the of the confirm the of the 33 dmana bhapuram. please specify whether evacuation line required is...
TRANSCRIPT
Replies to Pre-Bid Queries3 MWp grid connected Floating Type Solar PV Power Project on Meghadrigedda Reservoir in VISAKHAPATNAM District
Bidding Document No. VCICDP/UCCRTF/01-NCB
s.NoName of
documentSpecification Reference
and page noSubject Query/comme nt GVMC Response
1Tend er
Documents
Module Mounting;tructuresSection 6 Pg No. 9
The support structure, design and foundationshall normally be designed to withstand wind
speed upto 250 kmph.
As per lS-875-part 3 the site loaction is in the wind
zone of 180kmph and hence requested to change il
accordingly.
No Change, As per Bidding
document.
2Tend erDocuments
Depth of reservoir to be informed. Refer documents uploaded in
GVMC website.
3Tender
DocumentsSection 6 Page No. 20
Evacuation line and termination at transmissionnetwork of APEPDCL Sub Stations are in the;cope of Contractor.
Any ROW issues arising shall be in the scope of M/s.
GVMC. Please confirm.Scope is in the purview of trre
Bidder. GVMC will only facilitate
Please confirm the length of the evacuation line
required and evacuation sub-station.
Length of Evacuation line is
around 2Km from substation.
Substation at Narava/
Pa dmana bhapuram.
Please specify whether evacuation line required is 33
kV ACSR overhead transmission line or under ground
ca ble.
over head transmission line
Please confirm the scope of the 33 kV bay
requirements and termination at APEPDCL Sub station
Also provide us indicative SLD with fault kA rating to be
:onsidered for the system.
Scope is in the purview of the
Bidder.
1Tender
DocumentsSection 6 Page No. 19
The tenderer must take approvaI/NOC from theConcerned DISCOM for the connectivity,technical feasibility, and synchronization of SPV
plant with distribltio. network and submit thesame to GVMC before commissioning of SPV
pla nt.
Please confirm that initial pro.iect approval for grid
:onnectivity at the identified APEPDCL sub-station is
:lready available
Scope is in the purview of theBidder.
s.No Name ofdocument
Specification Referenceand page no Su bject Query/comment GVMC Response
5Tender
DocumentsSPV ModulesSection 6 Pg No. 6
lvvuu,r-6rd>5 rrooure snail oe used, whichreplaces the traditional polymer back sheet withheat strengthened glass. This typology of solarmodule has no metal frame and is potentiallnduced Degradation (ptD) free because itrequires no module level grounding, whicheliminates the cause of plD.
rt shal atso have tough multi_ layered polymer]back sheet/ heat strengthened glass forl:nvironmental protection against moisture andl:rovide high voltage electrical insulation. I
Bidder can supply pV modules *iti, lotym"i-6actsheet, which are ptD free complying to IEC 62g04.Please confirm.
No Change, As per Biddingdocument.
6
7
Tender
Documents Section 6 pg Nc .15
,,E Ldures useo rn mooule/ array wiring shall beTUV 2Pfg 1169/08.2007 or VDE EpV 01:2008_02or U14703 certified.
Presently TUV 2pfg LI69/O1.ZOO7 tm fe-riffieawith EN 50618. Cables complying to VDE EpV 01:200g_02 or U14703 are not widely available with most of thelndian manufacturers. Hence please accept the cablecomolying to EN 50619 for array wiring upto thei nverter.
The cables used in module/array wiring shall beTUV 2Pfg 7769/08.2007 orytEEPV 01:2008-02, UL47O3, EN
50618 certified or Equivalent.
Tend erDocuments Section 6 pg No .15
Only Copper conOu.toi[ to Ou *"0. Laotes rrom the string to the inverter shall have copperconductor. From inverter to the ACDB and finalevacuation Aluminium cable complying to lS 709g shallbe used for optimizing the system design. pleaseaccept.
No Change, As per Biddingdocument.
8Tender
Docu mentsSection 6 Pg No .17
, ,rE rdiler Sndil oe ltteo wlth suitable rating &size copper bus, HRC fuses/circuitb.eaker/isolator indicators for..,.,.....
Please accept aluminium um u* orilitJiJ-ti-i!-I*size in order to optimize the system.
No Change, As per Biddingdocu ment.
9Tender
Documents Section 6 Pg No .17
shallhave hard PVC conduit of approved make.
I.t is not practicable to route .odrle interionnilil
in conduits in multi-MW projects. The cable being usedfor module inter-connection is meant for outdoorapplication and UV resistant and shall be properlyrouted by harnessing to supports available. pleasedelete the requirement of conduits.
PVC Conduit not required formodule inter-connection
S.NOName of
documentSpecification Reference
and page noSu b,iect Query/comment GVMC Response
10Tender
Docu mentsSection 6 Pg No.19
Reverse power relay shall be provided by
tenderer (if necessary), as per the local DISCOM
requirement.
The proposed PV plant is a grid interactive solar plant
exporting power to grid in the day time and importingin the night time for plant auxiliary requirements viz.,
lighting etc.,. Reverse power relay is not envisaged at
the solar plant. Please clarify.
No Change, As per Bidding
Cocument.
11Tender
DocumentsSection 6 Pg No .22
The bidder shall guarantee an output per annumof 42,00,000 (forty two lakh) units in the firstyear onsidering Annual Average GHI of 5.52kWh/m'?lday,
During the generation validation from the PV power
plant after 1st year, effect of solar radiation anc
temperature as measured at the site shall be
considered.
Yes, change in radiation will be
considered, Performanace Ratio
should not be less than 80%.
Metering point for demonstrating the guaranteed
generation shall be at solar PV plant end. Please
confirrn.
Yes, Metering at Solar PV plant
end.
Please specify whether there is any incentive for extrageneration quoted by the bidder.
No incentives will be provided.
t2TenderDocuments
3eneral
Please specify the maximum and minimum waterevels in the reservoir.
Refer documents uploaded in
3VMC website.
13Tender
DocumentsGeneral
Please provide the ACAD drawing of the proposed site
with topography report, if available
lefer documents uploaded in
3VMC website.
74Tender
Docu mentsSection 6 Pg No.23
The table below provides reference standardsfor solar photovoltaic modules
EC 61215 & IEC 61730 - 1&2 are the applicable
rtandards for PV modules and certificates will be
orovided.
EC 50904-1 is the methodology of measurement of PV
"nodules for issuing other certifications.S: 12834, IEC 60904, lS 9000 & IEC 60068 certificates
are not applicable for PV modules.Kindly revise the table accordingly.
\o Change, As per Bidding
locument.
a,
cation Requirement
3 Page No. 8
Participation in at least one contract that hasuccessfully or substantially
within the last 5 years and that is similar toproposed contract, where the value ofBidder's participation exceeds INR 116 million.The similarity of the Bidder,s participation shall
based on the physical size, nature of works,omplexity, methods, technology or otherharacteristics as described in Section
Executed solar power projects in lndia for anaggregate capacity of at least 5 MWp at a single
xecuted one grid connected solar project withcapacity of at least 2 MWp, running successfullywithout any majorproblem for a minimum period of one year
the date of submission of the Bid.
We understand that technical qualifyingcould be met if the bidder has experience ofmounted solar power plants. please Clarify.
Requirementstion 6 Page No. 4
Total capacity of Solar pV power plant to betalled is 3000 kwp. The totat 3o0o kWp shall
distributed on the available waterreservoir(s). The final locations will be
the pre-bid meeting.
lease specify the location on the reservoir where solarplant is to be installed.
Per Design, subject to other
standards and technicalrequirements detailed in theBidding document.
f the project is not completed as per theGuaranteed completion time Liquidated damage(LD) shall be levied @ 05% of the value ofundelivered materials and unperformed serviceswithin prescribed time limit for every week
or part thereof subject to maximum10% of the total contract price of that particular
with associated bay Works (i.e. the totaltual value of work executed as per Final Bill) of
that particular line with associated bay Works inthe respective sub stations.
lf the project is not completed as per the Guaranteedompletion time Liquidated damage (LD) shall be
levied @ 0.5% of the value of undelivered materialsand unperformed services within prescribed time limitfor every week of delay or part thereof subject tomaximum of 5o/o of the total contract price of thatparticular line with associated bay Works (i.e. the total
value of work executed as per Final Bill) ofular line with associated bay Works in
No Change, As per Bidding
S.NOName of
documentSpecif ication Reference
and page noSu bject Query/comment GvMC Response
18Tender
Documents
Water and Power Requirement Please specify from where the bidder has to arrange
water and power required for construction
;cope is in the purview oftheBidder.
19Tender
Documents
Bid Evaluation Criteria Please specify the detailed bid evaluation criteria to be
lsed for award of contract to lowest bidder.
No Change, As per Bidding
Cocument.
Further, please specify how generation quoted bt
bidder, would be considered for bid evaluation.
No Change, As per Bidding
document.
20Tender
Documents
Price Bid Forms and Formats We request GVMC to please provide Price Bid forms
,nd formats, necessary for bid submission
uploaded in GVMC website.
27Tend erDocuments
SPV Modules
Section 6 Pg No. 6
Photo-electric conversion efficiency of SPV
module shall not be less than 15.5%.
We request you to amend the clause as follows:Photo-electric conversion efficiency of SPV module
shall not be less than 75%. As per solar industriapractice.
No Change, As per Bidding
document.
22Tender
Docu m ents
Switchgea r Please provide the details of the switchgear required irthe solar power plant.
As Per Design, subject to othertechnical specifications,
standards and technicalrequirements detailed in the
Bidding document.
23Iender)ocuments
Vendor List Please provide the list ofvendors approved by GVMC As Per Design, subject to othertechnical specifications,
standards and technical
requirements detailed in theBidding document.
24Tender
DocumentsSection 7 Pg No. 12
The Contractor shall permit ADB to inspect th€
Contractor's accounts and records relating tcthe performance of the Contractor and to have
them audited by auditors appointed by ADB, i1
so required by ADB.
BHEL being a PSU faces government audits at regular
intervals. Hence, we request GVMC for waiver of this
cla u se.
No Change, As per Bidding
document.
25Tender
DocumentsSection 4 Pg No. 17
Manufacturer's Authorization BHEL being a PSU would only be able to provide such
information during detailed engineering. Therefore, we
request for the waiver of this form.
No Change, As per Bidding
Cocument.
s.NOName of
documentSpecification Reference
and page no Subject Query/comment GVMC Response
26TenderDocuments Section 4 Pg No. 4
I qurE> ur AuJu5tmenl uaTableA-LocalCurrency
Please clarify whether this form is applicable-iffiadjustment is not allowed.
No Change, As per Biddingdocument.
27Tender
DocumentsPlease clarify how the O&M payments will be made tcthe successful bidder.
No Change, As per Biddingdocument.
28Tender
Documents
Please clarify how the operational ,.."pti*. of tiEplant will be given to the bidderand how the paymentfor the same will be released to successful bidder.
No Change, As per Biddingdocument.
29Tender
Documents
We request GVMC to consider Line of Credit aspayment mode for all the payments made to thecontractor.
Accepted.
30Tender
DocumentsPlease provide the contact details of tf,"JErsor,r,eGsite, so that the site visit could be arranged by bidder.
Please refer bidding document.
31Tender
Documents
supp r i es We request GVMC to give preference/ inceniive tobidders who supply domestic components for theproject.
\o incentives will be provioed.
32Tender
Documents
Pressently there are no clear directions on tl,eapplicability and magnitude of Anti Dumping Duty/Safeguard Duty.
Theerefore, we request that above duties, if applicable,shall be borne by GVMC.
All Taxes and Duties/AntiDumping Duty/ Safeguard Dutypaid by the bidder shall bereimbursed as per the prevailingtaxation laws. The bidder mustindicate and include such duitesin his quoted price.
Cperationa I Acceptance
uuIrPIlB uuLy
S.NOName of
documentSpecification Reference
and page noSubiect Query/comment GVMC Response
33Tender
DocumentsSection 7 Clause 1.4
Section 8 Clause 15
Except as otherwise specifically provided in theContract, the Contractor shall bear and pay alltaxes, duties, levies, and charges assessed onthe Contractor, its Subcontractors, or theiremployees by all municipal, state, or hationalgovernment authorities in connection with theFacilities in and outside of the country wherethe Site is located.ln case of lnstallation services, the contractorshall bear all taxes, levies etc. incurred untilcompletion of work and no separate claim/exemption on this behalf will be entertained bythe Employer.Any variation up or down in statutory levy ornew levies introduced after Tender calling (Part-1 bid) Date will be to the account of GVMC.These will be regularized at the time ofplacement of award.
We request GVMC that all the taxes and duties durin8installation services shall be on account of GVMC.
All Taxes and Duties paid by the
bidder shall be reimbursed as
per the prevailing taxation laws.
The bidder must indicate andinclude such duites in his quotedprice.
We further request GVMC to reimburse the GST as per
prevailing rates, as applicable for supplies and services.
All Taxes and Duties paid by the
bidder shall be reimbursed as
per the prevailing taxation laws.
The bidder must indicate and
include such duites in his quoted
price.
Marine Electricals
L
4. EligibleBidde rs
10
secticn 1-4
A Bidder may be a natural person, private entity,or government- owned enterprise subject to ITB
4.5 - or any combination of them with a formalintent to enter into an agreement or under an
existi:rg agreement in the form of a JointVenture. ln the case of a Joint Venture
)lease allow consortium for technical eligibility. No Change, As per Bidding
document.
s.NoName of
documentSpecification Reference
and page noSubject Query/comment GVMC Response
2
tTB 21.1
Bid Security39
section 2-3
The Bidder shall furnish a bid security inamount of: INR 1.45 million
E.M.D. to be paid by way of unconditional andirrevocable, Bank Guarantee issued by anyNationalized Bank
/Scheduled Commercial Bank in the standardformat as shown in the Tender Schedule orCrossed Demand Draft for Rs.14,50,000/- as
specified in the Document drawn in favour ofTHE COMMISSIONER GREATER
VISAKHAPATNAM MUNICIPAL CORPORATIONVISAKHAPATNAM, along with bids.
As per Gazette Notification dated'23.03.2012 for public
Procurement Policy notified by the Government oflndia, Ministry of Micro Small & Medium Enterprises,MSEs are
exempted in paying the tender fees and EMDs. Kindlygive us exemption from EMD
i.e Bid Security.
MSME registration certificate tobe provided along withexemption letter from MSME.
,AverageTurnover/Criteria/Requirement
48
section 3-6
Minimum average annual turnover of INR 218million calculated as total certified paymentsreceived for contracts in progress or completed,within the last 5 years.
The Consortium we made only technical eligibility.Financial eligibility- the lead member or any one of thepartner can allows to fulfill the condition. please clarify.We request you to remove the condition lhat 25%compulsory for allthe partners.
As per Bidding document.
4
Bidder's
Experience
Contracts ofSimilar Size
and Nature
50
section 3-8
Participation in at least one contract that hasbeen successfully or substantially completedwithin the last 5 years and that is similar to theproposed contract,where the value of the Bidder's participationexceeds INR 116 million. The similarity of the3idder's participation shall be based on thephysical size, nature of works, complexity,methods, technology or other characteristics as
described in Section 6 (Employer'sRequirements).
The eligibility of the project size is interm with theproject value irrespective of the project technology,please clarify.
s.NoName o{
documentSpecification Reference
and page noSubject Query/comment GVMC Response
5 General
)peration & Maintenance for 5 years The operation and Maintenance is starts from date or
commissioning of the project, please clarify.
Yes
6 Genera I
lnsurance after commissioning Upto commissioning of the project the insurance is
bidder scope. After commissioning the insurance shall
be borne by client as per IRDA rule, please
cla rify.
No Change, As per Bidding
document.
7 1 06 Section6-22
The bidder shall guarantee an output per annumof 42,00,000 (forty two lakh) units in the firstyear (Considering AnnualAverage cHI of 5.52 kWh/m'z/day, with a
depreciation of 0.75% (zero point seven fivepercent) per annum, fai ng which the biddershall pay for the differe:ce in units between theguaranteed output anc the actual output, at therate of twice the unit price prevailing at thatpoint in time.
Need to maintain the generation only, not PR, plea
clarify.Accept but Performanace Ratic
should not be less than 80%.
8 Gelera
The Project size is 3MWp 3MWp i.e DC side and
clarify inverter can be loaded as per the standard, sc
the AC side we can choose in order to meet th€requirement 3MWp and as well the 42,00,000 kwgeneration on first year, please.
No Change, As oer Bidding
document.
Ge- e:a SPV -cc-.e
Double-glass module shal be useC.. The double glass module is preferable or compulsory.Please rote that very minimal players a.e 'raking such
a oes g''r ciease ciarify.
No Change, As oer Bidding
document.
s.NoName of
documentSpecification Reference
and page noSu bject Query/comment GVMC Response
10 Gene ra I
Anti Dumplng Ihe Anti-dumping is client scope on any product
:omponent upto execution of project.All Taxes and Duties paid by thebidder shall be reimbursed as
per the prevailing taxation laws.
The bidder must indicate and
include such duites in his quotedprice.
11 GeneralPower Evacuation Please give us the figure on which voltage anc
lransmission line distance form oroiect site.
33 KVA, 2KM from the MGR.
L2 General.
NAVARA 33/11 SS we
can consider for getting approval for power
evacuation. Any changes in the substation the delay
has be accepted with respect to transmission line
distance. Minimum 5 weeks time extension is
proposed from ourside please clarify.
Accepted if the delay is not
attributable to the contractor.
3idder: Mahindra Susten Private Limited
1 8-3 13 SCC
Ithe currency shall be tre currency of Employer':
lCountry i.e.in lndian Rupees only. ll case, th€quoted more than one currency; then th€
security shall be in the
percentage of the currencie:by the bidder.
Please Clarify weather bid can be submitted in foreign
curreniies as well.No, Price Bid should be
submitted in lNR.'
2 8-3
A -^: c-stc..s ;-c ^'3c"t :-:\ s^a ae -ac€cy :^e coat'acio' -ra y.a^: cerec ar
'e ^r.,'se'nell f"cr: GVVC e c^g w.t^ th€.elmou"sement of cther tax c ai:ns of th€
scheme as detai ed ir the term cf cayment orsubmittllg documentary orocf of paymenl
evi ie n ce.
D eese cc^"r \,,,sat^e' :'roo"t c-t es ^c -ces ar:r.
c-mc'g c-'t es, safe g-a.c dut es; CVf a sc.
A'-axes a^c l.: rs r.'a'c oy t-eb ooer sna ae 'e ^"a-'sec as
per the p"eva -E'.ex3t o' aws.
Tne bioder m-st ^c cate anc
include such cL tes ^ his ouotedp rice.
S.NOName of
documentSpecification Reference
and page no Subject Query/comment GVMC Response
) 8-4
.... Any variation up or down in statutory levy ornew levies introduced after Tender calling (part-1 bid) Date will be to the accounr of GVMC.These will be regularized at the time ofplacement of award.
Please confirm if any new additional duties onimported equipments are introduced by thegovernment such as anti-dumping duty, safe guardduty, cvd etc., the employer shall compensate thecontractor for the same as well.
All Taxes and Duties paid by thebidder shall be reimbursed as
per the prevailing taxation laws.
The bidder must indicate and
include such duites in his quotedp rice.
4 8-77 26.2 SCC
lf the project is not completed as per theGuaranteed completion time Liquidated damage(LD) shall be levied @ O.Sy" of the value ofundelivered materials and un performed serviceswithin prescribed time limit for every week ofdelay or part thereof subject to maximum of10% of the total contract price of that particularline with associated bay Works (i.e. the totalactual value of work executed as per Final Bill) ofthat particular line with associated bay Works inthe respective sub station
We request you to limit the total LD to 5% of thecontract price as per the prevailing norms of the solarindustry like NTPC, NLC, NHpC etc.
No change, As per biddingdocument.
8-t7 26.3SCC
No bonus will be given for earlier Completion olthe Facilities or part thereof.
lncentive shall encourage the contractor to take extrameasures for completing the project ahead ofschedule.
No change, As per biddingdocument.
6 9-13Appendix 3 (B) Contract
Forms
Types of lnsurance to Be Taken Out by theE m ployer
Please list the type of insurance to be taken by
customer during execution & O&M. No change, As per biddinglocument.
7 6-4 Section 6
The installation of SpV modules in raw waterreservoirs must not negatively impact theecology of the reservoir.
It might have minimal effect on the ecology due tocovering the surface of reservoir. Not Applicable
14 SCC
s.NoName of
documentSpecification Reference
and page noSubiect Query/comment GVMC Response
8 6-4 Section 6
All PCU/inverters should be enclosed in
appropriate housing that are rated lP 65166.
Please confirm as lP65 is for outdoor inverters
whether indoor inverters are also allowed ?
As Per Design, subject to other
technical specifications,
standards and technical
requirements detailed in the
Bidding doucment.
9 6-4 Section 6
PV modules may be connected in series up tothe maximum allowed operating voltage of the
PV modules and the PV inverter whichever is
lower.
Generally PV modules in series shall be allowed tilloperating voltage of inverter , like for 1500V we
connect 3O/31 modules in series ,because module Voc
is approx 46V.
There is no such limitation of operation voltage of PV
modules as specified in the tender document. Please
review it.
As Per Design, subject to other
technical specifications,
standards and technical
requirements detailed in the
Bidding doucment.
10 6-4 Section 6
The DC output from the modules shall be fed toarray junction box and the strings are paralleled
at sub Main & Main junction boxes.
Please confirm string inverters are also allowed.
String shall be directly connected to Inverter in case
string inverters are used
As Per Design, subject to other
technical specifications,
standards and technical
requirements detailed in the
Bidding doucment.
11 6-5 Section 6
Array to inverter voltage drop shall be less than
3% at the maximum power output of the array
Please confirm whether average voltage drop of less
than 3 % is acceptable ?No Change, As per Bidding
document.
12 6-7 Section 6
All the SPV modules to be tested forperformance at vendor's works.
The performance of PV module (minimum 1% oftotal PV modules) at STc conditions must be
testec and approved by one of the IEC /NABL/M N RE/Bls accred ited/recognized
Testing/calibrating Laboratories/ Solar Energy
Centre.
This requirement will delay the project and will be very
costly. As per industrial practice test report are
acceptable to all PSU like NTPC, NLC
No Change, As per Bidding
document.
13 6-8 Section 6
Four (04) compatible RFID readers shall also be
provided by the successful bidder along with
supply of panels.
Two RFID readers shall be sufficient for the pro.ject and
as per standard 2 RFID readers are used for 100 MW
project. So we request you to consider the same.No Change, As per Bidding
document.
s.NoName of
documentSpecification Reference
and page noSu bject Query/comment GVMC Response
t4 6-9 Section 6
The walking platform should have a continuousuninterrupted surface with the minimum widthof at least 400 mm.
what type of walkway is required ?
6rating type or continuous ?
As Per Design, subject to othertechnical specifications,standards a nd technicalrequirements detailed in theBidding document.
15 6-10 Section 6
ln general bolts, nuts, shims and other hardwareshould be stainless steel SS304. Fasteners visibleoutside shall be of stainless steel SS304.
The same to be as per Floater supplier specificationand recommendation depending on floater material.
As Per Desrgn, subject to othertechnica I specifications,
standards and technicalrequirements detailed in theBidding document.
76 6-6 Section 6
The HT & LT cables should comply with th€following standards. LT side Zebra conductorand HT side Panther conductor is preferable.
What is the meaning of this clause ? Why panther anczebra conductors are described under cables .
As Per Design, subject to othertechnical specifications,standards and technicalrequirements detailed in
theBidding document.
!7 Section 6
HT cables - 33KV cables are required is o1
earthed grade typeNot needed , since we already design earthed system .
It will be having significant cost impact .
As Per Design, subject to othertechnical specifications,standards a nd technicalrequirements detailed in theBidding document.
18 Section 6
Tenderer shall be liable to guarantee a
minimum number of units of electricity that itshall supply annually.
Whether PR guarantee is acceptable ? Bid conditions shall prevail. The
Performanace Ratio should notbe less than 80%.
5.NOName of
documentSpecification Reference
and page noSubject Query/comment GVMC Response
19 Section 6
The bidder shall guarantee an output per annum
of 42,00,000 (forty two lakh) units in the firslyear (Considering Annual Average GHI of 5.52
kWh/m'?lday, with a depreciation of 0.75% (zerc
point seven five percent) per annum, failing
which the bidder shall pay for the difference irunits between the guaranteed output and th€
actual output, at the rate of twice the unit pric€
prevailing at that point in time.
Can the penalty be limited to price equivalent to tariflat that point if time , instead of double the rate as therthe customer shall be fairly compensated?
Presently there is no limit on penalty due to shortfall irguaranteed energy generation which s leading to irlimited liability. Please limit the overall penalty due tcshortfall to 5% of the contract price.
No Change, As per Bidding
document.
20 Section 6
300Okwp system ls there any specification for minimum AC capacity and
DClAc ratio ?No Change, As per Bidding
document.
2T Section 6
Whether there is any requirement of making a roomfor electrical panels or inverters , having all
equipment's outdoor is acceptable client or not ?
As Per Design, subject to otherlechnical specifications,
standards and technical.equirements detailed in theBidding document.
22 GeneralO&M period not clear Please confirm that o&M period shall be 5 years from
the date of commissioningr'es
23 General
contract formation Please provide details on contract structuring? Wil
there be separate contract for O&M?
Bid lncludes O&M, but the O&M:ost should be Quotedreperately.
1A Genera I
eva cu atl o n Please provide details on evacuation, inter-connectionpoint ad voltage. What is the length of transmission
iine to b laid to the inter-connection point? What shall
be the scope of contractor at inter-connection point?
-ength of Evacuation line is
eround 2Km from substation.
Substation at
Na rava/Padmanabhapuram.
25 Genera I sld PIease provide the SLD. t is in Bidders scope only.
s.NoName of
documentSpecification Reference
and page noSubject Query/comment GVMC Response
26 General
auto cad dwg Please provide Auto-CAD drawing Refer documents uploaded in
GVMC website.
27 General
vicinity map Please provide vicinity map Refer documents uploaded in
GVMC website.
28 Genera I
LD during O&M Are there any LD / Penalty provisions during O&M? No Change, As per Bidding
document.
29 General
Bathymetry Request you to provide us bathymetric data of th€rese rvoir
Refer documents uploaded in
GVMC website.
30 Genera I
Evacuation Substation Request you to provide the grid substation name forinterconnection, and substatlon details includingdistance from the site & voltage level and scope 01
termin ation.
Length of Evacuation line is
around 2Km from substation.Most Probably substation atNa rava/Padmanabhapuram.
31 General
Statutory approvals f in case ROW, Statutory approval, feasibility study etc.
3et delayed from authorities then timeline for3xecuting the project to be increased by the GVMCi/ithout any LD on the contractor.
Accepted if the delay is notattributable to the contractor.
32 Genera I
Approach Road Access road for material transportation to site to be inthe scope of Client
Scope is in the purview of theSidde r.
33 General
Metering As transmission line distance is not clear, we requestyou do conduct metering at plant end.
[ength of Evacuation line is
around 2Km from substation.Substation atNarava/Padmanabhapuram AndMetering at Plant End.
5.NOName of
documentSpecification Reference
and page noSubject Query/comment GVMC Response
5+ Gen eral
Control Room We request you to allow Container / prefab typecontrol room.
As Per Design, subject to othertechnical specifications,standards and technicalrequirements detailed in
theBidding document.
35 General
Right of Way Request GVMC to keep all land related responsibilitietsuch as ROW, Land acquisition, etc. in GVMC scope
only.
Scope is in the purview of theBidder. GVMC will only facilitate
ADANI INFRA (INDIA)
1
Anti-Dumping Duty,Counter-vailing duty on subsidised articles,Safeguard duty etc.
As per recent activities, Government of INIDA hasinitiated investigation on Anti Dumping and safeguardduties for various items. lt is likely that Module may getAntiDumping duty and price of the same will increasedrastically. AIso as per our understanding AntiDumping will not cover under change in Law becauseimport country has to be decided by bidder andemployer is risk free for the same. you can referNTPC's recent amendment as per below mentioned forthe same:
NTPC for its EPC bid, Open category module, invitedfor 750 MW Solar PV project coming up at pavatada
SOlar Park, Karnataka, Amendment dated 2s-July-2017: the Contractor is advised to source the plant
and Equipment including Mandatory Spares/]Recommended Spares from territories which do notattract additional duties under Customs like Anti-ldumping duty (Section 9A to Custom fariff Act),|Counter-vailing duty on subsidised articles (Section Slto Custom Tariff Act), Safeguard duty (Section 8A, 88,l8C to Custom Tariff Act) etc. ln case anv such I
All Taxes and Duties paid by thebidder shall be reimbursed as
per the prevailing taxation laws.
The bidder must indicate andinclude such duites in his quotedprice.
2CONSORTIUM of bidders lequest GVMC to confirm, is consortium is allowed? Yes, allowed
lf consortiumir.lto*ffiFinancial Qualification requirement shall be fulfilled
of technical q ual if ication capacity.
Section 3 -
Evaluation and
QualificationCriteria
Bidder's Experience
Participation in at least one contract thatbeen successfully or substantially completed
the last 5 years and that is similar tocontract, where the value of
participation exceeds INR 116similarity of the Bidder,s participation
be based on the physical size, nature of works,, methods, technology or other
'acteristics as described in Section 6
GVMC to provide definition of similar wor[. Change, As per Bidding
:ument.
Request GVMC to provide method to procl.,relf we download document online then
DD in favour of Commissioner
Tech Req: Anchoring andMooring system
variability: The mooring systemany fluctuations in water
the orientation of the plant needs to
specify the following for
Bed level,
Min. Water Level,
Max. Water level
documents uploaded in
General requirements
.... The total 3000 kWp snatt Ue aistriUutef'the available water reservoi(s). Ihelocations will be decided during the pre
Please confirm that the floating solar h* t" b.provided in one(1) reservoir (Meghadrigedda) only.re considering complete 3000 kwp at one(1) loca
. Please confirm. Further, please indicate locathe proposed Floating Solar plant on the map
As Per Design, subject to othertechnical specifications,standards and technicalrequirements detailed in
In order to increase the longevity- oi The Tech. Spec. harffirequired. Please specify the same.
Section - 6Module Mounting
Structure
support structure, design andnormally be designed to withstand
the Solar industry, terminology of modulestructure is used for ground mounted andmounted structure. The appropriate terminology
project may be Module Supporting Floats.
no foundation is envisaged for Floatssupporting the modules. The modules will be providedover the floats. Please confirm.
design of any structural system caters for a basicspeed as per tS 87S part-3. There is
used as normal wind speed. please clarify,basic wind speed for Vishakhapatnam as per
part-3 is 50m/s (180kmph). Further, in theender from Greater Visakhapatnam Smart
Corporation Ltd. (about 4 months back only)Floating Solar, the wind speed of 200km/hr. was
fied. Reason for increasing the same by 25% maybe clarified. Further, it may be pertinent to note
that a world leader in floats may also not be ableprovide floats for such high wind speeds.suggest a vendor list who will be able to
Change, As per Bidding
output of PCU shall be terminated at Please provide the following details :
1) SLD of client ACDB
) distance between reservoir and clientrequired for cable route length estimation.)
of Evacuation line is2Km from substation.
Na rava/Padmanabhapuram.
Pg.93 / 2aB
The support structure, Cesign and foundationshall normally be designed to withstand windspeed
upto 250 kmph.
We propose 190 km/h
s.NoName of
documentSpecification Reference
and page no Subject Query/comment GVMC Response
2 Pe.93 / 2a8
.E dr r dy srrucrure snalt be made of Aluminumalloy (annealed)/ stainless steel SS 31G ofsuitable size
The floats are manufactured in HDpE (highne"sity pd\ethylene) or PP (polypropytene
As Per Design, subject to othertechnical specifications,standards and technicalrequirements detailed in theBidding document.
3 Pc.93 / za\
,, , 6cil<r dr uu[5, 0uts/ snlms and Othef hafdwaf€should be stainless steel SS304. Fasteners visibleoutside shall be of stainless steel SS3O4
Only module mounting clips are of alumirturn &fastners are of SS 304
As Per Design, subject to otherlechnical specifications,;tandards and technical'equirements detailed in the3idding document.
4vvcrEr r{udury report shaI be shared bycustomer if any
Required to decide on corrosion class Refer documents uploaded inGVMC website.
5Requesting for SLD,Drawings & Feasibility report t is in Bidders scope only.
6 Pc.45 / 248 \rn, What is the PR we need to consider?lefer section-6 Scope 1.10
7
Nearest subststion Grid inter connection voltage to bespecified & Transmission line length to beconfirmed.
length of Evacuation line is
around 2Km from substation.su bstatio n at Na rava(33KVA)/Padmanabhapuram.
S.NOName of
documentSpecification Reference
and page noSu bject Query/comment GVMC Response
6Functional Guarantees of the Facilities Requesting you to consider PR guarantee No change, As per Bidding
document
9 Pc.90 /248
lndividual solar PV modules must be Potentia
lnduced Degradation (PlD) free.
PID free: Not standard requirement, since Negativ€
grounding at inverter provided. Hence PID fre€
modules not required.
No change, As per Bidding
document
10 Pc.88 /2a8
Solar panels and array ,iunction boxes shall be
installed on shade free areas
Junctions boxes are kept under shade As Per Design, subject to othertechnical specifications,
standards and technical
requirernents detailed in the
Bidding document.
11 Pc.90 /2a8
)ouble-glass module shall be used We propose to use laminated module with polymer
back (instead of doubel glass encapsulated rnodule).
No change, As per Bidding
document
72 Pg.90 l2LBSPV modules of similar output with + 5 Wp
lol era nce
We have not considered possitive tolerance formodules offered
No change, As per Bidding
document
13 )8.95 l2a8
SPDs Class ll as per IEC 61643-7, shall be used at
lhe terminals of array junction boxes forexternal surge protection. lnternal Surge
protection (SPDs)
We have provided Class | + ll (SPD) @ output terminals
of array junction box fo: both external lightning and
internal surge voltage protection
As Per Design, subject to othertech nical specifications,
standards and technical
requirements detailed in theBidding document.
1t Pe.96 1218
Soil resistivity measurement at the site need tc
be undertaken prior to deciding on earthinC
solutions required.
We would like to have resistivity values frorn customer
end, after award of contract we shall conduct once
agin to verify the same.
Scope is in the purview of theBidder.
15 PC.102 /2a8
:xtruded PVC (Type ST-2) FRLS inner sheath,
Aluminium/galvanized steel round wire
armoured extruded PVC (Type ST-
2) FRLS outer sheathed, single / multi Core
conforming to lS 7098 (Part ll) IEC-50502 for
constructional details and tests.
All HT cable considered shall be with PVC inner and
outer sheath with FR properties
No change, As per Bidding
document.
s.NoName of
documentSpecification Reference
and page noSubject Query/comment GVMC Response
16 PC. 1.o2 /248
nner sheath and outer sheath made on FRLS
rVC compound.All LT AC & DC cable(from String combiner box tcinverter) considered shall be with PVC inner and outersheath with FR properties
No change, As per BiddinC
Cocument.
7l PC.102 /248l-he cable used for DC system shall be of Two:ore, 16 Sq.mm or Higher Size Multi-StrandedSopper conductor tvpe
We propose to use aluminum conductor DC cable o1
suitable size.
No change, As per Bidding
Cocument.
18 PC.94 /248
The enclosure shall have a transparent front lid
for enabling easy visibility.The enciosures shall have lP 65/66 protection
We proposed to use central inverter hence the lF
rating provided is of lP-54
No change, As per Bidding
Cocument.
19 PC.90 /248String monitoring unit (SMU; to be provided in
case of central inverters)No monitoring system considered @ String combinerbox level. Zonal monitoring considered at invreter level
No change, As per Bidding
locu ment.
20 ?9.79 /248
Bid Prices and Discounts Any price variations are admissible post submission 01
quote or during execution of workNo change, As per Bidding
Cocument.
21 ?9. 1.sB /248
Test and lnspection GVMC should borne ali the trave (boarding, Ioadingiexpense within lndia and Abroad towards inspectior clmaterrsl to their account
Al! inspection charges shall be
included in the quoted price.
Pg. 777 /248
Change in laws and Regulations Requested to consider Anti-dumping duties (if any) on
moudles or any other equipments under change oflaw.
qil Taxes and Duties paid by thecidder shall be reimbursed as
rer the prevailing taxation laws.
l-he bidder must indicate and
nclude such duites in his quoted
r rice.
23 )g.7o7l2ti8
axes & Drties PIease clarify which GST slab we need to consider fo:tax ca culation purpose. tsit1,5% ot !8%
Al Taxes and Duties paid by thebicder sra . ce .eimbursed as
per t"e p.evailing taxation
aws.=he bidder must indicate
ard inciuoe suci'duites in his
quoted price.
S.NOName of
documentSpecification Reference
and page nosubject Query/com ment GVMC Response
z4 Pg.227/248
:ompletion Time Guarantee @ 0.5% of the/alue of undeliverd mateirals and unperformediervices with prescrlbed time limit for every
week of delay or part there of subject tonaximum of 10% of the total contract Price.
Requesting to consider 0.25% to maximum oI S% o1
lhe toatal contract priceNo change, As per Bidding
Cocument.
25 Pc23O/248ferms of payment Schedule 1to 4 upon delivery
to the s,te within 45 days after receipt of invoice
Request to consider upon delivery to the site within 15
Cays after receipt of invoice
No change, As per Bidding
Cocument.
26 General
:urchase of Bid Document What is the last date for purchase of bid doucment? DD drawn favour ofCommissioner ,GVMCVisakhaptnam, Last date of Bid
;ubmission is 10.01.2018.
27 Tender Doc-2Deadline for Submission of Bids 10 Januarl
2018, 15.00 hrs
Requesting for extension of bid submission date by 15
days
Addendum lssued. Uploaded in
GVMC website.
28 GeneralPrice Vaiation Any price variations are admissible. No change, As per Bidding
document
29 GeneralLD5 GVMC has to clarify maximum cap on LD's for both PR
short fall and Performance of the plantNo change, As per Bidding
document
30 General
Eva !at o^ Requesting GVMC to ccnslder Basic price of the tender
to evaluate the Winner. And GVMC has to specify the
GST rate whlch shall be common for all bidders.
All Taxes and Duties paid by thebidder shall be reimbursed as
per the prevailing taxation laws.
The bidder must indicate and
include such duites in his quotedprice.
31 Genera.\-) lecresting GVVC '!o -,-: cver c ear s te & acc'ova
access to stie fo'ccasi"",c: c: wcrl<
Sccce s l^ t;e cL"v eu/ oft^eBiclde r..
32 Genera
lecuesting tc 0'cvc€ ec'tabe fo:mats : Mc"cscflwork or exce fo'mates for all forms that neecis to ce
submitted with the teroe'. .
Nct Applicable
J5 ?e,7O5/248
)lease conslcier 1.2 rc^trs frorn sign rg & hancirgover of projects s:te c'f"om the date of NTP whrch
ever later.
The bid ccndition shall prevail
s.NoName of
documentSpecification Reference
and page noSu b,ect Query/comment GVMC Response
34 General
Approvals Requesting GVMC to borne the cost for getting all
connectivity & evacuation approvals or can be
reimburse to contractor on actual.
Scope is in the purview of the
Bidder.
Arbutus Consultants
1
Has an evironmental and social impact study been
carried out for the deployment of floating solar P\i
plant? lf yes, we request a copy of the report to b€
made available. lf not, we request that a study be don€
before submission of bid.
Scope is in the purview of the
Bidder. GVMC will only facilitate
2
It is mentioned that the bidder must have executed
one grid - connected solar project with capacity of al
least 2MWp should the project be in lndia or can it be
anywhere in the world?
Yes.
3
ls there pollution causing industries in the proximity o1
the proposed in the future ? What is the area of the
reservior presently?
Scope is in the purview of the
Bidder. GVMC will only facilitate
4
Should any provision be made to expand the powerplant capacity in the future? What is the area of th€
reservoir presently?
Not Applicable
5
Floating technolgy is relatively a new techology anc
variety of technologies is possible ls the bidder free tcpropose alternative floating technologies that are field.proven?
yes, subject to meeting the
employers requirement and
specification listed in the bid
6
Double glassed modules are mentioned in the tender.Also modules of two ratings 250Wp and 300Wp are
indicated. ls this bidder free to Choose the type and
rating of the modules?
No change, As per Bidding
document
7Are non-lndian companies eligible to bid for the project Yes
S.NOName of
documentSpecification Reference
and page noSub,ect Query/comment GVMC Response
8
ls there any recommendation on approved makes ofequipment? ls the bidder free to choose field-proventechnologies and equipment providers?
As Per Design, subject to othertechnical specifications,standards and technicalrequirements detailed in theEidding document.
9
Propsosed location were indicated during the site visit.Could Scaled layouts and other details be madeavailable for these location?
As Per Design, subject to othertechnical specifications,standards and technicalrequirements detailed in theBidding document.
10 /Vill geo-technical survey report/ soil test report be
:rovided to bidder?Scope is in the purview of the3idd e r.
11ls the bidder expected to provide any PR guarantee? lefer Section -6, Scope , 1.10
12
Water -level variation and prevailing wind-speed areprimary safety consideations. What is the varation thatwe must design to ? What is the depth of water?
Refer documents uploaded in
GVMC website.
13
What is the expected time line of execution includingclacement of contract and scheduled commericalperation date?
12 months from the agreementdate.
1.4
ls part-commissioning permitted? lf yes, what is th€minimum capacity?
As Per Design, subject to othertechnical specifications,stanciards and technicalrequirements detailed in theBidding document.
15Please provide distance of grid inter-connection pointfrom PV plant Around 2KM
5.NOName of
documentSpecification Reference
and pa6e noSu bject Query/comment GVMC Response
16Are bay-side feeders to be constructed on pole.
mounted structure or lattice structure?As per the regular norms of
DISCOM.
77ls transmission via overhead line or undergrouncca bl es?
Over Head
18
will ROW issues be taken care of by Employer? Scope is in the purview of the
Bidder. GVMC will onlyfacilitate.
r'ikram Solar
1Time for commencementand completion
1. Furnishing of Design caluclation, Drawingsrnd obtaining of approvals-50 days.
2.Supply of structures required for Solar PV
nodules-17O days.
3.Supply of PCUs SPV moudles, Transformer,Srid connected equipment and all other balance
pla nt Days
1. Erection of PV module Structure-220 Days
;.Erection of all Equipmentt-27o Days
5.TestinB & commissioning -300 Days
i. Total completion period-365 Days
PIease consider total completion period-365 days anc
remove the mile stone.Completion period -12 months
from the date of agreement
2 Iransformer & metering
Reserse power relay shall be provided bytendered (ifnecessary) as per the local Discom
req uirement.
Please confirm reverse power relay not required As Per Design, subject to othertechnical specifications,
standards and technicalrequirements detailed in the
Bidding document.
3 Functional Guarantees
Output per Annum 42,00,000 (forty two lakhs)
and verage GHI 5.52 KWH/M2/day, withdep.eaciaticn ol 0.75% per annum.
a. Please confirm the metering point is near to SPV
area.
b. As 42 akhs unit is based on 5.52KWh/m/day sc
please confirm output generation per annum will be
calculate at SPV end based on actual solar radiationmeasured by plant pyranometer and grid avaliabiltycorrection factor.
Plant end
Plant out put will be calculated
as per the Solar rodiation of grid
availability.
S.NOName of
documentSpecification Reference
and page noS ubject Query/comment GVMC Response
4Power conditioning unit(Pcu)
For sizing of grid connect inverter, the general
guideline will be that the ration of SPV KWP
ratingto lnverter's KVA rating shall bewith 1 lS
Upto 30% overloading is general pratice in Solar
industry Please allow 20% overlading so that we can
offer 3 MWP DC and 2.5MW AC.
\o change, As per Bidding
Jocument
5
a. The final locations will be decided during thepre-bid meeting
B. The measurement of cabllng. lf required, can
be taken during pre-bid meeting.
During site visit following ponts are identified.
A. Final location of SPV installation will be near topump house of AP Govt ligation dept.B. Termination will be 33/11kv Narava sub station.
C. Distance between SPV area to Narava SS is
maximum 200m
D. Narava SS has SMVA transformer During site vist
max 1.4 MVA load is connected on that transformer so
3MWP power we can add on that transformer.
E.Evacuation at 33 KV
lf at thetime of details engineering any deviation will
come out like changing of sub station, length oftransmission line, any issue to take power on thattransformer, evacuation voltage etc than cost
escalation will be GVMC scope.
Length of Evacuation line i!
around 2Km from substation,
substation is at Narava
(33 KVA)/Pad manabha pu ra m.
6
Please clarify the following.A. Type of waterbody bottom (mud/concrete)
b. The difference between high water level and lowwater level and also the leven from the ewater body
bottom.c. Does the water body go dry during the year.
d. Any turbalance / current present in the water body,
if yes please provide the details.
Refer documents uploaded in
GVMC website.
7Elotation
levice
ln order to increase longevity of the floatingdevice and reduce the mainteance requirments
the floating device should be foam filled withrigid closed cell cellular polystyrene withmoisture retentions of less than 5%
The floaters are totally seafed no air and the floater tosupport enough buoyancey for the panels moreover,
there are plation based system available and easily
replacabale. The foam will ber extra cost and
technological difficulties please omit the foam option.
No change, As per Bidding
document
S.NOName of
documentSpecif ication Reference
and page noS u bject Query/comment GVMC Response
8 iPV module
Double-glass module shall be used, No lndia maufacture is offering doble glass module anc
we are not sure much the module could bend due tchigh weight of galss we offer PID free with aluminiunframe module with necessary certificates specified b)
MNRE
No change, As per Bidding
document
9 )PV module
Four (04) compatible RFID readers shall also be
provided by the successful bidder along withsupply of panels.
Please confirm the RFID quantity once again No change, As per Bidding
document
10Flotation
ievice
the flotation device shold be foam filled withrigid closed-cell cellular polystyrene
We are affering flotation device maufactured by blowmolding or rotamac machine. lt will be a closed unit.Request you to remove this point.
No change, As per Bidding
document
11
Module mounting structure We are offering floating device maufactured by blowmolding or rotamac machine. lt will be a closed unit.Request you remove this point.
As Per Design, subject to othertechnical specifications,sta ndards and technicalrequirements detailed in theBidding document.
72Price schedule is not attachment in the Tender docs.
Request you to provide the same.
uploaded in GVMC website
1J
Please specify rates of GST All Taxes and Duties paid by the
bidder shall be reimbursed as
per the prevailing taxation laws.
The bidder must indicate and
nc ude such duites in his qucteC
crice.
74Kindly confirm if the submission is ON-LINE/OF LINE
clease specify the validity of BG against EMD
off line
-t 5klndly confirm lnsurance during OSM will be under
GVMC Scope
No change, As per gidding
document
Subiect Query/comment GVMC ResPonse
5.NOName of
document
Specification Reference
and page no
ffihting if required for Yard
only will be in bidder scope Fencing of surrounding of
pv area if required will not bidder scope'
At P.l. D"t,g", subject to other
technical sPecificatlons,
standards and technical
requirements detailed in the
Bidding document.
16watching and
li ghti ng
Unless otherwise agreed, the contractors snall'l
from the commencement of work on site untill
taking overProvide. a)
fencing, lighting guarding and watching of the
works wherever required, and
b) temporary roadways footways guards and
fences which may be necessarY for the
laccommodation and protection of employer/ his
lrespresentatir"s and occuplers of adjacent
lproperty, the oublic and others
(wplprt Fnersv Svstems limitedPlease relax the LD Penalty to Max 5% No change, As Per Bidding
document1
LD penalty: Max 10% of
.V Pl".r. .dd .dditb"d Aar experinece of Minimum
50KW in Floater based Solar Project'
\o change, As Per Bidding
Cocument2
Eligibility in Solar
experience pf"rt. .trriil,, *hether Central inverter of 1000KVA can
be used.
nt P.t O"tlgn, subject to other
technical sPecifications,
standards and technical
requirements detailed in the
Bidding document.3 PCU
,tI.t"l"t.* to Aluminium Cable for LT Power'
Please relax the voltage draop as2%'frcm3%
No change, As Per Bidding
document4
-T Power Cables DC
CablesPhtt. d*fyAt*pe of Bay work and R'O'W S.opa it itt tt a Purview of the
Bidder.5 Bay work, R.O.W
f'lease provide the estimate cost of Project Share with Successful bidder'
6 :stimate Cost
1
)
s.No
7
Name ofdocument
Specif ication Referenceand page no Subject
Query/comment GVMC Response
Evacuataon/termination
rrease provrde the distance between site to 33K!substation for evacuation.
length of Evacuation line i:
around 2Km from substation,substation is at Narave(33KVA)/Padma nabhapuram.
8 O&M PBGPlease relax to release tlle O&M iic .,t 10"/"
", ,%
each in end of each year of O&MNo change, As per Bidding
document
9 AEG Penalty
Please clarify on AEG penalty;;--shortfalt.Addition to that, please clarify the relaxation of CUFduring deemed generation like grid failure andtransmission line trip.
No change, As per Bidding
document
10 Approvals Please Clarify on Bidders ,.op. ofippr.oi.l, .nO CVfurcscope of approvals.
All approvals are in bidder'srcope. GVMC shall facilitate,Yellow Tropus Pvt Ltd
1
2
with reference t@mentioned in section 3-6 of the bid document, may werequest that the minimum average annual turnover bemet by one partner. The requirement that eachpartner must meet 25% of the requirment be omitted.
No change, As per Biddingdocument
lvvrrn rererence to section 6-g the specification ,, The
lflotation device should be designed such that it arrests
levaporation and facilittate in evaporation loss
lmitiBation. To this end, the vendor should provideappropriate cove. cf rot,ess than 60% from tnefioatation device and not less than 90% whencombined with solar panels, of all area coverd by theflotation device. ,' please permit the design if 2ndcondition is meet i.e gO% area covered when combinedwith solar panels.
No change, As per Bidding
document
s.NoName of
documentSpecification Reference
and page noSu b,lect Query/comment GVMC Response
3
We request that the Navara sub-station be considered
lor exacuation of power form the proposed plant.Na rava/Pada na bha pura m
su bstation
4
We request that the bathymetric map of the reservoir
be made available by GVMC for preparation of the bid.
lefer documents uploaded in
3VMC website.
Power
RFP
Design, Procurement, Supply, erection, testing,
commissioning and maintenance for Five years
of 3 MWp grid connected Floating Type Solar PV
Power Project on Meghadrigedda Reservoir in
VISAKHAPATNAM District along with grid
connecting equiPment including
associated Electrical & Civil Works
Suggestion/Cla rifi cation s
Design, Procurement, Supply, erection, testing,
commissioning and maintenance for Twenty Five years
of 3 MWp grid connected Floating Type Solar PV Power
Project on Meghadrigedda Reservoir in
VISAKHAPATNAM District along with grid connecting
equipment including associated Electrical & Civil Works
under RESCO model
No change, As per Bidding
document
2 RFP - Section 3 Evaluaticn and
Qualification Criteria
Cla use-2: Qualification
t is the legal entity or entities comprising the
3idder, and not the Bidder's parent companies,
subsidiaries, or affiliates, that must satisfy thequalification criteria described below.
It is the legal entity or entities comprising the Bidder,
OR the Bidder's parent companies, subsidiaries, or
affiliates, that must satisfy the qualification criteria
described below.
No change, As per Biiding
Cocument
3 RFP Section 6 - Employer's
Requirements, Page 6-9
The walking platform should have a continuous
uninterrupted surface with the minimum width
of at least 400 mm.and the flotation device
should be foam filled with rigid closed-cell
cellular polystyrene with moisture retention o{
less than 5%.
Request to kindly omit the underllned conditions. As Per Design, subject to other
technical specifications,
standards and technical
requirements detailed in the
Bidding document.
s.NoName of
documentSpecif ication Reference
and page no Su bject Query/comment GVMC Response
RFP Section 6 - Employer,sRequirements, Page 6-9
mounttng structure: Module mounting structure (if required): As Per Design, subiect to othertechnical specifications.
ttandards and technica'equirements detailed in th€
3idding document.
5 NA NARequest you to kindly share AUTOCAD drawings of the'eservoir
Refer documents uploaded irGVMC website.
6 NA NARequest you to kindly confirm the connectivity level (11kV/ 33 kV or higher) at which evacuation will take place& Kindly confirm that appropriate breakers areavailable at the evacuation point.
the connectivity level is 33 K\i
and breakers are the purview 01
the Bidder scope.
7 NA NARequest you to kindly share depth profile and soil teslreport of the reservoir bottom.
Refer documents uploaded irGVMC website.
8 lSection 7 - General
lConOitions of Contract,
lClause 10, PageT-72
Irnc Ernproyer snan acqutre and pay fo. all
lpermits, approvals, and/or licenses from alllocal, state, or national government authorities,or public service undertakings in the countrywhere the Site is located which (a) suchauthorities or undertakings require theEmployer to obtain in the Employer,s name, (b)are necessary for the execution of the Contract,including those required for the performance byboth the Contractor and the Employer of theirrespective cbligations under the Contract, a.d(c) are specified in the Appendix (Scope ofWorks and Supply by the Employer) to theContract Agreement.
Request to confirm that any approvals, if required,from Ministry of Environment and Forest (Forestapproval) will be provided by the Employer.Also please confirm that any Right of Way, if required,for the Project will be provided by the Employer.
Scope is in the purview of theBidder. GVMC will only
facilitate.
4
REP
s.No Name ofdocument
Specification Referenceand page no Subject Query/comment GVMC Response
9 RFP Section 8 - Special
Conditions of Contract,Page 8-4
Ary vdlduon up or oown ln statutory levy ornew levies introduced after Tender calling (part-1 bid) Date wili be to the account of GVMC.These will be regularized at the time ofplacement of award.
PIease confirm that any imposition of nnt,-Ol.rrnpi,,gDuty on solar cells/ modules will be to the account olGVMC.
All taxes and Duties paid by thebidder shall be reimbursed asper the prevailing taxation laws.The bidder must indicate andinclude such duites in his quotedprice.
10 RFPlSection Z - General
lConditions of Contract,
lClause 14, Page 7-16
rr any rares oT tax are rncreased or decreased, a
new Tax is introduced, an existing Tax isabolished, or any change in interpretation orapplication of any Tax occurs in the course ofthe performance of Contract, which was or willbe assessed on the Contractor, Subcontractors,or their employees in connection withperformance of the Contract, an equitableadjustment of the Contract price shall be made:o fully take into account any such change byrddition to the Contract price or deduction/:herefrom, as the case may be, in accordancelryith GCC Clause 36 hereof. I
Please confirm that any irposition oiAntiDffiin!Duty on solar cells/ modules will be to the account ofGVMC.
lAll taxes and Duties paid by the
lbiAOer shalt be reimbursed asper the prevailing taxation laws.The bidder must indlcate andinclude such duites in his quotedprice.
11 RFP Section 9 - ContractForms, Page 9-24
Please provide fcrmats for price Bid uploaded in GVMC website72 RFP - Section 6 Employer,s
Requirements, page 6-21rcreL(eo renoerer agrees to set up andcommission floating solar plant within 12months from date of signing of LOA
Selected tenderer agrees to set up and commissionfloating solar plant within 12 months from date ofsigning of Contract Agreement.
12 months from the agreementdate.
13 RFP Section 6 - Employer,sRequirements, ?age 6-22
I rre uiuuer snail guarantee an output per annLm
lof a2,OO,OOO (forty twc rakh) units in t:e first
lyear (Consicer'rg Anrr,al Average GHr of 5.52
lkwh/m2/day, w:th a depreciation of 0.75%(zero point seven five percent) per annum,failing which the bidder shall pay for thedifference in units between the guaranteedoutput and the actual output, at the rate oftwice the unit price prevailing at that point intime.
lPlease confirm that if the actuat GHt r.".oiG? d*ffi
year is lower than the Annual Average GHI cf 5.52kWh/m2/daV, then the guaranteed output for the yearshall be adjusted proportionately.
Out put for the year shall beadjusted proportionetely as perthe average anuual GHI
r'
Section 8 - Special
ions of Contract,
lause 8 Time for
Time for corpGti* oiltlihot"? *,"
be 365 days from the Effective Datein the Contract Agreement.
se confirm that there is noli-position ofassociated with intermediate milestones. from the date of agreement
onditions of Contract,plant and services that *ill ba in.orpor.
or be required for the Facilities andshall have their origin as speci
GCC Clause 1 (Country of Origin).Subcontractors retained by the Contractor shall
from a country as specified in GCC Clause 1
Please clarify and confirm that jmportedre allowed under this tender,
Yes, As Per Design, subjecttechnical specifications,
and technicaldetailed in the