NTPC Renewable Energy Limited (NTPC REL), a wholly-owned subsidiary of NTPC Limited, has issued a domestic competitive bidding tender (IFB No. NRE-CS-5929-003(WTG)-9(R)) for the turnkey execution of an 813 MW wind power project in the Bellary (Ballari) district of Karnataka. The project, which will be connected to the Inter-State Transmission System (ISTS), represents a landmark development for the region’s power sector. By itself, this 813 MW project is set to fulfill over 50% of Bellary district’s 1.5 GW renewable energy capacity target for 2030, marking a critical step in grid-scale integration within the state’s mineral-rich wind corridors.
Key Project and Technical Specifications
The procurement follows a rigorous technical framework to ensure long-term reliability and grid stability:
- Nominal Project Capacity: 813 MW.
- Installation Scope: Supply and installation of 271 Wind Turbine Generators (WTGs).
- Turbine Requirements: Each WTG must feature a rating of 3.0 MW or higher. Models must be listed in the Revised List of Models and Manufacturers (RLMM) or Approved List of Models and Manufacturers (ALMM) as issued by the Ministry of New and Renewable Energy (MNRE).
- Compliant Models: Representative models meeting these criteria include the Suzlon S144 (3.0/3.15 MW), Siemens Gamesa SG 3.4-145/SG 3.6-145, and the Envision EN-156/3.3.
- Performance Standards: Bidders are required to establish and maintain strictly guaranteed performance parameters for the duration of the project lifecycle.
Financial and Eligibility Criteria
Prospective bidders must demonstrate robust fiscal eligibility and technical history to qualify for the Single Stage Two Envelope bidding process:
- Technical Eligibility: Bidders must be manufacturers of approved WTG models (minimum 3000kW) listed in the latest RLMM/ALMM prior to the techno-commercial bid opening date. Alternatively, an Indian subsidiary, holding, or group company of such a manufacturer may bid, provided they furnish a joint deed of undertaking for the complete performance of the contract.
- Annual Turnover: The average annual turnover during the preceding three financial years must not be less than the following mathematical formula: INR 106.80 Lakh x Quoted Capacity in MW.
- Net Worth: Bidders must have a positive net worth as of the last day of the preceding financial year or quarter. Net Worth is defined as the sum total of paid-up share capital and free reserves.
- Holding Company Provisions: Bidders failing to meet turnover or net worth requirements individually may leverage the financials of their Holding Company. This requires a Letter of Undertaking from the Holding Company—supported by a Board Resolution—pledging unconditional and irrevocable financial support for the contract’s execution.
- Bid Security: A mandatory security of INR 100,00,00,000 (One Hundred Crore) is required. Bidders may submit this through Electronic Fund Transfer (EFT), provided proof of payment is included in the separate sealed security envelope.
Procurement Timeline and Deadlines
NTPC REL will conduct the bidding process through the ISN Electronic Tender Services (ETS) portal.
| Milestone | Date / Time |
| IFB Issuance Date | 08.04.2026 |
| Bidding Document Download Period | 08.04.2026 to 18.04.2026 (until 17:00 HRS) |
| Pre-Bid Conference and Query Deadline | 20.04.2026 |
| Bid Submission Deadline (Techno-Commercial & Price) | 01.05.2026 at 15:00:00 (IST) |
| Techno-Commercial Bid Opening (Envelope-I) | 01.05.2026 at 15:30:00 (IST) |
Detailed Scope of Work and O&M Obligations
The contract entails comprehensive EPC services and long-term operational stewardship:
- Turnkey EPC Services: Detailed design, engineering, manufacturing, supply, erection, testing, and commissioning of the WTGs, including associated SCADA systems and control panels.
- Grid Integration Infrastructure: Installation of unit substations (USS) for every WTG and all electrical works necessary for ISTS connectivity.
- Civil Works: Engineering and construction of foundations for towers and USS. Design must account for the district’s specific geological challenges, including rocky terrain.
- Operation & Maintenance: A 10-year comprehensive O&M period beginning from the date of commissioning. This obligation specifically includes the supply of all mandatory spares, consumables, and the repair/replacement of defective equipment.
- Regulatory Compliance: Technical and administrative support for securing statutory clearances from state nodal agencies and power evacuation authorities.
Site Context: Bellary District Profile
Located in the rain shadow of the Western Ghats, Bellary features a hot, semi-arid climate (BSh classification). The district’s topography is defined by Banded Magnetite Quartzite ridges and significant iron ore deposits. These geographical features provide ideal elevations for wind farm placement but necessitate specialized civil engineering for foundations in mineral-rich, rocky soil.
The region experiences extreme seasonal wind variations, with average hourly speeds exceeding 11.9 mph from May to September and peaking at 16.5 mph in July. Bidders must account for the site’s environmental extremes, including peak summer temperatures of 42°C and high humidity during the post-monsoon window (October–December), which can impact equipment durability and O&M scheduling.
Bidding Formalities and Exclusions
To participate, interested parties must register on the ISN ETS portal. Access to the official bidding documents is strictly contingent upon the submission of a signed Non-Disclosure Agreement (NDA) via the portal before the document sale period ends.
In accordance with national security directives, any bidder from a country sharing a land border with India—or those with specific Transfer of Technology (ToT) arrangements with entities in such countries—must be registered with the competent authority to be eligible. No hard copies of the bidding documents will be issued, and the transfer of documents between prospective bidders is prohibited.

Leave a Comment