause no. 2.6 , page No. 3
SLD for 10 MW & 15 MW Solar plant: The metering shall be done at the plant boundary of the outgoing 33 kV feeders of each block and at each of the point of injection at 33 kV of the corresponding 220/ 33 kV KSPDCL pooling substation with installation of main meter and check meter at each point. & The Bidder shall provide Two (2) nos. of meters (Main meter & Check meter) at 33 kV plant switch yard and Two (2) nos. of meters (Main meter & Check meter) at respective 220 / 33 kV KSPDCL switch yards for each project location.
In existing Pavagada Solar Park which is under execution, SPDs which are connected to 220/33 KV pooling station of KSPDCL, the Main and Check ABT meter are being installed at 33 KV side of 220/33KV respective Pooling station of KSPDCL. There is no ABT meters installed at plant end. Hence, requirement of separate Metering CT PT and Main & Check meters at Plant may please be re-looked.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
Sr. No.
Ref. No. Tender Specification Bidder’s Query KREDL’s Clarifications
52. clause No 1.2.6.1.6. page 2 & 3 of 173,
In total, 08 (eight) numbers of main meters and 08 (eight) numbers of check meters are required as per the technical specification requirement by KSPDCL.
Please confirm the exact qty of Main & Check ABT meters required for each 10 MW / 15 MW Solar plant.
Please refer Clause 1.2.6.1.6 of Volume I and Clause 2.6 of Volume II. No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
53. SLDs -- We understand that Main ABT metering & associated metering CT /PT at 33 KV side of 220/33KV respective Pooling station of KSPDCL shall be in bidders scope. The Check meter and associated MCT/ MPT are excluded from bidder's scope . Please confirm.
The CT and PT for Main Meter and Check Meter shall be provided by KSPDCL and the Bidder shall provide the foundation of metering cubicle, metering cubicle, main meter and check meter along with associated equipment for creating the metering infrastructure.
54. SLDs -- Please also clarify the requirement of Stand By Meter to be provided as per CEA Regulation
An addendum will be issued in this regard.
55. SLDs, 33 KV bay at 220/33 KV pooling station of KSPDCL for each Solar plant
-- We understand there is no 33 KV bay available at present in 220/33 KV pooling station of KSPDCL for these (2*15 MW +2*10 MW) Solar Plants. Completely equipped 33 KV bay at 220/33 KV pooling substation of KSPDCL is under the KREDL scope. The bidder scope is limited to the incoming 33 KV cable termination at 33 KV bay provided by KREDL for each Solar Plant at respective 220/33 KV pooling station. Please confirm. Also, share the SLD for each 220/33 KV pooling station of KSPDCL clearly indicating the 33 KV bays for proposed Solar plants.
The bay extension at respective 220/33 kV KSPDCL Substation, CT and PT for Main Meter and Check Meter shall be provided by KSPDCL and the Bidder shall provide the foundation of metering cubicle, metering cubicle, main meter and check meter along with associated equipment for creating the metering infrastructure.
56. SLDs, Solar Plant metering at 220/33 KV
-- We understand the 33 KV Main Metering CT PT foundation at 33 KV side of 220/33 KV Pooling station of KSPDCL in under the scope of KREDL.
It is included under Bidder’s scope and the Bidder shall provide the foundation of metering cubicle, metering cubicle, main meter and
Sr. No.
Ref. No. Tender Specification Bidder’s Query KREDL’s Clarifications
pooling station of KSPDCL
check meter along with associated equipment for creating the metering infrastructure. No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
57. Specification Clause no. 1.2.2.6. Page 3 of 172
Construction of central monitoring and control station with switchgear room, supervisory control and data acquisition (SCADA) room, store room, battery room with all electrical fitting, office furniture, fencing of solar PV plant, watch towers, security cabin etc.
Bidder requested to clarify the quantity and area where the watch tower & security cabin are to be considered.
An addendum will be issued in this regard.
58. Specification Clause no. 1.2.2.9. Page 3 of 172
Construction of internal roads, pathways, fencing, peripheral boundary compound wall, storm water drains, drainage system, watch towers, weather monitoring stations, firefighting system, module cleaning system, necessary IT security system, surveillance system with camera and lighting system.
Bidder requested to clarify the quantity and area where the IT security system, surveillance system with camera are to be considered.
Please refer to clause no. 4.4 of Volume II. No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
59. CHAPTER – 1: TECHNICAL SPECIFICATION FOR SOLAR PV POWER PROJECT:Clause no. 1.3 , page No. 2
The individual capacity of each of the smaller solar power project shall be selected to match the power intake capacity available at the respective 220 / 33 kV KSPDCL substations to which the solar power project is decided to be connected.
KREDL to confirm that necessary infrastructure like 220/33 KV transformer capacity , 33 KV bay etc is available at 220/33 pooling station of KSPDCL for evacuation of power from proposed Solar plants ( 2*15+2*10MW).
The existing infrastructure available at 220/33 kV KSPDCL Substation in Pavagada Solar Park has capacity for evacuation of power from the respective solar power plants.
Sr. No.
Ref. No. Tender Specification Bidder’s Query KREDL’s Clarifications
60. CHAPTER – 1: TECHNICAL SPECIFICATION FOR SOLAR PV POWER PROJECT:Clause no. 5.11 , page No. 37
5.11. PROTECTIVE RELAYS 5.11.1. The Solar PV system and the associated power evacuation system (defined in the project scope) interconnections should be protected as per IEC 61727 Ed.2, norms. Directional Over current relays, reverse power relays, differential protection relays (in Transformer, Tx line & Pilot wire), earth fault relays and Voltage protection relays shall be provided as per KPTCL requirement, standard safety requirement for the effective controlling and monitoring. All relay should be numerical type & should be remote operating and controlling facility from the control room.
We understand that following are not applicable for 33 KV protection System of Solar Plant 1. Reverese power Relay 2. Differentail Protection of 33 KV UG cable connected from Solar Plant to respective 220/33 KV pooling station of KSPDCL. 3. Directional Over current relay at Solar plant end side. Remote operation and control of Numerial relays not considered in bidder's scope.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
61. CHAPTER – 1: TECHNICAL SPECIFICATION FOR SOLAR PV POWER PROJECT: Clause no. 5.11 , page No. 37
The operating voltage of the relays shall be 110 V DC.
Bidder requested to accept the 48V/24V DC supply from Power pack for relay operation of 33 KV switchgear.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
62. CHAPTER – 1: TECHNICAL SPECIFICATION FOR SOLAR PV POWER PROJECT: Other LT Cables: Clause 5.13.2., page No-39
b. Material: All LT cable shall be Copper cables and AC cables shall be Aluminium Armoured XLPE cables conforming to IS: 7098 Part I.
We understand that the control cables shall be copper cables. All other cables are Aluminium cables only. Please confirm.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
Sr. No.
Ref. No. Tender Specification Bidder’s Query KREDL’s Clarifications
63. CHAPTER – 1: TECHNICAL SPECIFICATION FOR SOLAR PV POWER PROJECT: Other LT Cables: Clause 5.13.2., page No-39
b. Material: All LT cable shall be Copper cables and AC cables shall be Aluminium Armoured XLPE cables conforming to IS: 7098 Part I.
We understand that the following cables are the Aluminium cables; 1. cable between Inverter to String combiner Box (SCB) / String Monitoring Unit (SMU) 2. Cable between Inverter to Inverter transformers. Please confirm.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
64. CHAPTER – 1: TECHNICAL SPECIFICATION Clause 1.8., page No-51 & 52
Inverter Transformer On load taps on M.V. Side (for M.V. Variation) - + 15 to – 10.0 % (in steps of 1.25%)
Bidder requested to clarify the requirement of On load tap changer in the Inverter transformer. We understand the 220/33 KV transformers installed at 220/33 KV pooling station of KSPDCL is already having On load tap changer. We requested to accept the Off load tap changer with 33 KV voltage variation (+10 to -5% in step of 2.5 %)
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
65. Chapter 1, 3.1, Page no. 15
The frame and leg assemblies of the array structure shall be made up of MS ISA (Indian Standard of Angle Section) and ISMC (Indian Standard of Medium Channel) Sections with hot dip galvanization. The minimum thickness of galvanization should be at least 85 microns.
Cold Rolled Section made from HR coils shall be used for MMS components as per prevailing industrial practice. Sections shall be a mix of HDG / POSMAC/ GALVALUME/ etc
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
66. Chapter 1, 3.2, Page 15-16
The minimum clearance between the lower edge of the module and the ground shall be above highest flood level at the site or minimum 800 mm, whichever is higher is considered. The module
Minimum 200 mm clearance from Module shall be adopted.
An addendum will be issued in this regard.
Sr. No.
Ref. No. Tender Specification Bidder’s Query KREDL’s Clarifications
mounting structure shall be of fixed tilt / seasonal tilting / single axis tracker arrangement.
67. Chapter 1, 3.3, Page no. 16
The Bidder should design the structure height considering highest flood level at the site.
Structure height shall govern as per minimum module clearance
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
68. Chapter 1, 3.5, Page no. 16
The array structure shall be so designed that it will occupy minimum space without sacrificing the output from Solar PV panels at the same time it will withstand severe cyclonic storm with wind speed up to maximum 200 kmph.
As per IS 875 Part 3 Wind pressure shall be 33 m/s.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
69. Chapter 1, 3.6, page no. 16
All fasteners shall be of Stainless steel - SS 304. Nut & bolts, supporting structures including Module Mounting Structures shall have to be adequately protected against all climatic condition.
Galvanised MS fastners shall be used in place of SS 304 Fastners.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
70. Chapter 1, 3.10, page no. 16 - 17
In case of fixed tilt & seasonal tilting, the legs of the structures made with GI angles of size not less than 50 mm X 50 mm X 6 mm of equivalent strength will be fixed and grouted in the RCC foundation columns made with cement concrete as per design based on recommendations of the site soil condition test report. Seismic factors for the site to be considered while making the design of the foundation. The
Cold Rolled Section made from HR coils shall be used for MMS components as per prevailing industial practice. Sections shall be a mix of HDG / POSMAC/ GALVALUME/ etc. Short pile foundations have been considered.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
Sr. No.
Ref. No. Tender Specification Bidder’s Query KREDL’s Clarifications
design of array structure shall be based on soil test report of the site and shall be approved by the Client/ Client’s representative.
71. Chapter 1, 3.13, page no. 17
Foundation drawings & designs shall be submitted to Client for approval before starting the work. Civil works for foundations of module mounting structure, control room etc. shall commence only after the proper leveling. Care should be taken to maintain slopes and to prevent water logging at the site.
No area grading have been considered. The same shall be in owner's scope.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
72. Chapter 1, 3.15, page no. 17
The structure design shall be appropriate with a factor of safety of not less than 1.5. The design calculations and report for STADPRO analysis for stability of the structure at the angle of inclination shall be submitted to Client for approval.
Design of strructure shall be as per IS code provision
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
73. Chapter 4, 3, page no. 114
SITE LEVELING AND GRADING:
No area grading have been considered. The same shall be in owner's scope.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
74. Chapter 4, 4.2, page no. 113
The foundations should be designed considering the weight and distribution of the structure and assembly, and a maximum wind speed of 180 km per hour. Seismic factors for the site have to be considered while making the design of the foundation.
Wind Load for foundation design shall be as per IS 875 Part 3
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
Sr. No.
Ref. No. Tender Specification Bidder’s Query KREDL’s Clarifications
Successful Bidder shall also plan for transport and storage of materials at site.
75. Chapter 4, 9, page no. 120
PRE CAST BOUNDARY WALL Chain Link Fencing of height 1500mm followed by barbed wire of 600mm height is envisaged.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
76. Chapter 4, 13, page no. 121
UNDERGROUND RCC WATER TANK
Under Ground Water Tank is not envisaged An addendum will be issued in this regard.
77. Chapter 4, 14, page no. 121-122
MODULE WASHING SYSTEM Tractor trolley module cleaning envisaged. Please refer Clause 14 of the Volume II No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
78. Clause No. 1.2.6.2 page no. 7 of 177
Technical Eligibility Criteria The Bidder as an EPC contractor should have designed, supplied, erected/ supervised erection and commissioned/ supervised commissioning of solar PV based grid connected power plant(s) of cumulative installed capacity of not less than 20 MWAC per 50 MWAC, out of which at least 1 (one) plant at a "single block in single location" or "single/multiple blocks within a solar park only" should have been of an installed capacity of at least 10 MWAC, connected at 11 kV or above. The reference
We have experience of developing build, own and operate solar PV based grid connected power plant(s) of cumulative installed capacity of 104 MW in the state of Telangana and have been awarded seven Projects totaling 125 MW projects in the state of Karnataka which are in development stage. Even with this portfolio, we are not eligible to participate in this bid. So, we request your good office to kindly accept the technical experience of the group business entities and reduce the overall capacity from 20 MW to 10 MW (including rooftop) and also relax requirement of single plant to 1 MW instead of 10 MW.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
Sr. No.
Ref. No. Tender Specification Bidder’s Query KREDL’s Clarifications
plant(s) of at least 20 MWAC, through which the Bidder is meeting this Techncial Eligilbity Criteria, must have been in successful operation for at least six (6) months prior to the date of Techno-Commercial Bid submission. Or The Bidder as a Developer should have build, own and operate solar PV based grid connected power plant(s) of cumulative installed capacity of not less than 20 MWAC per 50 MWAC, out of which at least 1 (one) plant at a "single block in single location" or "single/multiple blocks within a solar park only" should have been of an installed capacity of at least 10 MWAC, connected at 11 kV or above. The reference plant(s) of at least 20 MWAC, through which the Bidder is meeting this Techncial Eligilbity Criteria, must have been in successful operation for at least six (6) months prior to the date of Techno-Commercial Bid submission
79. Clause No. 1.2.6.3.1 page no. 9 of 177
Technical Eligibility Criteria The average annual turnover of the Bidder, should not be less than 550 crores INR (Indian Rupees two hundred and seventy-five crores only) or
We are incorporated in the year 2016 only and does not have 3 to 5 years financials. Therefore, we request your good office to consider the Net worth of parent company @ Rs. 2 cr / MW as an alternate criteria to the annual turnover. This would ensure that the Project is delivered on time without financial
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
Sr. No.
Ref. No. Tender Specification Bidder’s Query KREDL’s Clarifications
equivalent US$ per 50 MWAC during any three (3) FYs/ CYs out of the preceding five (5) FYs/ CYs viz. from FY 2013-14 until FY 2017-18 / CY 2013 until CY 2017 (CY applicable for foreign Bidders only)
hassles as Turnover does necessary mean worthiness to implement the underlying Project
80. Clause 1.2.6.1.4 Bid Capacity We request KREDL to allow block wise
bids. The bidders should be allowed to
bid for any number of blocks instead of all
four blocks. This will allow you to reduce
execution risks and get more participation
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
81. Clause 1.2.6.2- Technical criteria As of now the bidder is required to have executed one plant of atleast 10 MW capacity. We request you to consider 2 MW or above. We have cumulatively executed 34 MW projects
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
82. Clause 1.2.6.2 Note b - Technical criteria It is stated that the plants executed by holding company/subsidiary will not be considered. Please note that we have installed, invested, and now operate several power plants. However, for project finance reasons the plants are held under SPVs. We request you to kindly consider the same for eligibility
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
83. Clause 1.2.6.3.1 Financial criteria Currently the bidder is required to have an
Average Annual Revenue of Rs 550 crore
(corrected). We request you to kindly
consider reduction to Rs 75 crore i.e.
sufficient to cover 1 block out of the, 4
proposed blocks.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
Sr. No.
Ref. No. Tender Specification Bidder’s Query KREDL’s Clarifications
84. Clause 1.1.6.2 Technical Eligibility Criteria
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
85. Clause 1.2.6.3.1 Financial Eligibility Criteria The average annual turnover of the Bidder,
should not be less than 275 crores INR
(Indian Rupees two hundred and seventy-
five crores only) or equivalent US$ per 50
MWAC during any three (3) FYs/ CYs out of
the preceding five (5) FYs/ CYs viz. from FY
2013-14 until FY 2017-18 / CY 2013 until
CY 2017 (CY applicable for foreign Bidders
only)
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
86. Cl 2.6. 1( Annexure II) pg 63 of 333
From the above ranking, the qualified Bidders shall be selected for further participation in the E-Reverse Auctioning for capacity up to first 100 MWAC .
Please Clarify how Reverse Acution will be upto 100 MW
An Addendum will be issued in this regard.
87. Clause 3.2.2.3 of section III and Clause 2.6.3.3 od section II
The time schedule for completion of Facilities for the Bidder will be six (6) Months from the date of execution of Contract. Further, the Bidder shall provide
There is contradiction in tender clause, pls confirm The time schedule for completion of Facilities for the Bidder will be six (6) Months from the date of execution of Contrac
An Addendum will be issued in this regard.
Sr. No.
Ref. No. Tender Specification Bidder’s Query KREDL’s Clarifications
comprehensive Operation and Maintenance (O&M) of solar PV plant for a period of 10 (ten) years from the date of Operational Acceptance of the Facilities. / 6 months from signing of LOA
88. Clause 3.2..3 of section III
Approvals and clearence We request KREDL to take the scope ROW in their scope.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
89. Section IV- forms Appendix 4 List of Approved Subcontractors
This appendix of Approved subcontractors are absent in the tender, pls provide the same.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
90. 3.5.9.2.1 and Clause 25.5 , 25.6 of Pre-commissioning & commissioning Facilities
Operational Acceptence There is contradicton in all there clause, pls confirm for operational acceptence whether PR will will be considered and for final acceptance (after 1 year) CUF will be considered
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
91. Clause 3.6.1.1.10 of Section III
latent defect- 10 years As per the industry practise , latent defect should be till 1 year, pls accept
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
92. Clause- 3.6.1.1.2 of section III
Delay liquidated damages- "Delay up to ...
Kindly note that the delay "upto' will infer that the LD will be charged with the same full percentage even if there is delay if 1 day, we request KREDL to take this LD on per day basis or per week basis.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
Sr. No.
Ref. No. Tender Specification Bidder’s Query KREDL’s Clarifications
93. Clause 1.1 of Solar modules
Poly Crystalline We request KREDL to also allow monocrystalline module for this project as CUF requirement is very high
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
94. Clause 3.6 Guarantees and Liabilities
CUF 24% CUF of minimum 24% for 10 years may not be possible as there are degradation factor of modules, further, solar raditaion is also not under the control of the bidders, we request KREDL to follow industry prudent factor and allow degradation of minimum 0.7%.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
95. Clause 3.6 Guarantees and Liabilities
CUF Formula GHI is not under control of contractor , we request KREDL to provide GHI Correction factor with respect to Reference GHI and Actual GHI, or provide GHI Reference value. The Correction Factor should be as : CF = (measured radiation / reference radiation)* (1-module degradation factor * number of years of operation after final acceptance of the plant).
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
96. Clause 3.6 Guarantees and Liabilities
Reference GHI for CUF calculation
We request KREDL to provide reference GHI for calculation of CUF, this will enable all the bidders to be at par for calculation of CUF
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
97. Clause 25.9 Grid outage Grid outage is not in the control of bidders, we request bidders to exclude grid outage period for guarantees and liabilities
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
98. Clasue 1..2.2.5 LCR /MCR There is the contradction in the tender documents, pls confirm if controll room will be RCC or pre-engineered
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP,
Sr. No.
Ref. No. Tender Specification Bidder’s Query KREDL’s Clarifications
Addendum and Corrigendum as published from time to time.
99. Clause 13.1 Under ground RCC water tank There seems to be type error,as an indutry practice approx 30 Thousand ltrs for 10 MW and 45 Thousand ltrs are required for 15 MW
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
100. Section IV- forms Terms of payment For supply- - 50% on receipt - pls confirm this payment is on prorata basis30%- on achievement of installation Service and testing- we request KREDKL to make this payment on prorata basis on installationlast 10% on one year after the date of Operational Acceptence- we request KREDL to realease this payment after 1 year or on submission of Bank Guarantee for the same amount valid for 1 year.For Installation--60 MW on installation an testing- we request KREDL to realse the payment on prorata basis in instalaltion-last 10% on one year after the date of Operational Acceptence- we request KREDL to realease this payment after 1 year or on submission of Bank Guarantee for the same amount valid for 1 year. * pls note that the present payment terms is leading to very huge negative cashflow, we request KREDL to ammned the payment terms as it be very difficult for the bidders to participate in your tender.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
101. 5.16.1, Volume-II chapter-I
OUTDOOR INVERTER ip 65 Request to accept Power Circuit will be IP54 and electronics circuit will be IP65
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
102. The Inverter must have the feature to work in tandem with other similar Inverter's and be able to be successively switched
Individual PCU is connected with selected MW block and operate with MPPT logarithm for tha block and accordingly load variation is controlled on the inverter .As individual DC block and
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP,
Sr. No.
Ref. No. Tender Specification Bidder’s Query KREDL’s Clarifications
"ON" and "OFF" automatically based on solar radiation variations during the day.
inverter are not interlinked for load control therfore this is not require request NHPC to accept the same.
Addendum and Corrigendum as published from time to time.
103. 2.15.15- Volume-II chapter-I
Each Array Junction Box will have Suitable Reverse Blocking Diodes of maximum DC blocking voltage of 1000 V / 1500 V with suitable arrangement for its connecting
As SCB is IP65 protection so Blocking diode using is not recommend by the manufacturer, So request to accept the SMU w/o Blocking diode.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
104. 5.5.3-Volume-II chapter-I
Street Light Pls provide the Lux level for internal road No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
105. The height of the area lighting poles & Periphery Lighting poles shall be at least 3.0 Mtr from ground.
For internal Road pls consider 2 mtr to avoid the shadow
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
106. 5.8.1- Volume-II chapter-I
An ACDB panel in the control room shall be provided in between PCU and 0.415 / 33 kV transformer.
ACB is the Integral Part oF PCU son separate Lt panel is not require
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
107. 5.11.1- Volume-II chapter-I
reverse power relays, differential protection relays (in Transformer)
As in night time Auxiliary power will be taken form grid so Reverse power relay will be not applicable and differential protection will be provide as per CBIP manual based on transformer rating
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
108. 5.13.1- Volume-II chapter-I
cables shall be run through DWC / UPVC Pipes between 39 SMU to Inverter)
Solar Cable will run through Pipe in Road Crossing and DC cable is armoured it will lay direct buried.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP,
Sr. No.
Ref. No. Tender Specification Bidder’s Query KREDL’s Clarifications
Addendum and Corrigendum as published from time to time.
109. 1- Volume-II chapter-2
Inverter transformer shall of 3 / 4 winding type only
Request to accept 5 winding No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
110. 1.1-Volume-II chapter-2
Two (2) no. 3 phase, 10 MVA, Oil Filled, 33 kV / 0.36-0.36-0.36-0.36 kV, 50 Hz, Ynd11, one each for 10 MW (AC) solar power plant and four (4) no. 3 phase, 8 MVA, Oil Filled,33 kV / 0.36-0.36-0.36 kV, 50 Hz, Ynd11 Inverter Transformers, two each for the 15 MW (AC) solar power plants, shall be supplied
Request to accept -Transformer rating will be as per Inverter rating
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
111. 5.4.7- Volume-II chapter-I
SCADA shall provide 5 minute daily, monthly and annual average of following parameters "Exported Energy to grid at 33 kV & at respective 220 / 33 kV KSPDCL Sub Stations"
SCADA Sytem shall be able to interate with Plant end ABT meter only
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
112. 3.12- Volume-II chapter-I
In case of Tracker, Solar Tables / Arrays shall be provided with Single Axis tracker with (0° tilt for the Modules). The tracking shall be ±45° East West tracking operated either electrical / hydraulic system. The Tracker systems shall be self-powered with Wireless communication between all controllers and Tracker SCADA system to avoid additional cabling and reduced costs.
Since the Plant SCADA shall be provided, separate SCADA System for Tracker shall is not required. We can integrate the Tracker with Plant SCADA System
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
Sr. No.
Ref. No. Tender Specification Bidder’s Query KREDL’s Clarifications
113. 5.2.2-Volume-II chapter-I
String monitoring box should with DC Breaker, Surge protection fuse Protection and reverse blocking diode with measurements of V-A-kW-kWh , the temperature of the PVcell, the air temperature, the power of solar irradiation and the speed of the wind.
Request to monittoring all this parameter in scada not in SCB and monitoring the module temparature instead of cell temp.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
114. 5.1.1- Volume-II chapter-I
The string junction boxes will have suitable cable entry points fitted with cable glands of appropriate sizes for both incoming and outgoing cables
Request to allow for using Dual string input through Y connecter and This input will be MC4 type conecter instead of Gland.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
115. 4.4-Volume-II chapter-I
CCTV shall have separate monitoring system with 60 days recording and shall have be able to monitor from remote location through internet
Monitoring system of all plant will be separate or it will be centralized?
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
116. 1.2.2.1- Section I: Notice Inviting Tender (NIT)
single circuit 33 kV underground cables including provision of any cable tray support structures along the road side from the solar plant to the 220/ 33 kV KSPDCL pooling substation
Power Evacuation will be through Buried or Over the ground cable tray.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
117. 2.6-Volume-II chapter-I
The final meter reading & energy generation guarantees (CUF & PR) provided by the Bidder will be considered energy pumped at 400 / 220 kV PGCL substation (Energy reading at respective KSPDCL 220 / 33 kV s/s. minus transmission losses declared by SRLDC / KSPDCL between 400 / 220 kV s/s. & respective 220/33 kV KSPDCL s/s
Request to Declare the Transmission losses as well as Trafo losses also.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
Sr. No.
Ref. No. Tender Specification Bidder’s Query KREDL’s Clarifications
118. - The Bidder shall provide Two (2) nos. of meters (Main meter & Check meter) at 33 kV plant switch yard and Two (2) nos. of meters (Main meter & Check meter) at respective 220 / 33 kV KSPDCL switch yards for each project location
We can assume that Respective CT & PT will be in KREDL scope
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
119. - Area in acres of the plot Pls provide the usable are in acres for the resoective plots
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
120. - Bay extension As discussed during the pre-bid meeting pls confirm if bay extension is not under the scope of the bidder.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
121. - Removal/dismantling/shifting of existing transmission towers in the plots.
As discussed during the pre-bid meeting pls confirm if KREDL will 'Remove/dismantle/shift existing transmission towers in the plots.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
122. - Transmission line route As discussed during the pre-bid meeting pls provide 'Transmission line route of each plots
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
123. - Approval for tree cutting We infer that the land is under the ownership of KREDL, hence, approval for cutting of trees should be given by KREDL.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
Sr. No.
Ref. No. Tender Specification Bidder’s Query KREDL’s Clarifications
124. - cutting of trees We infer that the land is under the ownership of KREDL hence, land should be provided after Cutting and felling of tress to the contractor for smooth execution of the project.
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
125. - Contour drawings Pls share tree contour details of the land in autocad
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
126. - Fencing Pls confirm if common fencing will be done by bidders of the pots are shared with other developers
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
127. - Extension in bid submission We request KREDL to provide extension of one week for bid submission
No change in the terms and conditions. Bidder to comply with the relevant provisions of the NIT, RFP, Addendum and Corrigendum as published from time to time.
Top Related